Loading...
HomeMy WebLinkAbout1998-174ORDINANCE NO q6' 1 % AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR GROUND WATER MONITORING WELLS, PROVIDING FOR THE EXPENDITURES OF FUNDS THEREFOR, AND PROVIDING AN EFFECTIVE DATE (BID # 2204 — GROUND WATER MONITORING WELLS AWARDED TO ETTL ENGINEERS & CONSULTANTS INC IN THE AMOUNT OF $87,150 00) WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of STATE law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 2204 ETTL ENGINEERS & $ 87J50.00 CONSULTANTSINC. SACTION II That the acceptance and approval of the above competitive bids shall not constitute] a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein $FCTION 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 SUCTION V That tlus ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the 16* day of ,1998 JAC LLER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY TAN! 74 MR ��� APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY 2204 CONTRACT ORDINANCE CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this 16 day of JUNE A.D., 1998, by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through TED BENAVIDES thereunto duly authorized so to do, hereinafter termed "OWNER," and ETTL ENGINEERING & CONSULTANTS INC. 1717 E. ERWIN TYLER, TX 75702 of the City of TYLER County of SMITH and State of TEXAS, hereinafter termed "CONTRACTOR" WITNESSETH That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below BID # 2;04 — GROUNDWATER MONITORING WELLS in the amount of $879150.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement, and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in CA - 1 accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by WATER ENGINEERING DEPARTMENT all of which are made a part hereof and collectively evidence and constitute the entire contract Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of 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 1I i .�. 1 I ATTEST 41.... APPROVED AS •()F nFNTON OWNER IVY ET'T t_yteAeArcW G v�5��caNtsLh�, NT T \ S 1'1 17 E 15V- W i A :][:� ! Lr� MAILING ADDRESS (cant 6q ��LI PEE NUMBER ►-- CA-3 17a r' f e-1 t E , F tat"C PRINTED NAME (SEAL) PERFORMANCE BOND BOND NO 101576 STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS That ETTL ENGINEERS & CONSULTANTS INC., whose address is 1717 E. ERWIN, TYLER, TX 75702, hereinafter called Principal, and MARKEL INSURANCE COMPANY , a corporation organized and existing under the laws of the State of TEXAS, and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of EIGHTY SEVEN THOUSAND ONE HUNDRED AND AND FIFTY and no/100 DOLLARS ($87,150.00) plus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages arising out of or connected with the below identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement winch 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 98-174, with the City of Denton, the Owner, dated the 16 day of JUNE A.D. 1998, a copy of winch is hereto attached and made a part hereof, for BID # 2204 — GROUNDWATER MONITORING WELLS. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived, and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanslup that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by the Owner, and, if the Principal shall fully indemnify and save harmless the Owner from all costs and damages winch 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 p PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of tune, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc , accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas The undersigned and designated agent is hereby designated by the Surety herem as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 16 day of JUNE 1998. ATTEST PRINCIPAL aw! BY PRESIDENT SURETY MARKEL INSURANCE COMPANY BY p J AT' 9RffiTAN- ACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME HIBBS-HALLMARK & COMPANY STREET ADDRESS 501 SHELLEY DRIVE, TYLER, TEXAS 75711 (NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give a person's name ) PAYMENT BOND BOND NO 101576 STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That ETTL ENGINEERS & CONSULTANTS INC., whose address is 1717 E. ERWIN, TYLER, TX 75702, hereinafter called Principal, and MARKEL INSURANCE COMPANY , a corporation organized and existing under the laws of the State of TEXAS, and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or unprovements hereinafter referred to, in the penal sum of EIGHTY SEVEN THOUSAND AND ONE HUNDRED AND FIFTY and no/100 DOLLARS ($ 87,150.00) 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 98-174, with the City of Denton, the Owner, dated the 16 day of .TUNE A.D. 1998, a copy of which is hereto attached and made a part hereof, for BID # 2204 — GROUNDWATER MONITORING WELLS. 