HomeMy WebLinkAbout2007-134ORDINANCE NO. oS X 7-
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS
CONTRACT FOR THE INSTALLATION OF A DIGESTER COVER AT THE CITY OF
DENTON PECAN CREEK WATER RECLAMATION PLANT; PROVIDING FOR THE
EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (BID
3796-PECAN CREEK WATER RECLAMATION PLANT DIGESTER IMPROVEMENTS
AWARDED TO CRESCENT CONSTRUCTORS, INC. IN THE AMOUNT OF $643,000).
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
3796 Crescent Constructors, Inc. $643,000
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. 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 5. This ordinance shall become effective immediately upon its passage and
approval.
PASSED AND APPROVED this the 11h1h day ofVml-,12007.
&V4 rnrxxyl
PERRY R. McNEILL, MAYOR
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
xv%4+ill= I�d4, .l
APPROVED AS TO LEGAL FORM:
EDWIN M. SNYDER, CITY ATTORNEY
BY: /
3-OR - 796
CONTRACT AGREEMENT
STATE OF TEXAS
§ COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 19th day of June A.D., 2007, 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
Crescent Constructors Inc.
1100 Grinnell Dr.
Richardson TX 75081
of the City of Richardson, County of Dallas and State of Texas hereinafter termed
"CONTRACTOR."
WITNESSETH: That for and in consideration of the payments and agreements hereinafter
mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds
attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete
performance of the work specified below:
Bid 93796 — Pecan Creek Water Reclamation Plant Digester Improvements
in the amount of Six hundred forty-three thousand dollars and no cents ($643 000 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 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 all local, state and federal laws; and plans, which
includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter
thereof, and the Specifications therefore, as prepared by:
Camp Dresser and McKee Inc
all of which are referenced herein and made a part hereof and collectively evidence and constitute
the entire contract.
V.W
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 covenants and agrees to and does hereby indemnify, hold harmless and defend, at
its own expense, Owner, its officers, servants and employees, from and against any and all claims or
suits for property loss or damage and/or personal injury, including death, to any and all persons, of
whatsoever kind or character, whether real or asserted, arising out of the Work and services to be
performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or
invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers,
servants, employees, of the Owner. Contractor likewise covenants and agrees to, and does hereby,
indemnify and hold harmless Owner during the performance of any of the terms and conditions of
this Contract, whether arising out of in whole or in part, any and all alleged acts or omissions of
officers, servants, or employees of Owner. The provisions of this paragraph are solely for the
benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise,
to any 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.
CA-2
IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the
year and day first above written.
TEST:
ATTEST:
'bou6t-kS \IJ 1 L Sow
APPROVED AS TO FORM:
P-7
I� �I
O.
CA-3
City of Denton
OWNER
BY:
(SEAL)
CONTRACTOR
flob A L li° 6
CAA X, -W
MAILING ADDRESS
i972� 7�3 =' 69a)
PHONE NUMBER
937- ZAS;
/ FAX N q/R
BY:
TITLE
laic q,
PRINTE NAME
(SEAL)
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, ifso 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 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 read:
"SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR
MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE
BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS
BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE IO
DAYS ADVANCE WRITTEN NOTICE ISREQUIRED,,.
• Should any of the required insurance be provided under a claims -made form, Contractor
shall maintain such coverage continuously throughout the term of this contract and,
without lapse, for a period of three years beyond the contract expiration, such that
occurrences arising during the contract term which give rise to claims made after
expiration of the contract shall be covered.
• Should any of the required insurance be provided under a form of coverage that
includes a general annual aggregate limit providing for claims investigation or legal
defense costs to be included in the general annual aggregate limit, the Contractor shall
either double the occurrence limits or obtain Owniers-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.
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, ifso noted:
N 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.
[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 in conjunction with this contract.
Satisfaction of the above requirement shall be in the form of a policy endorsement for:
• any auto, or
• all owned, hired and non -owned autos.
[X] Workers Compensation Insurance
Contractor shall purchase and maintain Worker's Compensation insurance which, in addition
to meeting the minimum statutory requirements for issuance of such insurance, has
Employer's Liability limits of at least $100,000 for each accident, $100,000 per each
employee, and a $500,000 policy limit for occupational disease. The City need not be
named as an "Additional Insured" but the insurer shall agree to waive all rights of
subrogation against the City, its officials, agents, employees and volunteers for any work
performed for the City by the Named Insured. For building or construction projects, the
Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096
of the Texas Labor Code and rule 28TAC 110.110 of the Texas Worker's Compensation
Commission (TWCC).
