Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
1997-111
ORDINANCE NO ? �'__// / 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 2009 SABER DEVELOPMENT CORPORATION $122,865 62 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 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 _,1997 MC MILLER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY BY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY DATE APRIL 15, 1997 TO Mayor and Members of the City Council FROM Kathy DuBose, Executive Director of Finance SUBJECT BID # 2009 - LAURELWOOD 8" WATERLINE RECOMMENDATION: We recommend this bid be awarded to the low bidder, Saber Development Corp, in the total amount of $122,865 62 SUMMARY: This bid is for all labor and materials necessary in the replacement of 2,305 linear feet of 8" waterline on Laurelwood from Kayewood to Highway 380, and, 408 linear feet of 6" waterline on Redwood from Laurelwood to Greenwood These waterlines have had numerous breaks and have required high maintenance since 1988 This project is expected to be completed in 30 days Water Engineering found several mathematical errors upon review of Sabers bid as shown on the corrected total of the tabulation sheet Notices to bid were mailed to 70 prospective contractors Bid proposals were received from 6 of those PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED_ Water & Sewer Field Service, Water Utility, Water Utility Customers, Citizens in the area FISCAL IMPACT. Funds for this project are from Capital Improvement Revenue Account #620- 081-0461-R601-9114 Attachments Tabulation Sheet Location Map PUB Minutes Recommending Approval Prepared by Name Denise Harpool Title Senior Buyer Approved Name Tom D Shaw, C P M Title Purchasing Agent 858 AGENDA Respectfully submitted �G Kathy DuB 6 se Executive Director of Finance 3 BID 8 2009 - 1 BID NAME LAURELWOOD 8" WATERLINE SABER HENDERSON DEVELOPMENT CONST OPEN DATF 2 18 97 CORP t__ q __ QTY 1 - OESCRSRTION ..._-... VENDOR _ VENDOR TOTAL BID AWARD $122,73608 $137,99, __L JAGOE CIRCLE C PUBLIC CONST _ VENDOR_1 VENDOR $134 224 00 $123,606 75 YES YES YES YES CORRECTED TO $122,865 62 4 DBR MID STATE CONST UTILITIES VENDOR VENDOR $161,77300 $198,50700 YES YES I _j- LOCATION MAP QUAIL TRACE ATTEN p�R � CAMBRIOCE LN CAI � �I � oxvono LN INDSOR u u QRIVE 7 y} VICTORIA BROKEN IN HILL a P 6 CHUCCHILLeO HEATHER ARROW C SCRIR cr cy 0 Z o AK PONO w WALIAMSOM ROW LAURELWOOE:) WATELINES ox g❑ 4 S I SEMIN OLE I J OAKSH AUDRA or %j TERRY CT g 3 0 BEVERLY OR WAYNE ANYSA LN ��� s `"T EXHIBIT i FROM DENTON UTIL RDMI FAX NO 1 8175668120 04-03-97 10155R P 01 CITY OF DENTON PUBLIC UTILITIES BOARD MEETING March 19, 1997 CONSIDER APPROVAL OF BID NO 2009 IN THE, AMOUN f OF $122,865 62 FOR CONSTRUCTION OF THE LAURPLWOO1) 8" WATERLINE Ms Jordan presented this item saying staff recommends award of the contract to Saber Development Corporation in the amount of $122,865 62 for the Laurelwood waterline project consisting of portions of Redwood and Kaycwood streets The bid does not includc asphalt patching and this work will be performed by the Engineering and transportation Department at $2 00 per square foot of patch Mr Giese made a motion to approve this Item Mr 7 hompson seconded the item, All ayes, no nays, motion approved CONTRACT AGREEMENT STATE OF TEXAS S COUNTY OF DENTON S THIS AGREEMENT, made and entered into this 15 day of APRIL 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 SABER DEVELOPMENT CORPORATION 3230 E. CARPENTER FWY. TX 75062 of the City of IRVING , 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 # 2009 - LAURELWOOD 8" WATERLINE in the amount of $122,865.62 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in CA - 1 blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF DENTON ENGINEERING DEPARTMENT all of which are made a part hereof and collectively evidence and constitute the entire contract. fi•-.