Loading...
HomeMy WebLinkAbout1997-010ORDINANCE NO q 7 '01d AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated competitive bids for the purchase of necessary materials, equipment, supplies or services in accordance with the procedures of STATE law and City ordinances, and WHEREAS, the City Manager or a designated employee has reviewed and recommended that the herein described bids are the lowest responsible bids for the materials, equipment, supplies or services as shown in the 'Bid Proposals" submitted therefore, and WHEREAS, the City Council has provided in the City Budget for the appropriation of funds to be used for the purchase of the materials, equipment, supplies or services approved and accepted herein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the numbered items in the following numbered bids for materials, equipment, supplies, or services, shown in the 'Bid Proposals" attached hereto, are hereby accepted and approved as being the lowest responsible bids for such items ► V511.101 ►�. ►��: :e u/frC�]il�IfYl 1975 ALL DICKERSON CONSTRUCTION $ 59,200 00 SECTION II That by the acceptance and approval of the above numbered items of the submitted bids, the City accepts the offer of the persons submitting the bids for such items and \ agrees to purchase the materials, equipment, supplies or services in accordance with the terms, specifications, standards, quantities and for the specified sums contained in the Bid Invitations, Bid Proposals, and related documents SECTLOhI-III That should the City and persons submitting approved and accepted items and of the submitted bids wish to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the bids, the City Manager or his designated representative is hereby authorized to execute the written contract which shall be attached hereto, provided that the written contract is in accordance with the terms, conditions, specifications, standards, quantities and specified sums contained in the Bid Proposal and related documents herein approved and accepted 1 SECTION IV That by the acceptance and approval of the above numbered items of the submitted bids, the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved bids or pursuant to a written contract made pursuant thereto as authorized herein 4FCTION V That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this 1-t— day of - _, 1997 JAC MILLER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY BY % 0 QA� APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY BY SUPPLY ORD DATE JANUARY 7, 1997 reffWWOOM 0; TO Mayor and Members of the City Council FROM Ted Benavides, City Manager SUBJECT BID # 1975 - BORE CROSSING RECOMMENDATION: We recommend this bid be awarded to the only bidder, Dickerson Construction, in the total amount of $59,200 00 SUMMARY: This bid is for all labor and materials necessary in boring approximately 300' across I35E at James Wood A 20" casing will be installed and Polyethylene duct will be pulled through This will convert the existing overhead line to underground and improve the system reliability One bid proposal was received in response to sixty-five notices to bid mailed to prospective contractors PROGRAMS, DEPARTMENTSOR GRO PS AFFECTED Electric Distribution Department and the City of Denton citizens FISCAL_IMPACT: Budgeted funds for Electric Distribution for 1997 Attachments Tabulation Memorandum from Don McLaughlin Respectfully submitted Ted Benavides City Manager Prepared by Name Denise Harpool Title Senior Buyer Approved Name Tom D Shaw, C P M Title Purchasing Agent 813 AGENDA 3 1975 - --- -- BID NAME BORE CROSSING DICKERSON CONST OPEN DATE DECEMBER 12,1996 __VENDOR VENDOR # �QTY DESCRIPTIQN _VENDOR 1 1� BORE CROSSING I-35E & $59,200 00 JAMES WOODS, APP 300' ADDENDUM YES 4 (ii I 96 10 94 To Denise Harpool, Senior Buyer fi C i F�1 From Don McLaughlin, Senior Engineer Electric Engineering Date December 18, 1996 Subject Evaluation of Quotation on bid # 1975 The utility staff recommends awarding the bid to the low bidder Dickerson Construction Bid 1975 is for the following • 300 foot bore across I 35E at James Wood • Installation