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 winch modifications to the Surety being hereby expressly waived, then this obligation shall be void, otherwise it shall remain in full force and effect PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie in Denton County, Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc , accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas The undersigned and designated agent is hereby designated by the Surety herem as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 16 day of JUNE, 1998. ATTEST PRINCIPAL AINIff Y"i f-�-d ✓15%J ktNEsT B���� PR SIDEN SURETY •• LINDA SPRING The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME HIBBS-HALLMARK & COMPANY STREET ADDRESS 501 SHELLEY DRIVE, TYLER, TEXAS 75711 (NOTE Date of Payment Bond must be date of Contract corporation, give a person's name) 2204 CONTRACT & BONDS If Resident Agent is not a POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL MEN BY THESE PRESENTS That Markel Insurance Company ("Corporation"), a corporation organized and existing under the laws of the State of Illinois, with its mam office at Shand Morahan Plaza in the City of Evanston, Illinois, and the administrative office at Richmond, Virginia, does hereby nominate, constitute and appoint, for the purpose stated herein, Hibbs -Hallmark & Company, Tyler, Texas, acting through its staff, Billy E Hibbs, Gary Howell, Billy Hibbs, Jr, Robert Monaghan or Linda Spring, its true and lawful attomey(s)-in-fact, with full power and authority to make, execute and deliver, for and on its behalf as surety, and as its act and deed, in Illinois and States where the Corporation is qualified to act as an admitted insurer, all bonds, recognizances, undertakings, contracts of suretyship or other written obligations required pursuant to the payment, bid, performance, license, permit and miscellaneous bond program developed by the Corporation with a limit of liability not to exceed $5,000,000 per writing, and the execution of such bands in pursuance of these presents shall be as binding upon said Markel Insurance Company to all intents and purposes as if duly executed by its Chairman, Vice Chairman, President and Chief Operating Officer, Executive Vice President, any Vice President, sealed with its corporate seal, and attested by its Secretary or Assistant Secretary This Power of Attorney and Certificate of Authority shall only be valid if evidencing original or facsimile signatures and only if the raised seal of the Corporation is affixed hereto This Power of Attorney and Certificate of Authority is made and executed by authority of a resolution adopted by the Board of Directors, of which the following is a true and exact copy "RESOLVED That, pursuant to Section 8 6 of the Corporation's Bylaws, the Chairman, Vice Chairman, President and Chief Operating Officer, Executive Vice President, any Vice President, and Secretary, and any Assistant Secretary are hereby authorized and empowered as the Corporation's attorney -in -fact, to make and execute on behalf of the Corporation, in Illinois and States where the Corporation is qualified to act as an admitted insurer, bonds, recognizances, undertakings, contracts of suretyship or other written obligations required pursuant to the payment, bid, performance, license, permit and miscellaneous bond program developed by the Corporation and are further authorized and empowered to select and appomt individuals as its attorney-m-fact, with full power and authority to make, execute and deliver, for and on its behalf as surety, and as its act and deed, in Illinois and States where the Corporation is qualified as an admitted insurer, all bonds, recognizances, undertakings, contracts of suretyship or other written obligations required pursuant to the payment, bid, performance, license, permit and miscellaneous bond program developed by the Corporation, provided further, that the liability of the Corporation on any such writing executed under this authority shall not exceed $5,000,000, also to execute such msmiments as may be necessary or proper in connection with the settlement of claims or the recovery of reinsurance or salvage IN WITNESS WHEREOF, Markel Insurance Company has caused these presents to be signed by its duly authorized officer and the Corporate Seal to be hereunto affixed this 7th day of January , 1998 MARKEL INSURANCE COMPANY By (), &mod Garry W Black, Vice President COUNTY OF HENRICO ) COMMONWEALTH OF VIRGINIA ) The foregoing instrument was acknowledged before me this 7th day of January 19 98 by Ga,= W. Black Vice President Markel Insurance Company i�� 2���a P ✓ny� �E Cynthia C Vayo, Notary Public �w POP.My Commission Expires June 30, 2000 CERTIFICATE I, the undersigned, Assistant Secretary