HomeMy WebLinkAbout2001-286ORDINANCE NOa 21— /� 00
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS
CONTRACT FOR THE CONSTRUCTION FOR HVAC COOLING TOWER, REPLACEMENT
FOR DOWNTOWN CHILLER PLANT, PROVIDING FOR THE EXPENDITURE OF FUNDS
THEREFORE, AND PROVIDING FOR AN EFFECTIVE DATE (BID 2679 — HVAC COOLING
TOWER, REPLACEMENT FOR DOWNTOWN CHILLER PLANT, AWARDED TO FROST &
KEELING ASSOCIATES, INC, DALLAS, TX, IN THE AMOUNT OF $37,887 )
WHEREAS, the City has solicited, received and tabulated competitive bids for the
construction of public works or improvements in accordance with the procedures of STATE law and
City ordinances, and
WHEREAS, the City Manager or a designated employee has received and recommended that
the herein described bids are the lowest responsible bids for the construction of the public works or
improvements described in the bid invitation, bid proposals and plans and specifications therein,
NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the following competitive bids for the construction of public works or
improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on
file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto,
are hereby accepted and approved as being the lowest responsible bids
BID
NUMBER CONTRACTOR AMOUNT
2679 Frost & Keeling Associates, Inc $37,887
SECTION II That the acceptance and approval of the above competitive bids shall not
constitute a contract between the City and the person submitting the bid for construction of such
public works or improvements herein accepted and approved, until such person shall comply with all
requirements specified in the Notice to Bidders including the timely execution of a written contract
and furnishing of performance and payment bonds, and insurance certificate after notification of the
award of the bid
SECTION III That the City Manager is hereby authorized to execute all necessary written
contracts for the performance of the construction of the public works or improvements in accordance
with the bids accepted and approved herein, provided that such contracts are made in accordance
with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms,
conditions, plans and specifications, standards, quantities and specified sums contained therein
SECTION IV That upon acceptance and approval of the above competitive bids and the
execution of contracts for the public works and improvements as authorized herein, the City Council
hereby authorizes the expenditure of funds in the manner and in the amount as specified in such
approved bids and authorized contracts executed pursuant thereto
SSECTION V That this ordinance shall become effective immediately upon its passage and
approval
st aaoi
PASSED AND APPROVED this the _ day of
ATTEST
JENNIFER WALTERS, CITY SECRETARY
r
BY Anml tin
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
M
2679 - CONTR4CTU qL ORDINANCE
ATTACHMENT 1
TABULATION SHEET
BID 2679
DATE 6/26/01
HVAC COOLING TOWER - REPLACEMENT FOR DOWNTOWN CHILLER PLANT
No
DESCRIPTI N
VENDOR
VENDOR
VENDOR
VENDOR
VENDOR
VENDOR
Frost &
McDaniel
BCI
Gulf Energy
Argyle
CBS
Keeling
Blackmnan
Mechanical
Systems
Mechanical
Mechanical
Assoc Inc
Corp
Principle Place of Business
Dallas, TX
Ft Worth, TX
Denton, TX
Richardson, TX
Argyle, TX
Denton, TX
Total Base Bid
$37,887
$43,185
$54,766
$41,920
$53,700
$76, 056
1
Extended Warranty
$20,041
$3,200
Included in
above
$2,500
$19,147
$15,000
2
Addenduml
YES
YES
YES
YES
YES
YES
3
Bid Bond
YES
YES
YES
YES
YES
YES
4
3
HVAC Cooling Tower, Bid # 2679
Replacement for Downtown Chiller Plant
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 21" day of August
A D , 2001, 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
2221
Dallas TX 75222
of the City of Denton, County of Denton and State of Texas
hereinafter termed "CONTRACTOR "
WITNESSETH That for and in consideration of the payments and agreements
hereinafter mentioned, to be made and performed by OWNER, and under the conditions
expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to
commence and complete performance of the work specified below
Bid #2679 HVAC Cooling Tower, Replacement for Downtown Chiller Plant
in the amount of $37, 887 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 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
City of Denton Staff
all of which are referenced herein and made a part hereof and collectively evidence and
constitute the entire contract
14y.V
HVAC Cooling Tower, Bid # 2679
Replacement for Downtown Chiller Plant
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
HVAC Cooling Tower,
Replacement for Downtown Chiller Plant
Bid # 2679
IN WITNESS WHEREOF, the parties of these presents have executed this agreement in
the year and day first above written
ATTEST
APPROVED TO F
CITY ATTORNE
P
(SEAL)
FROST & KEELING ASSOC , INC
CONTRACTOR
P 0 BOX 222109
DALLAS, TX 75222
MAILING ADDRESS
/14/742-3069
PHONE NUMBER
214/748-7456
FAX NUMBER
B
TITLff PRESIDENT
L—:i�JACK W FROST
PRINTED NAME
CA-3
(SEAL)
HVAC Cooling Tower, Bid # 2679
Replacement for Downtown Chiller Plant
PERFORMANCE BOND
Bond No. 11133552858
STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS That FROST & KEELING A WriOsd aUCldss
is P o Box 222109. Dallas TX 75222 hereinafter called Principal,
and A 0 TATFT) TNnFMNTTV rrippnRATToN >
a corporation organized and existing under the laws of the State of California 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 orgamze�fldtey i e n housandwEig the State of
Texas, hereinafter called Owner, in the penal sum of � bARS
($ 37 887 00 ) plus ten percent of a state pens s m Was a ition 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 2001-286, with the City of
Denton, the Owner, dated the 21si day of August A D 2001 , a copy of which is hereto
attached and made a part hereof, for HVAC Cooling Tower, Replacement for Downtown Chiller
Plant
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
HVAC Cooling Tower, Bid # 2679
Replacement for Downtown Chiller Plant
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 21st day of August 2001
A1111NI
IC —► ! 1�.11 �__1�L��_.