of two manholes provided by the City • Installation of Polyethylene Duct provided by the City The total cost of the bid is $59,200 ($197/foot) Sincerely,, Donald L McLaughlin copy Joe Cherri Ralph Klinke s CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON $ THIS AGREEMENT, made and entered into this 7 day of JANUARY ___ A.D., 19 97 , by and between CITY OF DENTON of the County of DEMON and state of Texas, acting through TED BENAVIDES thereunto duly authorized so to do, hereinafter termed "OWNER," and DICKERSON CONSTRUCTION P.O. BOX 181 CELINA TX 75009 of the City of raT.Tua , County of COLLTN 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 # 1975 — BORE CROSSING in the amount of $ 59,200.00 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 plans, which includes all maps, plats, CA - 1 blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF DENTON ENGINEERING STAFF i all of which are made a part hereof and collectively evidence and constitute the entire contract. ce•_ =g 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. 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. 144 �- _ :•. ,_ 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 FORM: k- City-Attorney ARA01840 Rev. 04/05/96 CA - 3 CITY OF DENTON OWNER Hy_, (SEAL) DICKERSON CONSTRUCTION CONTRACTOR PO 3n' ibi Cel,ra -1-e♦ lSoo9 MAILING ADDRESS 91z- 387. ztJ-3 PHONE NUMBER 9-u- 30,- xo43 FAX NUMB / p BY - TITLE zew�s ckta)+.✓ PRINTED NAME (SEAL) I M P O R T A N T N 0 T I C E TO OBTAIN INFORMATION OR MAKE A COMPLAINT; YOU MAY CONTACT THE TEXAS DEPARTMENT OF INSURANCE TO OBTAIN INFORMATION ON COMPANIES; COVERAGES, RIGHTS OR COMPLAINTS AT: 1-800-252-3439 YOU MAY WRITE THE TEXAS DEPARTMENT OF INSURANCE: P.0 BOX 149104 AUSTIN, TEXAS 78714-9104 FAX # (512) 475-1771 PREMIUM OR CLAIM DISPUTES. SHOULD YOU HAVE A DISPUTE CONCERNING YOUR PREMIUM OR ABOUT A CLAIM YOU SHOULD CONTACT THE AGENT OR COMPANY FIRST. IF THE DISPUTE IS NOT RESOLVED, YOU MAY CONTACT THE TEXAS DEPARTMENT OF INSURANCE. ATTACH THIS NOTICE TO YOUR POLICY. THIS NOTICE IS FOR INFORMATION ONLY AND DOES NOT BECOME A PART OR CONDITION OF THE ATTACHED DOCUMENT. PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § Bond i201445 KNOW ALL MEN BY THESE PRESENTS: That DICKERSON CONSTRUCTION COMPANY, INC. , of the City Of CELINA County of LbLLIN , and State of Tx as PRINCIPAL, and HARTFORD CASUALTY INSURANCE COMPANY , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CITY OF DENTON as OWNER, in the penal sum of FIFTY NINE THOUSAND Two HUNDRED and no/100 Dollars ($ 59,200.00 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 7 day of JANUARY 19_ 7, for the construction of BID # 1975 - BORE CROSSING which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PB - 1 PROVIDED FURTHER, that if any legal action bg filled upon this bond, venue shall lie in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 16TH day of JANUARY , 19 97 DICKERSON CONSTRUCTION COMPANY, INC. Principal By .4& Title /"( Address: P. 0. BOX 181 CELINA, TX 75009 (SEAL) HARTFORD CASUALTY INSURANCE COMPANY Surety 6�/ A-Z4- EDWARD L. MOORE Title ATTORNEY -IN -FACT Address: P 0. BOX 4611 HOUSTON, TX 77210-4611 (SEAL) The name and address of the Resident Agent of Surety is: E SEY 6 ASSOCIATES SURETY/INSURANCE 8820 WILL CLAYTON PARKWAY, SUITE F HUMBLE, TX 77338 NOTE: Date of Bond must not be prior to date of Contract. ARA0184D Rev. 04/05/96 PB - 2 PAYMENT BOND STATE OF TEXAS $ COUNTY OF DENTON $ BOND #201445 KNOW ALL MEN BY THESE PRESENTS: That DICKERSON CONSTRUCTION COMPANY, INC. of the City of CELINA County of MT.LIN , and the State of TX as principal, and HARTFORD CASUALTY INSURANCE COMPANY authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto mom MW nF naNmnN , OWNER, in the penal sum of FIFTY NINE THOUSAND TWO HUNDRED and no/100-- Dollars ($ 59,200.