[ ] 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 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 thanper 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.
[ ] Commercial Crime
Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside
the premises, burglary of the premises, and employee fidelity. The employee fidelity
portion of this coverage should be written on a "blanket" basis to cover all employees,
including new hires. This type insurance should be required if the contractor has access to
City funds. Limits of not less than each occurrence are required.
[ ] 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.
ATTACHMENT 1
[Xj 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 401.011(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.
L 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
(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.
_ City of Denton, Texas
Pecan Creek Water Reclamation Plant
Digester Improvements
SECTION 00300
- BID FORM
— PROJECT IDENTIFICATION: City of Denton
Pecan Creek Water Reclamation Plant Digester Improvements
Project Bid No. 3796
THIS BID IS SUBMITTED TO: Purchasing Department
City of Denton
901-B Texas Street
Denton, Texas 76209
THIS BID IS SUBMITTED BY: ( uc WC ,
N �a�
ARTICLE 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement
with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or
indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in the
Agreement and in accordance with the other terms and conditions of the Contract Documents.
ARTICLE 2. Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and
Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid
will remain subject to acceptance for ninety days after the day of Bid opening. Bidder will sign and submit the
Agreement with the Bonds and other documents required by the Contract Documents within fifteen days after the
date of'OWNER's Notice of Award.
ARTICLE 3. In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that:
3.1 Bidder has examined copies of all the Contract Documents and of the following Addenda (receipt of all
which is hereby acknowledged):
Date Number Authorized Signature
3.2 Bidder has visited the site and become familiarized with the nature and extent of the Contract Documents, Work,
site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress,
performance or furnishing of the Work.
3.3 Bidder has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all
such examinations, investigations, explorations, tests and studies which pertain to the subsurface or physical conditions
00300.doc 00300-1
May 2007
City of Denton, Texas
Pecan Creek Water Reclamation Plant
Digester Improvements
at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as Bidder considers
necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in
accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of
paragraphs 4.02 and 4.03 of the General Conditions; and no additional examinations investigations, explorations, tests,
reports or similar information or data are or will be required by Bidder for such purposes.
3.4 Bidder has correlated the results of all such observations, examinations, investigations, explorations, tests,
reports and studies with the terms and conditions of the Contract Documents.
3.5 Bidder has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in
the Contract Documents and the written resolution thereof by ENGINEER is acceptable to Bidder.
3.6 This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or
corporation and is not submitted in conformity with any agreement or rules of any group, association, organization
or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham
Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not
sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER.
ARTICLE 4. Bidder will complete the Work in accordance with the Contract Documents for the following
lump sum price(s), as specified in text form, and numerically:
4.1 BIDDERS BID AMOUNT
Item A - Digester Cover
Lump Sum Bid: This lump sum item consists of furnishing all supervision, labor, materials, tools,
equipment, incidentals and related items required for installation of one radial beam type, gas storage
digester cover and all appurtenances identified in these Specifications and shown on the Drawings.
Lump Sum Bid:
.Sg31 �a�,
�ous
dollars
Item B — Demolition and Sludge Disposal
Lump Sum Bid: This lump sum item consists of furnishing all supervision, labor, materials, tools,
equipment, incidentals and related items required for the demolition of the existing digester cover, sludge
removal, and digester cleaning.
St
($ 0
Total Lump Sum 1
MUM
Bid (Items A and B)
dollars
00300.dm 003 00-2 May 2007
City of Denton, Texas
Pecan Creek Water Reclamation Plant
Digester Improvements
Lump Sum Bid:
Si X Flutid red %bray TX ee /hovSA V
OQ .
The Pecan Creek Water Reclamation Plant Digester Improvements Project will be awarded to the lowest
responsible bidder as identified in the Contract Documents.
4.2 MANUFACTURERS
This Bid is based upon furnishing and installing major items of Equipment by the following manufacturers:
No. Item Specification Section Manufacturer
1 Digester Cover* 13230 Westech Engineering, Inc.
Indicates an "or equal" manufacturer is acceptable for write-in.
4.3 PROPOSED SUBCONTRACTORS
The following information gives the name, business address, and portion of work (description and dollar
amount of work to be done) for each subcontractor that will be used in the work in the Bidder is awarded the
Contract. No subcontractor doing work in excess of 3 percent of the total amount of the Bid who is not listed
below shall be used without the written approval of the OWNER.
