HomeMy WebLinkAbout1997-285ORDINANCENO
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 CQNTRACTOR AMOUNT
2087 CULLUM PIPE SYSTEMS, INC M120D
SECTION IT 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
ST~ CTTON 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 ,^Y day of 997
ATTEST
JENNIFER WALTERS, CITY SECRETARY
BY
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
BY
2
JAC LLER, MAYOR
DATE SEPTEMBER 23, 1997
reivroallielasil: 801RI
TO Mayor and Members of the City Council
FROM Kathy DuBose, Assistant City Manager of Finance
SUBJECT BID # 2087 -- TOWNSHIP II WASTEWATER LINING PROJECT
RF_('O_MMFiVDATION: We recommend this bid be awarded to the low bidder, Cullum Pipe Systems Inc,
in the amount of $78,112 00
SUMMARY This bid is for all labor and materials necessary in the lining of approximately 1,112 feet of
6" and 8" pipe and seven manholes This project is located in the subdivision of Township II This
wastewater main is located in the greenbelt area and is difficult for our crews to access This lining of the
existing main will eliminate roots, stop ground water infiltration and help increase capacity of the line
Three bid proposals were received in response to nine notices to bid mailed to contractors
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED, WaterAVastewater Utility, citizens in the
Township II area
FI CAL IMPACT: Budgeted surplus funds for 1997 Account # 625-082-0471-V719-9114
Attachment Tabulation Sheet
Public Utility Minutes Recommending Approval
Respectfully submitted
1
Kat Di e
Assis t City Manager of Finance
Prepared by
i a��enise�ol�
Title Senior Buyer
Ap roved
Name Tom D SFa—wX-FM—
Title Purchasing Agent
932 AGENDA
BID # - - — � 2087
Cullum Pipe
Insituform
BRH-Garver
BID NAME TOWNSHIP II WASTEWATER
Systems
LINING PROJECT
OPEN DATE 8-21-97
VENDOR
--VENDOR
QTY
DESCRIPTION
-- VENDOR
TOTAL BID AWARD
$78,112 00
$94,544 00
S115,6, 4 00
BOND?
Yes
Yes
Yes
4
AGENDA ITEM 4, CONSIDER APPROVAL OF BID OPENING 2087 TO CULLUM PIPE
SYSTEMS, INC. IN THE AMOUNT OF $78,112 00 FOR
CONSTRUCTION OF TOWNSHIP II WASTEWATER LINING
PROJECT
Ms Jordan also recommended awarding a contract to Cullum Pipe Systems, Inc. in the amount
of $78,112 for the Township H Wastewater lining project which consists of approximately
1,112 feet of 6" and 8" lining material and rehabilitation of 7 manholes
Bids were received from Insituform Texark totaling $94,544.00, BRH-Garver, Inc totaling
$115,634 00, and Cullum Pipe System totaling $78,112,000 Board Member Newell moved to
accept the bid. Board Member Norton seconded the motion It passed unanimously
STATE OF TEXAS
COUNTY OF DENTON
CONTRACT AGREEMENT
S
THIS AGREEMENT, made and entered into this
� _
23 day of
SFPTEMSER A.D., 19 97 , by and between
CITY OF DENTON
of the County of TEXAS and State of Texas, acting
through _ TED BENAVIDES
thereunto duly authorized so to do, hereinafter termed "OWNER," and
CULLUM PIPE SYSTEMS, INC
2814 INDUSTRIAL LANE
GARLAND, TX 75041
of the City of GARLAND , County of
DALLAS
and State of TEXAS , hereinafter
termed "CONTRACTOR."
WXTNESSETH: 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 # 2087 - TOWNSHIP II WASTEWATER LINING PROJECT
in the amount of 978.11z_OD 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 WATER/WASTEWATER ENGINEERING
all of which are made a part hereof and collectively evidence 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.