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 7 day of JANUARY 19 97 . BID b 1975 - BORE CROSSING to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and affect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PB - 3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms Of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 16TH day of JANUARY 19 97 DICKERSON CONSTRUCTION COMPANY, INC Principal By Zmolwzz Title Av Address: P. 0. BOX 181 CELINA, TX 75009 (SEAL) HARTFORD CASUALTY INSURANCE COMPANY Surety Title ATTORNEY -IN -FACT Address: P. 0 BOX 4611 HOUSTON, TX 77210-4611 (SEAL) The name and address of the Resident Agent of Surety is: ELSEY A ASSOCIATES SURETY/INSURANCE 8820 WILL CLAYTON PARKWAY. SUITE F HUMBLE, TX 77338 AAAO184D Rev. 04/05/96 PB - 4 HARTFORD CASUALTY INSURANCE COMPANY EXECUTIVE OFFICE Hartford, Connecticut POWER OF ATTORNEY Know all men by these Presents, That the HARTFORD CASUALTY INSURANCE COMPANY a corporation duly organized under the laws of the State of Indiana and having its Executive Office in the City of Hartford County of Hartford State of Connecticut does hereby make constitute and appoint BRUCEC DeHART, EDWARD L. MOORE, REGEVAM CAR7ER, ROS4LYND HASSELL and DAVIDR GROPPELL of HUMBLE, TEXAS Its two and lawful Attomey(s) In Fact with full power and authority to each of said Attorney(s) In -Fact in their separate capacity if more then one,is named above to sign execute and acknowledge any and all bonds and undertakings and other writings obligatory in the nature thereof on behalf of the Company In Its business of guaranteeing the fidelity of persons holding pleas of public or private trust guaranteeing the performance of contracts other than Insurance policies guaranteeing the performance of Insurance commons where surety bonds are accepted by states and municipalities and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law allowed and to bind THE HARTFORD CASUALTY INSURANCE COMPANY thereby as fully and to the same extent as If such bonds and undertakings and other writings obligatory In the nature thereof were signed by an Executive Officer of the HARTFORD CASUALTY INSURANCE COMPANY and sealed and attested by one other of such Officers and hereby ratifies and confirms all that its said Attomey(s) in Fact may do in pursuance hereof This power of attorney is granted under and by authority of the following Resolubons adopted by the Board of Directors of the HARTFORD CASUALTY INSURANCE COMPANY at a meeting duly called and held on the 15th day of June 1988 RESOLVED that the Presklerd or any VIwPresldent acting wb any Secretary or Assistant Secretary shall have power and authority to appoint for purposes only of executing and attesting bonds and undertakings and other writings obligatory In the nature thereof one or more Resident VlcaPrealdents Resident Assistant Secretaries and AttomeyPln fact and at any time to remove any such Resident VIa�Presktent Resident Assistant Secretary orAttom ry-In Fact, and woke the paver and authority given to him AttomeysalnFact shall have power and authority subject to the terms and limitations of the power of attorney Issued to them to exeade and deliver on behalf of the Company and to attach the seal of the Company thereto any and all bonds and undertakings and other writings obligatory In the nature thereof and any such instrument executed by any such Attorney in Fact shall be as binding upon the Company as x signed by an Executive Officer and sealed and attested by as other of such OMars RESOLVED that whereas the President or any VkaPmmdant acting with any Secretary or Assistant Secretary has the power and authority to appoint by a power of attorney for purposes only of executing and attesting bonds and undertakings and other writings obligatory In the nature thereof one or mom Rsledent Via-Prssldents Assistant Secretaries and Attorneys In -Fact Now therefore the signatures of such Omars and the seal of the Company may be aeaed to any such power of attorney or to any certificate relwng thereto by faalmile and any such power of attorney or artMlate boards such hom mile signatures or faaimre seal shall be valid and binding upon the Company and any won power so executed and artified by faalmile signatures and faalmile seal shall be valid and binding upon the Company In the future with mpect to any and or undertaking to which it Is attached In witness whereof the HARTFORD