Loading...
HomeMy WebLinkAbout2000-463ORDINANCENO OsXO—'14r AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE RELOCATION OF NORTH COUNTY LINE ROAD BRIDGE, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING AN EFFECTIVE DATE (BID 2601— NORTH LAKES PARK PEDESTRIAN BRIDGE AWARDED TO SENECA CONTRACTING IN THE AMOUNT OF $131,000 00) WHEREAS, the City has solicited, and received competitive sealed 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 respondent for the construction of the public works or improvements described in the bid invitation, and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive sealed bid for the construction of public works or improvements, as described in the "Sealed Bid Invitations", or plans and specifications on file in the Officq 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 2601 Seneca Contracting $131,000 00 SECTION II That the acceptance and approval of the above competitive sealed bid 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 LII 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 Request for Sealed Bids, 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 sealed 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 approval That this ordinance shall become effective immediately upon its passage and PASSED AND APPROVED this the /� day of 2000 ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L P DUTY, CI Y ATTORNEY BY BID 2601 — North EULINE BROCK, MAYOR Bridge PUBLIC WORKS CONTRACTUAL ORDINANCE-2000 ATTACHMENT TABULATION SHEET Bid # 2601 Date 11/28/00 NORTH LAKES PARK PEDESTRIAN BRIDGE No DESCRIPTION VENDOR VENDOR VENDOR VENDOR SENECA ASHLAR GIBSON & ORVAL HALL CONTRACTING ASSOCIATES Pena le Place of Business DENTON LEWISVILLE BALCH SPRINGS FORT WORTH TOTAL BASE BID $131,000 00 $147,800 00 $133,370 00 $160,180 00 1 BID BOND YES YES YES YES 2 ATTACHMENT 2 CO F, 0 O w a rPROPOSED BRIDGE LOCATION O-V0 EXISTING PEDESTRIAN BRIDGE (DISC GOLF PARKING NORTH LAKES PARK CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this 12day of December A D , 2000, by and between City of Denton of the County of Denton and State of Texas, acting through Michael W. Iez thereunto duly authorized so to do, hereinafter termed "OWNER," and 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 2601 - North Lakes Park Pedestrian Bridge in the amount of 131,000 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement, and at his (or their) own proper cost and expense I 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, CA - 1 and the Specifications therefore, as prepared by all of which are referenced herein and 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 I (SEAL) SEAJECA CoNTIL/I('f)NG 0-o2p CONTRACTOR P, 0, Bou 14--l0 DErviorj �-foz-1470 MAILING ADDRESS 940 - 5l0 5- 1 14-1 PHONE NUMBER 940 - 3 e2-- 095 0 FAX NUMBER BY A TITLE P CS 1 06 rVT 14AR-PY M LDTNIL10615 APPROVED AS TO F09M PRINTED NAME (SEAL) CA-3 Bond # SA3836 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That Seneca Contracting —whose address is PO Box 1470 Denton, TX 76202 hereinafter called Principal, and L1nitpeigt taa Fidelity R Guaranty Compnnnyy a corporation organized and existing under the laws of the State of Maryland , 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 Thirty One Thousand and no/100 DOLLARS ($ 131,000) plus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages arising out of or connected with the below identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 2000-463, with the City of Denton, the Owner, dated the 12 day of December A D 2000, a copy of which is hereto attached and made a part hereof, for Bid # 2601 - North Lakes Park Pedestrian Bridge. 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 rennburse 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 _12day of December 2000 ATTEST m SECRETARY ATTEST BY t`� PRINCIPAL Seneca Contracting Corporation BY PRESIDENT SURETY United ates Fidelity & Guaranty Company B n AAA ATTORNEY -IN -FACT Staci Gross The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME Boley Featherston Insurance Agency STREET ADDRESS 701 Lamar, Wichita Falls, TX 76301 (NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, gave a person's name ) PB-2 Bond # SA3836 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That Seneca Contracting whose address is PO Box 1470 Denton. TX 76202 , hereinafter called Principal, and United States Fidelity & Guaranty Company , a corporation organized and existing under the laws of the State of MD , 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 Hupdred Thirty One Thousand and no/100 DOLLARS ($-1311ZQQ) 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 2000-463 , with the City of Denton, the Owner, dated the 19 day of December AD 2000 , a copy of which is hereto attached and made a part hereof, for Bid 2601 - North Lakes Park Pedestrian Bridge - 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 This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas The undersigned and designated agent is hereby designated by the Surety herein as the Resident (Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the _19 day of December , 2000 ATTEST BY SECRETARY ATTEST PRINCIPAL BY PRESIDENT SURETY United States Fid iity & Guaranty, Company BY _ ATTORNEY -IN -FACT Staci Gross The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME Boley Featherston Insurance Agency STREET ADDRESS 701 Lamar, Wichita Falls, TX 76301 (NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a corporation, give a person's name ) POWER OF ATTORNEY 1heMbul Power of Attorney No Seaboard Surely Company St Paul Fire and Marine Insurance Company St Paul Guardian Insurance Company St Paul Mercury Insurance Company 20290 United States Fidelity and Cuaranty Company Fidelity and Guaranty Insurance Company hrdelily, and Guaranty Insurance Underwriters, Inc certificate No 602537 KNOW ALL MEN BY THESE PRESENTS That Seaboard Surety Company is a cm potation duly org ma/Ld under the law, of the State of NLw York ad th it St Paul Fire and Marme Insurance Company St Paul Guardian Insurance Company and SI P lot Mercury Insm mce Comp my an, corporation, duly org uu/Ld undo the laws of the State of Minnesota and that United States Fidelity and Guaranty Company is a corpnr than duly org oozed undo the I iws of the State of M uyl Ind and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa not th it Fidelity and Guaranty IrhlilanLL Undo wrilet, Inc IS a Lorporation duly organized under the laws of the State of WISLnnlm (heron uillei riveb (alli d th( Compam( s ) and that the Conrp rmLS do hereby make Lonsutua, and appoint Donal Boley, Steve Deal and Staci Gross Wichita Falls Texas of th, Cny of Slate then true and I JW IUI Attorney(,) in F ILI Lzeh in their sLparate capacity if more than one is named above to Sign its name as ,mcly to and to execun. Seal and aLknowledge my ind all bonds unden ik nu% Lontracts and other written instruments in the nature thereof on behalf of the Companies in their btMness of gun inteemg the fidelity of persons guararucunf, ihL performatILL of contratts and exLeuting or guaranteung bonds and undertakings regupLd ro permitted in my actions or procu,dmgs allowed by law IN WITNESS WHFREOF the Compamcs have L used this inslmmentYo'be signed and scaled this 1st day of December 1999 S, Seaboard Surety Company United Stales Fidelity and Guaranty Company St Paul Fire and Marine Insur traid"Complany 1,ide6ly and Guaranty Insurance company St Paul Guardian Insurancet tar rpauy Fidelity and Guaranty InsurancL Ura erwrder+ Ini. St Paul Mercury Insurance Copi y y p��,xnM IFSGy pi xeu9at t L l/i ,Y .',SEAL s AJ"� s� 7927 nrourt �, JOIIN F PHINNCY Vlu Ple+ld(m SE 0.L G 38RL 1aBe 1977 P 9 State of Mtryl aid City of Baltimore THOMAS F HUIBREGTSI As+r+rim Sunnry On this lst day of December 1999 bctore me the undersigned ofhu,r pu,onally appLared John F Phinny and Thomas E I Imbregtse who acknowledged themselves to be the Vice President and A,Sntant SLLILtary respectively of Seabo rid Solely Comp my St Pal t uL ad Marine In,urul Company St Paul Guardian Insurance Company St Paul Mercury Insui true Comp my United States Fidthty not Guaranty C ompany Fidday and Guar any Insurance Company and Fidelity and Guaranty Insuance Underwriters Inc ind that tht, seak iffrxul to the foregoing instrumtnt tie the corpor tie w its of Sad ConipanILS and that they as such being authorized so to do executed the toregoing instiumLm for tht purpose, therein L ntained by Signing ihL nunLS of tht, corporations by themselves as duly authorized officers �4. i�5 .. ii �___ „ In Witness Whereof, I hereunto set my hand and official seal � p�BARY $ tiC S My G(lmiitiwon expires the I$h day of July 2002 0� S� RFBPC(A LASLhY ONOKAL4 Not try Pohh( AE CaY 86203 Rev 7 2000 Printed in U S A This Power of Attorney is grantsd under nid by the authority of the following resolutions adopted by the Bowds of Directors of Seaboard Surety Company St Paul Fire and Marine Insurance Compwv St Pro[ Guardian Insurance Company St Paul Memmy Insurance Company United States Fidelity and Guaranty Company Fidelity and Guaranty Insur cast- Company and Fidolny and Go irvvy Insur nice Underwriters Inc on September 2 1998 which resolutions are now in full force and effect reading as follows RESOLVED, that in connection with the fidelity and surety insur nice business of the Company all bonds undertakings contracts and other men uments relating to said business may be signed executcd and acknowledbed by persons of entities appointed as Attornt-y(s) in Fact pursuant to a Power of Attorney issued in u.cordance With these re%olutiorn S rid Power(%) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company either by the Chairmsn or the President or any Viet- President or an Assistant Vice Pie%dent jointly with the Secretary or an Assistant Secretary under their respective designations The signature of such officers may be engraved printed or lithographed The signature of each of the foregoing officers and the seal of the Company miy be ifhxed by l inumle to any Power of Attorney or to any certificate relating thereto appointing Attorney(s) in Fact for purposes only of executing