Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2014-202
FILE REFERENCE FORM 1 2014-202 X Additional File Exists Additional File Contains Records Not Public, According to the Public Records Act Other FILE(S) Date Initials Change Order One - Ordinance No. 2015-021 02/03/15 JR AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF WASTEWATER COLLECTION SYSTEM IMPROVEMENTS FOR THE SHERMAN DRIVE/HOLIDAY PARK/LONGFELLOW DRIVE PROJECT; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (BID 5515-AWARDED TO THE LOWEST RESPONSIBLE BIDDER MEETING SPECIFICATION, QUALITY EXCAVATION, LTD. IN THE AMOUNT OF $917,524.50). 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 1. 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 5515 Quality Excavation, Ltd. $917,524.50 SECTION 2. 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 3. 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 4. The City Council of the City of Denton, Texas hereby expressly delegates the authority to take any actions that may be required or permitted to be performed by the City of Denton under Bid 5515 to the City Manager of the City of Denton, Texas, or his designee. SECTION 5. 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 6. This ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the day of -� _ 2014. CHRIS WATTS, MAY..)I' ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY ,-' CONTRACT BY AND BETWEEN CITY OF DENTON, TEXAS AND QUALITY EXCAVATION, LTD (IFB 5515) THIS AGREEMENT, made and entered into this 15th day of July A.D., 2014, by and between. City of Denton of the County of Denton and State of Texas, acting through George C. Campbell — thereunto duly authorized so to do, hereinafter termed "OWNER," and Oualitv Excavation. LTD. 958 HiLyhway 377, Suite, 200, Auhrev- TX 76227 of the City of Aubrey,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: a IMMMMUMUM M ILI] MIamIa1404 RAN 01 911Ne011-mA1090I= in the amount of $917,524.50 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 and the Performance and Payment Bonds, attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein and on file in the office of the Purchasing Agent, and in accordance with the plans, which includes all maps, plats, blueprfilts-, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by: Graharn Associates. In all of which are referenced herein and 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 "*q.=R specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. 1 M IM 9=1 U q UT 10 SAI&FIF41 19Z I 01,04 ME M I -folk, VUKI] L 0 '41mm- RPM I I 01 M.101RIEMI RAW 01 Lela I NO 51 UJOEIN IN M UVII Me F-A " K 11; A N 1 '410 L"A I 05 1011 11W."I INUIIRNIMIJIMJ� �mvj I 104 M100 Wff��&'Wel = 111 = I ION JYJ JM WN ,A K-jJILr0KIJJ'I om zJ'kqW'gI. [@10 Dfffl'�A 1 E17, 0 0 JMk I logo F, a M 51 11IMMI I ral "I BYIN ISEQ "W44 ty.1101 WRIA'A R [44: 1 GIVIDIN I 'T Wllmn= 'T. OR all, OTHER PERSON OR ENTITY. 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 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. Right to Audit The OWNER shall have the right to audit and make copies of the books, records and computations pertaining to this agreement. The CONTRACTOR shall retain such books, records, documents and other evidence pertaining to this agreement during the contract period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents and other evidence shall be available, within 10 business days of written IFB 5515 request. Further, the CONTRACTOR shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to this agreement, and to allow the OWNER similar access to those documents. All books and records will be made available within a 50 mile radius of the City of Denton. The cost of the audit will be borne by the OWNER unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the CONTRACTOR which must be payable within five business days of receipt of an invoice. Failure to comply with the provisions of this section shall be a material breach of this contract and shall constitute, in the OWNER'S sole discretion, grounds for termination thereof. Each