HomeMy WebLinkAbout1999-161ORDINANCE NO `7'7 "l& /
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS
CONTRACT FOR THE CONSTRUCTION OF THE LAKEVIEW RANCH LIFT STATION,
GRAVITY SEWER LINE AND FORCE MAIN, PROVIDING FOR THE EXPENDITURE OF
FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE (BID 2355 — LAKEVIEW
RANCH LIFT STATION, GRAVITY SEWER LINE AND FORCE MAIN AWARDED TO
DICKERSON CONSTRUCTION COMPANY, INC, IN THE AMOUNT OF $269,307 50)
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 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
2355 DICKERSON CONSTRUCTION COMPANY, INC $269,307 50
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 furiushmg 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 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
SECTION V That this ordinance shall become effective immediately upon its passage and
approval �
PASSED AND APPROVED this the led day of ,1999
Cl���l.�
MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
MIDI I I
I�
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
BID 2355 - CONTRACTUAL ORDINANCE
ATTACHMENT 1
TABULATION SHEET
Bid # 2355 Date 4/20/99
LAKEVIEW RANCH LIFT STATION.GRAVITY SEWER LINE & FORCE MAIN
No I DESCRIP ION
VENDOR
VENDOR
VENDOR
VENDOR
VENDOR
Dickerson
Construction
Oscar Rends
Earth Builders
Pate Bros
Radich
company, Inc
TOTAL BID AWARD
$269,307 50
$307,380 00
$365,610 00
$429,638 00
$587,989 50
4 ��4r
LAKEVI EW RANCH LIFT STATION
6
_v
i
- - - 6" FORCE MAIN - 253
8" GRAVITY MAIN - 185,
N
W
E
LAKEVIEW RANCH
LIFT STATION v
S
PROJEC LOCATION
EXHIBIT 11
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 18 day of MAY 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
DICKERSON CONSTRUCTION COMPANY, INC.
P O. BOX 181
CELINA, TEXAS 75009
of the City of CELINA County of COLLIN 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 # 2355 - LAKEVIEW RANCH LIFT STATION, GRAVITY SEWER LINE AND
FORCE MAIN
in the amount of $269,307 50 and all extra work in connection therewith, under the terms as
stated in the General Conditions of the agreement, and at his (or their) own proper cost and
expense to furnish all materials, supplies, machinery, equipment, tools, superintendence,
labor, insurance, and other accessories and services necessary to complete the work specified
above, in accordance with the conditions and prices stated in the Proposal attached hereto, and
in accordance with all the General Conditions of the Agreement, the Special Conditions, the
Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and
Payment Bonds, all attached hereto, and in
CA - 1
accordance with the plans, which includes all maps, plats, blueprints, and other drawings and
printed or written explanatory matter thereof, and the Specifications therefore, as prepared by
WATER/WASTEWATER ENGINEERING
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 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
FEN", t 0P/:IM,IR
CITY OF DPNTON
WNER
BY j Ij/APA-
(SEAL)
CA-3
CONTRACTOR
bIcic4ti,od CO A)f (0.411
Pm_ 13ox t% r
CF 1"' A, 7'CXXJ :?so,) Z
MAILING ADDRESS
9-72 382 2iz3
PHONE NUMBER
M 38z 204)
FAX NUMBER
BY
TITLE
tew.'$ �;ckea�or
PRINTED NAME
(SEAL)
I M P O R T A N T N O T I C E
TO OBTAIN INFORMATION OR MAKE A COMPLAINT,
YOU MAY CONTACT THE TEXAS DEPARTMENT OF
INSURANCE TO OBTAIN INFORMATION ON COMPANIES,
COVERAGES, RIGHTS OR COMPLAINTS AT
1-800-252-3439
YOU MAY WRITE THE TEXAS DEPARTMENT OF INSURANCE
P.0 BOX 149104
AUSTIN, TEXAS 78714-9104
FAX # (512) 475-1771
PREMIUM OR CLAIM DISPUTES
