Loading...
HomeMy WebLinkAbout2002-153ORDINANCE NO. /53 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF MAYHILL ROAD BOX CULVERTS AND DRAINAGE IMPROVEMENTS; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING AN EFFECTIVE DATE (BID 2843- MAYHILL ROAD BOX CULVERTS AND DRAINAGE IMPPROVEMENTS AWARDED TO DBR CONSTRUCTION IN THE BASE BID AMOUNT OF $78,157.25 AND ALTERNATE 1 IN THE AMOUNT OF $38,766.50 FOR A TOTAL BID AWARD OF $116,923.75). 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 2843 DBR Construction AMOUNT $116,923.75 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 famishing 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 �� day of 12002 EULINE BROCK, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM: HERBERT L. PRE', CITY ICI 3-ORD- BID 2843 z ) z m m z - 2 x » 7 ) §o - x 2 0 \ \ ( ( - \ > § & E ± j x k E m z ui _ ° 2 » » > $ = 4 ( E uj D m = & § ] § \ ( ( £ , m § : 0� x ) / } § ) } > _ _ x \ \ \ \ \ < > 0- : u _ ( z z 0 \ ) § ■ g § k & ly \ / \ ) § ¢ ± ( z ......... o ex w S . § 2 _ ui # # « q a k w v 2 ■ , m « , c ■ a « . § o § 2 IL CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 21 day of —May—A.D., 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, thereinafter termed "OWNER," and of the City of Denton , County of and State of 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: in the amount of $116 921-75 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: 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: APPROVED AS TO FORM: �I (SEAL) CONTRACTOR MAILING ADDRESS U *4 IQINC]lie F.110V I (SEAL) CITY ATTORNEY CA-3 :• • s+•a• a• � r •• � PERFORMANCE BOND STATE OF TEXAS COUNTY OF DENTON BOND # 796603 KNOW ALL MEN BY THESE PRESENTS: That DER Conctract_ion Company whose address is 2301 Hinkle Drive, Denton TX 76201 , hereinafter called Principal, and C'ani tnl Tnrlammi tv C of jx2rati on a corporation organized and existing under the laws of the State of Wisconsin 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 One Hundred Sixteen Thousand Nine Hundred Twenty Three and 75/1M DOLLARS ($ t 1fi,923-75) plus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, adomeys' 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- 153 , with the City of Denton, the Owner, dated the 71st day of May A.D. 2002 , a copy of which is hereto attached and made a part hereof, for Aid 2843- Maybill Road Box Culvert and Drainage 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 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 2lstday of May 1 2002 M ARY ATTEST: PRINCIPAL • .. SURETY Cap'tol Indemnity Corporation BY: ATTO -IN-FACT Cheryl L. Humphrey The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: Surety Solutions Agency, Inc. STREET ADDRES9621 Winding Creek Rd., Prosper, TX 75078 (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 § BOND # 796603 KNOW ALL MEN BY THESE PRESENTS: That DBR Construction Company whose address is 2301 Hinkle Dr_ Denton. TX , hereafter called Principal, and Capitol Indemnity Corporation a corporation organized and existing under the laws of the State of Wisconsin , 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 One Hundred Sixteen Thomand Nine $nndred Twenty Three anti 751100 DOLLARS ($ 116,923 75 ) 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- 153 , with the City of Denton, the Owner, dated the 21st day of Max A.D. 2o02 , a copy of which is hereto attached and made a part hereof, for Bid 2843- Mayhill Road Bnx Culverts and Drainage 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 21 st day of May 2002 ATTES PRINCIPAL DBR Construction