Loading...
HomeMy WebLinkAbout1999-001ORDINANCE NOdp� AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR AVENUE G DRAINAGE IMPROVEMENTS, PROVIDING FOR THE EFFECTIVE DATE (BID #2293 — AVENUE G DRAINAGE AWARDED TO JAGOE PUBLIC CONSTRUCTION CO IN THE AMOUNT OF $229,310) 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 SUCTION 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 I NUMBER CONTRACTOR AMOUNT 22193 AVENUE G DRAINAGE $229,310 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 wc rks or improvements herein accepted and approved, until such person shall comply with all requir ments specified in the Notice to Bidders including the timely execution of a written contract find furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid TIS�� That the City Manager is hereby authorized to execute all necessary written contracts or the performance of the construction of the public works or improvements in accordance with the lids accepted and approved herein, provided that such contracts are made in accordance with the otice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein ACTION 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 PASSED AND APPROVED this the day of 1999 c JACK ER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY 2293 AVENUE G DRAINAGE CONTRACT ORDINANCE ATTACHMENT #1 TABULATION SHEET BID # 2293 Jagoe Mike Radich DBR Dickerson I Earth BID NAME AVENUE G DRAINAGE Public Albert Const Const Const Builders Inc Inc TOTAL BID AWARD $252,560 00 $333,976 00 $470,583 00 $310,989 80 $367,927 00 $327,890 00 BOND I YES I YES YES I YES I YES I YES 3 r- a 8 8 $ $ 8 8 pg8 pQ8 88 88 $ O 8 O ep8 8 a§§ pp8 88 88 88 pp8 pq8 8 O 8 8 CD • ^ l� N. 1 {p8y N O 1!7 (p Op p 5 § IA QQB� f 1p8� V 88 O O V 88 I[f M W p'��, {�' M tC M YY j� ry M Of a O O N.- r � z ° 8 �s y O tO �p M •- N .- .+ .- . � a� E" 8 o 8 8 8 88 7!i g8 i15 p8 ii Q8 a Q8 .iS 8 8 g8 S Q8 S g8 25 8 8 °$ 8 g g8 g8 �S g8 �S g8 id Q8 �i 8 § Q8 8 8 8 g8 eeve� �iS N 8 N W � u'ri �N N W W W W W W W W W W 44 6* to M to Go (A fw fA W 44 fA 64 66 / A N to N 4M 4 G s `Q� N pp �C! N pp O p O p W W W W W W W W to 6$ W W W W W W W W W 491 W W W W W W Mi W .+ J J J J U. QQ W ��yy,, J Q LL] QQ W Q W aa W {LLy QQ QQ QQ QQ QQ Q QQ Q QQ a a •C = Of PI �- N N M . 'Q .- .- Of t0 N 'V' N N e7 N O O Z C 3 � J 5 to a H M N m 3 x x � x � � � � 5 3 � m` u� a c�'i •� � � y N M Q `� N " " H tV a v a a M a a M a cI a Y a a a Y a "i a a. °P a N N N M M h f` t` r tO M y M to to fA N N y 0 N m 9a.� -up) CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 5 day of JANUARY A.D., 1999, by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through MICHAEL W. JEZ, City Manager, thereunto duly authorized so to do, hereinafter termed "OWNER," and JAGOE PUBLIC CONSTRUCTION CO. P.O. BOX 250 DENTON, TX 76202 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 # 2293 — AVENUE G DRAINAGE in the amount of $2299310 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement, and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in CA-1 accordalnce 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 ENGINEERING DEPARTMENT all of which are made a part hereof and collectively evidence and constitute the entire contract Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractdr, 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 tune stated in the Proposal, subject to such extensions of time as are provided by the General land 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 in thb year and day first above written APPROVED AS TO FORM LA� , I - - CITY ATTORNEY CA-3 this agreement JAGOE PUBLIC COMPANY BOX 250 DENTON TEXAS 76202 CONTRACTOR MAILING ADDRESS (`/io) 3d'2--ZS-i?l PHONE NUMBER gq1D) ?F2,—c??32. FAX NUMBER BY 7 TLE le,u /-�e&k-. T,. PRINTED NAME (SEAL) PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That JAGOE PUBLIC CONSTRUCTION CO., whose address is P.O. BOX 250, DENTON, TX 76202, hereinafter called Principal, and ASSOCIATED INDRAVY CORPORATION a corporation organized and existing under the laws of the State of TEXAS, an 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 TWO HUNDRED TWENTY NINE THOUSAND THREE HUNDRED TEN and no/100 DOLLARS ($229,310) 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 99-001, with the City of Denton, the Owner, dated the 5 day of JANUARY A.D. 1999, a copy of which is hereto attached and made a part hereof, for BID # 2293 — AVENUE G DRAINAGE. 