of the terms "books", "records", "documents" and "other evidence", as used above, shall be construed to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document. ffv� IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST- C ATTORNEY CityL ofDeptpn---,l OWNER BY: (SEAL) CONTRACTOR NAME 9,S25 ��Vjq zsczn' ZV7 Ct 4-6, � nscno L PHONENUMBER F X NUMBER BY: AUTHORIZED AGENT LUMI PRINTED NAME to -top 1. DI . • .IFAI I.I� 103 1 STATE OF TEXAS COUNTY OF DENTON Bond No. 1011814 KNOW ALL MEN BY THESE PRESENTS: That Ouality Excavation, LThose address is 958 highway 377, Suite 200, Aubra, TX 76227 hereinafter called Principal, and Mid -Continent Casualty Company v'' , a corporation organized and existing under the laws of the State of ox, 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 Nine ( 917,5 41 S );`' n 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 jjF # 551 , with the City of Denton, the Owner, dated the 15th day of July A.13.,201_4,'far Bidet 4 5515,Wastcwatter Collection Systei Imnrnvemews 1'6r® Sherinati Drive_ 1-1[)lidav Park. 1,oll2fellow" NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of two (2) years 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. IFB 5515 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 arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in four co cs, each one of which shall be deemed an original, this the 15th day of July , 2014 ATTEST: a� BY: SE IZETAIeY ATTEST: BY: i1 ' t s Borhaug, Witness PRINCIPAL Quality Excavation, LTD. BY: PRESIDENT SURETY Mid anti ent Csuy BY: *ftrnnifer F-1N-FACT Picchi The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: Jennifer Picchi, PCL Contract Bonding Agency STREET ADDRESS: 2005 Cedarwood Drive, Carrollton, TX 75007 (NOTE. Date of Performance Bond must 8e date of Contract. If Resident Agent is not a corporation, give a person's name.) IFB 5515 1 1' STATE OF TEXAS Bond No. 1011814 COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Quality Excavation, LTD whose address is 958 Hi Thwav 377 Suite 200, Aubrey, TX 7 2 7,hereinafter called Principal, and Mid -Continent Casualty Company, -,'a corporation organized and existing under the laws of the State of Qr i a , and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to, in the penal sum of Nine Hundred, seventeen thousand five hundred tweirt tc3 �` dollars anal 1,1'ty cents�OLLA1 5 17,52,4 511`n 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 11y B 4 5515, with the City of Denton, the Owner, dated the 15th day of LiLly A.D.,2 14 --/for Chid if 5515 Wastewater Collection Systepi Improvements for Sherman Drive Holiday Park, Longfellow,,. "' 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 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. IFB 5515 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 arising out of such surety, 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 four copies, each one of which shall be deemed an original, this the 15th day of July 2014 ATTEST: BY SECT &ARY ATTEST: `1 ABY: Li' e r Shaug, W tries PRINCIPAL Quality Excavation, LTD. BY: PRESIDENT SURETY Mid-C�- iri .t Casual T i T E 1N-F CT Je 4fer Picchi The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: Jennifer Picchi, PCL Contract Bonding Aaenc STREET ADDRESS: 2005 Cedarwood Drive, Carrollton, TX 75007 (NOTE.- Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name) IFB 5515 MID-CONTINENT CASUALTY COMPANY 1437 SOUTH BOULDER, SUITE 200 - TULSA, OKLAHOMA 74119 - 918-587-7221 - FAX 918-588-1253 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the MID-CONTINENT CASUALTY COMPANY,'/ corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attorney -in -fact, for it and in its name, „place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obti ations in the nature thereof. Lisa Borhaug, Clem F. Lesch, Eric Lesch, Steven W. Lewis, Patrick C. Locke, Jennifer Picchi'And Allen B. Sparks, Jr., all of DALLAS, TX IN WITNESS WHEREOF, the MID-CONTINENT CASUALTY COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 27 day of May , 2014 maf�°OASrr 4 y SEOki