Loading...
HomeMy WebLinkAbout1997-045ORDINANCE NO 7 7 c6 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of STATE law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications 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 1995 JESKE CONSTRUCTION $144,255 80 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 ION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein SECTION IV That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION-V That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the !" day of A'141 1997 J MILLER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY BY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY DATE FEBRUARY 18, 1997 TO Mayor and Members of the City Council FROM Ted Benavides, City Manager SUBJECT BID # 1995 - KERLEY STREET CULVERT IMPROVEMENTS RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, Jeske Construction, in the total amount of $144,255 80 SUMMARY: This bid is for all labor and materials necessary in the improvement and construction of the Kerley Street drainage culvert Bmkley & Barfield, Inc , Consulting Engineers, developed the specifications for the bid and agree that the price of the low bidder is acceptable Six bid proposals were received in response to fifty notices to bid mailed to prospective contractors PROGRAMS. DEPARTMENTS OR GROUPS AFFECTED- Drainage Department, Utilities and Citizens of Denton in the Kerly Street area FISCAL IMPACT. Budgeted funds for Drainage, account # 453-020-DRAN-9620-9108 Attachments Tabulation Sheet Memorandum from David Salmon dated January 27,1997 Respectfully submitted Ted Benavides City Manager Prepared by L Name Denise Harpool Title Senior Buyer Approved Name Tom D Shaw, C P M Title Purchasing Agent 829 AGENDA )� I ! a ( } 7 § ( ( . t§ s ; \k § § � ■8 �— z-- ^ )� ƒ 2 § § § \ § § §) � -- ------a - - - —� - e .. \ [ a ) ) § | § ) ■ ) 2 $ ' I § % e ; - \ ; t 10 § z § _ � CITY OF DENTON TEXAS CITY HALL WEST • 221 N ELM DENTON, TEXAS 76201 (817) 566-8200 DFW METRO 434 2529 MEMORANDUM DATE January 27, 1997 TO Tom Shaw, Purchasing Agent FROM David Salmon, Engineering Administrator SUBJECT Bid #1995, Kerley Street Culvert Bids were opened on the above mentioned project on January 16th, 1997 The low bidder was Jeske Construction with a bid of $144,255 80 The construction plans and bid documents for this project were prepared by Binkley and Barfield, Inc , Consulting Engineers Their construction estimate was $132,850 00 for a difference of $11,405 80 or 8 6% As the next two bidders were very close to the low bidder (DBR Construction at $144,906 96 and Renaissance at $146,792), we feel that the low bid is a realistic price Binkley and Barfield concurs with that conclusion as well We have checked references for Jeske Construction and found that they have completed similar work in Farmers Branch, Colleyville and Dallas with minimal change orders, timely completion and satisfactory results We recommend that the bid for Kerley Street Box Culvert be awarded to Jeske Construction and this item be forwarded to City Council at the earliest possible date Davi Salm n, P E AEE007FE 'Dedicated to Quality Service CONTRACT AGREEMENT STATE OF TEXAS $ COUNTY OF DENTON $ THIS AGREEMENT, made and entered into this 18 day of FEBRUARY A.D., 19 97 , 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 JESRE CONSTRUCTION P.O. BOX 59025 DALLAS, TEXAS 75229 of the City of DALLAS , County of DALLAS 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 # 1995 - XERLEY STREET CULVERT IMPROVEMENTS in the amount of S144.255.80 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 all of which are made a part hereof and collectively evidencb and constitute the entire contract. 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. 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. 