Loading...
HomeMy WebLinkAbout1997-360ORDINANCE NO J� / ✓�� AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS FOR PHASE I LANDFILL EXPANSION SLURRY WALL /DEWATERING SYSTEM TO TERRA CONSTRUCTORS, LTD IN THE AMOUNT OF $468,973 00, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE (BID #2138—LANDFILL EXPANSION SLURRY WALL / DEWATERING CONTRACT) WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of STATE law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID NUMB$ CONTRACTOR AMOUNT 2138 TERRA CONSTRUCTORS, LTD $468,973 00 SECTION II That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein SECTION IV That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized 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 & 9 day of 1&4er,1997 1A501MILLER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY BY LANDFILL EXPANSION SLURRYWALL / DEWATERING CONTRACT BID DATE: 11-DEC.-97 TERRA CONSTRUCTORS $ 468,973 00 DENTON,TEXAS GEO-CON, INC. $ 617,994 00 DENTON,TEXAS INQUIP ASSOCIATES, INC. $ 547,400.00 McLEAN VIRGINIA GRIFFIN DEWATERING CORP. $ 681,850 00 HOUSTON,TEXAS EXHIBIT I CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON c THIS AGREEMENT, made and entered into this 16 day of DECEMBER A.D., 1997 , by and between THE CITY OF DENTON Of the County Of DENTON and State of Texas, acting through TEn RF.NAVSDER thersunto duly authorized so to do, hereinafter termed "OWNER," and TERRA CONRTRT (`TORO - T TD 3401 EAST UNIVERSITY SUITE 301 DENTON. TX 76208 of the City of _ nRNTnN , County Of DF.NT(1N 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 # 2138 - DENTON LANDFILL EXPANSION SLURRY 44ALL/DEWATERING CO in the amount of 9468.97a_00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintepdence, 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, '�i�1 blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by HDR_ENGINEE$ING,INC. all of which are made a part heraof 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 employes of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave bansfits, 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 wham 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. c �l M Of �i_ APPROVED AS TO FORM: G City Attornay AAA0184D R&v. 04/05/96 CA - 3 CITY OF DENTON OWNER (SEAL) TERRA CONSTRUCTORS, LTD CONTRACTOR 3 401 Las-i Umversj Sul+e 3oI Nyibn,TX -7(o�og, MAILING ADDRESS P40 ,3q a- obci 9 PHONE NUMBER - 033 BY -4 .' RP("( � George, o I I. na � �res;�►errf PRINTS NAME (SEAL) BOND NO U2792881 17 a�I�l�Ylle�/ la THE STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS That TERRA CONSTRUCTORS, LTD, whose address is 3401 EAST UNIVERSITY, DENTON, TX 76208, hereinafter called Principal, anpited Pacific Insurance Companya corporation organized and existing under the laws of the State oNUEW, an 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 finmsh materials for, or perform labor upon, the building or improvements hereinafter referred to, in the penal sum of FOUR HUNDRED SIXTY EIGHT THOUSAND NINE HUNDRED SEVENTY THREE and no/100-- ($468,973.00) in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 97-360, with the City of Denton, the Owner, dated the 16 day of DECEMBER, A D 1997, a copy of which is hereto attached and made a part hereof, for BID # 2138 — DENTON LANDFILL EXPANSION SLURRY WALL/DEWATERING CONTRACT. 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 ansing out of such suretyslup, 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 16 day of DECEMBER, 1997 ATTEST PRINCIPAL TERRA CONSTRUCTORS, LTD rC /V` BY C�7-� BY ` SECRETARY PRESIDENT ATTEST SURETY UNITED BY BY .