HomeMy WebLinkAbout1998-282ORDINANCE NO "ia
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD
OF A PUBLIC WORKS CONTRACT FOR A BORE AND INSTALLATION OF 18" CASING
AND CONDUIT ON UNIVERSITY DRIVE WEST OF GEESLING, PROVIDING FOR THE
EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING AN EFFECTIVE DATE (BID #
2263 BORE AND INSTALLATION OF 18" CASING AND CONDUIT UNIVERSITY DRIVE
WEST OF GEESLING AWARDED TO DICKERSON CONSTRUCTION IN THE AMOUNT OF
$16,800 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
SSECTION 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
2263 DICKERSON CONSTRUCTION $ 19,600.00
SECTION II That the acceptance and approval of the above competitive bids shall not
constitute a contract between the City and the person submitting the bid for construction of such
public works or improvements herein accepted and approved, until such person shall comply with
all requirements specified in the Notice to Bidders including the timely execution of a written
contract and furnishing of performance and payment bonds, and insurance certificate after
notification of the award of the bid
SECTION III That the City Manager is hereby authorized to execute all necessary written
contracts for the performance of the construction of the public works or improvements in accordance
with the bids accepted and approved herein, provided that such contracts are made in accordance
with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms,
conditions, plans and specifications, standards, quantities and specified sums contained therein
SECTION IV That upon acceptance and approval of the above competitive bids and the
execution of contracts for the public works and improvements as authorized herem, 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 1
PASSED AND APPROVED this the /`l — day of G 1998
ATTEST
JENNIFER WALTERS, CITY SECRETARY
BY
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
2263 BORE INSTALLATION OF I8" CASING & CONDUIT UNIVERSITY/GEESLING CONTRACT ORDINANCE
ATTACHMENT #1
NAME
TABULATION SHEET
2263
Bore & Installation of 18" Casing & I Dickerson I Circle C I Duval &
Conduit, University West Cc Const Sons
of Geesling
140' I c soDrr west of Gees/ngrelty I $19,600 001 $42,000 001 $36,988 00
CONTRACT AGREEMENT
STATE OF TEXAS
COUNTY OF DENTON
THIS AGREEMENT, made and entered into this 15 day of SEPTEMBER A.D ,
1998, by and between CITY OF DENTON of the County of DENTON and State of Texas,
acting through MICHAEL W. JEZ, City Manager, thereunto duly authorized so to do,
hereinafter termed "OWNER," and
DICKERSON CONSTRUCTION CO.
P.O. BOX 181
CELINA TX 75009
of the City of CELINA County of COLLIN 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 #2263 — BORE AND INSTALLATION OF 18" CASING AND CONDUIT
UNIVERSITY DRIVE WEST OF GEESLING
in the amount of $19,600.00 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 accordance with the
CA-1
plans, which includes all maps, plats, blueprints, and other drawings and printed or written
explanatory matter thereof, and the Specifications therefore, as prepared by
ENGINEERING AND TRANSPORTATION
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
ATTEST
APPROVED AS TO
CA-3
01
bi aft k L! 0 IJ EOw )4. G, 1w('
CONTRACTOR
P O F3o, 1% 1
EE1,tiA0 7-&-K,33 15004
MAILING ADDRESS
9112- 382-2/23
PHONE NUMBER
972, 381-2o43
FAX NUMBER
BY
TITLE
Lei0%S D I &C—AJ 0�✓
PRINTED NAME
(SEAL)
PERFORMANCE BOND
STATE OF TEXAS § BOND No. 202685
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That DICKERSON CONSTRUCTION,
whose address is P O. BOX 181, CELINA, TX 75009, hereinafter called Principal, and _
HARTFORD FIRE 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 NINETEEN THOUSAND SIX HUNDRED and no/100
DOLLARS ($19,600.00) 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 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 98-282, with the City of
Denton, the Owner, dated the 15 day of SEPTEMBER A.D. 1998, a copy of which is hereto
attached and made a part hereof, for BID # 2263 — BORE INSTALLATION OF 18"
CASING & CONDUIT UNIVERSITY DRIVE WEST OF GEESLING
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 workmanship that
appear within a period of one (1) year from the date of final completion and final acceptance of
the Work by the Owner, and, if the Principal shall fully 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
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 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, 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 15 day of SEPTEMBER 1998.