SHOULD YOU HAVE A DISPUTE CONCERNING YOUR PREMIUM OR ABOUT A
CLAIM YOU SHOULD CONTACT THE AGENT OR COMPANY FIRST IF THE
DISPUTE IS NOT RESOLVED, YOU MAY CONTACT THE TEXAS
DEPARTMENT OF INSURANCE
ATTACH THIS NOTICE TO YOUR POLICY
THIS NOTICE IS FOR INFORMATION ONLY AND DOES NOT BECOME A
PART OR CONDITION OF THE ATTACHED DOCUMENT
PERFORMANCE BOND
STATE OF TEXAS § BOND NO 61BGSAC4794
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That DICKERSON CONSTRUCTION
COMPANY, INC., whose address is P.O. BOX 181, CELINA, TX 75009, hereinafter called
Principal, and HARTFORD FIRE INSURANCE COMPANY , 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, in the penal sum of TWO HUNDRED SIXTY NINE THOUSAND THREE
HUNDRED AND SEVEN and 501100 DOLLARS ($269,307.50) 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 99-161, with the City of
Denton, the Owner, dated the 18 day of MAY A.D 1999, a copy of which is hereto attached
and made a part hereof, for BID # 2355 - LAKEVIEW RANCH LIFT STATION,
GRAVITY SEWER LINE AND FORCE MAIN
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill
all of the undertakings, covenants, terms, conditions and agreements of said Contract in
accordance with the Plans, Specifications and Contract Documents during the original term
thereof and any extension thereof which may be granted by the Owner, with or without notice
to the Surety, and during the life of any guaranty or warranty required under this Contract, and
shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions
and agreements of any and all duly authorized modifications of said Contract that may
hereafter be made, notice of which modifications to the Surety being hereby waived, and, if the
Principal shall repair and/or replace all defects due to faulty materials and workmanship that
appear within a period of one (1) year from the date of final completion and final acceptance of
the Work by the Owner, and, if the Principal shall fully indemnify and save harmless the
Owner from all costs and damages which Owner may suffer by reason of failure to so perform
herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may
incur in making good any default or deficiency, then this obligation shall be void, otherwise, it
shall remain in full force and effect
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 18 day of MAY 1999.
0466:& MY
PRINCIPAL
DICKERSON CONSTRUCTION COMPANY, INC
BY �--^—J
-SEqRETARBY - &
PRESIDENT
SURETY
\ �� �( �- HARTFOR IRE INSURANC COMPANY
BYwV\ nw�-.,Ylt�
NANCY TA NRn BY
C ATT NEY-IN-FACTREGINA M CARTER
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME P C L INSURANCE AGENCY, INC.
STREET ADDRESS 206 ELM STREET, STE 105, LEWISVILLE, TEXAS 75067
(NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a
corporation, give a person's name )
PB-2
PAYMENT BOND
STATE OF TEXAS § BOND NO 6IBCSAC4794
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That DICKERSON CONSTRUCTION
COMPANY, INC., whose address is P.O BOX 181, CELINA, TX 75009, hereinafter called
Principal, and HARTFORD FIRE INSURANCE COMPANY , 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 SIXTY NINE THOUSAND THREE HUNDRED SEVEN and 501100
DOLLARS ($269,307 50) 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 99-161, with the City of
Denton, the Owner, dated the 18 day of MAY A.D 1999, a copy of which is hereto attached
and made a part hereof, for BID N 2355 — LAKEVIEW RANCH LIFT STATION,
GRAVITY SEWER LINE AND FORCE MAIN
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 18 day of MAY 1999.