-Pii 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. 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 tiro, 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 ha•a executed this agreement in the year and day first above written ATTEST: CITY OF DENTON OWNER �L_ (SEAL) ATTES SABER DEVELO CONTRACTOR MAILING A4DRESS ?'� -y3fI- PHONE NUMBER FAX NUMBER BY APPROVED AS TO FORM: (SEAL) City Attorney AAA0184D Rev 07/28/94 CA — 3 NAME PERFORMANCE BOND STATE OF TEXAS $ BOND NO. BCN 1045218 COUNTY OF DENTON S KNOW ALL MEN BY THESE PRESENTS: That SABER DEVELOPMENT CORPORATION , of the City of IRVING County of DALLAS , and State of TEXAS as PRINCIPAL, and SABER DEVELOPMENT CORPORATION , 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 THE CITY OF DENTON as OWNER, in the penal sum of ONE HUNDRED TWENTY TWO THOUSAND EIGHT urnsnRRn STXTV FTVE and 62/100----- Dollars ($ 122,865.62 ) 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 15 day of APRIL 19 97 , for the construction of BID # 2009 - LAURELWOOD 8^ WATERLINE 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 t':-s 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 signea and sealed this instrument this 23RD day of APRIL 19 97 SABER DEVELOPMENT CORPORATION Principal By Title �Ls Address: P 0 BOX 540186 DALLAS, TEXAS 75354-0186 (SEAL) BITUMINOUS CASUALTY CORPORATION Surety REBECCA S THACKER T le ATTORNEY -IN -FACT Address: 9400 N CENTRAL EXPWY , STE 155C DALLAS, TEXAS 75231 214)691-5721 (SEAL) The name and address of the Resident Agent of Surety is: SOUTHWEST ASSURANCE GROUP, INC 9400 N CENTRAL EXPWY , STE 1550, DALLAS, TEXAS 75231 NOTE: Date of Bond must not be prior to date of Contract. AAA0184D Rev 07/28/94 PB - 2 PAYMENTBOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That SABER DEVELOPMENT CORPORATION of the City of IRVING County of DALLAS , and the State of TEXAS as principal, and SABER DEVELOPMENT CORPORATION 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 , OWNER, in the penal sum of SIXTY FIVE and 6 100---- ONE HUNDRRD TWENTY TWO THODca b HUNDRED Dollars ( 122.865.62 ) 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 15 day of APRIL 19 97 BID # 2009 - LAURELwooD 8^ WATERLINE 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 21RD day of LRRTT. 19 97 SABER DEVELOPMENT CORPORATION Principal By � Title ,%-tS Address: P.o. Box 540186 (SEAL) BITUMINOUS CASUALTY CORPORATION Surety REBECCA TfiACKER l tle ATTORNEY -IN -FACT Address: 940o N. CENTRAT, P.xPWY.. STE 1550 (SEAL) The name and address of the Resident Agent of Surety 1s: SOUTHWEST ASSURANCE GROUP INC 9400 N CENTRAL EXPWY , SUITE 1550, DALLAS, TEXAS 75231 AAA0184D Rev 07/28/94 PB - 4 ]LL THE STATE OF TEXAS § COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That SABER DEVELOPMENT CORPORATION as Principal, and BITUMINOUS CASUALTY CORPORATION 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 THELVE THOUSAND TWO HUNDRED EIGHTY SIX and 56/100----- Dollars ($ 12.2a6,s6 ), ten (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 SABER DEVELOPMENT CORPORATION has this day entered into a written contract with the said City of Denton to build and construct BID # 2009 - LAURELWOOD 8" wATERLINE which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are Piled 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 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 dayfs 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 SABER DEVELOPMENT CORPORATION as Contractor and Principal, has caused these presents to be executed by and the said RITUMiNOUS CASUALTY CORPORATION as surety, has caused these presents to be executed by its Attorney -in -Fact REBECCA S. TRACVRR and the said Attorney -in -Fact has hereunto set his hand this 23RD day of APRIL , 19 97 SURETY: CASUALTY CORPORATION AAA0184D Rev 07/28/94 PRINCIPAL. SABER DEVELOPMENT CORPORATION k A -MgM - MC--PAEk To _ M1ZiU i 1 Lt i3t O�tR�l f1 ? -e �t1 i _s Mwk �nstlfa a ss eratronf =_��H=���3i_y-�3���i6A�14 9tF•['�_�_LfJ�_'i��b .