Additional supporting data may be attached to this page. Each page shall be sequentially numbered and
headed "Proposed Subcontractors," and shall be signed.
Firm Name Business Address
_. Description of Work Dollar Amount
6CECanfr$� ' arc- o,_t Ldof_g TX
- ���+��►G K2,
ARTICLE 5. Bidder agrees that the Work will be completed within the following time(s):
5.1. Bidder agrees to be Substantially Completed with all contracted Work within 300 calendar days from the
date when the Notice to Proceed is issued, and completed and Ready for Final Payment within 30 calendar
days after Substantial Completion in accordance with Article 14 of the General Conditions within. The
Project shall be completed and ready for final payment within 300 calendar days after the date when the
Contract Time commences to run.
00300.dac
00300-3
May 2007
City of Denton, Texas
Pecan Creek Water Reclamation Plant
Digester Improvements
5.2 Bidder accepts the provisions of the Agreement as to Liquidated Damages in the event of failure to complete
the Work within the times specified in the Agreement.
ARTICLE 6. The following documents are attached to and made a condition of this Bid:
6.1 Required Bid Security in the form of a certified check or a Bid Bond in the amount of 5% of the total Bid
price.
6.2 Noncollusion Affidavit.
ARTICLE 7. Communications concerning this Bid shall be addressed to the following address:
Mr. R. Todd Townsend
Camp Dresser & McKee, Inc.
8140 Walnut Hill Lane, Suite 1000
Dallas, TX 75231
Phone: (214) 346-2800
Fax: (214) 987-2017
ARTICLE 8. The terms used in this Bid which are defined in the General Conditions or Instructions to
Bidders will have the meanings assigned to them.
SUBMITTED on A4 q 2 / 2007
Approved By
Attested By
Seal
(If a Corporation)
_ CR kCAT C�nI�RI�C'v MC —
(Name of Bidder)
By gin D[�) i
(Title)
lie gmlAla PLO
(Address)
IN
(City, and State)
�g7vj 713- �30)
(Telephone Number)
(Facsimile Number)
Note: If the Bidder is a corporation, indicate state of incorporation under signature and affix corporate seal; if a
partnership give full name and residential addresses if different from business address.
00300.doe 00300-4
May 2007
ACORDN CERTIFICATE OF LIABILITY INSURANCE
PRODUCER
1 THIS CERTIFICATE IS ISSUED AS A MATTE HARRIS F. UNDERWOOD III INC. ONLY AND CONFERS NO RIGHTS UPON
3214 MAIN STREET HOLDER. THIS CERTIFICATE DOES NOT R
P. O. BOX 730039
ALTER THE COVERAGE AFFORDED BY TH
'
DALLAS, TX 75371-0039 INSURERS AFFORDING COVERAGE
INSURED CRESCENT CONSTRUCTORS, INC.,
INSURER A: ORLAHOMA SURETY CO
PELICAN EQUIPMENT, LLC
DATEIMM/DWYYYYI
THE
NAIC #
(� INSURER B: GENERAL INSURANCE CO. OF AMERI 2473
1300 GRINNSLL DR. ^\�I INSURER a AMERICAN INTERSTATE INSURANCE 6807 RICHARDSON, TX 75081-5817 S INSURER D: HANOVER INS CO GRP
884
CRESO2 INSURER E:
COVERAGES
THE POLICIES OF INSURANCE I ISTFn RPI nnA/ uAvc
NOTWITHSTANDING
AM Y REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TOWHIItU AbVVL FOR THE CH CHTHIOLICY S SCORTIFDCATE MAY BE F ISSUEDOR
PERTAIN, THE INSURANCE AFFORDED THE POLICIES DESCRI BED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE
VE BEEN REDUCED BY PAID CLAIMS.
INSfl OD'L
D
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE KI OCCUR
POLICY NUMBER
POLICY h1 FFECCTIVE
09/12/2006
POLICY EX%RATION
O9/1212007
— LIMITS
A
CL000645988
ACH OCCURRENCE
$
1000000
DAMAGE TO RENTED
PREMISES Ea occurence
S
10000
NED EXP(Anyone Person,
$
PERSONAL&ADVINJURY
$
1000000
GEN'L AGGREGATE LIMIT APPLIES PER.