ATTEST
IgoRIeta) IJ I
DICK ERSON CONSTRUCTION COMPANY INC.
SE RETA BY
PRESIDENT
ATTEST
SURETY
RARTFQR FIRE IN URANCE COMPANY
B
A TORNEY- -FACT ROSALYN D. HASSELL
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME P C L. Insurance Agency, Inc
STREET ADDRESS 206 Elm Street, Ste 105, Lewisville, Texas 75067
(NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a
corporation, give a person's name )
iW
PAYMENT BOND
STATE OF TEXAS § BOND No. 202685
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That DICKERSON CONSTRUCTION,
whose address is P.O. BOX 181, CELINA, TX, 75009, hereinafter called Principal, and_
HARTFORD FIRE 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 improvements hereinafter referred to, in the penal sum of
NINETEEN THOUSAND SIX HUNDRED no/100 DOLLARS ($19,600 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 98-282, with the City of
Denton, the Owner, dated the 15 day of SEPTEMBER A.D 1998, a copy of which is hereto
attached and made a part hereof, for BID # 2263 — BORE INSTALLATION OF 18"
CASING & CONDUIT UNIVERSITY DRIVE WEST OF GEESLING.
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 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 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, 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 15 day of SEPTEMBER, 1998
ATTEST
PRINCIPAL
DICKERSON CONSTRUCTION COMPANY, INC.
BY �--�
SECI�ETARYBY _
PRESIDENT
ATTEST
SURETY
- FIRE INSURANCE COMP iY
BY NANCT ETY WITNESS BY
ATTORNEY- -FACT ROSALYN D. SSELL
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME P.C.L. Insurance Agency, Inc
STREET ADDRESS 206 Elm Street, Ste 105, Lewisville, Texas 75067
(NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a
corporation, give a person Is name )
2263 CONTRACT & BONDS
k-=1I
HARTFORD FIRE INSURANCE COMPANY
Hartford, Connecticut
POWER OF ATTORNEY
Know all men by these Presents, That the HARTFORD FIRE INSURANCE COMPANY, a corporation duly organized
under the laws of the State of Connecticut and having Its principal offfoe In the City of Hartford County of Hartford State of Connecticut
does hereby make, constitute and appoint
BRUCEC DeMW,, EDWARD L. MOOR$ REGVA M CARTED ROSALYND FL4SS&1
and DAVW X GROPPELL of MUMBLE, 7EW
Its true and lawful Attonroy($) In Fact with full power and authority to each of sold Attomey(a)-In Fad In their separate capacity H more
than on le nametl above to sign execute and eoknowledge any and ell bonds end undertakings and oher wminga obligatory in the
nature t ereol on behalf d the Company In tte buelne8e ol guaremeeing the fldelhy of I»rsens holding places of public or private trust
guaran Ing the performance of comrade other than Insuance policies guaranteeing the pedomhnce of Insurance contracts where
surety b nde are acoepted by elates anti munidpalttlm and ezekxding or guarentming bonds entl untlerlakinge required or permitted In
all a(Mo a or proceedings or by law allowed, and to bind the HARTFORD FIRE INSURANCE COMPANY thereby cue fully and to the
came exlerd se H such bonds erM untlertekirps entl other wminga Obligatory in the nature ihereol were signed by en Executive Officer of
the HARTFORD FIRE INSURANCE COMPANY and sealed end attested by one other of ouch Offlcere end hereby retiflas and oorlflmsr
all met tta Bald Attomey(e) InFad may do in pursuance hared
This power of attorney is granted by and under authority of the following provisions
(1) By -Laws adopted by the Stockholders of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly celled and held on
the 9th day of March, 1971
ARTICLE IV
SECTION 8 The President or any Yloo-PtakleK aakq with any Secretary or Asslat nt Secretary shall haw power and authority to appoint for