- �1#des_+yy�1P.�`o-l.+trAF}3==�F-�YnzI�'��1■_`�PPr �T�I"€�=U5��4� =_ _ _ ___ jia end kAvNt - s� !�aff+lT _ ic€fiOFit Pad �Isalf aj'tile, a tfi -=�f#�./�H�IIy%einllsY'-_-_'_�_ e_�'= y"- _---==3R=_•'- �a� _ _--= �_ ,_ #_- t_-`-__-__-_=G� '�-1-= __-_��-_,�._i= __ - -fit SIT_ l t i`= _ _ �tlaer s anfar f Ibbi a mEl A d _ ti_ _ y{g Ands n I-zQV�'Fttl§p�PFoh meet "aW — =- __ __=ad thot,'�,f drtcsxr m�ia,sptemb�r s=7rs*aover rn�te� tsrd md- - 1 facafmLe= tau t r i 4 3 fro 6 t stQp Q t B Aaa� t �tr A_ _ PITUM AWAI'fY = - ==-ryarstc'h�r9r�t#a_Bttfzrzecrdfkastute�irsc8 =- s tint oifra a�-_kA_#t�rirxteem_ a p�ni P_�veeeaAttflkrre ioneae�it9dy,�_attttaatt1 rrte��t - = _ '�" =?�l$17I49flC��t]I ;3�EQDS3i:� Y51=�fr�A�1$Ih9` thii�Hl{iYifdEiDIl 'fiAmao�S�td@ft8k[I�fi�C W __ - R- _�ns�ssuei�s�C -- �I3�off>s�pri- _ f�u6�-�arlfc�sposi�' b_eedsta�e -detloiency b-mafst=ecoIvs9e 9uwa-ft _ = _ guagef, Tuft _ apt-anck ets �msffi j ncl 7 8 atdaE rar y okaaAk f' s t f6t©Qq tTek+� uslp n36i -I = =3 = rAnystlht _ 1='-Ff-0wa1'AykatyaxoijrkEitorvretsaibgtr1 ne�t�x�ee=i- _fivmiHtanrGara_1��TBtu�fitdesson, peuf_€y#dartd6tindafQeirarsYsErrtor d_+7a�ba1'��Qt�ra�3j?�'�_- r, i---- r, r---=- ___ E tll fF} rf�!_ a e�iel yvt 1 �el,�t - pr} fe�f b�IkUWAY pf oaeroFA nreyor _ _==getffi�o�tlbitlte �_ �CnauTef A�ki(�gni#s1Hacbrsgrst�i6ilgatTgof9lp�rdii�i�rnafont = - -=== 30 PTN983p �IT e#Jlv�lI�}t� _�QfigbYftpivopaf� S�t tQ�i� -+ 6a€f tHse P�assn��i3s� ed ifF�r an_ B - - � tut - I' €iiFY4 R/4 7_ �NO _ -_- - JAMF _•...e.-= =F_C�ril@I�C7PB�—_ -_ _ - _ = tirar{� d tldE _ „- Ii4mc � lm(fF=wiju e*dad trl a 91 #1 ChJ£f ttAtiY Cbf�P H fisrt®xecuted thy- _ dw ribs ;; ena ng me 1"rrt,;p savirifty deptss®�mdtagy, t --=�a{,sard corp - r tisigaatii _ _were ie�fsubscntaFsa'i l_sslrarnent7ty 3auEiiaritnf the - 1zl oTtiiIreatnrsgef_ P - _ p -rF ar''- 1=�-_`_-A__� lop bxp"s ; +hr,r— F{ 1,3hwunde_ gl � pp the' t J. it ,( A TRJ00('�t��� id,=ar�,jNl. els3 c tnsura�ca t:orPt ai C I�Ti ' that - _ .e�tn na.alfai> i'-%�f ttdrtse s f .#or 5lar d hey"na'r_l n-rov_oker �n f. mraxs, that than tesaut ,jarf the �1y.vIC= AlOw sr1' = p �'p „��y •^�' sc = -=- }t --its_ _T , CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine In advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein If an apparent low bidder fads to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract Upon bid award, all insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any Insurance requirements at any time, however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted • 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 AAA00350 REVISED 10112/04 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, 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 10/12/94 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 [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 (XCU) exposures • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability AAA00350 REVISED 10112/94 CI - 3 Insurance Requirements Page 4 [XI 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 • 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) [ 1 Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as Insured for property damage and bodily Injury which may arise In the prosecution of the work or contractor's operations