� T RNEY-IN-FACT- Joe Bruce The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the processes NAME Billy Joe Bruce c/o Alexander & Alexander of Texas. Inc. STREET ADDRESS 2711 N. Haskell Avenue, Suite 800, Lock Box 118, Dallas, TX 75204 (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 BOND NO U2792881 yJ0 7 mLia"\layer 16)�� THE STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS That TERRA CONSTRUCTORS, LTD, whose address is 3401 EAST UNJLVERSITY, DENTON, TX 76208, hereinafter called Principal, �Jnited Pacific Insurance ompany an _ , a corporation organized and existing under the laws of the State of'Fsk'iYAS, 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 FOUR HUNDRED SIXTY EIGHT THOUSAND NINE HUNDRED SEVENTY THREE and no/100 ($468,973 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 con- nected 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 winch 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 97-360, with the City of Denton, the Owner, dated the 16 day of DECEMBER A D 1997, a copy of winch is hereto attached and made a part hereof, for BID # 2138 — DENTON LANDFILL EXPANSION SLURRY WALL/DEWATERING CONTRACT. 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 winch 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 719-1 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 16 day of DECEMBER,1997. ATTEST PRINCIPAL BY TBEYRA CO TRUC RLTD L 4 1 lr:!� SECRETARY PRESID T ATTEST SURETY UNITED ?"IC INSiCE COMPANY BY Joe Bruce The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the processis NAME Billy Joe Bruce c/o Alexander & Alexander of Texas, Inc STREET ADDRESS 2711 N Haskell Avenue, Suite 800, Lock Box 118, Dallas, TX 75204 (NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give a nerson's name ) PERFORMANCE BOND - Page 2 RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY KNOW ALL MEN BY TH BE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of 001 PPPPPP aware and that RELIAN E INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized under the laws of the Commonwealth oPennsNvarea and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of the State of Wlsoonan �Iherem oolleouvsly called 'the Companies") and that the Companies by wtue of signature and seek do hereby make, ute constitute and appoint Jce &uCo. Janice O Cotay, Kathleen Day. of Dallas Taxas their tiro end lawful A suretyship in tot, to make, meexeanie said and deliver for and on their behalf, and as their act and deed any end all bonds and undertakings of swatyship ed to bind the Companies thereby as fully and to jhe same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the Companies and sealed and attested by one other of such officers and hereby ratifies and confirms aU that thou sad Attorney(s) in -Fact may as in pursuance hereof This Power of Attorney is granted under and by the authority of Article VII of the By -Laws of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which prowaons are now in full force ad effect, reading as follows ARTICLE wl @ECUTON OF BONDS AND UNDERTAKINGS 1 rho Bare N Dk4 Fan, do President. an chwmm N Me sere any IMr VIM hWdwa wow 1 R w A w ws Mo:wN w ONr Neaw dll W" M aw aeW N 01ewa14 ehW hwe Par- and "trod" n IN sood"d Ade t"Od"'Fed W to wAh"b" Noon to aeaPda on Danced of are cionb woo stood wore w" "now fwapidw mteadn N brer.w W eonM wntined edaewrr m ate nNW direN, W Ibl n rrnw wow wen AttamwelaMM w cry Urng wore rwaW Ow," W rarity arm Ie flnainr ] Attd,layNHmFee dhaN hoe Power red eWantY eWlwF to tla Idrllw W tmltegae N ttr Paww d Attatw called to Iltd,rr to exwwd deaY- m band$ N Mn CwPYr Owe joys unabriawge noapaewe", eatweae N inde ntaw W bond, no W ablootwt, in Ih nwwa fronded Th a-W- wed a net noorwY low th rdW1Y N joty bride and ,ayswtdW tdedewllyded cwrwb of aregirmy won odor writings dxirawy in th r s "faced AnorneybHm/eon "1 hoe Fti joys a 'tY to aawdd oflysdw " rowed Ia W anoe"ed n con" teo0amjoow ewroo " N ,rdynnw a bow" acid" by" ,eWnolaroa yid'MY who, area herd Pwrw, W "now" Ib cwnW Ind hnriwd a, dOhbw of Ind Cwpony wore to Repo N tla OrLaw, at Into CwPw - My weed - eaatiwr 1hwN TNd Powor ed AnortoY a "nod woo o wotad by Idawie wider W by authwry of th lallew,ry h "w on "Oon"d by ON ""w"Ond joys FI1lwi"' Cwmmaw Nth saes° N citation, of Rtbdnca Nww1 Irysdintew C oh dw, W Undmw, mCahoon CotFebruarywo N February 10 i$aa w by IN Einewhra jor,w rd Find ngurMo RPTPrw Umdd PeedN Itdwew Cwarw word Rbbwooa cOmmMed of Ind stood of Oka"" ofRoltwoa straw coon, by unreihar CalawP do" w at Martin 31 10N Robdred thr th stem!"" or sah dnoww on, NIIa1a aN da wed N Ind Cwowow