PRINCIPAL
FROST & KF.ELIEc
B
P IDENT
SURETY
ASSOCIATED INDEMNITY CORPORATION
BY� (1 OL. alp
ATTORNEY -IN- ACT
Rosemary Weaver
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of
the process is
NAME Willis of Texas Inc.
STREET ADDRESS
13355 Noel Rd., Suite 400, Dallas, TX 75240
(NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation,
give a person's name )
PB-2
HVAC Cooling Tower,
Replacement for Downtown Chiller Plant
PAYMENT BOND
STATE OF TEXAS §
COUNTY OF DENTON §
Bid # 2679
KNOW ALL MEN BY THESE PRESENTS That FRosT & xEEgeARagfL-Ss WC
P o Box 222109, Dallas, Tx 75222 , hereinafter called Principal, and
ASSOCIATED INDEMNITY CORPORATION a corporation organized and existing
under the laws of the State of calif ornAnd 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
l;ngr�aspyeeg.Thgl sand,gAgnn/inn ($ �7 tta7 nn ) 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 2001-286 , with the City of
Denton, the Owner, dated the 215i day of August A D 2001 , a copy of which is hereto
attached and made a part hereof, for Bid #2679 HVAC Cooling Tower, Replacement for
Downtown Chiller Plant
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
PB-3
HVAC Cooling Tower,
Replacement for Downtown Chiller Plant
Bid # 2679
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 21stday of August 2001
n
::
ATTEST
PRINCIPAL
SURETY
ASSOCIATED INDEMNITY CORPORATION
Rosemary Weaver
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of
the process is
NAME Willis of Texas, Inc.
STREET ADDRESS 13355 Noel Rd , Suite 400, Dallas
(NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a
corporation, give a person's name)
n
FIREMAN'S FUND INSURANCE COMPANY
NATIONAL SURETY CORPORATION ASSOCIATED INDEMNITY CORPORATION
THE AMERICAN INSURANCE COMPANY AMERICAN AUTOMOBILE INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS That FIREMAN S FUND INSURANCE COMPANY a California corporation NATIONAL SURETY CORPORATION
an Illinois corporation THE AMERICAN INSURANCE COMPANY a New Jersey corporation redomesticated in Nebraska ASSOCIATED INDEMNITY
Companies )Idoeseac herebyapparntraROSEMARYAMERICAN
WEAVERAUTOMOBILE
JOHN RINSURANCE
STOCKTONaOFssDALLAScorporation
TX (heron collectively calla he
their tme and lawful Attomey(s) in Fact with full power of authority hereby conferred in their rams place and lead to execute seal acknoledbe and dehrer any and all
bonds undertakings reaignizances or other written obligations inthe nature thereat —
and to bind the Companies thereby as fully and to the same extau as it such bonds wen, %tad by lire Prudent scaled with he corporate seals of the Companies and duly
attested by the Companies Secretary hereby ratifying and r.onhrmmg all that the s Ud Atiorn,y(s) in Fact mis do in the premises
This pasta of attorney is granted under and by he authority of Article VII of the By laws of FIREMAN S FUND INSURANCE COMPANY NATIONAL SURETY
CORPORATION THE AMERICAN INSURANCE COMPANY ASSOCIATED INDEMNITY CORPORATION and AMERICAN AUTOMOBILE INSURANCE
COMPANY which provisions are now in full force and effect
the Board of
rectors ot FIREMAN S FUND
This tion
ed I
COMNCE