Company, Inc. BY: CRETARY BY: PRESIDEN ATTEST: SURETY The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: Surety Solutions Agency, Inc. STREET ADDRESS: 1621 Winding Creek Road, Prosper, TX 75078 (NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) rooytw INDEMNITY CORPORATION 4610 UNIVERSITY AVENUE, SUITE 1400, MADISON, WISCONSIN 53705-0900 PLEASE ADDRESS REPLY TO P.O. BOX 5900, MADISON, WI 53705-0900 PHONE (608) 231-4450 • FAX (608) 231-2029 POWER OF ATTORNEY No: 621063 Know all men by these Presents, That the CAPITOL INDEMNITY CORPORATION, a corporation of the State of Wisconsin, having its principal offices in the City of Madison, Wisconsin, does make, constitute and appoint SHANE A. HUMPHREY, CHERYL L. HUMPHREY OR KATHY R. ZACHAREK its true and lawful Attorney(s)-in-fact, to make, execute, seal and deliver for and on its behalf, as surety, and as its act and deed, any and all bonds, undertakings and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of NOT TO EXCEED $4,000,000.00 This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of CAPITOL INDEMNITY CORPORATION at a meeting duly called and held on the 5th day of May 1960: "RESOLVED, that the President, and Vice -President, the Secretary or Treasurer, acting individually or otherwise, be and they hereby are granted the power and authorization to appoint by a Power of Attorney for the purposes only of executing and attesting bonds and undertakings, and other writings obligatory in the nature thereof, one or more resident vice-presidents, assistant secretaries and attomey(s)-intact, each appointee to have the powers and duties usual to such offices to the business of this company; the signature of such officers and seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking or other writing obligatory in the nature thereof to which it is attached. Any such appointment may be revoked, for cause, or without cause, by any of said officers, at any time." IN WITNESS WHEREOF, the CAPITOL INDEMNITY CORPORATION has caused these presents to be signed by its officer undersigned and its corporate seal to be hereto affixed duly attested by its Secretary, this 1 st day of June, 1999. CAPITOL INDEMNITY CORPORATION Attest: \UUUIIIIIIII(n EMNYe y Virgil,, M. Schulte, Secretary r C.'ORPORAT�jSEAL °Eoeor Fait, President STATE OF WISCONSIN wseeNSM°° COUNTY OF DANE y"ullNllmint4 On the 1st day of June, A.D., 1999, before me personally came George A Fait, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Dane, State of Wisconsin; that he is the President of CAPITOL INDEMNITY CORPORATION, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. STATE OF WISCONSIN l a"aWolnllwus�0 n � 1 G COUNTY C DANE JANE _+ F. +_ Jane F. Endres ENDREs s Notary Public, Dane Co., WI 9 My Commission Expires March 23, 2003 %m4NIIIIIII\\\\\`v� CERTIFICATE I, the undersigned, duly elected to the office stated below, now the incumbent in CAPITOL INDEMNITY CORPORATION, a Wisconsin Corporation, authorized to make this certificate, DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force. Signed and sealed at the City of Madison Dated the21st__ UUIINIIIINNpju EMWiyC %� N �O O qHG p Y =d CORPORATE 'u SEAL °z �%N/NIlIllilkkk day of ,I,lay_--- -, 20 Paul J. Brei r, Treasurer This power is valid only if the power of attorney number printed in the upper right hand corner apears in red. Photocopies, carbon copies or other reproductions are not binding on the company. Inquiries concerning this power of attorney may be directed to the Bond Manager at the Home Office of the Capitol Indemnity Corporation. 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. 