10:g 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: 99z111lli4 City Attorney AAA0184D Rev. 04/05/96 CA - 3 CITY OF DENTON OWNER By- (SEAL) JESRE CONSTRUCTION CONTRACTOR P. 0 Box 59025 Dallas, Texas 75229 MAILING ADDRESS 972 620 2248 PHONE NUMBER 72 629 9852 FAX R � BY TITLE Steve Jeske, President PRINTED NAME (SEAL) PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That JESKE CONSTRUCTION CO- , of the City of DALLAS County of DALLAS , and State of TEXAS as PRINCIPAL, and Safeco Insurance Company of America 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 ONE HUNDRED FORTY FOUR THOUSAND TWO HUNDRED FIFTY FIVE and 80/100-------------- Dollars ($ 144,255.80 ) 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 18 day of FEBRUARY , 19 97, for the construction of BID # 1995-KERLEY STREET CULVERT IMPROVEMENTS 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 be 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 18th day of February 1997 . , Jeske Construction Co. Principal By Title Steve Je ke, President Address: P 0 Box 59025 Dallas. TX 75229 (SEAL) Safeco Insurance Company of America Surety Title Tr y Tucker, Attorney -in -Fact Address: P o Box 2285 Ft Worth, TX 76113 (SEAL) The name and address of the Resident Agent of Surety 1s: Tucker Agency, Inc. 206 E 8th St #210 Ft Worth, TX 76102 NOTE: Date of Bond must not be prior to date of Contract. AAA0184D Rev. 04/05/96 PB - 2 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That JESKE CONSTRUCTION CO of the City of DALLAS County of DALLAS , and the State of TEXAS as principal, and Safeco Insurance Company of America authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto CITY OF DENTON OWNER, in the penal sum of ONE HUNDRED FORTY FOUR THOUSAND TNO HUNDRED FIFTY FIVE and 80/ Dollars ($ 144,255.80 ) 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 in day of FERDTTARV 19 97 . BID # 1995 — KERLEY STREET CULVERT IMPROVEMENTS 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 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 - 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 18th day of February 19 97 . Jeske Construction Co. Principal By - Title Steve Je e, President Address: P 0 Box 59025 Dallas. TX 75229 (SEAL) Safeco Insurance Company of America Surety Title Tra y Tucker, Attorney -in -Fact Address: P 0 Box 2285 Ft Worth, TX 76113 (SEAL) The name and address of the Resident Agent of Surety is: Tucker Agency, Inc 206 E 8th St #210 Ft Worth, TX 76102 AAA0184D Rev. 04/05/96 PB — 4 MAINTENANCE BOND THE STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That TESKE ('oNSTUIIrmroN Co. as Principal, and Safeco Insurance Company of America a corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, a Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas, the sum of FOURTEEN THOUSAND FOUR HUNDRED TWENTY FIVE and 58/100 Dollars ($ 14,425.58 ), tan (10%) percent of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and assigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said JESKE CONSTRUCTION has this day entered into a written contract with the said City of Denton to build and construct BID # 1995 - KERLEY STREET CULVERT IMPROVEMENTS which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporated herein by reference and made a part hereof as though the same were written and set out in full herein, and; WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in MB - 1 accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each days failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said Jeske Construction Co as Contractor and Principal, has caused these presents to be executed by Steve Jeske, President and the said Safeco Insurance Company of America as surety, has caused these presents to be executed by its Attorney -in -Fact Tracy Tucker and the said Attorney -in -Fact has hereunto set his hand this 18th day of February , 19 97 SURETY: Safeco