HomeMy WebLinkAbout2002-110ORDINANCE NO. O® ' //O!�
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR
THE COMPLETION OF THE WOODROW SUBSTATION SITE WORK, FOUNDATIONS,
GROUND GRID, CONDUIT SYSTEM AND FENCE; AND PROVIDING FOR THE
EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING AN EFFECTIVE DATE (BID
2821— WOODROW SUBSTATION SITE WORK, FOUNDATION, GROUND GRID, CONDUIT
SYSTEM AND FENCE AWARDED TO THE LOWEST RESPONSIBLE BIDDER, CAN-FER
CONSTRUCTION COMPANY IN AN AMOUNT NOT TO EXCEED $349,000).
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. That the following competitive bids for the construction of public works or
improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on
file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto,
are hereby accepted and approved as being the lowest responsible bids:
BID
NUMBER CONTRACTOR AMOUNT
2821 Can-Fer Construction, Inc. $349,000
SECTION 2. That the acceptance and approval of the above competitive bids shall not
constitute a contract between the City and the person submitting the bid for construction of such
public works or improvements herein accepted and approved, until such person shall comply with all
requirements specified in the Notice to Bidders including the timely execution of a written contract
and furnishing of performance and payment bonds, and insurance certificate after notification of the
award of the bid.
SECTION 3. That the City Manager is hereby authorized to execute all necessary written
contracts for the performance of the construction of the public works or improvements in accordance
with the bids accepted and approved herein, provided that such contracts are made in accordance
with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms,
conditions, plans and specifications, standards, quantities and specified sums contained therein.
SECTION 4. That upon acceptance and approval of the above competitive bids and the
execution of contracts for the public works and improvements as authorized herein, the City Council
hereby authorizes the expenditure of funds in the manner and in the amount as specified in such
approved bids and authorized contracts executed pursuant thereto.
SECTION 5. That this ordinance shall become effective immediately upon its passage and
approval.
PASSED AND APPROVED this the 16 6 day of 12002
EULINE BROCK, MAYOR
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
��-J,�t=A3AUL,6 -
BY:
APPROVED AS TO LEG A-LLFORM:
HERBERT L. PR1612TY, C LY ATTORNEY
M
3-ORD- BID 2821 WOOODROW SUBSTATION CONTRACTUAL ORDINANCE
/co
\
\
)
k
z
§�
k�
w
o
S
>
Lu
%
>
z
»
e-j
$
q
:
2
x
ow
®
\
Cr!
\
z
\
Z>
z
w
W
n
w
§m
_
\
o
2.
&
/
«k
o
-_
\
E
2�
Kx7
ca
o
m
��
zz=
I--
2
�_
o
z
o_
K
§
§
/�
o
\
z
x
\
\
%
-
2
§
*
m
z
m
z
w
\
ƒ
\
>
k
0
\
LL
p
/
d
�k
§
\
S
o
S
E
L
2 z
]
y
®
®
'
00
o
-
�
O
7
z
m
q
/
k
2
§
p
§km
5
/
o
A
•
2
L
GE\
§
O
R
. m
m
=
co
m
4
zW
°//
0
Q
«
°m
«
E
Eg=
m
o
e
�.
LU
. .
.......................
o
=_«
_
F—
_
c_
E_
�'
.
§_
/
) E §
/
\
O
o»~
m
\
E
w
°)
[
o
§
m
. �
We
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 16 day of April A.D., 2002,
by and between City of Denton of the County of Denton and State of Texas, acting
through Michael A.Conduff thereunto duly authorized so to do,
hereinafter termed "OWNER," and
of the City of Dallas , 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 #2821- Woodrow Substation Site Work, Foundation, Ground Grid, Conduit System and
Fence
in the amount of $349,000 and all extra work in connection therewith, under the terms as
stated in the General Conditions of the agreement; and at his (or their) own proper cost and
expense to furnish all materials, supplies, machinery, equipment, tools, superintendence,
labor, insurance, and other accessories and services necessary to complete the work specified
above, in accordance with the conditions and prices stated in the Proposal attached hereto, and
in accordance with all the General Conditions of the Agreement, the Special Conditions, the
Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and
Payment Bonds, all attached hereto, and in
CA - 1
accordance with the plans, which includes all maps, plats, blueprints, and other drawings and
printed or written explanatory matter thereof, and the Specifications therefore, as prepared by:
all of which are made a part hereof and collectively evidence and constitute the entire contract.