moo W aMoed to by, eWr Pewr N Ana,wy Manq Ihnta by Ieo,wN rnd any twon POww of Aa°rrrY Or cm,hada Wen" ouch Ioewom,M "now" Or IoeymM wed eheN M V" and! biding Won I1r Cwprry W an, rM Power ee .YMae W onilnd by far w aanNnod° W fyawdd wd1 ehW W "Old W " ow" ww" th Con"why in th Ir"oe with rwoet to my bond « uMwt m to witch ,t o ma IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seeis to be hereto affixed this June 9 1997 RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY e°,a,Poae. y"t tete,'k w��y yr IwP UNITED PACIFIC INSURANCE COMPANY BiAI. • SEAL `� �'P`PieaP� RELIANCE NATIONAL INDEMNITY COMPANY (SE ctc!/ No ohAwP �wdn..✓, �nadr` �z+:eoaPd G �.L �GUY(iv�— STATE OF Pennsylvarga COUNTY OF Philadelphia as On this, June 9 1997, before me, Tammy Sum Keyed. personally appeared David T Akan, who acknowledged himself to be the Senior Vice President of the Reliaance Surety Company, and the Vice President of Reliance Insurance Company, United Pacific Insurance Company, and Ronan need National Ind again the nine of pa coand that as rporation by himself so its authorized horiuly ed to do so, officer executed the foregoing instrument for the purpose therein In witness whereof, I hereunto set my had and official seal a 1^ NOTARIAL SEAL TAMMY SUE KAYATI, Nlxary Public , City of Philadelphia. Phila. County 1 + Notary Public i d for the State o ennsvivants My Commission Empires July 20 1998 Reeding at Philadelphia 1, Anita PACIFI PNATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY lad correct Ocopy of ttheCPowerNofAAttarney NY and RELIANCE executed by said Companies, which is still in full force and affect IN WITNESS WHEREOF, I have hereunto eat my had and affixed the seal$ of said Companies thia161:lbay of December tg 97 n awe `°°r"•Nin �w tPePe Secretary j F °r A ♦eOIIP .f Snms e ,� SW+ • ga SL11 � 1� drjes taw bewfeed� iter.Pa CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the Insurance requirements below. It is highly recommended that bidders confer with their respective Insurance carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent low bidder falls to comply strictly with the Insurance requirements, that bidder may be disqualified from award of the contract. Upon bid award, all insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as Indicated hereinafter. As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any Insurance requirements at any time; however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid. Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted: • Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least 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 MAN3110 ravozw tonal" CI - 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 Officals, 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 throughoutthe 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 eviddhce 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. AAAM350 WISH) +0n2l" 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: (X) A. General Liability Insurance: General Usbillty Insurance with combined single limits of not less than 1111 million (81.000.o001 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 Uability 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 Uability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, It shall include at least: • Bodily Injury and Property Damage Uability 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. AAAMeo REV=10MM4 Cl - 3 Insurance Requirements Page 4 IXj Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $1 million ($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: e any auto, or 0 all owned, hired and non -owned autos. IX] 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 $600,000 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). [ ] 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 AAA M eevnEo ionaM Cl - 4 Insurance Requirements Page 5 contractor's operations under this contract. Coverage shall be an an "occurrence" basis, and the policy shall be issued by the some 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 LiabMty Insurance Coverage is required if Broad form General Uability 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. AAA00050 neVMW IM21" Cl - 5 Insurance Requirements Page 6 ATTACHMENT 1 (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. S. 