AL' 4. ATTEST, SHARON HACKL Secretary MID-CONTINENT CASUALTY COMPANY TODD BAZATA - VICE PRESIDENT On this 27 day of May 1 2014 before me personally appeared TODD BAZATA , to me known, being duly sworn, deposes and says that s/he resides in Tulsa, Oklahoma, that s/he is a Vice President of Mid -Continent Casualty Company, the company described in and which executed the above instrument; that s/he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of her/his office under the By -Laws of said Company, and that s/he signed his name thereto by like authority. r r r r twa.rF,€��r ,k� OpLLp Commission# 11008253 _ STATE OF OKLAHOMA. 55* My C ion Ex iris. 0 —08-15 COUNTY OF TULSAfn N �5.4 JULIE AL HAN Notary Public This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Mid -Continent Casualty Company by unanimous written consent dated September 25, 2009. RESOLVED: That the President, the Executive Vice President, the several Senior Vice Presidents and Vice Presidents or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION 1, SHARON HACKL Secretary of Mid -Continent Casualty Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of September 25, 2009 have not been revoke and are now in full force and effect. d' Signed and sealed this day of ,r€€rrr r ,f SHARON HACKL Secretary r t�ris 3a' VOID IF BOX IS EMPTY N Cliant#- 727nAA QUALIEXC DATE (MM/DD/YYYY) ACORDTM CERTIFICATE OF LIABILITY INSURANCE 1 7/23/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. 4& RTAhIT; If the certl#irate holder Is an ADDITIONAL INSURED, the policy(les) merit be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER INAME: USI Southwest Dallas /CL PHONE . EXt, 214 443-3100 „� No, 214 443-3900 1445 Ross Avenue, Suite 4200 EMAIL _. ADDRESS: Dallas, TX 75202 INSURER(S) AFFORDING COVERAGE NAIC # 214 443-3100 __ .� ...... w� .. _ _ INSURER A: Liberty Insurance Corporation 42404 INSURED INSURER B Liberty Insurance Corporation 42404 Quality Excavation, Ltd n° Texas Mutual Insurance Company 22945 958 US Highway 377, Ste 200 'r INSURER c : p Y 9 Y " ENSURER E :Liberty MutFederal � al Firance Company 20281 INSURER D: Aubrey, TX 76227 � n { � — _ Insurance C 23035 - .. COVERAGES CERTIFICATE NUMBER: REVI510N NUMBhK: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, LTR TYPE OF INS NSR WV NCE ID POLICY NUMBER A GENERAL LIABILITY {°TB7Z91456886034 u X COMMERCIAL GENERAL LiA€iIUTY X�CLAIMS -MADE [ 1 OCCUR,;,,,"r PD Ded:1,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY [_X1 PRO- JECT „ LOG E AUTOMOBILE LIABILITY.,,"' AS2Z91456886024 X ANY AUTO O . ALL OWNED SCHEDULED AUTOS AUTOS _ X X NON -OWNED HIRED AUTOS AUTOS B X UMBRELLA LIAB X I OCCUR 'I TH7Z91456886044 EXCESS LIAB CLAIMS -MADE DIED ( X1 RETENTION $10000 C WORKERS COMPENSATION . ' TSF0001236900 ' AND EMPLOYERS' LIABILITY t N ANY PROPRIETOR/PARTNER/EXECUTIVEIY OFFICER/MEMBER EXCLUDED? ` NJ N / A (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below D Equip Floater 6694698 (1 � (MMIDD/YYYYI LIMITS 4 05/04/201 ' EACH OCCURRENCE $1,000,000 1.L{.r4rrr, e) ..._$300.000 MED EXP (Any one person) $5,000 PERSONAL & ADV INJURY $1,000,000 GENERALAGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG -- $ 4.000.000 4� 05/04/2015� 'OMBINFD SINGLE LIMIT 1$1,000,000 BODILY INJURY (Per person) 1 $ BODILY INJURY (Per accident) $ PRO PERTYDAMAGF.. LIIPer,as. Add 211 $ $ 14105104/2016 EACH OCCURRENCE AGGREGATE 14105/04/201 S X $5,000.000 $5.000.000 E.L.EACH ACCIDENT $1. E.L DISEASE - EA EMPLOYEE $1„ E.L. DISEASE -POLICY LIMIT $1. 14 05/04/2015 Blanket Leased/Rented $500,000 Limit $1.000 Deductible DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) RE: Denton - Wastewater Collection System Improvements for Sherman Drive, Holiday Park and Longfellow. This Certificate is issued in respects to above referenced. The General Liability and Automobile ppycy( ) includes an automatic Additional Insured endorsement that provides Additional Insured status to the Certificate holder, only when there is a written contract or (See Attached Descriptions) HOLDER CANCELLATION ANY OFE DESCR City of Denton,/ THE SHOULD XPIRATIIONH DATE VTHEREOFE NOTTICEIEWIBLL CELLED BE CDELIVERED NE 901 A Texas Street ACCORDANCE WITH THE POLICY PROVISIONS. Denton, TX 76209 AUTHORIZED REPRESENTATIVE 1• c,J • � 4c.