purposes only of executing and attesting bonds and undertakings and other writings oblostory in the nature thereof one or more Resident VIM
Presidsnt Resident Assistant Seashrn and Ado nsyaln Fad and at any time to remove any such Reatoent Vnwi reslnnt Resident Assistant
Secretary, orAttomoydn-Fsd and revoke the power and authority given to him
SECTION 11 AttomsyMn.Fad shall have power and authority subject to the tome and ImMatlons of the power of attorney issued to them to
execute and deliver on behalf of the Company and to attach the goal of the Company thereto any and all bonds and undertakings and other writhes
obligatory In the nature thereof and any such Instrument executed by any such Attorney IwFad shall be as binding upon the Company as If signed by an
Executive Omar and noted and eWwW by we other of such Officers
This power of attorney Is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the
Diredora of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly tailed and held on the 12th day of February, 1993
Resolved that the sip ohns of such 011com and the no of the Compare may be elfl to an wen pour of ammy or to am =dllram rNWno thereto or
fawlmle ay rich now of Money or oemeoae owes rich thplmlle slprebns or fewmlle Asa "I be valid and blWea upon the Compaq and ay sum pwror m
Allow eeddW 01 fames eWOM aid faoehnre god anal be Vast aid bhxlhe upon the Campwry In sit fabre wan napon m any bond or Undertaking m saheb a is
tedwl
In Wltnem WheretN, the HARTFORD FIRE INSURANCE COMPANY has caused these presents to be signed by its Moe -
President, and Its corporate seal to be hereto affixed, duly aaested by Its Secretary this let day of May 1995
C
FdWwdFL a to -am
1
STATE OF CONNECTICUT awls"
COUNTY OF HARTFORO I at
HARTFORD FIRE INSURANCE COMPANY
i/" 44VKKM44<
Paul L Maraballe
V1oo4Wa4dent
On this tot day of May, A.D 1995, before me personally came Paul L Marebelle to me known who being by me duly mom did depose
and goy that he resides In the County of Hartford, State of Connecticut that he Is the Vice-Presidem of the HARTFORD FIRE
INSURANCE COMPANY, the corporation described In and which executed the above Instrument, that he knows the seal of the said
corporation, that the seal affixed to the said Instrument is such corporate seal that it was se affixed by order of the Board of Directors of
mid corporation and that he signed his name thereto by like order
STATE OF CONNECTICUT '
COUNTY OF HARTFORD as •� Jean
Macy AIN:
My Commhalcn EapM Jima W 1We
CERTIFICATE
1,, the undersigned Secretary of the HARTFORD FIRE INSURANCE COMPANY a Connecticut Corporation DO HEREBY
CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full torte and has not been revoked and furthermore, that
the Resolutions of the Board of Directors, set forth in the Power of Attorney are now in force
Signed and sealed at the City of Hartford Dated the 15TH day of SEPTEMER 19 98
new L Pot
Some"
Form &3607A 0) Printed In D SA
ACORD CERTIFICATE OF
LIABILITY INSURANCE DATE(MM/DDnY)
DiGK21
09 23 98
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Elsey & Associate{s
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Surety/InsuranceAgency, Inc
HOLDER THIS CERTIFICATE DOES NOT AMEND EXTEND OR
8820 Will Clayton Pkwy
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
Humble TX 77338
COMPANIES AFFORDING COVERAGE
Edward L Moore
COMPANY
A National American Insurance
Phone No 281-540-15 Fez No 2 1- 40-7419
INSURED
COMPANY
B
COMPANY
Dickerson Construction Company
Inc & Lewis Dickerson, Indiv
C
P 0 BOX 181
COMPANY
Celina Tx 75009
D
COVERAGES
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR
CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES UNITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
CO
LT0.
