HomeMy WebLinkAbout2001-288ORDINANCE NO 40121-1!7/
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING AN ANNUAL
CONTRACT FOR PUBLIC WORKS FOR MISCELLANEOUS AND/OR ONE TIME
CONSTRUCTION, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND
PROVIDING FOR AN EFFECTIVE DATE (BID 2693 — INDEFINITE QUANTITY CONTRACT
(TERM) GENERAL CONSTRUCTION AWARDED TO PATTON CONTRACTORS, INC,
DALLAS, TX FOR AN ESTIMATED ANNUAL EXPENDITURE UP TO $750,000)
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 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
2693 Patton Contractors, Inc $750,000
SSECTION 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
SECTION V That this ordinance shall become effective immediately upon its passage and
approval
XI
PASSED AND APPROVED this the day of ;0W
&J'h-C.J A04-
EULINE BROCK, MAYOR
ATTEST,
JENNIFE,R WALTERS, CITY SECRETARY
BY
APPROVED AS TO LEGAL FORM
HE]
2693 -
ATTACHMENT
TABULATION SHEET
BID # 2693 Date 7/31 /01
INDEFINITE QUANTITY (TERM) CONTRACT GENERAL CONSTRUCTION
No I
oty I
D SCRIPTI N
VENDOR
VENDOR
VENDOR
VENDOR
OWEN
PATTON
VAUGHAN
AVALON GENERAL
COMMERCIAL
CONTRACTORS
C
CONSTRUCTION
CONTRACTORS
CONSTRUCTION
INC
INC
INC
Principle
Place of Business
DALLAS, TX
DALLAS, TX
CARROLLTON, TX
DALLAS, TX
BASE BID - NORMAL
-17%
+20%
-10 5%
+1 %
1
WORKING HOURS
BASE BID - AFTER
-17%
+45%
+25%
+3%
2
HOURS
OPTION YEAR 1 -
NORMAL WORKING
-17%
+25%
-10 5%
+3%
3
HOURS
OPTION YEAR 1 -
-17%
+50%
+25%
+3%
4
AFTER HOURS
OP ION YEAR 2 -
NORMAL WORKING
-17%
+30%
-10 5%
+2%
5
HOURS
OPTION YEAR 2 -
-17%
+55%
+25%
+3%
6
AFTER HOURS
ADDENDUM 1&2
YES
YES
YES
YES
7
BID BOND
YES
YES
YES
YES
GENERAL CONSTRUCTION BID #2693 CITY OF DENTON
INDEFINITE QUANTITY CONTRACT JUNE 29, 2001
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 21" day of August
A D , 2000, 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
Patton Contractors Inc
1200 Main Street Suite 710
Dallas TX 75202
of the City of Dallas, County of Dallas and State of Texas hereinafter termed
"CONTRACTOR"
Bid 2693- Indefinite Quantity (Term) Contract- General Construction
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 in each delivery order 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
CA-1
GENERAL CONSTRUCTION BID #2693 CITY OF DENTON
INDEFINtTE QUANTITY CONTRACT JUNE 29, 2001
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
GENERAL CONSTRUCTION BID #2693
INDEFINITE QUANTITY CONTRACT
CITY OF DENTON
JUNE 29, 2001
IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the
year and day first above written
ATTEST
`
CA-3
O
BY/ (�
i
(SEAL)
Patton Contractors, Inc
CONTRACTOR
1200 Main Street, Suite 710
Dallas, Texas 75202
MAILING ADDRESS
(214) 752-2539
PHONE NUMBER
(214) 752-0574
FAX NUMBER
PRINTED NAME
(SEAL)
GENERAL CONSTRUCTION BID #2693 CITY OF DENTON
INDEFINITE QUANTITY CONTRACT JL NE 29, 2001
PERFORMANCE BOND
BOND#266148
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That Patton Contra tc orc Inc
whose address es, 1200 Main Street Ste 710 Da11ac TPYaC 7SM2
hereinafter called Principal, and, Fmpinyerc Mntuat raaialty Company
a corporation organized and existing under the laws of the State of Iowa 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 nne Hundred Thousand a nn1100
DOLLARS ($ 100,000 00 ) plus ten percent of the stated penal sum as
an additional sum of money representing additional court expenses, attorneys' fees, and
liquidated damages arising out of or connected with the below identified Contract, in lawful
money of the United States, to be paid in Denton County, Texas, for the payment of which
sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators,
successors, and assigns, jointly and severally, firmly by these presents This Bond shall
automatically be increased by the amount of any Change Order or Supplemental Agreement,
which increases the Contract price, but in no event shall a Change Order or Supplemental
Agreement, which reduces the Contract price, decrease the penal sum of this Bond
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the
Principal entered into a certain Contract, identified by Ordinance Number 2001-288 , with the
City of Denton, the Owner, dated the 21" day of August AD 2001, a copy of
which is hereto attached and trade a part hereof, for Bid #2693 City of Denton, Indefinite
Quantity (Term) Contract General Construction
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
PB-1
GENERAL CONSTRUCTION BID #2693
INDEFINITE QUANTITY CONTRACT
CITY OF DENTON
JUNE 29, 2001
Work by the Owner, and, if the Principal shall fully indemnify and save harmless the
Owner from all costs and damages which Owner may suffer by reason of failure to so perform
herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may
incur in making good any default or deficiency, then this obligation shall be void, otherwise, it
shall remain in full force and effect
PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive
venue shall lie in Denton County, State of Texas
AND PROVIDED FURTHER, that the said Surety, for value received, hereby
stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications,
Drawings, etc , accompanying the same, shall in anywise affect its obligation on this Bond,
and it does hereby waive notice of any such change, extension of time, alteration or addition to
the terms of the Contract, or to the Work to be performed thereunder, or to the Plans,
Specifications, Drawings, etc
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas
Government Code, as amended, and any other applicable statutes of the State of Texas
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Denton County to whom any requisite notices may be delivered and on
whom service of process may be had in matters arising out of such suretyship, as provided by
Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas
IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of
which shall be deemed an original, this the _ day of _ cop ember I Mal
ATTEST
BY J�J QLJ ao��_
SECRETARY BY
ATTEST
BY
PRINCIPAL
PATTON CONTRACTORS, INC
SI N 1
SURETYEMPYE MUTUAL i6S)ALTYCOMPANY
GENERAL CONSTRUCTION BID #2693
INDEFINITE QUANTITY CONTRACT
CITY OF DENTON
JUNE 29, 2001
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME Lucien Wright Insurance Agency
STREET ADDRESS 1200 W Freeway. Suite 200 Fort Worth Texas 76102
(NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give a
person's name)
PB-2
GENERAL CONSTRUCTION BID #2693 CITY OF DENTON
INDEFINITE QUANTITY CONTRACT JUNE 29, 2001
BOND#5266148 PAYMENT BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That,pattnn Contractors, Inc
whose address is, 19nn Main Strppt Sta 710 Dallas Texas 75202
hereinafter called Principal, and . Employers Mutual Casualty Company
a corporation organized and existing under the laws of the State of Iowa 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 Thousand & 00/ 100------------------- DOLLARS
($ inn non no ) 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 2001-288 , with
the City of Denton, the Owner, dated the 21" day of August A D 2001 , a copy