PANYoNATIONAis L SURETY CORPORATION THE AMERICAN INSUof the RANCE COMPANY ASSOC ATED INDrEMNITY CORPORATION and AMERICAN
AUTOMOBILE INSURANCE COMPANY at a meeting duly called and held or by wnucn consent on the 19th day of March 1995 and said Resolution has not been
amended in rcpcaled
RESOLVED that the signature of any Vice President Assistant Secretary and Resdcnt As, Secretary of the Companies and the seat of the
Companies may be affixed or ponied on any power of attorney on any revocation of any power of attorney or on any certificate relating there( be
faLSlmde and any power of attorney any revocation of any power of attorney or cernficat° beating sULh facsimile signature or facsimile seal shall be
valid and binding upon the Companies
IN WITNESS WHEREOF the Companies have caused theselp sePts to be vgncd by their Vice President and their corporate seals to M. hereunto dtixed
this 1 / day of December !25
fp "I,
FIREMAN S FUND INSURANCE COMPANY
PEiVC „noeYyl µ �PaANS fG AOiPiMbi+/f�h,l 0�09a1 ftolp NATIONAL SURETY CORPORATION
Peon s°0" ]OP 4"'s no r �3 — THE AMERICAN INSURANCE COMPANY
qa
am26EAL ASSOCIATED INDEMNITY CORPORATION
)e y � e�, �gs`— _'y.S`,� AMERICAN AUTOMOBILE INSURANCE COMPANY
�ANer e0%• ��RANCE°eOJV� 3#aµJ)l0Un M0+
J mnrumnam 411
BI v¢ Prcskem
STATE OF CALIFORNIA
ss
COUNTY OF MARIN
M A Mallonee to me known who being by me
On this 17 day of December 1998 , before me personally came
escribed
which exec
Companies heat the seals affixed tathe eSaid instrument am such company seals ld
is a Vice President of each company lsthat theywe were so affixed by order of the Board et
Board of D reorsat hsealse knows the
of said companies and that he
signed his name thereto by like order
IN WITNESS WHEREOF I have hereunto set may hand and affixed my official seal the day and year herein first above written
L OCWPO
i Commission N 1163726 11
�:e Notary Public - California
Matin County Notary P bit
My CtXT1m EXpIftNOv�,2�1 CERTIFICATE
STATE OF CALIFORNIA
ss
COUNTY OF MARIN
I the and has not been revoked nand furthermore that Article VIf company of each By l HEREBY
of h company andttheeResoluton ofdthe tBoa d off POWERached Directors osetoo forth n he Power of Attorney force
are now in force 1
Signed and seated at the County of Marm Dated the Q day of
pnnnnuryn y,AN 5
OPO qO9 •°X{YXNII C•, 4«�✓ '°aG�Q A� n �A"
Me •
a, '4.wo`g� ��L+�• `AANCa i00�i� `sGNANCE°00JN�i
� x5 rrounn,naa�
�rlF IN N4�-'
SEAL
Rce,dcm Auurani Secrcouy
360789 11 98
IMPORTANT NOTICE
TO OBTAIN INFORMATION OR MAKE A COMPLAINT:
YOU MAY CONTACT THE TEXAS DEPARTMENT OF
INSURANCE TO OBTAIN INFORMATION ON COMPANIES.
COVERAGES, RIGHTS OR COMPLAINTS AT:
1-800-252-3439
YOU MAY WRITE THE TEXAS DEPARTMENT OF INSURANCE:
P. 0. BOX 149104
AUSTIN, TX 78714-9104
FAX #(512) 475-1771
PREMIUM OF CLAIM DISPUTES:
SHOULD YOU HAVE A DISPUTE CONCERNING YOUR
PREMIUM OR ABOUT A CLAIM YOU SHOULD CONTACT THE
AGENT OR COMPANY FIRST. IF THE DISPUTE IS NOT
RESOLVED, YOU MAY CONTACT THE TEXAS DEPARTMENT
OF INSURANCE.
ATTACH THIS NOTICE TO YOUR POLICY:
THIS NOTICE IS F4R INFORMATION ONLY AND DOES NOT
BECOME A PART OF CONDITION OF THE ATTACHED
DOCUMENT.