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE(MWDD/YY)
POLICY EXPIRATION
DATE(MWDD/VV)
LIMITS
GENERAL
LIABILITY
GENERAL AGGREGATE
$
PRODUCTS COMP/OPAGG
COMMERCIAL GENERAL LIABILITY
S
PERSONAL S ADV INJURY
CLAIMS MADE OCCUR
S
OWNERS& CONTRACTORS PROT
EACH OCCURRENCE
$ _
FIRE DAMAGE (Any one fire)
$
MED EXP (Any one person)
$
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
E11000,000
X
A
ANY AUTO
AU11764421
09/01/98
09/01/99
_
X
BODILY INJURY
ALLOWNEDAUTOS
X
SCHEDULED AUTOS
(Per Person)
BODILY INJURY
X
HIRED AUTOS
$
X
NON -OWNED AUTOS
(Per-eccIdaM)
-
PROPERTY DAMAGE
$
GARAGE LIABILITY
AUTOONLV EAACCIDENT
S
OTHER THAN AUTO ONLY
ANY AUTO
EACH ACCIDENT
S
AGGREGATE
$
EXCESS LIABILITY
EACH OCCURRENCE
$
AGGREGATE
UMBRELLA FORM
$
OTHER THAN UMBRELLA FORM
$
WORKERS COMPENSATION AND
WC BTATU OTH
TORV LIMITS Eft
EL EACH ACCIDENT
EMPLOYERS LIABILITY
S
EL DISEASE POLICY LIMIT
THE PROPRIETOR/ INCL
S
PARTNERS/EXECUTIVE
OFFICERS ARE EXCL
$
ELDISEASE EAEMPLOYEE
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
CITY OF DENTON ITS OFFICIALS, A?ENT3
EMPLOYEES AND VOLUNTEERS ARE
11
D CASING AND
CONDUITNUNIVERSITYEDRIVE WEST OF GEESLINQ
INSUTRANCETISNPRIMARY
CERTIFICATE HOLDER
CANCELLATION
DENTON1
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT
CITY OF DENTION
BUT FAILURE TO MAIL SUCH NOTICE WALL IMPOSE NO OBLIGATION OR LIABILITY
215 E McKinney
Denton TX 76201
OF ANY KIND UPON THE COMPANY ITS AGENTS OR REPRESENTATIVES
AUTHORRE P SENTA
Edwa
ACORD 25•S (1R5)
CORD CORPORATION 1 W8
IMP. < > b C
6 L osk rRYk:B.O,, . 3 x w.. v veHW o fRu
PRODUCER EMPLOYERS GENERAL INSURANCE GROUP INC
lea N Crockett, suite 60o
< <i u db
d e .. Ztn
�LRhs 4, << q rk ` DATE (MM/DDNY)
1✓w!q,R si i€ s S',iC' . r rtl. ' asj'>x r G1i 9/21/98
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
Sherman TX 75090
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
COMPANIES AFFORDING COVERAGE
COMPANY OLD REPUBLIC LIOYDS OF TEXAS
A
INSURED DICKERSON CONSTRUCTION COMPANY INC
COMPANY OLD REPUBLIC INSURANCE COMPANY
P 0 Box 181
B )
COMPANY
Celina TX 75009
C
COMPANY
D
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED
BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
CO
LTR
7ypE OF INSURANCE
POLICY NUMBER
POLICVEFFECTIVE
DATE(MM)DD/YY)
POLICYEXPIRATION
DATE(MM/DD/Y17
LIMITS
A
GENERAL
LIABILITY
GENERAL AGGREGATE
$ 2 000 000
X
PRODUCTS COMP/OPAGG
$ 000 000
COMMERCIAL GENEPAL LIABILITY
CLAIMS MADE F_x1 OCCUR
TCP 9469234+
3/05/98
3/05/99
$ 000 000
PERSONAL B ADV INJURY
X
EACH OCCURRENCE
OWNER S S CONTRACTOR S PROT
$ 1 000 000
FIRE DAMAGE (Any one fire)
_
$ 50 000
MED EXP(Any one person)
_
$ 5 000
AUTOMOBILE
LIABILITY
ANY AUTO
COMBINED SINGLE LIMIT
$
BODILY INJURY
(Per pamon)
$
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per eccIdent)
$
HIRED AUTOS
NON.OWNEDAUTOS
PROPERTY DAMAGE
$
CUIRASS LIABILITY
AUTOONLY EAACCIDENT
$
OTHER THAN AUTO ONLY
ANY AUTO
EACH ACCIDENT
$
AGGREGATE
$
EXCESS LIABILITY
EACH OCCURRENCE
$
AGGREGATE
$
UMBRELLA FORM
$
OTHER THAN UMBRELLA FORM
B
WORKERS COMPENSATION AND
% I STATUTORY UMITS
EMPLOYERS LIABILITY
WC 146352S
3/05/98
3/OS/99
EACH ACCIDENT
$ Soo 000
DISEASE POLICY LIMIT
$ Soo 000
THE PROPRIETOR/ INCL
PARTNERS/EXECUTIVE
DISEASE EACH EMPLOYEE
$ Soo 000
OFFICERSARE EXCL
OTHER
DESCRIPTION OF OPERATIONSA.00ATIONSNEHICLES/SPECIAL ITEMS
-POLICIES ENDORSED TO PROVIDE ADDITIONAL INSURED IN
FAVOR OF THE CERTIFICATE HOLDER IF THERE IS A WRITTEN CONTRACT
BETWEEN THE ABOVE INSURED & THE CERTIFICATE HOLDER REQUIRING THE ABOVE JOB BID# 2262 - CASING & CONDUIT
INSTALLATION LOOP 288, BID #2263 - CASING & CONDUIT
