Loading...
HomeMy WebLinkAbout1995-196ORDINANCE NO. AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of STATE law and City ordinances; and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION I. That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids: BID NUMBER CONTRACTOR AMOUNT 1796 DBR Construction Co. $95,767.00 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 �� day of Oa4&jtj , 1995. A4 BOB CASTLEBERRY, MAYOR/ ATTEST: JENNIFER WALTERS, CITY SECRETARY IMF APPROVED AS TO LEGAL FORM: HERBERT L. PROUTY, CITY ATTORNEY BY: DATE: OCTOBER 3, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID #1796 - CHAMBERS STREET DRAINAGE RECOMMENDATION: We recommend this bid be awarded to the low bidder, DBR Construction Co. , in the total amount of $955 767.00. SUMMARY: This bid is for all labor and materials necessary in replacement of approximately 1,117 linear feet of 24" ) and 131 liner feet of 18" storm sewer in the Chambers Street area. Five bid proposals were received in response to sixty-five notices to bid mailed to prospective vendors. BACKGROUND: Tabulation Sheet, Memorandums from Barbara Ross dated 9-12-95, and David Salmon dated 9-11-95. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Engineering Department, Community Development Department, Citizens of Denton living in the Chambers Street area. FISCAL IMPACT: Budgeted Funds for Community Development for 1996. Re ectfully submitted: loyd V . a City Manager Prepared by: Name: Denis_e}Harpool Title: Senior Buyer Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 643.agenda S ) 2 ■ § woo E ■ Z - ■ 2 w w # z o : o 0 @° � 0 O t 0 �z 00 E L W §0 » _ # ow 2 ) (\L) Z \ w CL t 0 w ¥ z o N R o b � » Ul 2 w §0 12 � w0 § § 2 2 z CO) LL, = a t (D CO _ w \ LLILLJ u 2 :' ■ 2 Hof i R IL-j § _ .0 a ~ cc � « U z 2 -j Q 2 § § \ 2 > ■ I � w Lu ■ < % z z & g ° C . m = 0 % .. Crn 1 "I i'I ! • t! CITY OF DENTON, TEXAS 100 WEST OAK • SUITE208 & DENTON, TEXAS 76201 • (817) 383-7726 # FAX (817) 383.2445 Community Development Office MEMORANDUM TO: Tom Shaw, Purchasing Agent FROM: Barbara Ross, Community Development DATE: September 12, 1995 SUBJECT: Chambers Street Drainage Bid Based on the attached recommendation by David Salmon, the Community Development Office would like to accept the bid of DBR Construction for the Chambers Street Drainage project. Please call me at extenstion 7234 if you have questions or need additional information. Thank you. Barbara Ross xc: David Salmon, Engineering & Transportation "Dedicated to Quality Service" CITY of DENTON, TEXAS MUNICIPAL BUILDING • 215 E. McKINNEY • DENTON, TEXAS 76201 MEMORANDUM (817) 566-8200 • DFW METRO 434-2529 DATE: September 11, 1995 TO: Barbara Ross, Community Development Administration FROM: David Salmon, Senior Civil Engineer SUBJECT: Chambers Street Drainage Bids were opened on the above mentioned project on Tuesday, September 5th. The bids have all been checked for accuracy and correctness. The low bidder is DBR Construction at $95,767. Our estimate for the project was $103,501.50, so it appears that DBR's price is reasonable. DBR has completed many similar projects for the City of Denton with satisfactory results. We recommend that DBR Construction be awarded the bid. David Salmon Senior Civil Engineer AEE005BE "Dedicated to Quality Service" CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this s day of OCTOBER A.D., 199_, by and between THE CITY OF DENTON of the County of DENTON and State of Texas, acting through IWYD V. HARRELL thereunto duly authorized so to do, hereinafter termed "OWNER," and DBR CONSTRUCTION CO. P.O. BOX 828 DENTON, TEXAS 76202 of the City of DENTON , County of DENTON 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 # 1796 - CHAMBERS STREET DRAINAGE in the amount of $95,767.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, CA - 1 NOV 0 7 1995 blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF DENTON ENGINEERING DEPARTMENT all of which are made a part hereof and collectively evidence and constitute the entire contract. Independent Status 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. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the tin« 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: , ATTEST: AAA0184D Rev. 07/28/94 DBR CONSTRUCTION CO. 7cZ o Z MAILING ADDRESS /72 .3gP3 -300 7 \,PHOA NUMBER CA - 3 (SEAL) BOND PREMIUM BASED ON PERFORMANCE BOND FINAL CONTRACT PRICE STATE OF TEXAS S BOND NO. 597373 COUNTY OF DENTON S KNOW ALL MEN BY THESE PRESENTS: That DBR CONSTRUCTTau rn_ of the City of DENTON •County of ]DmmN , and State of TEXAS as PRINCIPAL, and Capitol Indemnity Corporation , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the THE cITY or no= as OWNER, in the penal sum of _HINTy FIVE THOUSAND SMEN RUNDRM IqTxmv —SEVEN and no/too--- Dollars ($ 95.767.00 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, Jointly and severally, by these presents: WHEREAS, the Principal has -entered into a certain written contract with the OWNER, dated the 3 day of aymnnR , 19 95 , for the construction Of BID # 1796 — CKAHBERS STREET DRAINAGE which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be voidl otherwisa td remain in full force and effect; PROVIDED, HOWEVER, that this bond 19 executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PB - 1 PROVIDED FURTHER, that if any legal Action be tilled upon this bond, venue shall lie in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and surety have signed and sealed this instrument this 18th day of October 19 95 r DBR CONSTRUCTION CO., INC. Principal 8y Don Ri rds Title President Address: P.O. Box 828 Denton, Texas 76202 -� `,. 0 R' . CAPITOL INDEMNITY C 'fpiON -. v S b '4 •� James V. Damianc`� � '•. �' : - Tit Attorney -in -Fact'%, )�1 f...... F� Address: P.O. Box 5900 Madison Wisconsin 53705-0900 -ec a 70 • Ste. .IL. •Hff)t� �. The✓.na d address of the Resident Agent of Surety is: V.R. Damiano, Jr. 17774 Preston Road, Dallas, Texas 75252 NOTE: Date of Bond must not be prior to date of Contract. uw0184D Rev. 07/28/94 PB -- 2 BOND PREMIUM ?A ED ON PAYA4ENT BOND FINAL CONTRACT t= R E STATE OF TRYAS BOND NO. 597373 S CQtWTY OF DENTON S KNOW ALL MEN BY THESE PRESENTS: • That Mg coxs vcrrox ' CO_ county Of D� °f the City of Der and the stte as principal, and CAPITOL INDEMNITY CORPORAT ON of TExas authorized under the laws of the State Of Texas to act as our ety on bonds for principals, are held and firmly bound unto THE CITY OF DENTON INTL. Ftvs TeousANn , OWNER, in the penal sum of sEv�r soxnx�.slr saysN anao��ars (5_9s,�6�.00 _ for the payment whereof, the'said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the --a-, day o! 19_ 95 to which contract is hereby referred Co and made a part hereof as fully and to the same extent as if copied at length herein, NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCK, that if the said Principal shall pay all claimants Supplyinglabor and material to him or a subcontractor in the cutn of work provided for in said contract, then this obligation shallthe void, otherwise to remain in full force and affect, PROVIDED, HOWEVER, the provisions of that this bond is executed Pursuant the Texas Government CodeChapter 2253 (Vernon as currently amended), and all liabilities on this bond shall be, determined in accordance with said provisions to the same extent as -if they were copied at length herein. PS - 3 Surety, for value received, stipulates and agrees that no changer extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the planar specifications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of timer alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this j8th day or October 19 95 DBR CONSTRUCTION CO., INC. Principal By on g Ric ards Title President Address: P.O. Box 828 Denton, Texas 76202 ,,..unrnrrtpy� �, C11 � •. fi �. LY� r •� =TSEAL) CAPITOL INDEMNITY L James V. Ti Attorney Address: P.O. Box 5900 Madison, Wisconsin 53705-0900 (SEAL) The name and address of the Resident Agent of Surety is: V.R. Damiano, Jr. 17774 Preston Road, Dallas, Texas 75252 uAAoie4n ROV. 07/28/94 