under this contract Coverage shall be on an AAA00350 REVISED 10/12194 C1 - 4 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 [ 1 Fire Damage Legal Liability Insurance Coverage Is required if Broad form General Liability Is not provided or Is unavailable to the contractor or if a contractor leases or rents a portion of a City building Limits of not less than each occurrence are required [ 1 Professional Liability Insurance Professional liability Insurance with limits not less than per claim with respect to negligent acts, errors or omissions In connection with professional services is required under this Agreement [ 1 Builders' Risk Insurance Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be provided Such policy shall Include as "Named Insured" the City of Denton and all subcontractors as their Interests may appear [ 1 Additional Insurance Other insurance may be required on an Individual basis for extra hazardous contracts and specific service agreements If such additional Insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications AAA00350 REVISED 10/12/94 Cl - 5 Insurance Requirements Page 6 ATTACHMENT [Xl Worker's Compensation Coverage for Building or Construction Projects for Governmental Entitles 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 entitles 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 portabld 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 01 1(44) for all employees of the contractor providing services on the project, for the duration of the project AAA00350 REVISED 10/12/94 Cl - 6 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 10/12/94 Cl - 7 Insurance Requirements Page 8 The contractor shall contractually require each person with whom it contracts to provide services on a project, to (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all of its employees providing services on the project, for the duration of the project, (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project, (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project, (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 10112194 C'l - 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 AAA00350 REVISED 10/12/94 CI - 9 WORK DAYS 30 _ BID NO 2009 PO NO BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 1 21 Contractors Warranties and Understandings I LS I $18 T-0 Is/es-7 Unit Price in Words p/�%rzo ova v� vn ),W 2 12-A 6" Waterline 426 1 LF $.11�%LF Unit Price in Words �F;(,/ "o 2 12-B 8" Waterline 2,305 LF $ add /LF $Lv Sag Unit Price in Words 2 12 8 Ductile Iron Fittings 875 LB $ �3 /LB S Unit Price in Words 71 n l 2 13 1 6" Gate Valve 2 EA $ 3 S-0 / A $ %CIO Umt Price in Words Tjij t, �j cn�Y � 1r,4 2 13 2 8" Gate Valve 1 EA $ Unit Price in Words 1,U A Vvc- / f � 2 14 Fire Hydrant 5 EA /So 0� 13A $ ,SO 0 Unit Price in Words C C ✓1v,� 2 16-A Water Service (Public) 32 EA a $ �9 O�/EA $ 9oZ80�" Unit Price in Words 7 2 16-B Water Service 1 1/2" 1 EA iEA $�.3,0 Unit Price in Words �$3So- '�ir� /ivrrti"r, T5/e 2 16-C Water -Service 2" 2 $ t/SO�/EA $ G Unit Price in Words dEA 3 1 Preparation of Right -of -Way — LS $` SO o�/LS $SOU Unit Price in Words 3 12 Temporary Erosion Control — LS $ Z/ o �{LS $ Z10 0 Unit Price in Words P - 3 WORK DAYS 30 BID NO 2009 PO NO BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 3-A Remove Concrete Pavement 5 1 Sy Is .2,0 /SY 1 $ /Od Unit Price in Words �urh 7,1, 1 3 9 Sod 210 SY I $ /SY I $ G S O Unit Price in Words 7-11-t C, f 5 8-A Concrete Pavement 5 SY $¢ p /SY $ a a O Unit Price in Words �C, .