and attesting bonds snd undertakings and other writings obligatory in the nature thereof and subject to any limitations set forth therein any such Power of Attorncy, of certificate bearing such 1dc%miile signatmt- or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such luvmde signature and lat-snmle seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached nid RESOLVED FURTHFR, that Attm ney(s) in Pact shall h ive the power and authority and in any case subject to the terms and limitations of the Power of Attorney issued them to execute and deliver on behalf of the ( ompany and to attach the seal of the Company to any and all bonds and undertakings and other writings obligatory in the nature thereof nid any such instrument executed by such Attorney(%) in Fact shall be as binding upon the Company a% rf signed by an Executive Officer and uslt-d and attested to by the Secretary of the ( ompany I rhonras E Hutbregtse Assist nit Secrct try of Seabo will Surety Company St Paul Fire and Marine Insurance Company St Paul Guardian Instuance Company St Paul Mercury Insurance ( ompany United Stites Frdt-hty and Go a tiny Company Fidelity and Guaranty Insurance Company and Fidelity and Guaranty Insurance Underwriters Inc do hcreby Letty that the above and foregoing is i fine and correct copy of the Power of Attorney executed by said Companies which is in full force and effect and has not been revoked IN TESTIMONY WHFRIfOI, I hereunto set my hand this 1.9th day of December 2000 fT 92;.! yGC': �cw v..E m� ;`seaci\ssxav,," 1977 arm / E �,otawn ��isloo+'e i '' Thomas Hurbregtse A.snrent Secretary To verify the authenticity of this Power of Attorney, call 1 800 421 3880 and a¢JNfos} the Ppwer of Attprvtey clerk Please refer to the Power of Attorney number the above named individuals and the details of the bond to which fire power is mtached� s 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 maybe disqualified from award of the contract Upon bid award, all insurance requirements shall become contractual obligations, which the successful bidder shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time, however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, ifso noted • Each policy shall be issued by a company authorized to do business in the State of Texas with an A M Best Company rating of at least A • Any deductibles or self -insured retentions shall be declared in the bid proposal If requested by the City, the insurer shall reduce or eliminate such deductibles or self -insured retentions with respect to the City, its officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses • Liability policies shall be endorsed to provide the following •• Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers •• That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought The inclusion of more than one insured shall not operate to increase the insurer's limit of liability • All policies shall be endorsed to tea& "SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED" • Should any of the required insurance be provided under a 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 ansmg 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 061,000,000 shall be provided and maintained by the Contractor The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies If the Commercial General Liability form (ISO Form CG 0001 current edition) is used • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage • Coverage B shall include personal injury • Coverage C, medical payments, is not required If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least • Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability [X] Automobile Liability Insurance• Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than P1-000,000 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 anse 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 carves 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 [X] 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 [X] ATTACHMENT 1 Worker's Compensation Coverage for Budding or Construction Projects for Governmental Entities A Definitions Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity Persons providing services on the project ("subcontractor" in §406 096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets B The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all employees of the Contractor providing services on the project, for the duration of the project C The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract D If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended E The contractor shall obtain from each person providing services on a project, and provide to the governmental entity (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project, and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project F The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter G The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project H The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage 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 401011(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 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 carver 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 2601— North Lakes Park Pedestrian Bridge — CONTRACT, Bonds & INS 1-2001 BID NO 2601 PO NO BID TABULATION SHEET NORTH LAKES PARK PEDESTRIAN BRIDGE ITEM 11 DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 1 Contractors Warranties and Understanding1 LS o $ 4000 Oo $ 5000— Unit Price in Words FI VE 714 OUS N 4) 000, A 2 5 2 Remove and Relocate Existing Truss Bride 1 LS r. oo $ 5o) 0000 ,0 $ $0 000` Unit Price in Words t'iFTY 'T qoU,5A No DOLL Ak.