of MARKEL INSURANCE COMPANY, a stock corporation of the State of Illmots, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked, and furthermore, that the Standing Resolutions of the Board of Directors, as set forth in the Certificate of Authority, are now in force Signed and Sealed at the Home Office of the Company, in the City of Evanston, State of Illinois, Dated this 16TH day of JUNS , 19gg_ By Myra I Hey, Assistant Secretary WORK DAYS 25 BID NO 2204 BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL TP-1 Monitor Well 20 EA $ 1775/EA $ 35,500 00 Umt Price m Words TP-2 I Piezometer Well 3 EA $ 1775/EA $ 5,325 0 Umt Price m Words TP-3 I Gas Probe 15 EA $ 99dEA $ 14,850 0 Umt Price m Words TP-4 I Utility Vent 4 1 EA 1 $ 925fEA $ 3,700 0 Umt Price in Words TP-5 I Abandon Monitor Well 5 EA $ 4751EA $ 2,375 0 Umt Price m Words TP-6 Monitor Well Equipment 1 LS $ 19,800.00 $ 19,800 0 Umt Price m Words 7 Mobilization 1 LS $ 5600 / mmmmmT$ 5,600 0 Umt Price m Words $ / $ Umt Price m Words $ / $ Umt Price m Words $ / $ Umt Price m Words $ / $ Umt Price m Words P - 3 BID SUMMARY TOTAL BID PRICE IN WORDS Eighty seven thousand and one hundred and fifty dollars and no cents In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final Unit and lump -sum prices as shown for each item listed in this proposal, shall control over extensions CONTRACTOR BY ETTL E ineers & Consultants Inc 1 1717 E Erwin Street Address Tyler, Texas 75702 City and State Seal & Authorization (If a Corporation) 903-595-4421 Telephone MW SAFETY AFFIDAVIT STATE OF TEXAS § COUNTY OF SMITH § Darrell E F14 President of ETTL Engineers & Consultants Inc appeared personally before me, the undersigned authority, and, upon oath, deposed and stated My name is Darrell E Flatt, President of ETTL Engineers & Consultants Inc and its business address is 1717 East Erwin Street, Tyler, Texas 75702-6398 I have personal knowledge of the facts set forth below and am competent and authorized to make this affidavit Ali field personnel have received OSHA 40-hour training (29 CFR 1910 120), updated 8-hour refresher courses and they all participate in a medical monitoring program ETTL Engineers & Consultants Inc has never had any penalties, notices of violation, fines or citations for any type of safety violations It has never had any form of serious, repeat or willfid safety violations in its 30 plus year history ETTL maintains an excellent safety record through continual employee safety training and education, random site safety audits and "tailgate" safety meetings ETTL ENGINEERS & CONSULTANTS INC I By /'— if — DarrellE Fiatt Authorized Representative of ETTL Engineers & Consultants Inc 14-t1 Subscribed and sworn to before me on this the day of May 1998 :.,Y. r , :.:.. ,. � . P� Notary Public, JUL 13 '98 09 10 FR HIBBS HRLLMRRK CO 903 58159M TO 919403497302556 P 01/01 w� b oAreODAXuv7n ACM A' 07 13 98 _ V PROWa ATIONC HIBBS-HALLMARX & COMPANY ONLY AND CONFERS NO RIGHTS UPON THE WI TIND OR HOLDER. i CORTTPICATE DOES NOT AMEND, ®f1END OR ALTER THE COVBRAOB APPORDSD BY THE POLICIES BELOW BOX 8357 OOMPANED; AFFORDING COVERAGE - TYLER TX 75711 COMPANY A EMPLOYERS MUTUAL CASUALTY CO_ mouRm OWANY E T T L ENGINEERS & B CONSULTANTS, INC COMPANY 1717 E. ERWIN _ TYLER TX 75702 COMPANY D THIS Is TO CERTIFY T THE POUCIEB OP INSURANCS USTBD BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUOY PERIOD INDICATED NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH TIDs CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDO BY THE POLICIES MSCRIBBp HEREIN IS SUSJBCT TO AI,L THII TERMS, EXCLUSIONS AND CONDITIONS OP SUCH POLKBBS LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID OLAIMS. L'. rvw OF INSURANCE POLICY NUMSMI ' i DATE ivatcoDA'Poucy n I Lam ceMUTALMABsm 1D5070199 06 30 98 06 30 99 QwwALAasmAre s2 000 000 arMM81om GV NIINAI UABILm X PRODUCTS CCMProP nsa s2 0 0 Q 0 0 Q PERSONAL A MY ANAIEW 81 OO O 0 0 0 CLAIMS MAPS U OCCUR OWNBFS A OONTRAOTOIFs PROT I FACN OCCURRENCE Sl 000000 RRe wii AAATMI S _- 50'-000 i MIS) Mw ww mq pNA0A1 S 5 0 6 Q AUT*MosalLiAsam 1E5070199 ' 06 30 98 06 30 99 1, OQO, 000 XJANY AUTO CDMBSISD WSLH LIMIT S B 90DILr IN.IUi1Y S Au OWNSO MRCS X Nino AUTOS BODRY INJURY S X NO"VfNSO AUTOS (PN AONOHN _ PRPPBRTY UNMAN e OM11O8 LNABSJ7Y AUTO ONLY EA ACCIDENT S ANY AUTO ( OTHER THAN ONLY DTM L_ IA111454AW IL IJ5070199 06 30 98 06 30 99 %-ai vw 000000 _ IL1. 