PH-4 MAINTENANCE BOND THE STATE OF TEXAS BOND NO. 597373 COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That -DaR CONSTn jgfi go as Principal, and _CAPITOL INDEMNITYCORPORATION a corporation authorized to do business in the state of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, a Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas, the sum of Dollars ($ 9,576.70 ), ten (10%) percent of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and assigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said DBR CONSTRUCTION CO. has this day entered into a written Contract with the said City of Denton to build and construct _BID f 1796 - CHAmMZS STREET DRAINAGE which contract and the plans and specifications therein mentioned, adopted by the City Of Denton, are filed with the City secretary of said City and are hereby expressly incorporated herein by reference and made a part hereof as though the same were written and set out in full herein, and; WHEREAS, under the said plans, specifications, and Contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the data of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or ibackfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in ME - 1 accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each days failure an the part of said Contractor to comply with the terms and provisions of said contract and this bond. NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said Work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said DBR CONSTRUCTION CO., INC. as Contractor and Principal, has caused these presents to be executed by Don Richards, President and the said CAPITOL INDEMNITY CORPORATION as surety, has caused these presents to be executed by its Attorney -in -Fact James V. Damiano and the said Attorney -in -Fact has hereunto set his day of October 01 19 95 SURETY: Can r( " C9PIT Ii -Fact AAA01840 Rev. 07/20/94 TION PRINCIPAL: KaN Don Richards President Ci,,a1A this. 18th A,° M$ - 2 IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 FAX 1(512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. This power Is valid only if the power other reproductions are not binding on the Office of the C.Lilol Indenmity Corporation. INDEMNITY CORPORATION 4610 UNIVERSITY AVENUE, SUITE 1400, MADISON, WISCONSIN 53705-0900 PLEASE ADDRESS REPLY TO P O BOX 5900, MADISON, W 153705-0900 PHONE (608) 231-4450 • FAX (608) 231-2029 POWER OF ATTORNEY No:376083 Know all meal by these Presents, That the CAPITOL INDEMNITY CORPORATION, a corporation of the State of Wisconsin, having its principal offices in the City of Madison, Wisconsin, does make, constitute and appoint V.R. DAMIANO, JR., JAMES V. DAMIANO, CHERYL L. HUMPHREY OR SHANE A. HUMPHREY -------------- its true and lawful Attorney(s)-in-fact, to make, execute, seal and deliver for and on its behalf, as surety, and as its act and deed, any and all bonds, undertakings and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of -----------------------------NOT TO EXCEED 0,000.000.00--------------------------------------- This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of CAPITOL INDEMNITY CORPORATION at a meeting duly called and held on the 5th day of May 1960: "RESOLVED, that the President, and Vice -President, the Secretary or Treasurer, acting individually or otherwise, be and they hereby are granted the power and authorization to appoint by a Power of Attorney for the purposes only of executing and attesting bonds and undertakings, and other writings obligatory in the nature thereof, one or more resident vice-presidents, assistant secretaries and attorney(s)-in-fact, each appointee to have the powers and duties usual to such offices to the business of this company; the signature of such officers and seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking or other writing obligatory in the nature thereof to which It is attached- Any such appointment may be revoked, for cause, or without cause, by any of said officers, at any time." IN WITNESS WHEREOF, the