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 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 $500,000 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: IX I 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 (XCiI) exposures. Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. 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 1 [ X] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities 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. I:Jl..vl. [V'JL \L,VV fLV V1> �VV♦ PIIRCHASINC DRPARTMUNT City of ixsnun 901•8'1'exee S1. rkmua. TX woo, ADDENDUM CITY Or, DENTON, TEXAS ADDENDUM # 1 Uate - Art it 29, 20117 BID NL;MMBR 21141 - Addendum N 1 RID TITLE — Mbyhill Road Rnx Culvctts Arid D: niqu 1111prOvainenta Settled bid proposals writ be rcccived umil 21X1 p.m. May 2, 20Q—, At Me oRica nr ate Puuwsinµ Aaeoi. 'xl l R THAASt.. .ihtloP. T.•xaA T(aVt I+v atideiwial information cnro¢i P1IRCIIASING I)KPARTMENT vnl �n Texas SoW [n�mon. r+:v re.ro 0(Wc bYAv W." 941i'149.711A1 Al INSTRUCTIONS TO BIDDKRS I. SvuleA BIAS OtUsl lsi: CBCeirad in dGDdustc, prior 4; ope;rting date wld limo in he cot>sldertd I..ov bids will W renu'ned talolwited. The hid opm;cB reauauts May 1, 2W1 at 2:00 p.m., It"I time. 1. HIdA stall he plainly marked m to die bid number, eanx of tllo bid, and hid np ininp dAw on the oVgtdc :d v orlpictcy Settled vivOopG, And nulled of dellvGRd IAl tee pumitatig 12CintimGAt, City of DcmUn, f2pl.0 'texxs S(., Demon. TX 76209. 3• In true of default Arwr bid acceptance, the Cily Of Denton, Texas nWy ar Ps option hMd ttc• accepted hi(Wr or watac:or liable for Any And all resdl(Mt 1wremed urev, as A peirdty for attch (kfaull. 4. Tlw C.ly of Uauwl reserves the right to reject Any LtAi ldl bits, to waive ell informrdides mid require that AVbuli,a.d bide rmoatt, in force for a toxsy (60) day period ally opening or until award is made; whichascr cotnes first. S. The P1a'ehrrsinii Dclierimcnt ounirIDs respun,obility for tile. corres:itaKm and cl:ulty 0' Ons bid, Aild all intorm;Aon and/or goestlons Wtlaining to this bid shall IN dircusad to rite City Or Denton Nxitasing Agein. 6• Asly alWinpi W m;grainle of glue information on (fie cnh4adA (if this Isla with illc City of L)etiton or ilA tepmentahvett prior to award Aball IN pounds for diAquatif'aNation. ,. Tldi atllientain antler be AcA:lrDwlcd&W by retivrWAg A Ail()N(1 aty)y of (ills ",rithun With Ili: b1ii or by Itltcr, whN h ]ruteas" a reforeace to this bid wimber apt sditrlatt,m rnualter signal M the birlt)<:r FAIL.L;Ks OF YOUR ACKNOWI.RUGkMLNT TO BE REC.11s1vLD AT THE. PLACE DESIONAT'Llt FOR THF. RI.WrivT OF alas PRIOR TO TILL IIOUR AND DATE SYMIPIRD MAY HLSULT IN RF,!pCi'IUN OF YOD.II( 1310. 11 1 r, If 1 Vn/, •1^• . bld 42843 M4yhil! Rood box C'ulvcra and Drimmje Improvements All other tams and cokitimm of this xil)ciwliun nol specifically wt7ected by Oh, eddendmD will rsinain unchanged Note Ilan 119 on the wver pup reslardiey, BCAuawlHl(;enldll rJ'thi& flddetldiun. f blr Jnrm .rhnwlJ br stNnnd nnr! relNr+std wAfh yvwr bid. h'amc Don ich s YignmwM: �— �v"M'OAy� BR Cons ruction Company lYl�c: President Lisle: May 2,2002 2301 Hinkle Dr. Denton,TX 76201 940/383-3007 ca �n"A O lOIOOCOMC•— •OI"LT I., I,. 11 MAY. Ul. ZVI;Z 14:IV 94v J49 1Ju2 L.1 it V! L1EMI V% ru HUMAO 1 M. •,,vv r.uuo WORKDAYS 25 BID NO.2843 Po No, BID TABULATION SREET - MAYHILL ROAD CULVERT Item lleactiptmn 1 QaanUlr Unit � Ualt � Total 'I Price I.21 Contractors Waurunlies and Understandings I.S $ /LS S ; 000.0 _ 4000.00 UniiPrwvIn Words _ Four Thousand Dollars ,. 