Independent Status
It is mutually understood and agreed by and between City and Contractor that
Contractor is an independent contractor and shall not be deemed to be or considered an
employee of the City of Denton, Texas, for the purposes of income tax, withholding, social
security taxes, vacation or sick leave benefits, worker's compensation, or any other City
employee benefit. City shall not have supervision and control of Contractor or any employee
of Contractor, and it is expressly understood that Contractor shall perform the services
hereunder according to the attached specifications at the general direction of the City Manager
of the City of Denton, Texas, or his designee under this agreement.
Indemnification
Contractor shall and does hereby agree to indemnify and hold harmless the City of
Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury
to property or third persons occasioned by any error, omission or negligent act of Contractor,
its officers, agents, employees, invitees, and other persons for whom it is legally liable, with
regard to the performance of this Agreement, and Contractor will, at its cost and expense,
defend and protect the City of Denton against any and all such claims and demands.
Choice of Law and Venue
This agreement shall be governed by the law of the State of Texas and venue for its
construction and enforcement shall lie in the courts of Denton County, Texas.
The CONTRACTOR hereby agrees to commence work on or after the date established
for the start of work as set forth in written notice to commence work and complete all work
within the time stated in the Proposal, subject to such extensions of time as are provided by the
General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the price or prices
shown in the Proposal, which forms a part of this contract, such payments to be subject to the
General and Special Conditions of the Contract.
CA-2
IN WITNESS WHEREOF, the parties of these presents have executed this agreement
in the year and day first above written.
ATTEST:
V
APPROVED AS TO FORM:
CITY ATTO Y
M.
(SEAL)
- ie4- 6-n1STfuc noJ a
CONTRACTOR
11150 MoZKUod ZtaC
�n k�At-6n( --7 5;�q
CA-3
MAILING ADDRESS
PHONE NUMBER
Vey Vxk
FAX
BY:
TITLE lG E' rPs ivX, 7--
PRINTED NAME
(SEAL)
PERFORMANCE BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That Can-Fer Construction Company
whose address is 11150 Morrison Lane Dallas, TX 75229
hereinafter called Principal, andNorth American specialty Insurance Crannanv
a corporation organized and existing under the laws of the State of New Hampshire , 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 Three Hundred Forty Nine
Thousand DOLLARS ($ 349,000 ) 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 2002-110
with the City of Denton, the Owner, dated the 1_ day of April
A.D. 2002_, a copy of which is hereto attached and made a part hereof, for Rid 2R21-
Woodrow Substation Site Work, Foundations, Ground Grid, Conduit System And Fence,
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill
all of the undertakings, covenants, terms, conditions and agreements of said Contract in
accordance with the Plans, Specifications and Contract Documents during the original term
thereof and any extension thereof which may be granted by the Owner, with or without notice
to the Surety, and during the life of any guaranty or warranty required under this Contract, and
shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions
and agreements of any and all duly authorized modifications of said Contract that may
hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the
Principal shall repair and/or replace all defects due to faulty materials and workmanship that
appear within a period of one (1) year from the date of final completion and final acceptance of
the Work by the Owner; and, if the Principal shall fully indemnify and save harmless the
Owner from all costs and damages which Owner may suffer by reason of failure to so perform
herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may
incur in making good any default or deficiency, then this obligation shall be void; otherwise, it
shall remain in full force and effect.
PB-1
PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive
venue shall lie in Denton County, State of Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby
stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications,
Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond,
and it does hereby waive notice of any such change, extension of time, alteration or addition to
the terms of the Contract, or to the Work to be performed thereunder, or to the Plans,
Specifications, Drawings, etc.