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:
City Attorney
AAA0184D
Rev. 04/05/96
CA - 3
CITY OF DENTON
OWNER
By�1/Qf
I rQWAA O
(SEAL) Q
CULLUM PIPE SYSTEMS, INC
CONTRACTOR
Pik Box 550489
ba lla s TX 7.5355
MAILING ADDRESS
972-221-1030
PHONE NUMBER
97d- ;278-0980
FAX NUMBER /� �//
BY erSC.L..�Y
TITLE
6, nM A a.k. Cv Ll-vr
PRINTED NAME
(SEAL)
THE STATE OF TEXAS
COUNTY OF DENTON
Bond # 5825633
KNOW ALL MEN BY THESE PRESENTS That CULLUM PIPE SYSTEMS, INC,
whose address is 2814 INDUSTRIAL LANE, GARLAND, TX 75041, hereinafter called Principal,
and SAFECO INSURANCE COMPANY OF A149A%oration organized and existing under the laws of
the State of TEXAS, and fully authorized to transact business in the State of Texas, as Surety, are
held and firmly bound unto the City of Denton, a municipal corporation organized and existing under
the laws of the State of Texas, hereinafter called Owner, in the penal sum of
SEVENTY EIGHT THOUSAND ONE HUNDRED TWELVE NO/100--DOLLARS
($78,112.00) plus 10 percent of the stated penal sum as an additional sum of money representing
additional court expenses, attorneys' fees, and liquidated damages arising out of or connected with
the below identified Contract, in lawful money of the United States, to be paid in Denton County,
Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs,
executors, administrators, successors, and assigns, jointly and severally, firmly by these presents
This Bond shall automatically be increased by the amount of any Change Order or Supplemental
Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental
Agreement which reduces the Contract price decrease the penal sum of this Bond
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 97-285 , with the City of Denton,
the Owner, dated the 23 day of September A D 1997, a copy of which is hereto attached and made
a part hereof, for BID # 2087 -- TOWNSHIP II WASTEWATER LINING PROJECT
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all
of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with
the Plans, Specifications and Contract Documents during the original term thereof and any extension
thereof which may be granted by the Owner, with or without notice to the Surety, and during the life
of any guaranty or warranty required under this Contract, and shall also well and truly perform and
fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly
authorized modifications of said Contract that may hereafter be made, notice of which modifications
to the Surety being hereby waived, and, if the Principal shall repair and/or replace all defects due to
faulty materials and workmanship that appear within a period of one (1) year from the date of final
completion and final acceptance of the Work by the Owner, and, if the Principal shall fully
indemnify and save harmless the Owner from all costs and damages which Owner may suffer by
reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and
expense which the Owner may incur in making good any default or deficiency, then this obligation
shall be void, otherwise, it shall remain in full force and effect
PERFORMANCE BOND - Page 1
PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue
shall lie in Denton County, State of Texas
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and
agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the
Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc , accompanying the
same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such
change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be
performed thereunder, or to the Plans, Specifications, Drawings, etc
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government
Code, as amended, and any other applicable statutes of the State of Texas
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in DENTON County to whom any requisite notices may be delivered and on whom
service of process may be had in matters ansmg out of such suretyship, as provided by Article 7 19-1
of the Insurance Code, Vemods Annotated Civil Statutes of the State of Texas
IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall
be deemed an original, this the 23 day of September, 1997
ATTEST
W:$ mde ip-
,ATf-E$T- lL i%nco
n
PRINCIPAL CULLUM PIPE SYSTEMS, INC.
BY A 1 C�
PRES
SURETY SAFECO INSURANCE COMPANY OF AMERICA
BY
EY-IN- CT
T
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
processes
1►"ulO
David 0. Turner, Masson -Mahoney -Turner, Inc.
8610 Ring George Drive, Dallas, Texas 75235
STREET ADDRESS
(NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a
corporation, give a person' s name )
PERFORMANCE BOND - Page 2
THE STATE OF TEXAS
COUNTY OF DENTON
Bond # 5825633
KNOW ALL MEN BY THESE PRESENTS That CULLUM PIPE SYSTEMS, INC.,
whose address is 2814 INDUSTRIAL LANE, GARLAND, TX 75041, hereinafter called Principal,
and SAFECO INSURANCE COMPANY OF Aporation organized and existing under the laws of
the State of TEXAS, and fully authorized to transact business in the State of Texas, as Surety, are
held and firmly bound unto the City of Denton, a municipal corporation organized and existing under
the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations
who may furnish materials for, or perform labor upon, the building or improvements hereinafter
referred to, in the penal sum of SEVENTY EIGHT THOUSAND ONE HUNDRED TWELVE
and no/100--- ($78,112.00) in lawful money of the United States, to be paid in Denton County,
Texas, for the payment of winch sum well and truly to be made, we hereby bind ourselves, our heirs,
executors, administrators, successors, and assigns, jointly and severally, firmly by these presents
This Bond shall automatically be increased by the amount of any Change Order or Supplemental
Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental
Agreement which reduces the Contract price decrease the penal sum of this Bond
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 97-285, with the City of Denton,
the Owner, dated the 23 day of September, A D 1997, a copy of which is hereto attached and made
a part hereof, for BID # 2087 -- TOWNSHIP II WASTEWATER LINING PROJECT.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and
make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying
labor and/or material in the prosecution of the Work provided for in said Contract and any and all
duly authorized modifications of said Contract that may hereafter be made, notice of which
modifications to the Surety being hereby expressly waived, then this obligation shall be void,
otherwise it shall remain in full force and effect
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall
lie in Denton County, Texas
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and
agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the
Work performed thereunder, or to the Plans, Specifications, Drawings, etc , accompanying the same,
shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such
change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be
performed thereunder, or to the Plans, Specifications, Drawings, etc
PAYMENT BOND - Page 1
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government
Code, as amended, and any other applicable statutes of the State of Texas
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in DENTON County to whom any requisite notices may be delivered and on whom
service of process may be had in matters ansmg out of such suretyship, as provided by Article 7 19-1
of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas
IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall
be deemed an original, this the 23 day of September,1997
ATTEST PRINCIPAL CULLUM PIPE SYSTEMS, INC.