2.12.3.4 Install 18" Class ITT RCP Stom SCwQ1 47 TIP $ /LF^ .$ I 13.00 611.00 Unit Price In Words Thirteen Dollars 12.12.3-B Furnish and Jnstall 24" Class TIT RCP 10 LF $ t25 " S Storm Sewor 400.00 Unit Price lit Words _ — Forty DQLLar 1 12.12.3 •C, Install 36" Class TIT. RCP Storm Scwcr 361 LF I $ i 39— ) Unit Price In Words Thirty Nine Dollars & Twenty filve C.er 2.12.3-1) Ittstell 54" Class T11 RCP Stonn Sewcr) 72 ; Unit Pricc In Words i One Hundred Four Dollars, _ 12,125.2.5 Install 8' X R' Aux Culvert 65 Unit Pr) a In Words Two Hundred Seventy Six Dollars F37-- Rcnlovu 72" CMP 42 Forty Dollars Unit Prico Li Words 3..g Remove 24" RCP 5S -- Ten Dollars Unit Price In Words Remove 881, RCP 46 I_ Urrii Price In Words Five Dollars 3.1 Preparadonof Right OrWay fJnit Price it, Word, Four) ThousandDollars 4/26/02 p-.1 $ /LF $ 04.00 I 7488.00 i IT 5 276.0 /LF S 17940.00 I LF $ /Li' S i-1 1680.00iir s 50 10.0 5_00 1F' $ 5.0 /LF' .... $ 230.00 LS $ 4000. 0S S 4000.00 l C Y $ 10.0 (Y I g 100.00 ADDENDUM 'I P AG•tr 44 NAY.31.2002 12011 940 3t9 7302 CITY of DSNro14 FUACHASINu I Ten Dollars Unit Prerice In Wore ~ Temporary Erosion Control 7 4.Sv j L Unit Prico Tn Words Five Hundred Dollars Clgss A Cb3rcretc for Typc fiheudwall on --Eby 3' box culvert Unit price In Word$ Three Hundred Dollars 7.6-A.l l S' X S' 4-sidod inlet i 1 Ttao.Thousand Unit Price 1n Words Five Hundred Dollars 7 6-A•2 4' X 4' 4-sided bilet— Two Thousand Ihtit Price In Words Dollars (7 (,•A•3� 3' X 3' 4-sided Inlet l Unit price In el)5r. Y.VVC LS $ -. /L5 _ 500.0 _ 25 CY S I /C'X 300.0 t EA $ /F.A I I2500. 0 I Unit Price In WurdA One Thousand Dollars 8.1 I -A Metal Begm tiv' Jard Dcgce (MBCrF) 122; Twenty Five Do11YTIst price In Words �3,11.9 25' M13C1' T13mdown Section 3 Unit Price In Words Two Hundred Dollars 6" Wuter-line T w 2 2000. i -S 1000. LP $ 25`0 FA F .0 i n cring ~- � U LIr Unit Pricc Iri Words Fortyy Dollars ol r S •4P -t3 t 3 Waterline Lowering SU LF It Fifty � Unit Price Ui Words Dollars — J �. I'S 0� 'RackExoa.." 50 CY Unit Pricc In Wont. One Dollar —„ SP-31 L ReinforcingSteel S06 i Lki I Unit Price In Words One Dollar i SP-37 ExCavaiionProtection� 'LP 26q 4/26/02 P-4 $i 1 /T,k' �$ 40.0 - $ 50.00 'LP S 3 $ 1.00'CY $ I tL13 S 1.001 $ 5.00I/1'F $ A1.lUH;NDU14 3 1 500.00 7500.00� 2500.00! 400,O.00 2000.000 1000.0-0 iIi-1I 3200.001 600.001 _800.00 4000.001 .—. 1 �50.00 500000 1300.00 pi�C,E 5 -- ---I ". 1r1111 \Intl nlnvnnrnLr nr-, vnnv lT9/rn .....I ....... ..... ... ... .... . .� . . . . , .. . . ­ , Unit Price In Words Five I)QjI arc Projoct Signs 2 T EA i $ i /tA S 72 LF S 150_.Q. 2 001"F L -ture, Ii c bi words One Hundred Fifty o a �rs 144.00 SP-41 Mplidt Smv Cut Un Two Dollars Unit Price In Words I SP-45 Mitcollancous Sprinkler System I ---- /LS S Ad'�.91!nert i 200.0( 200.00 *00 Unit Price In Words ITwo Hundred Dollars 2 1.1 Reiroyo and Ropla" 6 " Wu(cr Vulve 1 i EA S 750.0c /f�A .00 75011 !Seven Hundred Fifty Dollars Maybill Road Culvert 78,157.25 TOTAL I Seventy Eight Thousand One Hun red Fift Sever DdllarsIN Neity Five Cent 4/26/02 P-5 Ann NNIM ', I A qn"A i-n I SWnll >49n M 10700cn�C nc-�� MA2.V1.1VV6 1ASIL %v ". 11�1 - . . - 1- . Item WORKDAYS 15 BID NO, 2843 PO NO. MATE 01 (jTiI Total TT - ,TT Price 2. I.J Flexible Huat- 6" for diivcways 306 SY $ 7.00 /$Y 2142.0� Unit Price in Words Seven Dollars 3 Remove existing asphalt pavomont and .975 SY $ T associated sub grade •5.00 4875,0ry Five Dollars Unit Pyice In Words 3.1 Compiettxl Fi 11 500 CY S7.00 . ..... Unit Price in . Words a 3500.00 Seven Dollars 3.10.7 Hydronittich 1478 SY 3 Y 1I SO 1 739.01 Fifty Cents Unit Price In Words 4.6-A 6" Lima Treatment of Subgradc 1138 .