GENERAL AGGREGATE
$
2000000
PRODUCTS - COMP/OP AGG
$
2000000
POLICY PRO LOC
B
AUTOMOBILE
X
LIABILITY
ANY AUTO
ALL OWNED AUTOS
OICH4372081
0212312007
0212312008
COMBINED SINGLE LIMIT
Ea accident)
$
1000000
BODILY INJURY
(Per Person)
$
SCHEDULED AUTOS
HIRED AUTOS
BODILY INJURY
(Peraccident)
$
NON-OWNEDAUTOS
PROPERTY DAMAGE
(Per accident)
$
GARAGE
LIABILITY
ANYAUTO
AUTO ONLY - EA ACCIDENT
$
OTHERTHAN EA ACC
$
AUTO ONLY:
A
EXCESS/UMBRELLA LIABILITY
XOCCUR CLAIMS MADE
X occuRFil
XS145918
0911212006
09/12/2007
AGG
EACH OCCURRENCE
$
9
1000000
AGGREGATE
$
1000000
DEDUCTIBLE
$
X RETENTION $20000
C WORKERS COMPENSATION AND -
EMPLOYERS' LIABILITY TVMCTX753681200
$
1011212006 10/12/2007 X WC STATU
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
E.L. EACH ACCIDENT $
500000
If yes, describeunder
SPECIAL PROVISIONS below
E.L. DISEASE - EA EMPLOYEE S
500000
D OTHER
CONTRACTORS EQUIPMENT ZEED875585501
E.L. DISEASE - POLICY LIMIT $
05/12/2007 0511212008 LEASED/RENTED
500000
300000
DEDUCTIBLE
1000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
PECAN CREEK WATER RECLAMATION PLANT DIGESTER IMPROVEMENTS ✓
CERT CATS HOLDER IS NAMED ADDITIONAL• TNCURED, WAIVER OF SUBRDGANCLUDSD AND COVERAGE IS
PRIMARY AIM NON-CONTRIBUTORY ON GENERAL LIABILITY COVERAGE.
CERTIFICATE HOLDER
CITY OF DENTON L,-�
901B TEXAS STREET
DENTON, TX 76201
VNIYLCLLA I IUIN
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 ✓5AYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
AUTHORIZED REPRESENTAT
%7 Ao e/ i7
I'm
ILVU I/VO)
C
PERFORMANCE BOND No. 104961703
STATE OF TEXAS §.
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That Crescent Constructors. Inc. whose
address is 1100 Grinnell Drive Richardson., Texas 75081 hereinafter called Principal, and
Travelers Casualty & Surety Co. , a corporation organized and existing under the laws
of the State of Texas , and fully authorized to transact business in the State of
Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation
organized and existing under the laws of the)State of Texas, hereinafter called Owner, in the penal
sum of Six hundred forty-three thousand�DOLLARS ($643,000.00),plus ten percent of the stated
penal sum as an additional sum of money representing additional court expenses, attorneys' fees,
and liquidated damages arising out of or connected with the below identified Contract, in lawful
money of the United States, to be paid in Denton County, Texas, for the payment of which sum well
and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and
assigns, jointly and severally, firmly by these presents. This Bond shall automatically be increased
by the amount of any Change Order or Supplemental Agreement, which increases the Contract
price, but in no event shall a Change Order or Supplemental Agreement, which reduces the Contract
price, decrease the penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 2007-134, with the City of Denton,
the Owner, dated the 19th day of June A.D. 2007✓a copy of which is hereto attached and
made a part hereof, for Bid #3796 — Pecan Creek Water Reclamation Plant Digester Improvements ✓
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.
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 4 copies, each one of which
shall be deemed an original, this the 19 day of June 2007 ✓ .
ATTEST: �L
BY:
SECRETARY
ATTEST:
PRINCIPAL
Crescent Constructors, Inc.
BY:
PRESIDENT Miclya6l Daiqre
SURETY
Travelers Casualty & Surety Co.
BY:
mes P. Fulton BY:
ATTORNEY -IN -FACT
Chris M. Hill
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
processis:
NAME: Harris F. Underwood III, Inc.
STREET ADDRESS: 3114 Main Street Dallas TX 75226
(NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a
person's name.)