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 reunburse 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 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, 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 5 day of JANUARY 1999. ATTEST BY �CQ SECRETARY ATTEST PRINCIPAL BY VMC"PR IDENT SURETY ASSOCIATED INDEIdNn'( CORPORATION 1 39nn -v, -,�taxton The Resident Agent of the Surety in Denton County, s for delivery of notice and service of the process is WILLIS CORROON, CORP NAME ONE GALLERIA TOWER STREET ADDRESS DALLAS. TEXAS 75240 (NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give a person's name ) PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That JAGOE PUBLIC CONSTRUCTION CO., whose address is P.O. BOX 250, DENTON, TX 76202, hereinafter called Principal, and ASSOCIATED INDEMNITY CORPORATION , a corporation organized and existing under the laws of the State of TEXAS, 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 TWO HUNDRED TWENTY NINE THOUSAND THREE HUNDRED TEN and no/100 DOLLARS ($229,310) 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 99-001, with the City of Denton, the Owner, dated the 5 day of JANUARY A.D. 1999, a copy of which is hereto attached and made a part hereof, for BID # 2293 - AVENUE G DRAINAGE. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void, otherwise it shall remain in full force and effect PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie In Denton County, Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc , accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of 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 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 herem 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 5 day of JANUARY 1999. ATTEST PRINCIPAL BY SECRETARY BY Uce—PRESIDENT ATTEST SURETY Io ASSOCIATED INDEAMP COAPORATk)N SE"- On The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME STREET ADDRESS WILLIS CORROON CORP ONE GALLERIA TOWER TEXAS (NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a corporation, give a person's name ) 2293 CONTRACT & BONDS 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 CORPORATION a California corporation and AMERICAN AUTOMOBILE INSURANCE COMPANY a Missouri corporation (herein collectively called the Companies ) does each hereby appoint ROSEMARY WEAVER AND JOHN R. STOCKTON OF DALLAS TX then true and lawful Attomev(s) in Fact with full power of authority hereby conferred in their name placL and stead to execute seal acknowledge Lnd delnl.r any and all bonds undLrmkmgs recognizances or other written obhentions in the nature thereof------------------------------------------- nid to hind the Companies thereby as fully and to the +alnL extent as if such bonds were +igncd by the President scaled with the Corporate seals Of ihL Comp late+ aid dui+ attested by thL Companies Secretary hereby ratifying and tonhrmmg ill that tilt s kid AttornLy(+) in Fact mas do In the PfLauses This Paso of atiornLy is granted under and by the authority of Article VII of the By laws of FIREMAN S FUND INSURANCE COMPANY NATIONAL SURL FY CORPORATION THE AMERICAN INSURANCE COMPANY ASSOCIAFCD INDEMNITY CORPORATION and AMERICAN AUTOMOBILE INSURAN(L COMPANY which provisions are now in full tOrLe and etlett This power of attorney is signed and sealed under the m[horiry of the following Resolution adopud by the Board of Directors of FIREMAN S FUND INSURANCF COMPANY NATIONAL SURETY CORPORATION THE AMERICAN INSURANCE COMPANY ASSOCIATED INDEMNITY CORPORATION and AMERICAN AUTOMOBILE INSURANCE COMPANY at a meeting duly called and held or by written Lonwrit on the 191h day of M itch 1995 nid said Resolution has not been anien&cl m rcpLzlLd RESOLVED that the signature of any Vice President Assistant Secretary and Resident Assistant Secretary of the Companies and the seal of tilt Companies may be affixed or printed on any power of attorney on iny revocation of any power of attorney or on any certificate relating thereto by faLSI nile and any power of attorney any revocation of any power of attorney or temfiLatL bearing such faLsimde signature