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas
Government Code, as amended, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Denton County to whom any requisite notices may be delivered and on
whom service of process may be had in matters 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 16th day of April , 2002
ATTEST:
10RIe1101171011
Can-Fer Co �i Cc an
SECRETARY BY:
V It-C- PRESIDENT
rvlrli MS
SURETY
North American Specialty Insurance Company
BY
BY:
ATTORNEY -IN -FA T Aaron Green
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is:
NAME: Aaron Green
2591 N. Dallas Parkway, Ste 503
STREET ADDRESS: Frisco, TX 75034
(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
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That Can-Fer Construction Company
whose address is 11150 Morrison Lane Dallas TX 75229
hereinafter called Principal, andNorth American Specialty Insurance Company
a corporation organized and existing under the laws of the State of New Hampshire, 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 Three Hundred Forty Nine Thousand
DOLLARS ($_ 349,000) 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 2002-110
with the City of Denton, the Owner, dated the JA- day of April A.D. 2002, a copy of
which is hereto attached and made a part hereof, for Bid 2821- Woodrow Substation Site
Work Foundation Ground Grid Conduit And Fence
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 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 16th day of April 2002
ATTEST: n / PRINCIPAL
Can-Per gartstruaion coalva _
BY:
SECRETARY C/ Y:
[c&PRESIDE
ATTEST:
SURETY
North American Specialty Insurance Company
BY:
BY:
ATTORNEY -IN -FA T Aaron Green
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is:
IM "S
Aaron Green
2591 N. Dallas Parkway, Ste 503
STREET ADDRESS: Frisco, Tx 75034
(NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a
corporation, give a person's name.)
MIMI
NAS SURETY GROUP
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under
the laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington Intemational
Insurance Company, a corporation organized and existing under the laws of the State of Arizona and having its principal office in the City of Itasca,
Illinois, each does hereby make, constitute and appoint:
DAVID LAYMAN, SCOTT HUBE, AARON GREEN
and ANDREW WALTERS
its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by
law, regulation, contract or otherwise, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the
amount of: TEN MILLION (10,000,000.00) DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 20 of March, 2000:
"RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any
Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power
of Attorney to execute on behalf of the Company, bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to
attest to the execution of any such Power of Attorney, and to attach therein the seal of the Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached.
p���pttlllll��fi�i�ip � � rVu,IONA 'r.,
a.6Qe kP�gy� ++ g at t al
rPs m?gc. Pau1D.AmmryPuluceP ldeneoENaMAmMunapaWrylmumceCompnyneunurrCampany� aF PORK �?
nY
By IA\"'_'—'
Soren P. Anderson, Sr. VIM President of Washington International InsuranceCompany &
Vice Pmldut of NorW Acted. apes ally Insurance Company
IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 16 day of April 2002
North American Specialty Insurance Company
Washington International Insurance Company
State of Illinois
County ofDuPage as:
16 day of April ,20 02 before me, a Notary Public, personally appeared Paul D. Amstutz , President and CEO of
Washington International Insurance Company and Vice President of North American Specialty Insurance Company and Steven P. Anderson
Sr. Vice President of Washington International Insurance Company & Vice President of North American Specialty Insurance Company, personally known
to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of, and acknowledged said instrument to be
the voluntary act and deed of, their respective companies.
OFRCIAL SEAL
"- Yasmn A. Patel, Notary Public
I, James A. Carpenter , Vice President & Assistant Secretary of Washington Intemational Insurance Company and the Assistant Secretary of
North American Speciality Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given
by the companies, which is still in full force and effect.
IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 16t4ay of April 120 02
i
James A Carpenter, Vice President & Aetimnt Secretary of Washingmn Inmrnetional Imunnce Compeer &
Amhbut secretary afNerM Amerlun Speciality lunnnce Company
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below. It is highly recommended
that bidders confer with their respective insurance carriers or brokers to determine in
advance of Bid submission the availability of insurance certificates and endorsements as
prescribed and provided herein. If an apparent low bidder fails to comply strictly with the
insurance requirements, that bidder may be disqualified from award of the contract. Upon
bid award, all insurance requirements shall become contractual obligations which the
successful bidder shall have a duty to maintain throughout the course of this contract.
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the Contractor, the Contractor
shall provide and maintain until the contracted work has been completed and accepted by the
City of Denton, Owner, the minimum insurance coverage as indicated hereinafter.
As soon as practicable after notification of bid award, Contractor shall file with the
Purchasing Department satisfactory certificates of insurance, containing the bid number and
title of the project. Contractor may, upon written request to the Purchasing Department, ask
for clarification of any insurance requirements at any time; however, Contractors are strongly
advised to make such requests prior to bid opening, since the insurance requirements may not
be modified or waived after bid opening unless a written exception has been submitted with the
bid. Contractor shall not commence any work or deliver any material until he or she
receives notification that the contract has been accepted, approved, and signed by the City of
Denton.