Insurance Company of America B . _ Tracy Tu ker, Attorney -in -Fact Attorney -in -Fact AAA0184D Rev. 04/05/96 MB - 2 PRINCIPAL: Jeske Cons ruc Steve Jes , President eMCI&POWER SAFECO INSURANCE COMPANY OF AMERICA HOME OF ATTORNEY SEATT E WASHINGTONP08185 No 9150 KNOW ALL BY THESE PRESENTS That SAFECO INSURANCE COMPANY OF AMERICA, a Washington corporation does hereby appoint NN■NNNDELBERT TUCKER, TRACY TUCKER, TOBIN TUCKER, W LAWRENCE BROWN, Fort Worth, TexaseNeeNNNN Its true and lawful attorney(s)-in-fact with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character Issued by the company in the course of Ns business and to bind SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as If such Instruments had been duly executed by Its regularly elected officers at Its home office IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents this 3rd day of �X Lt— rn n ON I( fl I W CERTIFICATE October Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA 1994 "Article V Section 13 - FIDELITY AND SURETY BONDS the President any Vice President the Secretary and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of simllar character Issued by the company In the course of its business On any, instrument making or evidencing such appointment the signatures may be affixed by facsimile On any, Instrument conferring such authority or on any bond or undertaking of the compare/ the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced provided however that the seal shall not be necessary to the validity of any such Instrument or undertaking" Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA adopted July 28, 1970 "On any certificate executed by the Secretary or an assistant secretary of the Company setting out (0 The provisions of Article V, Section 13 of the By -Laws and 00 A copy of the power -of -attorney appointment executed pursuant thereto and (m) Certifying that said power -of -attorney appointment Is In full force and effect the signature of the certifying officer may be by facsimile and the seal of the Company may be a facsimile thereof" 1 R A Pierson Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation and of a Power of Attorney Issued pursuant thereto are true and correct and that both the By -Laws the Resolution and the Power of Attorney are still In full force and effect IN WITNESS WHEREOF, I have hereunto set ny hand and affixed the facsimile seal of said corporation this 18th day of February 19 97 SEAL - w 9, a-1300/EP 1/e3 �l9Tf OF W�10 ®Registered trademark of SAFECO Corpora0on ASN\N TUCKER AGENCY, INC, Bonds and Insurance 206 E Eighth St , Suite 210 Fort Worth, Texas 76102 (817) 336-8520 ACORD7 hM�Rw`F« f 4�2Fr `r s�y�r 5 GATE (MM/DDV rM < ££hk• $� Yfi i 3 02/25/97 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE TUCKER AGENCY INC HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P O BOX 22e5 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW COMPANIES AFFORDING COVERAGE FORT WORTH TX 76113 COMPANY A VALLEY FORGE INSURANCE COMPANY (E17) 336-8520 INSURED JESKE CONSTRUCTION CO COMPANY B CONTINENTAL CASUALTY INS CO _ COMPANY `. TRANSCONTINENTAL INS CO P 0 BOX 59025 DALLAS TX 75229 COMPANY D TRANSPORTATION INSURANCE CO COVERAGEs>< c 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 VTR TYPE OF INSURANCE POLICY NUMBER POLICYEFFECTIVE DATE (MM/DD/YY) POLICYEXPIRATION DATE (MM/DDNY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE $ 2 000 000 PRODUCTS COMP/OP AGG $ 1 000 000 A X COMMERCIAL GENERAL LIABILITY 129625034 09/01/96 09/01/97 CLAIMS MADE 51OCCUR PERSONAL&ADV INJURY $ 1 000 000 EACH OCCURRENCE $ 1 000 000 OWNER S& CONTRACTORS PROT FIRE DAMAGE (Any one fire) $ 50 000 A X CG2503 PER PROJECT AGURE MED EXP (Any one pe(son) $ 5 000 B AUTOMOBILE LIABILITY ANY AUTO 129625020 09/01/96 09/01/97 COMBINED SINGLE LIMIT $ 1 000 000 % BODILY INJURY (Per Person) ALL OWNED