ACOR ,,a CERTIFICATE OF LIABILITY INSURANCE 09ioa%200
PRODUCER (972)419-7500 FAX (972)419-7555
er Sewell & CTim an
Sleeper
p p Y
12222 Merit Or , Suite 600
Dallas, TX 75251-3294
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
FROST & KEELING ASSOC , INC
AMCON CONTROLS
p. 0 BOX 222109
DA LAS, TX 7SZ22
INSURERA Commercial Union Ins Co
INSURERS American Central Ins Co
NSURERc Texas Worker's Com ins Fund
NauRERD
NsuRERE
CUVt:KANt3
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE 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
F INSURANCE
rGENERALUABIL
GENERAL LIABILITY
MADE a OCCUR
APPLIES
POLICY NUMBER
RRS1S872
PO EFFECTIV
ID
01/12/2001
POLICY EXPIRATION
TELITY
01/12/2002
LIMITS
EACH OCCURRENCE
It 1 000 DOAL
FIREDAMAGE(Anyonefire)
S 300 0OS
MED EXP (Any one person)
S 5 OD
PERSONAL &ADV INJURY
S 1 000 0OGENERAL
AGGREGATE
It 2 000 0OTE
PRODUCTS COMP/OP AGG
S 2 000 0OJECOT
LIMIT APPLIES PER
LOC
B
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULEDAUTOS
HIRED AUTOS
NON OWNED AUTOS
RAGS08292
01/12/2001
01/12/2002
COMBINED SINGLE LIMIT
(Es accident)
$
1 00O 00
X
BODILY INJURY
(Per person)
$
BODILY INJURY
(Per accident)
$
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
ANY AAS
AUTOONLY EAACCIDENT
S
OTHER THAN EA ACC
AUTO ONLY AGG
S
$
A
EXCESSLIABILITY
OCCUR CI,AI:::M9 MADE
DEDUCTIBLE
RETENTION $
RDW69427
01/12/2001
01/12/2002
EACH OCCURRENCE
s 2,000 00
AGGREGATE
$ 2,000,000
$
s
S
C
WORKERS COMPENSATION AND
EMPLOYERS LIABILITY
F1006550320010415
04/1S/2001
04/15/2002MDISEASE
WC STATU
ER
$ 1,000,00C
MPLOYE
S 1.000,000.
Y LIMB
$ 1 00O 00
OTHER
DESCRIPTION OF OPERATIONS OCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
ERTIFICATE HOLDEW IS NAMED AS ADDITIONAL INSURED FOR GENERAL LIABILITY AND AUTO LIABILITY
0 DAYS NOTICE OF CANCELLATION AND/OR MATERIAL CHANGE IS ATTACHED TO GENERAL LIABILITY, AUTO LIABILITY
D WORKERS COMPENSATION.
CITY OF DENTON, ITS OFFICIALS, AGENTS, EMPLOY
AND VOLUNTEERS
901E TEXAS ST
DENTON, TX 76201
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
HVAC Cooling Tower, Bid # 2679
Replacement for Downtown Chiller Plant
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
HVAC Cooling Tower, Bid # 2679
Replacement for Downtown Chiller Plant
All policies shall be endorsed to read
"SAID POLICY SHALL NOT BE CANCELLED, NONRENE WED 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 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 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
[XI A General Liability Insurance
General Liability insurance with combined single limits of not less than $1,000,000 shall
be provided and maintained by the Contractor The policy shall be written on an occurrence
basis either in a single policy or in a combination of underlying and umbrella or excess
policies
If the Commercial General Liability form (ISO Form CG 0001 current edition) is used
• Coverage A shall include premises, operations, products, and completed
operations, independent contractors, contractual liability covering this contract and
broad form property damage coverage
Coverage B shall include personal injury
Coverage C, medical payments, is not required
If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO
Form GL 0404) is used, it shall include at least
HVAC Cooling Tower,
Replacement for Downtown Chiller Plant
Bid # 2679
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
HVAC Coohmg Tower, Bid # 2679
Replacement for Downtown Chiller Plant
[ ] 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
HVAC Cooling Tower,
Replacement for Downtown Chiller Plant
ATTACHMENT
Bid # 2679
[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 foodibeverage vendors, office supply deliveries, and delivery of portable toilets
B The contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any overage agreements, which meets the statutory
requirements of Texas Labor Code, Section 401 011(44) for all employees of the Contractor
providing services on the project, for the duration of the project
C The Contractor must provide a certificate of coverage to the governmental entity prior to
being awarded the contract
D If the coverage period shown on the contractor's current certificate of coverage ends during
the duration of the project, the contractor must, prior to the end of the coverage period, file a
new certificate of coverage with the governmental entity showing that coverage has been
extended
E The contractor shall obtain from each person providing services on a project, and provide to
the governmental entity
(1) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project, and
HVAC Cooling Tower,
Replacement for Downtown Chiller Plant
Bid 4 2679
(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
HVAC Cooling Tower,
Replacement for Downtown Chiller Plant
Bid # 2679
(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
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 2679 — HVAC Cooling Tower, Replacement for Downtown Chiller Plant