All insurance policies proposed or obtained in satisfaction of these requirements shall comply
with the following general specifications, and shall be maintained in compliance with these
general specifications throughout the duration of the Contract, or longer, if so noted:
Each policy shall be issued by a company authorized to do business in the State of
Texas with an A.M. Best Company rating of at least A
Any deductibles or self -insured retentions shall be declared in the bid proposal. If
requested by the City, the insurer shall reduce or eliminate such deductibles or
self -insured retentions with respect to the City, its
officials, agents, employees and volunteers; or, the contractor shall procure a bond
guaranteeing payment of losses and related investigations, claim administration and
defense expenses.
C 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 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED".
• 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.
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS:
All insurance policies proposed or obtained in satisfaction of this Contract shall additionally
comply with the following marked specifications, and shall be maintained in compliance with
these additional specifications throughout the duration of the Contract, or longer, if so noted:
[ X] A. General Liability Insurance:
General 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.
[ xl 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 than 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.
(] 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 I
[x ] Worker's Compensation Coverage for Building or Construction Projects for
Governmental Entities
A. Definitions:
Certificate of coverage ("certificate ")-A copy of a certificate of insurance, a
certificate of authority to self -insure issued by the commission, or a coverage
agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory
workers' compensation insurance coverage for the person's or entity's employees
providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the
project until the contractor's/person's work on the project has been completed and
accepted by the governmental entity.
Persons providing services on the project ("subcontractor" in §406.096) - includes
all persons or entities performing all or part of the services the contractor has
undertaken to perform on the project, regardless of whether that person contracted
directly with the contractor and regardless of whether that person has employees.
This includes, without limitation, independent contractors, subcontractors, leasing
companies, motor carriers, owner -operators, employees of any such entity, or
employees of any entity which furnishes persons to provide services on the project.
"Services" include, without limitation, providing, hauling, or delivering
equipment or materials, or providing labor, transportation, or other service related
to a project. "Services" does not include activities unrelated to the project, such as
food/beverage vendors, office supply deliveries, and delivery of portable toilets.
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;
(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.
BID PROPOSAL
To: City of Denton, Texas
Purchasing Department
901-13 Texas Street
Denton, Texas 76209
For Bid Number: 2821
Project Title: Woodrow Substation Site Work, Foundations,
Ground Grid, Conduit System, and Fence
From: Company Name
nl -'Fec
%tw
Mailing Address: 11150 �./0 R q //,50 ��q r.l6
City, State, Zip: G�bpru. jP'S' % A, 5-2z9
Telephone:
Fax: / IL —
1'
We offer the bid price stated on the following page in accordance with the specification
for the above referenced proj ect with materials to be delivered and work to be completed
on the Spencer Utility Site in Denton, Texas.
i
In submitting the attached bids, Cflt�M' I—C (QuL�a� Coh l^r(company
name) agrees that acceptance of any or all items by the City of Denton, exas within 60
days constitutes a contract. The complete bid proposal must be properly priced, signed,
and returned.
Bidde
Signa
Title:
Date:
Page 1 of 2
BID PROPOSAL
Woodrow Substation Site Work, Foundations, Ground Grid, Conduit System, and Fence
City of Denton
Bid Number: 2821 /
Supplier: Cr�nf - �-e2 C04STROCT IO/
Rid Snmmary
Item
Price
RetainingWall
5 y
00
Gravel
31'
_ uJ
S 0o
Foundations
7 9
b a
0�
Ground Grid
L/UL)
Conduit System
OU
Fence
�2 j
00
o00
Total Bid Price
34R
Total bid price in words:
�iM10gr✓1
Dollars
Construction can be completed between May 1, 2002 and August 1, 2002? -&- Yes No
Are there any exceptions to the specifications? (J
If there are exceptions to the specifications, explain all such exceptions (attach additional page if necessary).
Page 2 of 2
J f'lIV-Ul-1 JUU as -al
AGUB_o C:t:K I IFII:A I t: Vh LIAt$ILI 1 Y IN,UKANC'l�nN �
orli zz/o:
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER o4/N
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Independent Insurance Group HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
3010 LW Freeway Ste. 920 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Dallas TX 75234-7004
Phone:972-231-8277 INSURERS AFFORDING COVERAGE
INSURED INSURERA Amerisure Companies _
NSURER a
Can -For Construction Co. INSURER C:
arles Ferrara
11.50 Morrison Lane INSURERM.
Dallas TX 75229-.._....._._
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE NSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO MICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED MERSIN IS SUBJECT TO AU.TH6 TERMS. EXCLUSIONS AND CONDITIONS OF SUCK
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMSHER .
LTR
TYPE OlIXBURANEE
1pUCY NUMBBR
DATE IMMMDFM
RATE IMMIDDIMLIMITS
GENERAL LABILITY
EACHOCCURRENCE_
s1,000_000
A
X COMMERCIAL GENERAL LIABILITY
CPP132655700
12/31/01
12/31/02
f 100,J000_
FIRE DAMAGE(WOM We)
CLAIMSMAOE 7X OCCUR
MED EXP(AIN We RMHMI
S5L0o0
PERSOMALSAOVIUURY
51,000,000
GENERAL AGGREGATE
62,000,000
PRODUCTS -COMPIOP A"
E2 000 DOO
GENL AGGREGATE LAUT APPLIES PER
POLICY jE& LOC
A
AUTOMORILE
X
UABIUTY
ANY AUTO
CA132955600
22/31/01
12/31/02
COMBINED SINGLE LIMN
(60 paCim)
s1,000,000
BODILY VIAIRV
(Fwmnnl
f
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per mw"Q
f
X
X
FIRED AUTOS
NOWOWNEDAUTOS
PROPERTY DAMAGE
(PenxMenV
f
X
Hired Car PD
LIMIT 025,000
"RAGE LIABILITY
AUTO ONLY - EA ACC DEW
S
ANY AUTO
OTHER THAN EA ACC
AUTO ONLY: AGO
f
E
EXCESS LABILITY
EACH OCCURRENCE
f 2 000 000
A
T OCCUR II]CLABABMADE
CU132946600
12/31/01
12/31/02
AGGREGATE 192,000,000
s
DEDUCTIBLE
S
s
RETENTION S
A
YA]RKW CONlENSATION ANO
BMPLOYERB LAMLITY
WC132856000
12/31/01
12/31/02
X TORY UMIT6 E
[.L. EACH ACCIDENT
s 500, 000
GL01SSASE.6AEMPLOYE
s50D,000
E.L. DISEASE-POLICYLIMIT
I S5Do, 000
OTHER
A
Lease/Rented Equip
IM132855900
12/31/01
12/32/02
ItemLimit 500,000
$5 000 dud.
I
I
MaxLimit 1 500,ODO
DESCRIPTION OF OPEMTIONSILOCATDNSIVEHICLKMX"VSIONS ADDED BY ENOORSEMENTMPECAL PROVISIONS
RE: Hid N 2021 Woodrow Substation Site Work, Foundation, Ground Grid,
Conduit System and Fence.
*++ SEE ATTACHED ++•
CERTIFICATE HOLDER I V I ADDITIONAL INSURED: INSURER LETTER: CANCELLATION
DENTONS
SHOULD ANY OFTHE ADM OBSC111BEDtDUCES Be CANCELLED BEFORE THE EXPIRATION
DATETHEREOF,THEISSANGINSURBRWILLBNOBAVORTOMAIL ID_DAYSWRITTEN
NOTICE TO THE CERTIFICATE HOLOER NAMED TO THE LEFT. BUT FAILURE TO GO SO SHALL
City of Denton
IMPOSE NO OBLIGATION OR LABILITY OF ANY KIND UPON THE INSURER. ITS AGENTS
215 E . McKinney
REPRU6 ATVEE
AUTHORIZED REPRESENTATM
Denton TX 76201
Peter Mu1Cah
AGURO 255ITIST) v... . I...
.1 fll\ Vl 17VV GG'GG
PAGE 2
NOTEPAD. INSUREO'SNAME Can -Far Construction Co. OP Inn HWl DATE 04/ 2/02
City of Denton, its Officials, Agents, Employees, and Volunteers are liate
d as additional insured. A waiver of subrogation applies to the Workers'
Compensation policy in favor of the City of Denton, its Officials, Agente,
Employees and volunteers. Said policy shall not be cancelled, nonrenewed
or materially change without 30 days advanced written notice being given
to the owner (City) excepet when the policy is being cancelled for nonpaym
ant of premium in which case 10 days advance written notice is required.
TOTRL P.02