AUTOS SCHEDULED AUTOS $ X BODILY INJURY (Per accident) $ B B HIRED AUTOS NON OWNED AUTOS X PROPERTY DAMAGE $ AGE LIABILITY AUTOONLY EAACCIDENT $ OTHER THAN AUTO ONLY ANY AUTO I EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ 2 000 000 AGGREGATE S 2 000 000 D X UMBRELLA FORM 12962504E 09/01/96 09/01/97 S OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND X TIC Y LIMA OTHH EMPLOYERS LIABILITY EL EACH ACCIDENT $ 500 00a ELDISEASE POUCVLIMIT C THE PROPRIETOR/ X INCL PARTNERS/EXECUTIVE 129625017 09/01/96 09/01/97 $ 500 000 — -- EL DISEASE EA EMPLOYEE OFFICERS ARE EXCL 1 $ 500 000 OTHER This insurance is primary to any other insurance available to the additional insured with respect to claims covered under the polic DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS RE BID 91995 KERLEY STREET CULVERT IMPROVEMENTS City of Denton, its officials, agents, employees and volunteers are Additional Insured excluding Workers Compensation Waiver of Subrogation in favor of City of Denton, its officials, agents, employees and volunteers on Workers Comp 0E RTINCATE HOLDP CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO MAIL CITY OF DENTON 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT 901B TEXAS STREET BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY DENTON TX 76201 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR EPRESENTATIVES AUTHORIZED REPRESENTATIVE ODIN TUCKER AOORD Z4 (1/00) w a` a F ii ' ; "<. v 3 q AOCRA CORPORATION 19as 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 fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract. Upon bid award, all insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract STANDARD PROVISIONS: Without limiting any of the other obligations or 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 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 AAA00350 REVISED 10l12/S4 Cl - 1 Insurance Requirements Page 2 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 Cl - 2 REVISED 10112/94 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 [Xi A General Liability Insurance: General Liability insurance with combined single limits of not less than s 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 (XCU) exposures Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability AAA00300 Cl _ 3 REVISED 10/12194 Insurance Requirements Page 4 [XI Automobile Liability Insurance, Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000 either in a single policy or in a combination of basic and umbrella or excess policies The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract Satisfaction of the above requirement shall be in the form of a policy endorsement for any auto, or all owned, hired and non -owned autos (XI Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation Insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406 096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensation Commission (TWCC) [ 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 AAA00360 Cl - 4 REVISED 10112/94 Insurance Requirements Page 5 contract Coverage shall be on an "occurrence" basis, and the policy shall be Issued by the same Insurance company that carries omb contractor'ed bodily injury ty insurance end property Policy limits will be at least 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 [ [ 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 Cl - 5 REVISED 10112/94 Insurance Requirements Page 6 ATTACHMENT1 [X) 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, 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 10/12/94 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 111 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 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 AAA00350 Cl - 7 REVISED 10112/94 Insurance Requirements Page 8 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 01 