ATTEST
B �
SE TAR
X'f MSEX WITNESS
BY
NANCY TANKO
PRINCIPAL
DICKERSON CONSTRUCTION COMPANY, INC _
BY
rRESIDENT
SURETY
F D I p y
BY
TT NEY-IN-FACT REGINA M CARTER
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME P.C.L. INSURANCE AGENCY, INC
STREET ADDRESS 206 ELM STREET, STE 105, LEWISVILLE, TEXAS 75067
(NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a
corporation, give a person's name )
2355 CONTRACT & BONDS & INSURANCE
Ii M
HARTFORD FIRE INSURANCE COMPANY
Hartford, Connecticut
POWER OF ATTORNEY
Know all men by these Presents, That the HARTFORD FIRE INSURANCE COMPANY a Corporation duly organumd
under the laws of the State of Connecticut and having its principal office In the City of Hartford County of Hartford State of Connecbcut
floes hereby make constitute and appoint
BRUCEC DeHART, EDWARD L. MOOR4 REGINAM CARTED ROSALYND HASSELL
and DAVIDR, GROPPELL of HUMBLE, TEXAS
Its true and lawful Attomey(s)4n Fact with full power and authority to each of said Attomey(s)-in Fact in their separate capacity if more
than one is named above to sign execute and acknowledge any and all bonds and undertakings and other writings obligatory in the
nature thereof on behalf of the Company In its business of guaranteeing the fidelity of persons holding places of public or private trust
guaranteeing the performance of contracts other than Insurance policies guaranteeing the performance of Insurance contracts where
surety bonds are accepted by states and municipalities and executing or guaranteeing bonds and undertakings required or permitted in
all actions or proceedings or by law allowed, and to bind the HARTFORD FIRE INSURANCE COMPANY thereby as fully and to the
same extent as If such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of
the HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers and hereby ratites and confirms
all that Its said Aftomey(s) in -Fact may do in pursuance hereof
This power of attorney is granted by and under authority of the following provisions
(1) By Laws adopted by the Stockholders of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and held on
the 9th day of March 1971
ARTICLE IV
SECTION S The President or any Viwieresklent, acting with any Secretary or Assistant Secretary shall have power and authority to appoint for
purposes only of exaoubng and attesting bonds and undertakings end other writings obligatory in the nature thereof one or mom Resident Vice
Presidents Resident Assistant Secretaries and Atlomeysan-Fact and at any ON to remove any such Resident Vim-PmMent Resident Assistant
Secrii orAsomy.ImFact and revoke the power aid authority given to him
SECTION 11 Atiomeys•ImFact 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 any and all bonds and undertakings and other writings
obligatory In the nature thereof and any such Instrument executed by any such Aaomeydn-Fact shall be as binding upon the Company as k signed by an
Executive OMar and sealed and attested by one other of such Ommm
This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the
Directors of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and held on the 12th day of February 1993
ReeoivM flat the age con" of such Oagn and ee aid N IN Germany n y Im afted to aid such Waver of atianey or to are m mods misting tlatNp by
emmle, and ay such power of stormy or remepe owns such /MINIS 09NWM or em"Is seal atoll be valid and Nnweg upon ae Calgary and any such povmr so
ammusim aid cm1Nd by fa in" algnaaaM and INSINIa apt arms be valid am baMing upon me Gorman In ea ruem, ale mmiml to ay bortl or uMeNpng w v it is
aftcw
In Witness Whereof the HARTFORD FIRE INSURANCE COMPANY has caused these presents to be signed by Its Vice-
Preaidernh and Its corporate sal to be hereto affixed, duly attested by he Secretary this tat day of May 1996
Ablest HARTFORD FIRE INSURANCE COMPANY
Richard R Herrnenson
Satvafefy
STATE OF CONNECTICUT 1 0 -x"
as
COUNTY OF HARTFORD PV10L Mare
Vice-Prealdentent
On this let flay of May A.D 1995 before me personally came Paul L Marebella to me known who being by me duly mom did depose
and say that he resides in the County of Hartford, State of Connecticut that he is the Vice -President of the HARTFORD FIRE