-S 3 Structural Steel Repairs 1 LS $ Op0 $ p0 OD0- Unit Price in Words SI X -Ti-IOUSA 0 DOLLAR-5 4 Timber Deck Replacement 1 LS $ 13 00 0" ou $ 0 o o — Uriit Price in Words :rhjIkTEEnj-TH,0LjSAQQoLI.AJLS 5 Bridge Painting/Sandblasting 1 LS $ i3 000 is ° ODD` UnitPnceinWords IR--TEEr4 OUSAOO Dot-0A2S 6 24" Drilled Piers 90 LF $ i 00 00 . $ 9 0 DD 2 Unit Price in Words 0hjF0 E (}pL+ A1�S Concrete Abutments and Approach Slabs 1 LS o0 $ 13 0.00" 60 $ IS 000— UnitPnceinWords - I4iRTEEtJ '( oUSAup VOLA S 8 Wooden Handrail 1 LS $ 9 opo00 $ 9 boo °a Unit Price In Words E, T140JSA i J.0 00Lt,ARS 9 Mobilization 1 LS $ 00 5)ooc�— $ 5 00000 Unit Price in Words IP', Va 7N0US NO DOLLA R-S 10 Traffic Control Plan 1 LS $ JC 0 O b' $ 5 0 0 0 Unit Price in Words Vl Vr— T Woos N.0 OOLLALS 11 Sediment Control Plan 1 LS Is 3 o no $ g 000 05 UriitPncemWords -rW2EC— TWo SA"O (dot LA2S TOTAL BID $ 131/ 000 °o P-3 In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final Unit and lump -sum prices as shown for each item listed in this proposal, shall control over extensions CoAvTK4CT/ AvC� -E,NT0 NJ TE Tale phgne s 94-0 - 56 s-- / 14- Seal (If a Corporation) COkPOn/�Tiunl 'PLES 0 t u i) -0-38Z-10950 P-4 Client# "i1I LyD11aiarr ACORaa CERTIFICATE OF LIABILITY INSURANCE of/22/01 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Higginbotham & Assoc Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE , DBA Denton Insurance Center HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW P O Drawer C Denton, TX 76202 INSURER INSURERS AFFORDING COVERAGE BITUMINOUS INSURANCE CO INSURED Seneca Contracting Corporation P O Box 1470 INSURER -- - Denton, TX 76202 INSURER C INSURERD NSURERE 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 INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFpCTI DATE �E POLICY EXPIRATION I DATE (Ni LIMITS A GENERAL LIABILITY CLP3062013B 07/01/00 07/01/01 EACH OCCURRENCE $1, 000, 000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Anyone fire) $ 100, 000 CLAIMS MADE X J OCCUR MED EXP (Any one Person) $ 5, 000 PERSONAL &ADV INJURY_ $1, 000, 000 GENERALAGGREG_ATE_ $2, 000, 000 GENLAGGREGATELIMITAPPLIESPER PRODUCTS COMP/OP AGG S2 00�O 000 POLICY D PRO Lam, -- — --- A AUTOMOBILE LIABILITY CAP3089181B 07/01/00 07/01/01 ANY AUTO COMBINED SINGLE LIMIT (Ea accident) $1 , 000, 000 _ ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per Person) X HIRED AUTOS BODILY INJURY $ X NON OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Peraccident) GARAGE LIABILITY AUTO ONLY EA ACCIDENT $ OTHER THAN EA ACC ANY AUTO $ AUTO ONLY AGO $ A EXCESSUABILITY CUP2527034B 07/01/00 07/01/01 EACH OCCURRENCE $1 000,000 X OCCUR 1:1CLAIMS MADE AGGREGATE $1 , 0 0 0 , 000 _ _ DEDUCTIBLE $ RETENTION $ $ A WORKERS COMPENSATION AND WC3088662 07/01/00 07/O1/01 WCSTATU EMPLOYERS LIABILITY $__ 5 _0 0, 0 0 0 E L EACH ACCIDENT _ E L DISEASE EA EMPLOYEE $ 5 0 Ol 0 0 0 EL DISEASE POLICY LIMIT $ 5 0 0 000 OTHER DESCRIPTION OF OPERATIONSAACATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE Bid 2601 North Lakes Park Pedestrian Bridge Cancellation Clause is amended to Read Policies shall not be Cancelled, Nonrenewed Or Materially Changed Without 30 Days Advanced Written Notice Being Given To The City of Denton, Texas Except When The Policy Is Being (See Attached Descriptions) SHOULD ANYOFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Denton, Texas DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TOMAIL 30 DAYSWRITTEN 901-B Texas Street NOTICETOTHECERTIFICATE HOLDER NAMED TOTHELEFT BUTFAILURETOOOSOSHALL Denton, TX 76201 IMPOSE NOOBLIGATION OR LIABILITY OF ANYKIN D UPON THE INSURER ITSAGENTS OR S53226/M48187 MYA 0 ACORD CORPORATION 1988 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 endorsement(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, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon AC0RD26-S(7/97)2 of 3 #S53226/M48187 DESCRIPTIONS (Continued from Page 1) Cancelled For Nonpayment of Premium In Which Case 10 Days Advance Written Notice Is Required All Policies Except the Worker's Compensation are amended to include the City of Denton, its Officials, Agents, Employees and volunteers as Additional Insured Insurance is primary to any other insurance available to the City of Denton 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 The Workers' Compensation Policy included a Waiver of Subrogation in favor of the City of Denton, its officials, agents, employees and volunteers AMS 253(07/97) 3 of 3 #S53226 M48187