i
SECRETARY PRE91DENT
^".rF:FES 11 i� b SURETY SAFECO INSURANCE COMPANY OF AMERICA
BY BY
Y-I CT
R L.
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
processis
NAME David 0. Turner, Masson -Mahoney -Turner, Inc.
STREET ADDRESS
8610 King George Drive, Dallas, Texas 75235
(NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a
corporation, give a person' s name )
PAYMENT BOND - Page 2
e POWER GENEINSURANCE COMPANY OF AMERICA
GENERAL INSURANCE COMPANY OF AMERICA
OF ATTORNEY HOME OFFICE SAFECO PLAZA
SEATTLE WASHINGTON 9StS5
mkccp
No 3318
KNOW ALL BY THESE PRESENTS
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington
corporation does each hereby appoint
NYNii11YYNNDAVID 0 TURNER, HARRY J BROWNLEE, STEVEN W POND, STEVEN A GUCKENHEIMER, MICHAEL
DWIGHT WILLIAMS, LINDA SPRATT, JEFFERY L TRENTHAM, Dallas, TeXae YYYN\YYNNYYNNNMY\NNYNYYMY MNYNY
Its true and lawful attorneys) -in -fact with full authority to execute on Its behalf fidelity and surety bonds or undertakings and other
documents of a similar character Issued in the course of Its business, and to bind The respective company thereby
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each
executed and attested these presents
H A PIFR90N Si C M TAHY
this 4th day of January 19 93
CERTIFICATE
IIANI rlrl /NIIIS9ANI
Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA
"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-rn-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surely bonds and
other documents of similar 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 company 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
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28 1970
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out
G) The provisions of Article V Section 13 of the By -Laws and
01) A Copy of the power -of -attorney appointment executed pursuant thereto and
(III) Certifying that sold 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"
I R. A Pierson Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL 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 these corporations 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, 1 have hereunto set try hand and affixed the facsimile seal Of said corporation
this 23rd day of September
5-914/EP 1/93
CORPORATE
SEA1,
x
i92�
is 0f W uMea
97
19 _
n e I I H ()PI I r I AIH
® Register*C trademark of SAFECO Corporation
N
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 protect. 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
A"00350
REVISED 10/12194 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(30) days prior written notice
of cancellation, non -renewal or reduction in coverage
• Should any of the required insurance be provided under a claims -made
form, Contractor shall maintain such coverage continuously throughout the
term of this contract and, without lapse, for a period of three years beyond
the contract expiration, such that occurrences arising during the contract
term which give rise to claims made after expiration of the contract shall
be covered
• Should any of the required insurance be provided under a form of coverage
that includes a general annual aggregate limit providing for claims
Investigation or legal defense costs to be included in the general annual
aggregate limit, the contractor shall either double the occurrence limits or
obtain Owners and Contractors Protective Liability Insurance
• 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 10/12194 Cl - 2
Insurance Requirements
Page 3
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS:
All Insurance policies proposed or obtained In satisfaction of this Contract shall
additionally comply with the following marked specifications, and shall be maintained
in compliance with these additional specifications throughout the duration of the
Contract, or longer, if so noted:
M A. General Liability Insurance:
General Liability insurance with combined single limits of not less than
$1,000,000.00 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.