INSTALLATION UNIVERSITY DRIVE WEST OF GEESLING
fA/� �✓s d'
ay<p oc d c< (bS <a $
A �$ �( ln'! �))
o('EfR-0t «E\�iB.Nk���] J,BiY`Ri�S A.s S V�RLs
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
CITY OF DENTON
_ 3L DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT
215 E MCKINNEY
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
DENTON TX 76201
OF ANY KIND UPON THE COMPANY ITS AGENTS OR REPRESENTATIVE$.
AUTHORIZED REPRESENTATIVE 4N�i
aGAYYJEFFERIES)REGIONAL6 pER v
'� II'v <i"' d f'<Ydyd
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 ana
endorsements as prescribed and provided herein. If an apparent low bidder falls 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 completes
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:
u 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.
6 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
AAM0350
REVISED 10/12/94 Cl - 1
Insurance Requirements
Page 2
officials, agents, employees and volunteers; or, the contractor shall procure
a bond guaranteeing payment of losses and related investigations, cla r—
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 ana
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 throughoutthe
term of this contract and, without lapse, for a period of three years beyond
the contract expiration, such that occurrences arising during the contrac:
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 cf 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.
naaooaao
REVISM Ion=4 Cl - 2
Insurance Requirements
Page 3
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS:
All insurance policies proposed or obtained in satisfaction of this Contract shall
additionally comply with the following marked specifications, and shall be maintainer
In compliance with these additional specifications throughout the duration of the
Contract, or longer, If so noted:
[XI A. General Liability Insurance:
General Liability insurance with combined single limits of not less than
1,000,000 shall be provided and maintained by the contractor The policy
shall be written on an occurrence basis either in a single policy or in a
combination of underlying and umbrella or excess policies
If the Commercial General Liability form (ISO Form CG 0001 current
edition) is used:
• Coverage A shall Include premises, operations, products, and
completed operations, independent contractors, contractual liability
covering this contract and broad form property damage coverage
• Coverage B shall include personal injury.
• Coverage C, medical payments, is not required
If the Comprehensive General Liability form (ISO Form GL 0002 Current
Edition and ISO Form GL 0404) is used, it shall include at least.
• Bodily injury and Property Damage Liability for premises,
operations, products and completed operations, independent
contractors and property damage resulting from explosion, collapse
or underground (XCLI) exposures.
• Broad form contractual liability (preferably by endorsement)
covering this contract, personal injury liability and broad form
property damage liability.
AAA00860
PEVI9Eo 10112re4 Cl - 3
Insurance Requirements
Page 4
1XI Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability insurance with
Combined Single Limits (CSL) of not less than 1,000,000 either in a single
policy or in a combination of basic and umbrella or excess policies. The policy
will include bodily injury and property damage liability arising out of the
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:
0 any auto, or
• all owned, hired and non -owned autos.