�M�oti © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) 1 of 2 The ACORD name and logo are registered marks of ACORD #S 12975624/M 12887279 TXHZP DESCRIPTIONS (Continued from Page 1) written agreement between the named insured and the certificate holder that requires such status. The General Liability, Automobile and Workers Compensation policy(s) provide a Blanket Waiver of Subrogation when required by written contract. The Umbrella Policy is Follow Form. , _ SAGITTA 25.3 (2010/05) 2 of 2 #S12975624/M12887279 INSURANCE REQUIREMENTS AND Upon contract execution, all insurance requirements shall become contractual obligations, which the successful contractor 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. Contractor shall file with the Purchasing Department satisfactory certificates of insurance including any applicable addendum or endorsements, containing the contract 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, 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- VII or better. • Any deductibles or self -insured retentions shall be declared in the proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self -insured retentions with respect to the City, its officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 0 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. • Cancellation: City requires 30 day written notice should any of the policies described on the certificate be cancelled or materially changed before the expiration date. • 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. IFB 5515 • Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. • Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. Run - specifications throughout the duration of the Contract, or longer, if so noted. [X] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000,000.00 shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. 0 Coverage B shall include personal injury. 0 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. [X] 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 IFB 5515 in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for: • any auto, or • all owned hired and non -owned autos. [X] Workers' Compensation Insurance Contractor shall purchase and maintain Workers' 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 I in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Workers' Compensation Commission (TWCC). 1111111111NI! Own i:: 1111� , I I MMUM=.- 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 "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 $500,000.00 combined bodily injury and property damage per occurrence with a $1,000,000.00 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 $1,000,000.00 per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. 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. ATTACHMENT 1 [X] Workers' 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-8 1, 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 foodibeverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. 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. 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; IFB 5515 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 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. IFB 5515 GL Lo A-Z-4 1� PROJECT NAME: Wastewater Collection System Improvements Sherman Drive / Holiday Park / Longfellow BASE BID TABULATION SHEET Substantial Completion Calendar Days IFB P.O. No. Item 1:}irritttis:eti ti�rintity Unit Unit Price ITEMS APPLICABLE TO ENTIRE PROJECT —] 103.3TrelyBonds M LSD F /LS Unit Price In Words; 0s"'° l""= 107.20 pro ect Signs —L_— g 2 _ EA 1 $ l EA Unit Price In Words �61 .- ?. ?� u. 203.Ueneral Site Preparation _ �... _., .m 1 LS $ I / LS Unit Price In Word A_-J`w 201 Temporary Erosion Control 1 LS $ f�fLS .... . Unit Price In Words: a _ 502.12.4 Cari�aect to I xistln Manhole 2 CA $ / EA o ,.._ ..wm.