-SY S 1/sy $ 3414. Three. I)-0nit Paw in wo'Xis QIJa-rs --- .1. 4,6-13 Type A HydratedLimo (81%lrfy) iti fpR- T —+,7'0q '^S 100.00 1600.001 unit rricc Li Words One Hundred Dollars TT-:� 4 " Asphalt Pavement Bau"C-f—'ypc A) 975 $Y 17tiY- 11.0 d 10725..00 Unit Price In Words Eleven Dollars V Aiphall Pavernew (I'ype Q 975 SY S /$Y 5.50 S 5362.50 Unit Price iri words Five Dollars & Fifty Cents —2" Asphalt Pavement (Type A, Base) 1 I A—,--S—Y T$ j /Sy S 5.5 .001 .5a+— -01 U11i prite In Words Five Dollars & Fifty a 5.7-1) 2" Asphalt Pavement (Type,#, Patch Mail) 2 TON S !/1,614* $ j15QOO 75.00 Unit Pricc )it Words Seventy Five Dollars I'OTAI, L—L 138_766...50 Thirty Eight Thousand Seven Hundred Sixty Six Dollars & Fifty Cents 4/20!02 P-6 ADDENDUM I PR G t- q te: 13/10/02 Time: 3:06 PM To: Skirchak, Christi @ 349-7302 Page: 001-002 ACORDT, CERTIFICATE OF LIABILITY INSURANCE 12/iai2om PRODUCER (940)382-9691 FAX (940)243-1050 Ramey & King Insurance 830 South I-35E, Suite A Denton, TX 76205-7829 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED D B R Construction Cc Inc Don Richards P 0 Box 328 Denton, TX 76202 INSURER A: Scottsdale Insurance CO. INSURERS: Trinity Lloyds Insurance co. INSURERC. Texas Work Comp Ins Fund INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE POUCYNUMBER DATE MMmD DATE MMIDD LIM" GENERAL LIABILITY CL421900385 10/23/2001 10/23/2002 EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE (Anyone tire) $ 50,000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE a OCCUR MED EXP (My arse person) $ 5 , 000 A PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 1,000,0oo GENL AGGREGATE LIMITAPPLIESPER: PRODUCTS - COMP/OP AGG a 1,000,0 POLICY JECT LOC AUTOMOBILE )( LIABILITY MY AUTO TCA6844144 10/23/2001 10/23/2002 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Par Poraon) $ B ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident $ HIRED AUTOS NON-0WNED AUTOS PROPERTY DAMAGE (Per accidert) IT _ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EAACC $ ANY AUTO $ AUTO ONLY: AGG EXCESS LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ a a DEDUCTIBLE $ RETENTION $ WORKERS COMPENSATON AND SBF0001007419 02/07/2002 02/07/2003 X I MR-y-L MAM ER C EMPLOYERS' LIASILTn E.L. EACH ACCIDENT $ 500.0 E.L. DISEASE - EA EMPLOYEj $ 500,000 E.L. DISEASE -POLICY LIMIT 1 IT Soo 000 OTHER DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS SAID POLICY SHALL NOT BE CANCELLED, NON -RENEWED, OR MATERIALLY CHANCED WITHOUT 0 DAYS ADVANCE WRITTEN NOTICE BEING GIVEN TO THE OWNER, EXCEPT WHEN THE POLICY S BEING CANCELLED FOR NON-PAYMENT OF PREMIUM, IN WHICH CASE 10 DAYS ADVANCE WRITTEN TICE IS REQUIRED.City of Denton is listed as additional insured/ waiver of subrogation is issued in avor of City of Denton on Workers Compensation. CERTIFICATE HOLDER I JADOMONA.INSURED;INSURERLETTER; _ CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAL 30 DAYS WRITTEN NOTICETO THE CERTIFICATE HOLDER NAMED TO THE LEFT, CITY OF DENTON BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LMBILRY 2301 HINKLE OF ANY KIND UPON THE COMPANY, TO AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE DENTON, TX 76201. Jeff Kin ACORD 25-S (7197) ®AICORO CORPORATION 1111111 :e: 6/10/02 Time: 3:06 PM To: Skirchak, Christi @ 349-7302 VV6-VVL IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such, endosement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the Issuing Insurer(s), authorized representative or producer, and the certificate holder, not does It affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.