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. Nuoo380 WOOD 10111ya4 Cl - 6 Insurance Requirements Page 7 C. The Contractor must provide a certificate of coverage to the governmentai 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 and 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 an 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. P. 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. AA $so awU0 lon"4 Ci - 7 Insurance Requirements Page 8 I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, 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; (8) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (8) notify the govemmerital 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 AAAMBo Havre® +on2m Cl - 8 Insurance Requirements Page 9 (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, In the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading Information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void If the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. AAAMSo FWVM 1011=4 Ci - 9 BID #2138 PROPOSAL TO THE CITY OF DENTON, TEXAS FOR THE CONSTRUCTION OF DENTON LANDFILL EXPANSION SLURRY WALL/DEWATERING CONTRACT 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 quantities of work to be done at unit prices and material to be furnished may be increased or diminished as may be considered necessary, in the opinion 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-1 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. BIDDER Accepts BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 35 days after the day of Bid opening BIDDER will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of OWNER's Notice of Award BIDDER's Representations In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that a BIDDER has examined and carefully studied the Bidding Documents and the following Addenda receipt of all which is hereby acknowledged: (List Addenda by Number and Date) ADDENDA NO DATE b BIDDER has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance and furnishing of the Work c BIDDER is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, performance and furnishing of the Work. BIDDER acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the site d. BIDDER has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost progress, performance or furnishing of the Work or P-2 which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by BIDDER and safety precautions and programs incident thereto. BIDDER does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. e BIDDER is aware of the general nature of Work to be performed by OWNER and others at the site that relates to Work for which this Bid Is submitted as indicated in the Contract Documents. f BIDDER has correlated the information known to BIDDER, information and observations obtained from visits to the site, reports and drawings Identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. g BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities or discrepancies In the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. Where conflicts, errors, ambiguities or discrepancies have been discovered in or between Contract Documents and/or other related documents, and where said conflicts, etc., have not been resolved through the interpretations or clarifications by ENGINEER as described in the instructions to Bidders, because of insufficient time or otherwise, BIDDER has included in the Bid the greater quantity or better quality of Work, or compliance with the more stringent requirement resulting in a greater cost h This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation, BIDDER has not directly or indirectly induced or solicited any other BIDDER to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding, and BIDDER has not sought bN collusion to obtain for itself any advantage over any other BIDDER or over OWNER. 