CASUALTY INSURANCE COMPANY has caused these presents to be signed by its Vice - President and Its corporate seal to be hereto affixed, duly attested by its Secretary this list day of May 1995 Attend: HARTFORD CASUALTY INSURANCE COMPANY SWMWY STATE OF CONNECTICUT .,,„ .. Paul L Marabella COUNTY OF HARTFORD I VksPisaident On this 1 at day of May A D 1995 before me personally come Paul L Mambells to me known who being by me duly sworn did depose and say that he resides In the County of Hartford State of Connecticut that he is the Vice -President of the HARTFORD CASUALTY 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 so affixed by order of the Board of Directors of saitl corporation and that he signed his name thereto by like order STATE OF CONNECTICUT + aorMY COUNTY OF HARTFORD ss s adeYc Notary AMMO kty Commission Excess Jua the is" CERTIFICATE I, the undersigned Secretary of the HARTFORD CASUALTY INSURANCE COMPANY an Indiana Corporation DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full fora and has not been revoked and furthermore that the Resolutions of the Board of Directors set forth in fhe Power of Attorney are now in fora Signed and sealed at the City of Hertford Dated the 16TH {7IN ^q day ofJANUARY 107 L !� Robed L Pop Screw Form SM79 (HC) Filmed In U SA 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 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 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. • 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 n • 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 AAA00350 REVISED 10/12194 Cl - Insurance Requirements Page 2 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(3O) 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. • 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. AAA00350 REVISED 10112194 CI - 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 maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: (xj A. General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000,00o.0oshall beprovided and maintained bythe 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. e Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractuaLliabdity covering this contract and broad form property damage coverage e Coverage B shall include personal injury e 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' e 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 e Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. AAA00350 Cl - 3 REVISED 10112re4 Insurance Requirements Page 4 Ixl Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000.00 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. [xl 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 4100,000 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 M6.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Worker's Compensation Commission (TWCC). I 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 AAA00350 CI - 4 REVISED 10112re4 Insurance Requirements Page 5 "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 [ I 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. [ 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 [ I 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 AAA00350 CI - 5 REV0 M 10/12/94 Insurance, Requirements Page 6 ATTACHMENT 1 Ud 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 W6.096) - 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 AAA00350 Cl - 6 REVISED 10/12/04 Insurance Requirements Page 7 C The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, 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 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 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 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 AAA00350 REVISED 101121S4 Cl - 7 Insurance Requirements Page 8 1. 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, anew 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 nnnoo350 REVISED 10/12/04 Cl - 8 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 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. 