81,000L000 X*M8nORM 622fl TC I OTHTTR THAN U atJA FORM is !WoRITBRe TNMAM 185070199 06 30 98 06 30 99 X �BLEACH ALCIIRINT 500 000 watovaR uAeuJrMi THE PROPRIi:IDR/ aml ���Via`S'A'�ASy''O` N! S O O O O O OPMEIS a E.D� EE1S&EA HA�PI.CMYEE i S 500,000 OM t OSBPRIPTION Oa OPSRATI OATAKMNMUOL GPM& M MS ADDITIONAL INSURED. CITY OF DENTON, ITS OFFICIALS, AGENTS, EMPLOYEES, AND VOLUNTEERS SP WC ANY OF THIN AMOYS OILS*RIB® Poll 06 PRNou"M SENORS TIQ CITY OF DENTON BXMAY M PATS 7001111011% NNI NMAMS COMPANY WILL OWAYOR TO MAE. PURCHASING DEPARTMENT 2D— PAYS warn Novice+* TPB oaTRVPA.e HowBR NAMNP To wA uwT, 9 01- B TEXAS STREET SNIT F TO TAAL SUC II NOTRx ON" OBLNIITIPH OR L4 uff DENTON, TX 76201 or K M UPON THE c no A aTWe 1 CO 4 A ** TOTAL PAGE 01 ** CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein If an apparent low bidder fads to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract. Upon bid award, all insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time, however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid Contractor shall not commence any work or deliver any material until he or she receives 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• CI-1 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 provide thirty(30) days prior written notice of cancellation, non -renewal or reduction in coverage Should any of the required insurance be provided under a claims -made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit 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 CI-2 Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted [ XI A General Liability Insurance General Liability insurance with combined single limits of not less than $1 Million ($1,000,000) shall be provided and maintained by the contractor The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies If the Commercial General Liability form (ISO Form CG 0001 current edition) is used Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage Coverage B shall include personal injury Coverage C, medical payments, is not required CI-3 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 [XI Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $1 Million ($1,000,000)) either in a single policy or in a combination of basic and umbrella or excess policies The policy will include bodily injury and property damage liability arising out of the 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, hued and non -owned autos [X ] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability 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 CI-4 "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406 096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensation Commission (TWCC) [ 1 Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or contractor's operations under this contract Coverage shall be on an "occurrence" basis, and the policy shall be issued by the same insurance company that carries the contractor's liability insurance Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate [ I 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 [ 1 Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement [ 1 Builders' Risk Insurance CI-5 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 [ 1 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 ATTACHMENT1 [X 1 Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A Definitions Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, CI-6 regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets B The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all employees of the contractor providing services on the project, for the duration of the project C The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract D If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended E The contractor shall obtain from each person providing services on a project, and provide to the governmental entity (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends CI-7 during the duration of the project F The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter G The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within i v days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project H The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage The contractor shall contractually require each person with whom it contracts to provide services on a project, to (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(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, RM- (4) obtain from each other person with whom it contracts, and provide to the contractor (a) a certificate of coverage, prior to the other person beginning work on the project, and (b) a new certificate of coverage showing extension of coverage, prior to the and of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project, (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified mad or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project, and (7) contractually 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 J By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions CI-9 K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity CI-10