CAPITOL INDEMNITY CORPORATION has caused these presents to be signed by its officer undersigned and its corporate seal to be hereto affixed duly attested by its Secretary, this 1 st day of June, 1993. CAPITOL INDEMNITY CORPORATION Attest: /r/Q 9\\\\po��11Mtlll'Ip4///Op�i ,y .GUT 'I o Ate%AGeor C /CC � Virglhne M Schulte. Secretary coRPoaarE'^= Fait. President seAL 0- STATE OF WISCONSIN l ISCONS�� \\\`°�\ �iiiiinnunumoo COUNTY OF DANE 1 On the 1 st day of June, A.D., 1993, before me personally came George A Fait, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Dane, State of Wisconsin; that he is the President of CAPITOL INDEMNITY CORPORATION, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. VAp1�11111is 0 \01, STATE OF WISCONSIN _ PETeR , -` E- Peter E. Hans COUNTY OF DANE BANS Notary Public, Dane Co., WI My Commission is Permanent CERTIFICATE I, the undersigned, duly elected to the office stated below, now the incumbent in CAPITOL INDEMNITY CORPORATION, a Wisconsin Corporation, authorized to make this certificate, DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force. Signed and sealed at the City of Madison. Dated the \\\\\ peUNmrmuiii / _� counr,Rnrt� / _:3 Si At 3 ` %�����/////111111111111AAAAAAAv�� of attorney number printed in the upper right company Inquiries concerninq this power of 18th day of October 19 95 Paul J re auer, reasurer hand corner appears in red Photocopies, carbon copies or attorney may he directed to the Bonn Manager at the Home OCT. -21195(FRI) 09:01 RAMEY & KING TEL:1 817 243 1050 P.001 RAMEY A KING INSURANCE POLICIES I BU S. 4.45E. SUN@ A ...................... i Denim TX 78205-7e20 s........................ € oorANYterTlal A € .............................................................� N� ............. COW�W LE B ; ID R ConchOcum Co Inc LEC Don Rkhrrdo ............... P a ea: an COWAW D Denton TX 76= LEM ................ :. (0j='NAW E "1 10f4 m ,i_ ................-•------.. ---- IE IS ISSUED AS A PATTER OF INFORMATION ONLY AND GHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE ND, EXTUND OR ALTER THE COVERAGE AFFORDED BY THE V. COMPANIES AFFORDING COVERAGE scorn ima Imurm" Co. Tr1nItV UnWoms1i aT Xans Tom Wok Como bw Rmw THIS IS TO CM" THAT THE POLICIES OF INSLRIANCE LISrED BELM HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INIMCATED, NOIYATIWANDING ANY REOUMEM@R, 71%7MN OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO W"m THIS CER7IRCATE MAY BE ISSUED OR MAY PERTAIN, THE WSURANCE AFFORDED BY 7HE POLICIES DESCRIBED HEREIN 18 SUBJECT TO ALL THE TOM, E71=SICNS AND CO NDRNONS OF SUCH POLICIES. LIMITS SH" MAY HAW BEEN REDUCED BY PAID CLAIMS- ........ ............---...........„.I................................................---.................. ........................ .......... ....... ........................... rpm OF vda1RABYm POLICY MUMst : POavearE m :POLICY PQATION = Lam IR; ' LICY PATE wwwm SATE Pr owm ....................................................................... i................... a ...... .......................... .... y................................<................................. .............. .. ....... ............. ... A i_Du C144150 05lOB/a5 05AD61Y6 cta�w AB�NEOAE 1l66;s 1000000 _............... ooMUF.RLIAL GO"& uAePnY I . __a....... l6D0 Bl AND P.D. : Pnoouc.scanp� AO0. ;s 1000000 _........ ....... ---....._ .._ ..>':.; o.AP� MADE X iOCCUN : DEDUC7IRLE ? pinwNAL E Am1. NAM ;s 50mm ,.,._...,......._ I - - .......... j i4im L CONINAC70R8 WIDE � ... .......... ..y....,................ .......... . i_......, i i EAOI OCCUIIIEIK.E ;is .. ..0". .......... ......... i IN DAMAGE WW one &V s..._........... __5m B ALTICAACBLE LNDLRY TCA6412M ANY AUTO I ALL OMM ALnM + .......• scfinuan ^nw 1 -X HnW AUTOS NO OWNED AUTOS X NONZVMW ALn0s ,• OARAOE umam _ EF>t4FE6 uAeLm }........ IIIADIIaLA fOIiA I (ri1�1 FOIY .. �..... _ ...............................................b ..................... WOAKo.V COWMEWTM C AMSBPIW7419 IampLovow uABERY 1 oTHER ...................----------.