1(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; he end the eriod, a new (3) provide the contractor, prior to certificate i of coverage showingextension fof coverage, eifpthe 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 ing extension of coverage, ior (b) a new to the end 'of the coverage penod,,ficate of coverage Nif he coverage period shownon 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, AAA00360 Cl _ 8 REVISED 10/12194 Insurance Requirements Page 9 l (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 matenally 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 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 Cl - 9 REVISED 10/12194 BID SUMMARY TOTAL BID PRICE IN -*/¢4, 255, 80 0 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 clamis 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 ,�ES KE �aNSTQ.VcTio�V G � CONTRACTO BY `� Q C, P$ V . I YP 9 P 0. 3C% s17o2s Street Address f)a16s 7x 7S22 City and State Seal & Authorization (If a Corporation) Telephone F� WORK DAYS 60 BID NO 1995 PO NO BID TABULATION SHEET UANTTPY UNIT UNIT PRICE TOTAL rrEM I DESCIUMON 1 I Preparation of ROW 1 Ls $ 6 /00, 00 / I $ G,100 oa Umt Price m Words Six ThoutaMd One I,LL"eA Pollars 2 Remove & Replace Asphalt Pvmt 267 Sy $ p 0 / $ l,(c0 2 00 Umt Price in Words Six 0o f(n rs 3 Remove & Replace Conc Curb & Gutter 110 Lf $ lg" / $ 1/, 0,0 Umt Price m Words Er /t,/e ery Polar 4 Remove Existmg Culvert & Wingwalls 1 Ls $ / 98too, 00 $ ,✓,BOD Ov Umt Price m Words Fi e Tho us am d C h f ►lam dr° d 0011 a r s 5 1 Remove Conc Rip Rap 1 Ls 1 $ 90e,00 l $ 700 ,00, Umt Price in Words Nine 4"4" d Do /IA's 6 Remove & Replace Exist Fence 110 Lf $ / $ Umt Price in Words N, n e fee,. a 11 a r 7 Rock Excavation 50 Cy $ 5O D l $ V 50o a Umt Price m Words �� p 0 I #,,• 5 8 Cut & Plug Exist 8" San Sewer 2 Ea $ / 00 $ /,346,cd Umt Price m Words S,x i�w.c�recl �,,Q� ID011ces 9 1 4" PVC Under Dram 200 Lf p,SO/ $ lop ,08 Umt Price m Words r$ f li lla,Ks rt 6ds 10 6" PVC Water Mam 98 Lf $ 3-0, 00 l 114,906 0 Umt Price in Words D o 11 Lv s P - 3 WORK DAYS 60 BID NO 1995 PO NO BID TABULATION SHEET DE9CIUMON QUANTITY UNIT UNrr PRICE TOTAL rrm 11 18"RCP Storm Sewer 60 Lf $ 47,00/ $A,820c0 Umt Price m Words r 540.4 ,Do l f &y s 12 1 36" Steel Encasement Pipe 81 1 Lf $ 94,001 $ 10 804 ,od Umt Price m words D o d ff.y s 13 5' Drop Manhole 1 Ea $ f,Doo db $ 3)W 00 Umt Price m Words �� e t a d I( 14 10' Inlet 2 Ea $ 2200,60 $4,40060 Unit Price m Words W 7lt a u s o .• Cl "' , d :-6 it ,y s 15 32' Crownspan Precast Conc Culvert 46 Lf 1 $ / 1374.60 $ b3, 2o4,00 Umt Price m Words &yw J kvusa.wd -ri re a 4u-. 4ej avt gN po fi 16 1 CMU & CTB Wmgwall 4 1 Ea $ 2900,,v $10i 90006 Umt Price in Words j % {sous d , d .�wa* u K a�°� /%��a✓ s 17 1 6" Conc Rip Rap 198 1 Sy $ 46),Obl $�?,5et,od Umt Price m Words k4 Do I [ v s 18 Regrade & Reshape Channel 133 Lf $ l <f X / $ 2 527 60 Umt Price m Words Ni ed-W Q611a �s 19 Variable Depth Conc Sidewalk 384 Sf $4 70 / $ ¢ 8 Umt Price in Words Q ug Volign jm!I Gv 20 1 Type T-6 Traffic Rail 64 1 Lf $ 3 ,$0/ $ 2400 CO Umt Price m Words Thi✓ Do II" f �E' -1 s 21 25' Guardrail Turndown Section 4 Ea $ / 45o,00 $ 1,800,00 Umt Price m Words �6u� �,,,�d,,c,� �� (JaIIty 5 P-4 WORK DAYS 60 BID NO 1995 PO NO BID TABULATION SHEET ITEM DE9MEMON UANTITY i1NlT UNIT PRICE TOTAL 22 Erosion Control 1 Ls $ A 3041 $ 4 30 od Unit Price in Words s,x d o d71,1 Do Iles s 23 Seeding 120 Sy $ 400 / $ A40.66 Unit Price in Words D0 I tr 4 24 1 Trench Safety Design 1 Ls $ 660,00 / Is 600,0d Unit Price in Words Six 4" a d pe Iles s 25 1 Trench Safety 212 1 Lf $ 5.06 l $ /060,0 d Unit Price in Words 171ve Do 11a Y 5 26 Construction Sign 1 Ea $ 4-50.[0/ $ ¢50,o� Unit Price in Words 1po d, P d n6Qo) &Y5, 27 Contingencies, Warranties, & Understandings 1 Ls Is'50,00 $ D 3,55Do Umt Price in Words Three 1 kousa,.d (i ve U�a c 041 D lays P-5