INSURANCE COMPANY, the corporation described In and which executed the above instrument that he knows the seal of the said
corporation, that the seal affixed to the said instrument Is such corporate Beat that it was so affixed by order of the Board of Directors of
said corporation and that he signed his name thereto by like order
X STATE OF CONNECTICUT ftmo
COUNTY OF HARTFORD
Jaen 14 Wpraak
MY GommbeinErgirs, June Bo lop
CERTIFICATE
I the undersigned, Secretary of the HARTFORD FIRE INSURANCE COMPANY a Connecticut Corpoabon DO HEREBY
CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked and furthermore that
the Resolutions of the Board of Directors, sel forth In the Power of Attorney are now in force
Signed and sealed at the City of Hartford Dated the 18TH day of MAY 1999
Rahn L Pop
secretary
Form W507.9 (HF) Pdntad in U SA
AOORD CERTIFICATE OF
LIABILITY INSURANCL-DPID Ngg DATE WMIDDIYY)
DICKE21 05/28/99
PRODUCER
Elsey 6 Associates
Surety/Insurance Agency, Inc
8820 Will Clayton Pkwy
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER THIS CERTIFICATE DOES NOT AMEND EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
Humble TX 77338
COMPANIES AFFORDING COVERAGE
Edward L Moore
Phone No 281-540-1555 Fes o 281-540-7419
COMPANY
A National American Insurance
INSURED
COMPANY
B
COMPANY
C
Dickerson Construction Company
Inc & Lewis Dickerson, Indiv
COMPANY
D
P O BOX 101
Celina TX 73009
COVERAGES
THIS IS TO CERTIFY THAT 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 MAYBE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
CO
DOLTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MMIDD/YV)
POLICY EXPIRATION
DATE (NIWOD(YY)
LIMITS
GENERAL
LIABILITY
GENERAL AGGREGATE
$
PRODUCTS COMP/OPAGG
$
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE =OCCUR
PERSONAL B ADV INJURY
$
OWNERS S CONTRACTORS PROT
EACH OCCURRENCE
S
FIRE DAMAGE (Any one fire)
$
MED EXP (Any one Person)
S
A
AUTOMOBILE
LIABILITY
ANY AUTO
AU11764421
09/01/98
09/01/99
COMBINED SINGLE LIMIT
S1,000,000
X
BODILY INJURY
(Per person)
y
ALLOWNEDAUTOS
SCHEDULED AUTOS
X
BODILY INJURY
(Per accident)
y
HIRED AUTOS
NON OWNED AUTOS
X
PROPERTY DAMAGE
S
GARAGE LIABILITY
AUTOONLY EAACCIDENT
S
OTHER THAN AUTO ONLY
ANY AUTO
EACH ACCIDENT
$
AGGREGATE
$
EXCESS LIABILITY
EACH OCCURRENCE
$
AGGREGATE
S
UMBRELLA FORM
S
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
TWORSYTAMI OER
EL EACH ACCIDENT
S
EMPLOYERS LIABILITY
EL DISEASE POLICY LIMIT
S
THE PROPRIETOR/ INCL
PARTNERS/EXECUTIVE
OFFICERS ARE EXCL
EL DISEASE EA EMPLOYEE
$
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONSA(EHICLE&SPECIAL ITEMS
RE Bid #2355-Lakevigw Ranch Lift ytation Gravit Sewer Line and Force Main
Certificate holdder is named as Additional Insur d This insurance is
primary
*non -renewed or materially changed
CERTIFICATE HOLDER
CANCELLATION
DENTLAK
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
City of Denton, its Officials,
Agents, Employees and
EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL MAIL
30* DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT
Volunteers
221 N Elm
Denton, TX 76201
AUTHORIZED REPRESENIMMIF
Edward L
ACORD 25-S (1/95)
PORATION 1988
ACORDie
DATE (4/199 YY)
fie, ,R 5/24/1999
9
PRODUCER a
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
EMPLOYERS GENERAL INSURANCE GROUP, INC
HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
123 N CROCKETT, STE 600
SHERMAN, TEXAS 75090
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW,
COMPANIES AFFORDING COVERAGE _
COMPANY A OLD REPUBLIC LLOYDS OF TEXAS
INSURED DICKERSON CONSTRUCTION COMPANY, INC
P 0 BOX 181
COMPANY
g OLD REPUBLIC INSURANCE COMPANY
COMPANY
CELINA, TEXAS 75009
C
COMPANY
D
i,T
n $ JI �i ® 5 is k".S° {fit 1#e'at�'Cmia'{�
THIS IS TO CERTIFY THAT 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 B Y THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY
HAVE BEEN REDUCED BY PAID CLAIMS
CO
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MMIDD/YY)
POLICY EXPIRATION
DATE (MM/DD/YY)
LIMITS
A
GENERAL
LIABILITY
COMMERCIAL GENERAL LIABILITY
TCP-4464234*
03-05-99
03-05-2000
GENERAL AGGREGATE
$ 2,000,000
X
PRODUCTS COMP/OP AGG
$ 2,000,000
CLAIMS MADE OOCCUR