- ✓�9 r, 0 �a 8 1 Barricade, Warning Signs and Detours — LS $ /.top /LS $ Unit Price in Words `� 7i,Al ez, ZhdYFz�' le SP-2 I Concrete Saw Cut 16 LF $ a�' /LF $ 3 Unit Price in Words %4-,, 00 SP-10 I Rock Excavation 50 CY $ S� /CY $ Unit Price inWords %,YG /Ofa I` ¢ a SP-37 I Excavation Protection 275 LF $ J� /LF $ 91Z y Unit Price in Words SP-39 Project Signs 2 EA $ yd o /EA $ C> O 0 Unit Price in Words 0-elx fj llyIrktj 1- SP-40 Cut and Plug Existing Water Line 4 1 EA $ /Sop /EA 1 $ d 6Q G Unit Price in Words p SP-42 Remove Valve Stack 11 EA $ 9-0 $ S s N Unit Price in Words P - 4 WORK DAYS 30 BID NO 2009 PO NO BID TABULATION SHEET IT DESCRIPTION QUANTITY UMT UNIT PRICE TOT SP-43 Asphalt Sawcut 4,271 LF $ /�� /LF Unit Price in Words G1 SP-44 Remove Fire Hydrant 4 EA $ ;2,0 0 /EA $ $b0 Unit Price in Words �j / ,��a Chi/y ao SP-46 Misc Sprinkler System Adjustment — LS $ A o� /LS $ �0O\ !/ Ic "5 X Z /Yr 0 TOTAL $ ✓ZZ 7�S G Total Price in Words 0he �uhr�y.c� �u °h /"jd ��iLlOh� Jrft+ P - 5 TOTAL_BID PRICE IN In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract. It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer. The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. Unit and lump -sum prices as shown for each item listed in this proposal, shall control over extensions. L.I' •� ' au, i I � Street Address City and State Seal & Authorization (If a Corporation) Telephone B - 1 PRODUCER Employers General Insurance Group, Inc DATE (MM/DD/YY) 4/21 /97 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 690E Lamar Blvd HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Ste 580 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Arlington TX 76011 COMPANIES AFFORDING COVERAGE COMPANY Old Republic Insurance Company A INSURED Saber Development Corporation COMPANY Old Republic Lloyds of Texas P 0 Box 540186 B Dallas TX 75354 COMPANY C COMPANY DrG"�4, CitlY 3"i va iJ> « "v'G 54 h�5�, "3 t6 � 4�$��i �t ki fa v �' £, " " S Sry iu$a<" ro nC5 $�L„➢ , YYlYF ot1 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 13 SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS co CE TYPE OF INSURANCE POLICY NUMBER POLICYEFFECTIVE DATE (MM/DD/YY) POUCYEXPIRATION DATE (MM/DD/WI UNITS B GENERAL LIABILITY GENERAL AGGREGATE S 2,000,000 X PRODUCTS COMP/OPAGG $ 2,000,000 COMMERCIAL GENERAL LIABILITY CLAIMS MADE ❑X OCCUR TCP-4462814 7/28/96 7/28/97 PERSONAL A ADV INJURY $ 1,000,000 EACH OCCURRENCE S 1,000,000 OWNER S a CONTRACTORS PROT X FIRE DAMAGE (Any one fire) $ 50,000 CG 2503 is included MED EXP (Any one person) S 5,000 B AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE UNIT $ 1,000 000 X % X BODILY INJURY (Per person) S ALL OWNED AUTOII SCHEDULED AUTOS BAA-4423199 7/28/96 7/28/97 BODILY INJURY (Per accident) $ X HIRED AUTOS NON OWNED AUTOS X PROPERTY DAMAGE $ GARAGE LIABILITY AUTOONLY EAACCIDENT S OTHER THAN AUTO ONLY ANY AUTO EACH ACCIDENT S AGGREGATE $ A IXCEBB LIABILITY EACH OCCURRENCE S 1,000,000 AGGREGATE S 1,000,000 X UMBRELLA FORM UL-R462053 7/28/96 7/28/97 B OTHER THnN UMBRELLA FORM A WORKERS COMPENSATION AND X I STATUTORY LIMITS EACH ACCIDENT 5 500,000 EMPLOYERS LIABILITY WC-1463379 7/28/96 7/28/97 DISEASE POUCY UMIT S 500,000 THE PROPRIETOR/ INCL PARTNERS/EX ECUTIVE OFFICERS ARE IXCL DISEASE EACH EMPLOYEE I S 500,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONSVEHICLES/SPECIAL ITEMS City of Denton, its Officials, Agents, Employees and volunteers are provided waiver of subrogation on all policies and are additional insured on all policies except Workers' Compensation 9kT1FICA'i HOL00 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 Denton TX BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY ITS AGENT$ OR REPRESENTATIVES ALIT71ZED /RREEEPPRESENTATIIIVE�/�(��y � ♦ �.yy'��LLyyP� r�//���� WIRM•�YlWr,-m-dP6ra8,,.' 1` of i 1`eY �S R<�S>i>00<u`"<< " i.ti t,% � �x Y , `i <o QMRiM l/ F"+k' aiON 4PYY y� yyy� .yy(ApYA* "'