PB-2
PAYMENT BOND No. 104961703
STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS: That Crescent Constructors, Incwose
address is 1100 Grinnell Drive, Richardson, Texas 75081 , hereinafter called Principal,
and Travelers Casualty & Surety 5cmc6poration organized and existing under the
laws of the State of Texas , and fully authorized to transact business in the State of
Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation
organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all
persons, firms, and corporations who may furnish materials for, or perform labor upon, the building
or improvements hereinafter referred to, in the penal sum of Six hundred forty three thousand✓
DOLLARS (SW 000.00)en lawful money of the United States, to be paid in Denton, County,
Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our
heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these
presents. This Bond shall automatically be increased by the amount of any Change Order or
Supplemental Agreement which increases the Contract price, but in no event shall a Change Order
or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 2007-134, with the City of Denton,
the Owner, dated the 19th day of June A.D. 2007✓a copy of which is hereto attached and
made a part hereof, for Bid #3796 — Pecan Creek Water Reclamation Plant Digester Improvements✓
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.
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 4 copies, each one of which
shall be deemed an original, this the 19 day of June 2607
ATTEST:
C
SECRETARY
ATTEST:
BY:�
ames P. Fulton
PRINCIPAL
Crescent Constructors, Inc.
BY: /,
PRESIDENT i ael Daigre
SURETY
Travelers Casualty & Surety Co.
ATTORNEY -IN -FACT
Chris M. Hill
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
process is:
NAME: Harris F. Underwood III, Inc.
STREET ADDRESS: 3114 Main Street Dallas, TX 75226
(NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation,
give a person's name.)
I' C
TRAVELERS POWER OF ATTORNEY
Farmington Casualty Company St. Paul Guardian Insurance Company
Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surely Company
Seaboard Surely Company Travelers Casualty and Surety Company of America
St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
Attorney -In Fact No. 214950 Certificate No. O O 15 7 1 J i 5
KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the Stale of New York, that St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Memory InSinanSpfornpany are corporations duly organized under the Taws
of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are
corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the
Taws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and
Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that
the Companies do hereby make, constitute and appoint
Cash R. Harbaugh, Chris M. Hill,slnd Donald G. Murray
of the City of Dallas , Sane of Texas , their true and lawful Attomey(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business ofguaranteeing the fidelity of persons, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or.proceedings allowed by law.
M NV
IN WITNESS WHEREOF, the Companies have caused this instrument to b�igncd�ndt�r corp�ne seals to be hereto affixed, this 16Sh
day of April 2007 / 45.3�' ��'Y ��➢�
y ✓ ,
Farmington Casually Compariy' 4 �� Ag�
Fidelity and Guaranty°Insurance Company
Fidelity and Guaranty �Insuruce Underwriters, Inc.
Seaboard Surely Company
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
G I.SV1r j`lt� SI=9FlY \X IMS
o��fjp/PPrOR9V aHo .
Y
1927 non—,, 193 li
tM '
OFM1FN" ~soe.,ucY. 'lS. ANXA, �Y MI
Stale of Connecticut
City of Hartford ss.
By:
Gcorg Thompson, tor /ice Preaident
On this the 16th day of April 2007 before me personally appeared George W. Thompson, who acknowledged
himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters,
Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers
Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being
authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized office .
p,Tf7
In Witness Whereof, I hereunto set my hand and official seal. �
My Commission expires the 30th day of June, 2011. P tOUBUGS
58440-8-06 Printed in U.S.A.
Marie C. 7ctru uIL Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, htdelily
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company,
St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of
America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any
certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any such power of attomey or certificate bearing such facsimile signature or facsimile seal shall
be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall he valid and binding on the
Company in the future with respect to any bond or understanding to which it is attached.
I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance
Company, Travelers Casualty and Surety Company, Travelers Casualty and Smeetty&rnpany 6&Americ „and United States Fidelity and Guaranty Company do hereby
certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been
revoked
{
IN TESTIMONY WHEREOF. I have hereunto set my hand andui6ilxedShe seids of said Companies this 19 day of June .20 Q7
i�Nk .
�f Kori M. Johans Assistant Secretary
V
L I.SU9 ` Sl4gFIY 'x y OPM... MS px. �x4U99 9gP�tx qHO �` Y0rI0fIP Y�
O �JtOx�Oxgif.,m UpNrORq �;:p i5 I`n
# ^6 0 64``4x4"n 1.+�r xc1a9on5rta1
a1977%9M12£N ;° �SBAL;rONFIN
To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.stpaultravelersbond.corn. Please refer to the Attomey-In-Fact number,
the above -named individuals and the details of the bond to which the power is attached.
WARNING:THIS POWER OFATTORNEY IS INVALID WITHOUT THE RED BORDER