AAAG0350
REVISED 10/12/04 Cl - 3
Insurance Requirements
Page 4
Ex] Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability insurance with
Combined Single Limits (CSL) of not less than $1,000,000.00either 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
[x] Workers Compensation Insurance
Contractor shall purchase and maintain Worker's Compensation insurance
which, in addition to meeting the minimum statutory requirements for issuance
of such insurance, has Employer's Liability limits of at least $100,000 for each
accident, $100,000 per each employee, and a $500,000 policy limit for
occupational disease The City need not be named as an "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 contract Coverage shall be on an
AAM0350
REVISED 10/12/94 Cl - 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
[ l 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
[ l 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
[ l 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
[ l 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
AAA00360
REVISED 10/12194 CI - 5
Insurance Requirements
Page 6
ATTACHMENT 1
(s) 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 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 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
AAAW360
REVISED 10/12/94 CI - 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
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 covered, and stating how a person may verify coverage and
report lack of coverage.
AAA00S60
REVISED 10112/04 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
AAA00360
REVISED 10/12/94 CI " 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 10112/94 CI - 9
BID SUMMARY
In the event of the award of a contract to the undersigned, the
undersigned will furnish a performance bond and a payment bond for
the full amount of the contract, to secure proper compliance with
the terms and provisions of the contract, to insure and guarantee
the work until final completion and acceptance, and to guarantee
payment for all lawful claims for labor performed and materials
furnished in the fulfillment of the contract.
It is understood that the work proposed to be done shall be
accepted, when fully, completed and finished in accordance with the
plans and specifications, to the satisfaction of the Engineer.
The undersigned certifies that the bid prices contained in this
proposal have been carefully checked and are submitted as correct
and final.
Unit and lump -sum prices as shown for each item listed in this
proposal, shall control over extensions.
CONTRACTOR'
BY 4A
2LI4 ,,s1r,�J a.,�7e,
Street Address
alLid Ti 7s641
City and State
Seal & Authorization
(If a Corporation)
_ Telephone
B - 1
BID N 2087
PROPOSAL
TO
THE CITY OF DENTON, TEXAS
FOR THE CONSTRUCTION OF
0
DENTON,TEXAS
The undersigned, as bidder, declares that the only person or parties interested in this proposal
as principals are those named herein, that this proposal is made without collusion with any
other person, firm or corporation, that he has carefully examined the form of contract, Notice
to Bidders, specifications and the plans therein referred to, and has carefully examined the
locations, conditions, and classes of materials of the proposed work and agrees that he will
provide all the necessary labor, machinery, tools, apparatus, and other items incidental to
construction, and will do all the work and furnish all the materials called for in the contract
and specifications in the manner prescribed herein and according to the requirements of the
City as therein set forth
It is understood that the following quantities of work to be done at unit prices are approximate
only, and are intended principally to serve as a guide in evaluating bids
It is agreed that the qquantities of work to be done at unit prices and material to be f irmshed
may be increased or dmumshed as may be considered necessary, in the opimon of the City, to
complete the work fully as planned and contemplated, and that all quantities of work whether
increased or decreased are to be performed at the unit prices set forth below except as provided
for in the specifications
It is further agreed that lump sum prices may be increased to cover additional work ordered by
the City, but not shown on the plans or required by the specifications, in accordance with the
provisions to the General Conditions Similarly, they may be decreased to cover deletion of
work so ordered
It is understood and agreed that the work is to be completed in full within the number of work
days shown on the bid tabulation sheet
P - I
Accompanying this proposal is a certified or cashier's check or Bid
Bond, payable to the Owner, in the amount of five percent of the
total bid.
It is understood that the bid security accompanying this proposal
shall be returned to the bidder, unless in case of the acceptance
of the proposal, the bidder shall fail to execute a contract and
file a performance bond and a payment bond within fifteen days
after its acceptance, in which case the bid security shall become
the property of the Owner, and shall be considered as a payment for
damages due to delay and other inconveniences suffered by the Owner
on account of such failure of the bidder. Owner reserves the right
to reject any and all bids. Owner may investigate the prior
performance of bidder on other contracts, either public or private,
in evaluating bid proposals. Should bidder alter, change, or
qualify any specification of the bid, Owner may automatically
disqualify bidder.
The undersigned hereby proposes and agrees to perform all work of
whatever nature required, in strict accordance with the plans and
specifications, for the following sum or prices, to wit:
P - 2
Township II Wastewater Limng Protect
WORK DAYS 30
BID NO 2087
PO NO
BID TABULATION SHEET
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
121
Contractors Warranties and
Understandings
$
P
$��SppO
Unit Price in Words 7we4
`y rw&ud1 boiuv/j "W I &mis .