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. MA00350 CI - 9 REVISED 10/12/91 SID NUMBER 1975 BID PROPOSALS City of Denton, Texas 9010 Texas St Purchasina Dooartment Denton. Texas 76201 Page 2 of 2 ITEM DESCRIPTION OUAN PRICE AMOUNT 1 BORE CROSSING AT I-35E & JAMES WOODS: TxDOT RIGHT � $ 59.�oe a OF WAY, APPROXIMATELY 300 FT. 20" MINIMUN CASING INSTALL 3 - 6" POLYETHELENE DUCT 3 - 4" POLYETHELENE DUCT 3 - 2 1/2" POLYETHELENE DUCT 2 - MANHOLES TOTALS We quote the above f o b dellvered to Denton, Texas Shipment can be made In Ga days from receipt of order Terms net130 unless otherwise Indicated In submitting the above bid, the vendor agrees that acceptance of any or all bid Items by the City of Denton, Texas within a reasonable period of time constltues a contract The completed Bid Proposal must be properly priced, signed and returned Pst Melling Address eat aw -ieN -ISgpS City stale Zip 4 -12 - 3 8-- z t z. 3 In (Mr I'ame—el, r q�� Signature T01, Certificate of Insurance IIlIS(IRIII CAII 1514tiUIDASAMAIIIROI INIORMA110N UNIY AND(ONH RSNO Ii IIISI IOAYOL I111 (I RIIII(A11 IRHUIIt IIIS(IILIIH(All iSNOI ANINSLRAA(IIOIKYANDDOrS NOT AMIND I X IT ND OR AI If RTl if(OVI RAC 1 AT 10ItDI DM 111110I K 11S ISIIDHI ObA This is to Certify that — �KERSON INC LIBERTY CONSTRUCTION COMPANY, Name and DICKERSON EQUIPMENT COMPANY CELINA READY MIX, INC ,— address of MUTUAL® 1309 NORTH LOUISIANA Insured CELINA TX 75009 Is at the sue date of this certificate, Insured by the Company under the policy(es) listed below The Insurance afforded by the listed pohcy(les) Is subject to all their be terms exclusions and conditions and is not altered by any requirement, term or condition of any contract or other document with respect to which this certificate may - issued _ EXP DATE — . ElCONTINUOUS OF POLICY El POLICY NUMBER LIMIT OF LIABILITY IN POLICY TERM — -- — WORKERS 3/5/97 WC7-191-409705077 COVERAGE AFFORDED UNDER WC I EMPLOYERS LIABILITY LAW OF THE FOLLOWING STATES COMPENSATION Ei Inlury By Accident TEXAS $100,000 Accident GENERAL 2/20/97 YY1-191 409705 017 LIABILITY 0 OCCURRENCE ❑ CLAIMS MADE RETRO DATE AUTOMOBILE 9/1/97 AS2 191-409705 036 LIABILITY [X OWNED [� NON OWNED ❑X HIRED OTHER 9/1/97 MS2 191 409705 066 CONTRACTORS EQUIPMENT ADDITIONAL COMMENTS BID# 1975 BORE CROSSING Bodily Injury By Disease $500,000 Policy Limit $100 000 $2,000 000 $2,000,000 Bodily Inlury and Property Damage Liability Per $1,000,000 Occurrence Personal and Advertising Injury Per Person/ $1,000,000 Organization $1,000,000 Each Accident Single Limit B I and P D Combined Each Person Each Accident or Occurrence Each Accident or Occurrence HIRED EQUIPMENT ENDORSEMENT PER PIECE$300,000 CITY OF DENTON, ITS OFFICIALS, AGENI S, EMPLOYEES AND VOLUNTEERS ARE LISTED AS ADDITIONAL INSUREDS AS RESPECTS TO GENERAL AND AUTO LIABILITY, WITH A WAIVER OF SUBROGATION ON WORKERS COMPENSATION It the ceniflcale expiration date Is continuous or extended term you will be notified It coverage is terminated or reduced before the certificate expiration date SPECIAL NOTICE-OHIO ANY PERSON WHO WITH INTENT TO DEFRAUD OR KNOWING THAT HE IS FACILITATING A FRAUD AGAINST AN INSURER SUBMITS AN APPLICATION OR FILES A CLAIM CONTAINING A FALSE OR DECEPTIVE STATEMENT IS GUILTY OF INSURANCE FRAUD NOTICE OF CANCELLATION NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW)BEFORE Liberty Mutual Group THE STATED LXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNTIL AT LEAST 30 DAYS o A NOTICE OF SUCH CANCELLATION HAS BEEN MAILED TO CITY OF DENTON c�RTlFlcare ATTN TED BENAVIDES CHERI LYNN K EHN HOLDER AUTHORIZED REPRESENTATIVE IRVING, TX BB (972) 550 7899 1/10/97 _I OFFICE PHONE NUMBER DATE ISSUED I h1. ccrti0cik n cxru,l(d by 11131 R I Y MU1UAI ( ROUP n a�Pub arch mwnncc i+iY iffoidrd F, I Ii ( I FLORIDA IMPORTANT NOTICE TO POLICYHOLDERS AND CERTIFICATE HOLDERS In the event you have any questions or need information about this certificate for any reason, please contact your local Sales Producer, whose name and telephone number appears on the front lower right hand corner of this certificate The appropriate local Sales Office mailing address may also be obtained by calling this number