1XI 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 8100,000 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 budding 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 I 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
W 0380
REVISED 10112194 Cl - 4
Insurance Requirements
Page 5
"occurrence" basis, and the policy shall be issued by the same insurer-=
company that carries the contractor's liability insurance. Policy limits will -e
at least combined bodily injury and property damage pe-
occurrence with a aggregate.
I 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 requires
I I Professional Liability Insurance
Professional liability Insurance with limits not less than per claim
with respect to negligent acts, errors or omissions in connection wrth
professional services Is required under this Agreement.
I I 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
II 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.
MU1oo390
Rtviem ioll2M4 Cl - 5
Insurance Requirements
Page 6
[X) Worker's Compensation
Governmental Entities
A. Definitions:
ATTACHMENT 1
Coverage for Building or Construction Projects for
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 an 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.
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.
MA00330
REVISED 1011=4 Cl - 6
Insurance Requirements
Page 7
C. The Contractor must provide a certificate of coverage to the governmen
entity prior to being awarded the contract.
D. If the coverage period shown on the contractor's current certificate or
coverage ends during the duration of the project, the contractor must, prlcr
to the and of the coverage period, file a new certificate of coverage wit"
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 during the
duration of the project.
F The contractor shall retain all required certificates of coverage for the
duration of the project and for one year thereafter
G. The contractor shall notify the governmental entity in writing by certified
mad or personal delivery, within 10 days after the contractor knew or
should have known, of any change that materially affects the provision of
coverage of any person providing services on the project.
H. The contractor shall Poston each project site a notice, in the text, form ana
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.
AAAM350
REVISm 10n=4 Cl . 7
Insurance Requirements
Page a
I. 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, whicn.
meets the statutory requirements of Texas Labor Code, Secticn
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
!b) a new certificate of coverage showing extension of coverage,
prior to the end of the coverage period, if the coverage period
shown on the current certificate of coverage ends during the
duration of the project;
(5) retain all required certificates of coverage on file for the duration of
the project and for one year thereafter;
(6) notify the governmental entity in writing by certified mail 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
AAA00350
REVISED 10/12/94 Cl - a
Insurance Requirements
Page 9
(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
Oil employees of the contractor who will provide services on the project will
be covered by workers' compensation coverage for the duration of the
Project, that the coverage will be based on proper reporting of classification
codes and payroll amounts, and that all coverage agreements will be filed
with the appropriate Insurance carrier or, in the case of a self -insured, with
the commission's Division of Self -Insurance Regulation. Providing false or
misleading information may subject the contractor to administrative
penalties, criminal penalties, civil penalties, or other civil actions.
K. The contractor's failure to comply with any of these provisions is a breach
of contract by the contractor which entitles the governmental entity to
declare the contract void if the contractor does not remedy the breach
within ten days after receipt of notice of breach from the governmental
entity.
AAA00350
NEVI8ED 10/12/94 Cl - 9
PO NO
BID TABULATION SHEET
UPnrilten
Item # I Quantity I I Total
C
1•
BORE & INSTALLATION-0 18" CASING-
& CONDUIT UNIV.DR WEST OF GEESLING 140' L.F
.F I S i9 .-
TOTAL BID PRICE IN WORDS 1ld S, K 4- 4o 16 i
In the event of the award of a contract to the undersigned, the undersigned will fttrnrsn a
performance bond and a payment bond for the full amount of the contract, to secure prc-,,%er
compliance with the terms and provisions of the contract, to insure and guarantee the work ur,--
final completion and acceptance, and to guarantee payment for all lawful claims for land:
performed and materials f nished in the fulfillment of the contract.
It is understood that the work proposed to be done shall be accepted, when fully completed ar.�
finished in accordance with the plans and specrficanons, to the satisfaction of the Engineer.
The undersigned c=ffes that the bid prices contained in this proposal have been carefu:l•,
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.
0(�
CONTRACTOR /
BY _ �Z_
P s /3) t i*_ i
Street Address
Ce 1, ,n 7
City and State
Seat & Authorization
(If a Corporation) _9 rZ —ff 2 1$
Telephone
B-1