or facsimile seal shall be valid and binding upon the Companies M WITNESS WHEREOF the Companies have caused these page is to be signed by their Vice President and their corporate senh to be hereunto dlixed this 1/ day of December gTVC. ow„nrrr'rrrn rM1nry s F M1u ! FIREMAN S FUND INSURANCF COMPANY JP Oq °o„+9rr' a° ♦+ "I'I'%N 'y oVpOiLr'as x NATIONAL SURER CORPORATION o ` atio • •',, =3 ——`r/�c. THE AMERICAN INSURANCE COMPANY L1VOD ,xFRi i 6 E A_L €: ASSOCIATED INDEMNITY CORPORATION 4MERIC sEeo srero s+ � 111L1��i ° G ��2 ys i =� � AN AUTOMOBILE INSURANCE COMPANY 6, (LrNO`9 Mr ��NCF COl6C rjB a• yQ� s�f�laWS Val n'nrm,rnumw" �HCE ee By — _— STATEOFCALIFORNIA Vic Pmsrdem ss COUNTY OF MARIN On this 17 day of December 1998 before me personally came M A Mallonee to me known who being by me duly sworn did depose and say that he is a Vice President of each company described in and which executed the above instrument that he knows the seals of the said Companies that the seals affixed to the said instrument are such company seals that they were so affixed by order of the Board of DireLors of said companies and that he signed his name thereto by like order IN WITNESS WHEREOF I have hereunto set my hand and affixed my official seal the day and year herein first above written L OCAMPO r Commission N 1163726 a m Notory Public California _g I Morin County My Comm Fxpkw CERTIFICATE Nov?8 2001 Notary Public �+'h��+ STATE OF CALIFORNIA ss COUNTY OF MARIN I the undersigned Resident Assistant Secretary of each company DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked and furthermore that Article VII of the By laws of each company and the Resolution of the Board of Directors set forth in the Power of Attomey are now in force Signed and scaled at the County of Mann Dated the 5 day of January 1999 �.�r/Ot_ry/p_Yr�XM1III e°•• •1�M1�ytibiGrFs�y'r•'� t 43 ✓��%`o,+ 8066aOa.wIM,rLLe'NFSF SR<Na/r!n(r Al/sl�s/lare��S�ai�rciury0�'�LIS° kmMwN Nun" r11 360789 1198 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 shalt 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 AM 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 AAA00360 REVISED 10/12/04 Cl - 1 Insurance Requirements Page 2 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 Of 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 provide thirty(3O) days prior written notice of cancellation, non -renewal or reduction in coverage • 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. AAA00350 REVISED 10/12/94 Cl - 2 Insurance Requirements Page 3 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: P9 A. General Liability Insurance: General Liability insurance with combined single limits of not less than $19000,000.00 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 AAAM350 REVISED 10/12/94 CI - 3 Insurance Requirements Page 4 f8] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability Insurance with Combined Single Limits (CSL) of not less than $1,000,000.0oeither 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 iKI 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) f ] 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 AAA00350 REVISED 10/12/94 Cl - 4 Insurance Requirements Page S "occurrence" basis, and the policy shall be Issued by the some 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. [ l 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. [ l 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. [ l 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. [ I 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 AAA00350 REVISED 10112/94 CI - 5 Insurance Requirements Page 6 ATTACHMENT 1 [s) 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 1406.096) - Includes all persons or entitles 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 AAA00350 REVISED 10/12/94 Cl - 6 Insurance Requirements Page 7 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 mad 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. AAA00350 REVISED 10/12/94 Cl - 7 Insurance Requirements Page 8 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 401.0111") 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 nnn00950 C1 - 8 REVISED 10112104 in the event of the award of a contract to the undersigned, tie undersigned will furnish