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-3 •' I' mil► �� �� BIDNO Al• PO NO BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICaE 1Mobilization 1 LS $ LS.3'1 Unit Pnce in Words 2 Slurry Wall, complete 94,000 SF $ 1. F Jrn Unit Price in Words 2 3 Dewatering Trench, comp lete 5050 LF $37.70/ LF $ 40 Unit Price in Words 2f1 4 Well, 2 EA $ / EA $ D 13 00 0 D ;Dewatering e in Words 5 ion Well, 1 EA $ /EA $ -:�17+DVL Unit Price in Words S O Gh 6 Project Signs, complete 2 EA $ / EA $ Unit Price in Words S; d ar TERRA CONSTRUCTORS $401 EAST UNIVERSITY SU ITE 301 P-4 DENTON, TX 76208 Len-{s I' 1DIRRlUQ/ `WA TOTAL BID PRICE IN R'41S 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. 34o1 Easfl)niars►-Iy,Sle?SDI Street Address 'ryr-bn "T)C 1(PaoQ, City and State Seal & Authorization 1 Asa ` oBq (If a Corporation) �� L Telephone B - 1 JAI) 06 '98 12 04 FR A W A OF TEXAS 214 969 2531 TO 89403820337 P 02/03 A LCORD CERTIFICATE OF -INSURANCE can KEUE DAT Ol/05/05//98 PRODUCER THIS CERTIFICATE LS ISSUED AS A MATTER OF INFORMATION ONLY AND ALEXANDER A ALEXANDER CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE Of TEXAS, INC DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE 2711 N Haskell Ave LB 8 POLICIES BELOW DALLAS TX 75204 COMPANIES AFFORDING COVERAGE PauL M KreilinB, Jr 214-989-0000 LOM'R Y I.RTTER A TIG INSURANCE COMPANY OMPAN LETTER $ TIG Premier insurance Company INSUREDY TERRA CONSTRUCTORS, LTD COMPANY C (GL/WC/LIMB/AUTO) II)M'SR 3401 E UNIVERSITY #101 DENTON, TX COMPANY D LITTER COMPANY E LETTER COVERAGES THIS ISM CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQVUt MENT TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS ISSUED CERTIFICATEMAYS ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 13 SUBJECT TO ALL THE TERMS EXCLUSIONS AND C OF SUCH POLICIES UNITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS co TYPBOFIPwvv*NCN POLICY"MARK MUCYBITECTIVE POLICYEIT RtIRATION UMR DATS(MM/DO/TY) IMTIIMM/DOIrYI CSNaRALLIABILTrY GENERAL AGGREGATE S 2,000,000 A X COMMSRCIALGENBRALLMBILITY OL373529M 04/23/97 04/23/98 PRODUCTS Comm Am 1 2,000,000 CLAIMSMAOG X OCCUR FSRONAL&AOV INJURY S 1,000,C00 OWNER S a CONTRACTOR S PROT EACH OCCURRENCE S 1,000,000 X $1000 PO DID-� PER ORE DAMAGE (Am, ow Gm) S $0,000 OCCURRENCE Men exreNsa (ApoM lialml f 5,000 AUTOMOBILE LIABILITY COMBINED ANGLE A X ANY AUTO CA31SM29 04/23/97 04/23/98 LIMIT s 1,0011,000 ALLOWNED AUTOS BODILY INJURY SCHSOULSO AUT(U (I.. �P S X MIREDAUrOS RODILY INJURY X NONOWNBDAUTOR flW.wGew) S CARACe LIARI(JTY rROPERTY DAMAGE S "CUSS I IAaILITY CACH OCCURRENCE S 2,000,000 A X UMRRHU.A FORM X1.29752604 04/23/97 04/23/98 AGORROATF f 2,000,000 OTHER THAN VMS SUA FORM B WORKER'S COMPaNSATION 80068079 04/23/97 04/23/98 X 57AMORY LIMITS AND SACHACCIDENT S 500 000 RMPLOVERS LIABILITY DHEASE—POLICY LIMIT S 500,000 DEBASE —EACH EMROYEE 1 500,000 OTHER Or OPERATIONSILOCATIONSMEIOCLLSWECIALITEMS TEF��ION ADDITIONAL INSURED/WRIVER OF SUBROGATION APPLIES WHEN REQUIRED BY WRITTEN CONTRACT BID N 2138 DENTON 41041FILL EXPANSION SLURRY WALL/DEWATERING CONTRACT SEE ATTACHMENT (DENT) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO CITY OF 044TON MAIL SO DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE ATTN TOM NAWI PURCNASINSING DEPARTMENT EP LEFT BUT FAILURE TO MAIL SUCH NOTICE SIIALL IMPOSE NO OBLIGATION OR 901-A TEXAS STREET LIABILITY OF ANY KIND UPON TIIC COMPANY ITS AGENTS OR REPRESENTATIVES DENTON TX 76201 AVTNURIZSD BNTATIYE r' 4'CORD Paul M Krp.,dg ACORD 28 S (7190) CORPOEA7TON 1990 JAN 06 '98 12 04 FR A G A OF TEXAS 214 989 2531 TO 89403620334 P 03 03 CERTIFICATE OF INSURANCE (Continued) Insured Terra Constructors, Ltd RE: Bid # 2138 - Denton Landfill Expansion Slurry Wall/Dewatering Contract Additional Insured/Waiver of Subrogation: City of Denton, Its Officials, Agents, Employees and volunteers Attn: Tom Shaw, Purchasing Department 901-A Texas Street Denton, TX 76201 Other Endorsements applicable: Primary/Noncontributory Endorsement 30 Days Notice of Cancellation or Material Change Endorsement dent ** TOTAL PAGE 03 01