-.................... ......, cDE Irma oP OPg1ATKWU0CATI0k&%% + wL roM or DontNU Ad3Monal WLW �m OMcky'dr I U v .aa CNy 61 Dalton Aum., PurelwYg UepL 215 E. MaKYnsy Denton TX 76201 Yew. Enow Pny Aa so 04HTA5 04117Np6 COL<iFFO BNOLE Umrr .... ...... I ...... I ...................... BDDLYIWAY lRw P.�I ¢ GODLY kL W FW rcb" i PRopocry DAMAGE ................... ............................... ........ ..... ...... .................. = EACH OCCURRENCE ........................................... . AACIIfQA7E s BTATUTCAY LAATB :......................................... DISEASE • POi K Y UIWT DGEAI E - SUN EMPLOYEE SHOULD ANY OF THE ABOVE DESCRIBED POLICAES BE CANCELLED BEFORE THE EXPIRATION DATE n♦EFIEOF. THE ISSUING COMPANY mLL ENDEAvOR To MAIL SO DAYS WRRTEN NOTICE 70 THE COMFICATE HOLM NAMED TO THE LET. BUT FAILURE TO MAIL. SUCH NOTICE SHALL IMPOSE NO OBLJGAMON OR LUBIUTY OF ANY IDND UPON THE COMPANY, ITS AGENTS OR REPRiESMATNES. JTFIDACMD RIEPNEBRG MIMIT aYYATNE Rm" & IInc* OCT 27 '95 09:06 1 817 243 1050 PRGE.001 CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below. It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract. Upon bid award, all insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid. Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted: • Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A. • Any deductibles or self -insured retentions shall be declared in the bid proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self -insured retentions with respect to the City, its AAA036F5 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 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 Cf 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 10112/94 CI-2 Insurance Requirements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: [XI A. General Liability Insurance: General Liability insurance with combined single limits of not less than 1,000,000 shall be provided and maintained by the contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. • Coverage B shall include personal injury. • Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least: • Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures. • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. AAA036F5 CI-3 Insurance Requirements Page 4 [XI Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than 500,000 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for: • any auto, or • all owned, hired and non -owned autos. [XI Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule 28TAC 1 10.1 10 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 contractor's operations under this contract. Coverage shall be on an AAA036F5 CI-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. Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than each occurrence are required. Professional Liability Insurance Professional liability insurance with limits not less than _ with respect to negligent acts, errors or omissions professional services is required under this Agreement. Builders' Risk Insurance per claim in connection with 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. Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. AAA00350 REVISED 10/12/94 Cl - 5 Insurance Requirements Page 6 ATTACHMENT 1 [XI Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.01 1(44) for all employees of the contractor providing services on the project, for the duration of the project. AAA036F5 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 mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. AAA00350 REVISED 10/12/94 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, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and !b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and AAA00350 REVISED 10/12194 r 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,9f the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor_ does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. AAA00350 REVISED 10/12/94 CI - 9 CHAMBERS STREET DRAINAGE WORK DAYS 50 BID NO. 1796 PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 