of which is hereto attached and made a part hereof, for Bid #2693 City of Denton, Indefinite
Quantity (Term) Contract General Construction
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 tune, 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,
GENERAL CONSTRUCTION BID #2693 CITY OF DENTON
INDEFINITE QUANTITY CONTRACT JUNE 29, 2001
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 11th day of —September 2001,
ATTEST
BY )�J
SECRETARY
ATTEST
BY 1���
PRINCIPAL
SURETY
1 tJ a 'o"
MIS
0 • -� X �f'-]N-FACT
•WOOTEN
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
STREET ADDRESS 1200 W Freeway. Suite 200 Fort Worth TPxec 7610
(NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a
corporation, give a person's name)
EMC Insurance Companies Not 4 5 3 3 9 0
P O Box 712 • Des Moines, Iowa 50303
CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT
KNOW ALL MEN BY THESE PRESENTS, that
1 Employers Mutual Casualty Company, an Iowa Corporation 5 Dakota Fire Insurance Company, a North Dakota Corporation
2 EMCASCO Insurance Company, an Iowa Corporation 6 EMC Property & Casualty Company, an Iowa Corporation
3 Union Insurance Company of Providence, an Iowa Corporation 7 The Hamilton Mutual Insurance Company, an Ohio Corporation
4 Illinois EMCASCO Insurance Company, an Illinois Corporation
hereinafter referred to severalty as "Company" and collectively as "Companies" each does by these presents make constitute and appoint
LISA L SMITH, CARROLL W COLLINS, MARY JANE WOOTEN, SHIRLEY CARPENTER, TAMMY MILLER, INDIVIDUALLY,
FORT WORTH, TEXAS
Its true and lawful attorney in fact with full power and authority conferred to sign
similar nature as follows
IN AN AMOUNT NOT EXCEEDING TEN MILLION DOLLARS
seal and execute its lawful bonds undertakings and other obligatory instruments of a
($10,000 000 00)
and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company and all of
the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed
The authority hereby granted shall expire April 1, 2002 unless sooner revoked
AUTHORITY FOR POWER OF ATTORNEY
This Power of Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a
regularly scheduled meeting of each company duly called and held In 1999
RESOLVED The President and Chief Executive Officer any Vice President the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power
and authority to (1) appoint attorneys in fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto bonds and
undertakings recogmzances contracts of indemnity and other writings obligatory in the nature thereof and (2) to remove any such attorney in fact at any time and revoke
the power and authority given to him or her Attorneys in fact shall have power and authority subject to the terms and limitations of the power of attorney issued to them
to execute and deliver on behalf of the Company and to attach the seal of the Company thereto bonds and undertakings recogmzances contracts of indemnity and
other writings obligatory in the nature thereof and any such instrument executed by any such attorney in fact shall be fully and in all respects binding upon the Company
Certification as to the validity of any power of attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects
binding upon this Company The facsimile or mechanically reproduced signature of such officer whether made heretofore or hereafter wherever appearing upon a
cenified copy of any power of attorney of the Company shall be valid and binding upon the Company with the same force and affect as though manually affixed