� .... ., _.._....., Unit Prkc In Words l "- 4 801 I'tallic Control, Barricade 5, Barriers, Warntnt, and Detour _],Signs,and Fences i — EA $try / EA Unit Price In Words 7 t SS03 Remove E�istingMmihole 20 CA $ / EA Unit Price In Words w f ?i yam SS06 Bypass Pumping Unit Price In Words:° 507 8 /Embedment Backfilliy Sewer & Pavement Open Cut, Complete Repair 5892 LF _.. Unit Price In Words: r't t _. 107119 3 Trench Safety 92 LF Unit Price In Words: i' P-3 / LF 1 t t / LF 240 5515 PROJECT NAME: Wastewater Collection System Improvements Calendar Days 240 Sherman Drive / Holiday Park / Longfellow IrB MIS P.O. No. BASE BID TABULATION SHEET P-4 Receipt is hereby acknowledged of the following addenda to the plans and specifications:. Addendum No. 1 dated Received Addendum No. 2 dated Received Addendum No. 3 dated Received Addendum No. 4 dated Received Addendum No. 5 dated Received CONTRACTOR w.� 13Y ...u :....r Street iel31 ""S —.., City and State Seal & Authorization (If a Corporation) ._........ Telephone P-10 .M .W 1. Ir ctrt� ��, tealat tex�ta- its 1w., Ti"(tic (Iiv dai iato� i�a t �,tra , A t A jt�: t tint p $ t�1•�i ��� that tt� ttta� . . f t. will tw ` abed. trjt t`,it I i a;v1.c � ttt aatt � " rtitr it�� ���� r sstr�� ��i, �° 1tts��i *�" t�tr a�$,N o N,la 7 ate r t ti a ;i t a t for. Ol # ` f� C3 ai f lrk; to t�i�ttstd ifa�� MI :ltt flay 1� c,1 ��v���sd t�wm tlr�- tkw�ttt cif �ttc �tnrt r t. ,�il,t t° W'N tip #tt Foal OmkJAid pkwi tlt � i,t t°mAc' A Aid %Wfli the t�� RI ttto coa(brivily, 1,csp at ate b1dJer log,ilt i o i ft, ; 6dt � 4 bwkW wlO1 atd t i , The t i It woa attic 10 ttttc N r Ou°�1 09 Ott for papos to a . lit.'11 6vfA of" ffic wl'wd Of 6 dootK 1f to Itto i ndmigmA, tl°a s dealg a� r. �ra�s mil 11a r )r t it l �t t � ti. (dal tstt t1aa turt�ct, "t swu1mt �rppir pompi t� tr3l)uu Yl tl tl 9 R1 " fi C &dl tk l to E t xa & & l {, t ] s1E 01114 0011ted fit' tit t t t�t���i t;rra��i:�ltl��rt tt��i� att;�tnat�, �a��ct i�� i��arart� trtt�ttiit 11� �tif l�r;rit t;ltt� ��a` aal�aar firt ", tttt ttaatV i6tij�!ivhhW ill the WIMIAwnt o the wfll-aa, It; a kdc"6M)d that file �,V( .; t�r'ri� t t tie, d6 skill Oc �O&,,J x1 ��h&i � fly 6'61 0 ((';d ara{ artt 3'� 1 ter a uric gee t�"lilt ti�� ��tata�� All �jj ' i ti��tt,�� 9 rig r�tt,�t3 �;Rla�ti 74101 ! is'plAqloof hov. f it air ;a114° it t tt t rttf" �tct Ct iartt tra tta;i ti ltr�a t° ft � t,4tr^l it m l.f*d 6 IN P(AaYW ctS r t:' ac' t � z t t rt t as � i t ll ill cist t � c rt ° t 1i t 11 Da Moilti oLk 1110 is i€`il !'tt �rral i° tt {, a$ tat t,��it.[� 'A'Ale T `sti31; as-tgt t} y� i itt t t i 11 4alik '�YwL ?"ew11 ti ?Ci.'i�l"" 3514 �`3ilkw tick ilLk� 5�tlfi1#€%"tii�, L�r C, I ilril-�4 j+v%- Lif jjjc� l.;Iao of 4� VENDOR 44144 t�l ltctltwMWOIII bidkls, filil t 1 1, ill'on 0040 1a xtWat„dt i i 6()u(fA)0 a-, IONv bidflor, Two w"I tlon Wddor7 KIt-o' tut wjIt4)ao-t"Mloso %cat"pftrzO offjio*.t tl�" 1.t1 ilts<ii�lt� 1��tt�,c �& tt�att-st �gqtyyypt�tyy�pp€�$p� xyx[x[p�yy'rtglydy��9ys�ygt�y`cy"/yg�yk�y�g�ip�({ytyY�yy,�r' paagxyt3rxJ}xy�a�`Kyyt+y}��gt#�q�ptm��y�.�yq�e�ypiyr#�}t�'r'v��yq� #F Tak fit'an n 4 ioclt�nt Is. t of 11,61t flii. 101w w, a sk dk s A,7,Yidvwf {.?.'.ii4l�e by, (bo N'Ajl)�o itnuJ4 ji l4,&3i�..k� t`t l'i It xi 1l r° �xtttl ,1 is a tsi cc f,x m.006i (� ac�r� rx� r t xi "n at„d0 obta tt. a �(lillp at . ccttTqs}1 6(G �)Onusi i 16pited, 'titst(c t J,txtiti°t i itiat 1�! iit"al .1i at. 1 �try tttkil.1 1�11 r1tilts x i(crltl t�i' txt€ s titala r c t 6idde,i tt7 OPky il)t tiltl 1:44 111 x' a ` rl tFiis— The aiikIkt 1s lit, t�ta�l (aicl�t. t,1ctatt1t9x t txttt.1.ell 1u;11tlt iAI t z ilrtt 1a 0rt t° .'0rtl ix r don; Itt s` sfof 001, tlrlil6 po( ( p t t 111°t i t.t � t s a lti 11 1 k� � w"Id lit 1°ra y a "t. t t ltlttt: w 'O;lt 1, i ctti r ti ttt x1111 1 1t F l {tl itt h .t, �t'.: z(4,141*1 000 (A"bosillm : iae�:tc ttrti( il,lc e .4 i xt,ltt 5 tyx . : ty ff :i s dw 48.1� O. saf s s . rl a t a a t i the 1,1 III&k OW C` 11 N y ,ly �aa 8*i"l�`tl $' e'aitrL "i.d iYYN`i. *M Ve iy.OE fziYfiM�. a� a>f 5 uxti• aa.'v • vwx rK+.x msx "xxaF x �.s sxs aass ra S.�,.au