2.12.3-A 18" Storm Sewer 131 LF $ j/ I?P /LF $� f Unit Price in Words: 2.12.3-B 18" Class IV RCP 75 LF Unit Price in Words:-- 2.12.3-C 24" Storm Sewer 1117 LF $-fi'i"/7/LF Unit Price in Words: 3-B Remove Concrete Curb & Gutter 116 LF �' Unit Price in Words: EA- 41X4' Junction Box and Cover 4 EA Unit Price in Words: 7.6.A-2 4' Curb Inlet 2 EA Unit Price in Words: o i =-A-3 6' Curb Inlet 2 EA ,/EA $-Z -- _- r- Unit Price in Words: 7.6.A-4 8' Curb Inlet 2 EA $ / i' i,%/EA Unit Price in Words: EA- 10' Curb Inlet 1 EA $ /". / i /EA Unit Price in Words:_+ E Inlet Frame and Cover 10 EA Unit Price in Words: 1� ,_y�,,, -�< ��i _ %,-cam i r - -r 1 P - 3 CHAMB$RS STREET DRAINAGE WORK DAYS 50 BID NO. 1796 PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 5.8-A 6" Concrete Pavement 8 SY $ f ^_'� /SY Unit Price in Words: 17 1 3-A Remove Concrete Pavement 8 SY $ /SY Unit Price in Words: SP-2 Concrete Saw Cut 57 LF /LF $ Unit Price in Words: 7.4.5 Class A Concrete 2 Fy /CY $ Unit Price in Words:t- �/_=c_ •:�Lt ice_' >�;� _, ��� SP-3 Reinforcing Steel 120 LB $ ; '"' /LB Unit Price in Words: SP-42 Remove/and Replace - LS $ -`%LS Concrete Flume Unit Price in Words: =-Z, 8.15 Dry Rip Rap Type C 8 CY $ '�,i' � "VCY Unit Price in Words: SP-41 Asphalt Saw Cut 2470 LF $_ ! /LF Unit Price in Words: 3.9 Sod 380 PY $_� �'r' /SY $'.4>'.`%. C Unit Price in Words: 3.3 Unclassified Excavation 23 CY $ 'i�!'r /CY $ Unit Price in Words: SP-37 Excavation Protection 1097 LF $.-' /LF 1 Unit Price in Words: -! P - 4 CHAMBERS STREET DRAINAGE WORK DAYS 50 BID NO. PO NO. BID TABULATION SHEET. ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL SP-4 Waterline Lowering 1 EA $/ El!/T//EA Unit Price in Words: :J r SP-10 Rock Excavation 50 CY $!Ln / i /CY $ i/ Unit Price in Words: ZI) SP-39 Project Signs 2 EA Unit Price in Words: ; 1.21 Contractors Warranties and Understandings - LS LS Unit Price in Words: 3.1 Preparation of Right of Way - LS Unit Price in Words: F /- 8.1 Barricades, Warning Signs and Detours LS Unit Price in Words: �� �.. ",' ✓ _ :.�' /v't �° /%-1 =_� 3.12 Temporary Erosion Control - LS Unit Price in Words: SP-45 Misc. Sprinkler System Adjustment - LS Unit Price in Words: ) $ / $ Unit Price in Words: $ / $ Unit Price in Words: TOTAL $ ' f P - 5 BID # 1796 BID SUMMARY TOTAL BID PRICE IN WORDS **Ninety Five Thousand Seven Hundred Sixty Seven Dollars and Zero Cents** 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. DBR Construction Company, Inc. CONTRAC`� R BY c P n Rnv R9R Street Address Denton,TX 76202 City and State Seal & Authorization (If a Corporation) 817/383-3007 Telephone B - 1 U. S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT CERTIFICATION OF CONTRACTORISUBCONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY This certification is required pursuant to Executive Order 11246 (30 F. R. 1231-25). The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcontractors, shall state as an initial part of the bid or negotiations of the contract whether it has participated in any previous contract or subcontract subject to the equal opportunity employment clause: and, if so, whether it has filed all compliance reports due under applicable instructions. Where the certification indicates that the bidder has not filed a compliance report due under applicable instructions, such bidder shall be required to submit a compliance report within seven calendar days after bid opening. No contract shall be awarded unless such report is submitted. iCkKFIFICATION BY BIDDER NAME AND ADDRESS OF BIDDER (mc u e ZIP e) 1. Bidder cipated in a previous contract or subcontract subject to the Equal Opportunity Clause. es ❑ No 2. Complfii a feports were required to be filed in connection with such contract or subcontract. Yes ❑ No 3. Bidder ed all compliance reports due under applicable instructions, including SF-100. es ❑ No 4. Have you ever been or are you considered for sanction due to violation of Executive Order 11246,as amended? ❑ Yes No Replaces f0m , whicb u obsolete C - 5