3 10
;reparation of Right- f-Wa
$ 161C *ILS
Unit Price in Words
o l
7Zt02c�d�A S A�e�
3 12
Temporary Erosion Control
$ %LS
$ '
Unit Price in Words
8 10
Barricade,Warmng Signs &
Detours
$ 4p409pl
Unit Price in Words
SP-39 I
Project Signs
1 $ ` 113a I
$ .cJ'
Unit Price in Words
AL6 Alld 4
WS-14 I
Manhole Frame & Cover
7
$ Q/$W/Ea $
Unit Price in Words
WS-16
Precast Concrete Manhole
Grade Rm s
12
$ 3�J�i{+ /VF
$ Q p0
Unit Price in Words
zd
WS-32/33 1
6" Sewer Lined
336
$ �bo-v /LF
Unit Price in Words
[
WS-32/33
8" Sewer Lmed
771
$ 4 coILF
$ 72''
Unit Price in Words
WS-32/33
I Service Connections
12
$ �?X /Ea
$ ')466'
Unit Price in Words
WS-37
Manhole Lining
620
$ / VF
$ C °°
Unit Price in Words
a
TOTAL
$ /LF 1 $ Z JQpO
Total Price in Words
Ra
PRODUCER
MAXSON •TE63
ONEY • TURNER.
Ine- Bonds
8610 KING GEORGALLAS TEXAS 75235-2292
0.5959 MMT
HARRY)BWWNLEE SINCE1915
INSURED
CULLUM CONSTRUCTION CO., INC.
CULLUM PIPE SYSTEMS, INC.
P 0 BOX 550489
DALLAS, TEXAS 75355
ISSUE DA7L (MMIDDA'Y)
10/ 3/1997
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
POLICIES BELOW
COMPANIES AFFORDING COVERAGE
OOMMPPfl Y A TRAVELERS LLOYDS
OEOMMPRAY B TRAVELERS INDEMNITY OF CONN.
LLEITEPR Y C TRAVELERS INDEMNITY
COMPANY D
LETTER
COMPANY E
LETTER
f1m A F9 ) 4,004, fti"s4 r ..b ' a s ' .ri GL�i`•C` v - >'<.'
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
TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY WXRATION LIMA
DATE (MMNDNY) DATE(MMrDD/YY)
A GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE X OCCUR
OWNERS & CONTRACTOR'S PROT
X PER PROJ AGG
AUTOMOBILE LIABILITY
A X
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
X
HIRED AUTOS
X
NON -OWNED AUTOS
GARAGE LIABILITY
EXCESS LIABILITY
B X UMBRELLA FORM
OTHER THAN UMBRELLA FORM
WORKER'S COMPENSATION
C AND
EMPLOYERS' LIABILITY
OTHER
GENERAL AGGREGATE S 2,000,00
DTOBNSI K6 79MC PRODUCTS -COMP/ AGO
S
2,000,00
07/12/97 07/12/98 PERSONAL & ADv INJURY
S
1,000,00
EACH OCCURRENCE
$
1,000, 00
FIRE DAMAGE (Any one fire)
$
100, 00
MED EXPENSE (Any one Penton) $
5, 00
COMBINED SINGLE
LIMIT
S
1, 000,00
DLCAP96I K5549TLC
07/12/97 07/12/98 BODILY INJURY
(Pet person)
S
BODILY INJURY
$
(Per accident)
PROPERTY DAMAGE $
EACH OCCURRENCE S 5,000,0
DSMCUP9S7K5SBOTCT 07/12/97 0 7 / 12 / 9 8 AGGREGATE $ 5,000,0
X STATUTORY LIMITS
07/12/97 07/12/98 EACH ACCIDENT $ 1,000,00
DISEASE POLICY LIMIT S 1,000,00
DISEASE EACH EMPLOYEE $ 1,000,00
DESCRIPTION OF OPERATIONWWAMONP/YEJiICLE MMLAL ITEMS
RE: BID #2087 - TOWNSHIP II WASTEWATER LINING PROJECT
CITY OF DENTON IS LISTED AS ADDITIONAL INSURED ON GL & AUTO. WAIVER
OF SUBROGATION IS INCLUDED ON WC.
OF DENTON
E. MCKINNEY
ON TX 76201
< r r' <I• r o' > � Y '3x't�'x8:' 8 �Y,xTXTAp,A�@ystavx•x E
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIABILITY OF ANY KIND UPON THE COMPANY ITS AGENTS OR REPRESENTATIVES
Ille
u
I , ,