aths full mount Of the con performance bond and a payment band fc_ tract to the terms aand provisions of the contract etorinsuurer eoandiguar wt 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 th_s 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. Street Address 1711 City and State Seal & Authorization / (If a corporation) — I�% Of"a �sg/ Telephone H - 1 AVENUE G DRAINAGE BID TABULATION SHEET Work Days_AQ_ Bid No 2293 PO No Item Description I Quantity I Unit I Unit Price I Total 1 21 Contractors Warranties and Understandings I LS $ /LS I $a, age,0 Unit Price In Words 2 12 3 48" Class IV RCP Storm Sewer kcp L 412 1 LF $ /4 F $ Unit Price In Words 2 12-A 48" Storm Sewer ul{tiA F,(d 918 1 LF $ /LF 1 $ V1 9' Unit Price In Words p 2 12 -B 42" Storm Sewer 292 LF $ 95'volLF $.11740 oc Unit Price In Words Div 2 12-C 36" Storm Sewer z, A6e.4 1 52 1 LF $ gc,0(YLF $ q, (o$ , Unit Pnce In Words Al 213 6" Valves I 1 I EA $ .4'er,, /EA $ Unit Price In Words K✓&' 3-A Remove Curb and Gutter 1 22 1 LF $ F $ 7 z Unit Price In Words 7tw Z5 LL 3 1 Pre aration of Right of Way LS IS $ et)o, VC Unit Pnce In Words 5 3 12 ]Temporary Erosion Control I LS $ 77e, )LS $ job,N Unit Price In Words = 7 6-A-1 6' X 6' Junction Box 2 1 EA $ Y64,00 /EA $ LV,C,0 Unit Price In Words Tieok" 7 6-A-2 6' X 4' Junction Box 3 1 EA $ 3 2O0 O/EA $ b60•M Unit Price In Words?LV T/i p itJ ,v l -rw 7 6-A-3 9' X 4' Junction Box 1 I EA $ 60,0 er,1EA $ `e em,o Unit Price In Words r r d 17pC1r1 /+�j 7 6-A-4 Rebuild Junction Box Invert 1 EA $ /, d11O /EA $ / Unit Price In Words( P3 AVENUE G DRAINAGE BID TABULATION SHEET Work Days_M_ Bid No 2293 PO No P4 AVENUE G DRAINAGE BID TABULATION SHEET Work Days_8g_ Bid No 2293 PO No P5 Ramey L King 2/10/99 8 39 PAGE 2/2 RightFAX �� � ��I�I T9�- A:4(N�@ILITY INSU13A , A �i51�si:.fc 01/26/W1999 � PIIOWGEII 640)38 -9191 FAX (940)243-1050 TFI TIFI A zis 183OU D�Y7 N amey 6 King Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 830 South I-35E, Suite A HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Denton, TX 76205-7929 COMPANIES AFFORDING COVERAGE COMPANY Bituminous AHn Ext A INSURED lapse Public Company, Inc CONIPANY Texas Work Comp Tns Fund Bill Cheek B P 0 Box 230 MNIPANY Denton, TX 76202 C COMPANY D //�WNRL�,Wepa�n,Rvy�@ THIS 0 TO CERTIFY THAT THE POLICES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCYPERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE WAY N ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEROIN 0 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN WAY HAVE BEEN REDUCED BY PAID CLAIMS OR MO 1VP80P IN8URAH POLICY NUMBER POLICY IDIPINATION UNTO DATE(MMI�K E(MWWNYI GENERAL LIABILITY GENWIALAGGRbOATE S 2,000,000 COMMEACAL OXNSRAL LIABILITY PRODUCTS COMPMPAOG A 2,000,000 ' CLAIMS MAUL OCCURI A PERSONAL L AOV INJURY L 10/01/1998 10/01/1999 OWNER 9ACONtRACTOR9PROTiCLP2302758 EACH OCCURRENCE S 1,000,000 FIRE OAMAGE(A,N enPM) 1 50,000 MCD EXP (An PPP INnon) 1 5 000 AUTOYOSILE LIABILITY' X ANY AUTO CONINBD SINGLE LINT 1 1,000,000 ALL OWNED AUTOS LLY INJURY A A 2CMUMMAUTOS CAP2S42947 10/01/1998 10/01/1999 rPPRwI X HMEOAUTOS BCO,YINIURY 1 X NON OWNED AUTOS IF. audo q PROPERTY MANGE L GARAGE LABILITY AUTO ONLY EAACCIDENY L ANY AU IO OTHER THAN AUTO ONLY EACH ACCIDENT E AC IROATE L EXCESS LIASUM EACNCCCURRENCE L 1'0()0?000 A X UMBRELLA FORM CUP2524882 10/01/1998 10/01/1999 AGGREOATE 1 1,000,000 OTHER THAN UMBRELLA FORM ' oL WORKERS COMPENSATION ANU 1 X L S ' C g +3i L THEPROPRIETOB TSF0001082310 10 01 1998 10 OS 1909 aEACH ACCIDENT L 1,000,000 // //MW INCL PARTNRRLFX CRU ELONEAM POLICYLINT L 1.000,000 OFFICERS ARE SXCL ELDISEAS8 EADAPLOVU E 1,000,000 DTNER NE AVENUE BILINMEN- �tTLA�IE ZrRLfTrHOLDER C IS SHOWN AS ADDITIONAL INSURED MOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED, NONRENEWED OR REDUCTION IN COVERAGE THE ERTIFICATE HOLDER SHALL RECEIVE A 30 DAY NOTICE CE41T(,FICATff N04DERt CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POUCIOB BE CANCELLED BEFORE THE EIIPIR,LTION MTE TXBREOf THE IMUMO COMPANY WILL INGDOWN FAIL "WRITTEN NOTICE TOTHB CEATIFICATMMOLMA NAMEOTOTTIE LEFT CITY OF DENTON KIM III X161000010XXXLXIII1100I( 901E TEXAS ST bwAX %Xd )M)tidBAlf 9VWM N YAfAX 84XKXXXXXXX TXYY 76201 / AUTHOR ssLLLL LD.EyyNT1ON, ✓R71PF /REPNESENTA wgy�nAY