IN JI NESS WHEREOF, the COrOpanies have caused these ggnts to be signed for each by their officers as shown and the Corporate seals to be hereto affixed this
99tt day of M8i'CIl yy_y /J
Seals
Bruce G Kelley C airman Donald L Cough wer
s�o insoNa p;,ec; co of �Pxx ' ",,. of Compames 2 3 4 5 & 6 resident Assistant Secretary
o ° ow of Company 1 Vice Chairman and
- - CEO of Company 7
SEAL
2
N5, RAN,
SEAL
1863
or A,2
��PNs uaarocF
.vaAa, o
Q � �
SEAL z
0
,QS b^Ui U4, C11
E SEAL
�.0 SOW ES,O�c
MUTU �
9
�4
':
ELIZABETH A SCAVO
MY COMMISSION EXPIRES
p
November 1 2002
On this 9th day of March AD 1999 before me a
Notary Public in and for the State of Iowa personally appeared Bruce G Kelley and Donald
L (.oughennower who being by me duly sworn did say that they are and are known to me
to be the Chairman President Vice Chairman and CEO and/or Assistant Secretary
respectively of each of The Companies above that the seals affixed to this instrument are
the seals of said corporations that said instrument was signed and sealed on behalf of each
of the Companies by authority of their respec6+e Boards of Directors and that the said
Bruce G Kelley and Donald L Coughennower as such officers acknowledge the execunon
of said instrument to be the voluntary act and deed of each of the Companies
My Commission Expires November 1 2002
Notary Public in and for ,ne Stale of Iowa
" CERTIFICATE
I David L Hixenbaugh Vice President of the Companies do hereby certify that the foregoing resolution of the Boards of Directors by each of the
Companies rid this o r �t Attor u d ur ant t eret March 9, 191
on behalf of
�isaL �roitfl, Aarroctor �Vieoefliris,VaryAreto %o aey arpener, ammy I er
are true and correct and are still in full force and effect
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this Ail+ day of ,lryof �'I
Vice Prasiderl
ACORD,e CERTIFICATE OF LIABILITY INSURANCE DATE IMMI20
09/11/0
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
WrightIns Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Lucien
9 y HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
1200 West Freeway # 200 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
Fort Worth TX 76102-5973 INSURERS AFFORDING COVERAGE
INSURED Patton Contractors, Inc INSURER BITUMINOUS CASUALTY _
1200 MAIN STREET INSURER TEXAS WORKERS COMP INS FUND_ _
SUITE #710 1 INSURER
DALLAS, TX 75202 INSURER
214-752-2539 INSURER
OVERAGES
V 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 CLAIMSPOLI_
INSR
TYPE OF INSURANCE
POLICY NUMBER
DATE IM IDOCME
PDAIE MMPIO I
LIMITS
A
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE F OCCUR
CLP3103252H
01/20/01
01/20/02
EACH OCCURRENCE
S 1 0 0 0, o 0 o
$ 5 0 000
s5f 0 0 0_ _ _ _
S1 000, 00_0
S2 000, 000
FIRE DAMAGE (Any one fire)
MED EXP (Any one person)
PERSONAL SADVINJURY
GENERAL AGGREGATE
s2,000,000
GEN L AGGREGATE LIMIT APPLIES PER
PRODUCT$ COMPIOP AGO
POLICY F7PRO LOC
AUTOMOBILE
LIABILITY
ANY AUTO
COMBINED SINGLE LIMIT
(Ea acncen)
$
_
BODILY INJURY
(Per person)
ALL OWNED AUTOS
SCHEDULED AUTOS
$
-
HIREDAUTOS
NON OWNED AUTOS
BODILY INJURY
(Per caEen)
$
PROPERTY DAMAGE
(Per amdenl)
$
GARAGE LIABILITY
I
AUTO ONLY EA ACCIDENT
$
OTHER THAN EA ACC
AUTO ONLY AGG
ANY AUTO
$
E
EXCESS LIABILITY
OCCUR CLAIMS MADE
EACH OCCURRENCE
$ _
S
AGGREGATE
$
DEDUCTIBLE
S -
r —�
RETENTION S
$
WORKERS COMPENSATION AND
EMPLOYERS LIABILITY
TSF1101156
10/27/00 10/27/01
WCSTATU ER
X TORY IMIT ER
s500,000
EL EACH ACCIDENT
EL DISEASE EA EMPLOYEE
B
WC -ONLY COVERS TX
EMPLOYEE
,500, 000
EL DISEASE POLICY LIMIT
I
s500,000
OTHER
DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESMXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
NAME AS ADDITIONAL INSURED THE CITY OF DENTON, ITS OFFICIALS, AGENTS,
EMPLOYEES AND VOLUNTEERS 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 OF THE NAMED INSURED
"SEE ADDEDUM" BID #2693
ummI Irlasnlc
CITY OF DENTON
MATERIALS MANAGEMENT DIVISION
ATTN CHRISTY A SKIRCHAK
901B TEXAS STREET
DENTON, TEXAS 76201
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
IMPOSE NO OSUGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
VfrAl '
0
1988
ADDEDUM TO CERTIFICATE OF INSURANCE IN FAVOR OF
"CITY DENTON"
TO INCLUDE THE FOLLOWING UNDER "DESCRIPTION OF OPERATIONS/
LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPEPCIAL PROVISION" TO
READ AS FOLLOWS
"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"
9FP-14-POR7 1P 71 FRnm Tn 94R 749 770P P 007/RR7
8EF-14-2001 FR1 10.59 AM
AN
CMTIMCATE OF INSVDANcit
9UCA IIYONAANCB AB R8aT8R'fa T� 1N fYNR9T OD TSa (+gggt$IQATS 110T DSA WILL NOT 8& CANCRLBHOLIXER
D DB
pT�NY AN
Ww��99ii 1'6AM11'PJ.7B�D W17N0 �GLIVLIIVTHII CEtx[SYICA'R� 11LID DfODZ'cBAN 39 D� E� �Ta
NAb�D9tiLflYP.HtlT ml NO P:YBNT
�W'j1pICAf608IN8O611ACEiD�91V0'YC'1�N�THS CaVBBAGE YA0o1D8n IN ANY POLICY
misoThu oestleesl>m STATE FARMMUTUAL aUTOD40H1� uVa11RANC8 COh�ANY �rsm0a»aeloo,°
or
O BTATEbANMTailsANDCASUAL MC A of petlss,Teo
0 9TaTSF ��ot>1 � �W,
1,m Yovuego m rsaY tar the Yollawine
Named homed Pam Camno=3
FROM ROB BRAUN STAT3 FARM
FAX 2143486787
Ad&= OfZ;=W humad 1200 Meta St ft 7tO DAnar. Tom 75202
.,...,M %"T&.w,tu. Dmder 8inde'' 8iader
09/06/Ol
EPFFRMM DATE OF w��aamSM—
ONOF
PAGE 3
L ADDdrY OoyZRpOg ® YM o NO n Y89 O Nn 0Y88 ONO
LW" Of LIAM=
L b41mY
oBcoy kowy
DAMAGE
S Deml9tlbb
CS.ES
c ve
a scuuaamunte
p 500_Daduetlble
_
®Y88 Q NO
=t3jYnZ&1CIaides51000
a>Yta
DedmdbLY
XNO
O YRS M NO
O YES M NO
C�1:ti 3
YES XNO
palva
N&MG lad AOdre99 Of Cer "'cats holder
Clvj OrD®toa
901-D Samr
Damu 4 Tx76209
I�Ya9 ®NO I OYI'S No
_7161 o�t�
—r
Ztdo pgant'adode�
Name and Addren of Agent
Robert &ma
9601 Whdb Rook TajL Smm 314
aallm, TX 75239
GENERAL CONSTRUCTION BID #2693 CITY OF DENTON
INDEFINITE QUANTITY CONTRACT DUNE 29, 2001
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
GENERAL CONSTRUCTION BID #2693 CITY OF DENTON
INDEFINITE QUANTITY CONTRACT NNE 29, 2001
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 (CITIO 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 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
[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
GENERAL CONSTRUCTION BID #2693
INDEFINITE QUANTITY CONTRACT
CITY OF DENTON
.TUNE 29, 2001
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 budding Limits of not less than
each occurrence are required
GENERAL CONSTRUCTION BID #2693 CITY OF DENTON
INDEFINITE QUANTITY CONTRACT TUNE 29, 2001
[ ] 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
GENERAL CONSTRUCTION BID #2693
INDEFINITE QUANTITY CONTRACT
ATTACHMENT 1
CITY OF DENTON
JUNE 29, 2001
[X) Worker's Compensation Coverage for Building or Construction Projects for Governmental
Entjties
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
GENERAL CONSTRUCTION BID #2693 CITY OF DENTON
INDEFINITE QUANTITY CONTRACT JUNE 29, 2001
(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
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
GENERAL CONSTRUCTION BID #2693 CITY OF DENTON
INDEFINITE QUANTITY CONTRACT DUNE 29, 2001
(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 2693 — City of Denton, Indefinite Quantity (Term) Contract General Construction