PERSONAL&AOV INJURY
$ 1,000,000
OWNERS& CONTRACTORS PROT
X
EACH OCCURRENCE
$ 1000000
X
FIRE DAMAGE (Any one lire)
$ 100,000
BROAD FORM PD
X
XCU EXCL REMOVED
MEDEXP (Anyone person)
$ 5000
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
$
ANY AUTO
—
BODILY INJURY
(Per person)
$
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Par accident)
$
HIRED AUTOS
NON OWNED AUTOS
PROPERTY DAMAGE
$
GARAGE LIABILITY
AUTOONLY EAACCIDENT
$
OTHER THAN AUTO ONLY
ANY AUTO
EACH ACCIDENT
$
AGGREGATE
$
EXCESS LIABILITY
EACH OCCURRENCE
$
AGGREGATE
$
UMBRELLA FORM
$
OTHER THAN UMBRELLA FORM
B
WORKER 8 COMPENSATION AND
EMPLOYERS LIABILITY
WC-1463525**
0305-99
03-05-2000
X TORY LIMITS OER
EL EACH ACCIDENT
$ 500,000
EL DISEASE POLICY LIMIT
$ 500000
THE PROPRIETOW INCL
PARTNERWEXECUTIVE
OFFICERSARE EXCL
EL DISEASE EA EMPLOYEE
$ 500,000
OTHER
SHOULD ANY OF THE ABOVE
DESCRIBED POLICIES
BE CANCEL
ED, NON RENEWED
OR REDUCTION IN
COVERAGE BEFORE THE
EXPIRATION DATE THEREOF,
THE ISS
ING COMPAN
WILL SEND 30 DAYS
WRITTEN NOTICE TO THE
CERTIFICATE HOLDER.
DESCRIPTION OF OPE�TIONSILOCTATIONWVEFIIGLESIOPkUIXMTMN—
POLICIES ENDORSED TO PROVIDE *ADDITIONAL INSURED & "WAIVER OF SUBROGATION IN FAVOR OF THE CERTIFICATE
HOLDER IF THERE IS A WRITTEN CONTRACT BETWEEN THE ABOVE INSURED & THE CERTIFICATE HOLDER REQUIRING THE
ABOVE
BID #2355 — LAKEVIEW RANCH LIFT STATION, GRAVITY SEWER LINE & FORCE MAIN
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
CITY OF DENTON, ITS OFFICIALS, AGENTS,
EMPLOYEES & VOLUNTEERS
EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL lJOWIIN { MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT
215 EAST MCKINNEY
ypkpceetlCk7'RAOtuk7it6btxi17l9e7QWi4kWR4PR�tl1lRAI;4MAI51Rc919dXWtic7Ck
DENTON, TX 76201
mxxa$xwawoxne$xBno-�Ex x
AUTHORIZED REPRESENTATIVE
GARY JEFFERI GIIO
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below It is highly recommended
that bidders confer with their respective insurance carriers or brokers to determine in
advance of Bid submission the availability of insurance certificates and endorsements as
prescribed and provided herein If an apparent low bidder fails to comply strictly with the
insurance requirements, that bidder may be disqualified from award of the contract Upon
bid award, all insurance requirements shall become contractual obligations, which the
successful bidder shall have a duty to maintain throughout the course of this contract
STANDARD PROVISIONS.
Without limiting any of the other obligations or liabilities of the Contractor, the Contractor
shall provide and maintain until the contracted work has been completed and accepted by the
City of Denton, Owner, the minimum insurance coverage as indicated hereinafter
As soon as practicable after notification of bid award, Contractor shall file with the
Purchasing Department satisfactory certificates of insurance, containing the bid number and
title of the project Contractor may, upon written request to the Purchasing Department, ask
for clarification of any insurance requirements at any time, however, Contractors are strongly
advised to make such requests prior to bid opening, since the insurance requirements may not
be modified or waived after bid opening unless a written exception has been submitted with the
bid Contractor shall not commence any work or deliver any material until he or she
receives notification that the contract has been accepted, approved, and signed by the City of
Denton
All insurance policies proposed or obtained in satisfaction of these requirements shall comply
with the following general specifications, and shall be maintained in compliance with these
general specifications throughout the duration of the Contract, or longer, if so noted
• Each policy shall be issued by a company authorized to do business in the State of
Texas with an A M Best Company rating of at least A
• Any deductibles or self -insured retentions shall be declared in the bid proposal If
requested by the City, the insurer shall reduce or eliminate such deductibles or
self -insured retentions with respect to the City, its
officials, agents, employees and volunteers, or, the contractor shall procure a bond
guaranteeing payment of losses and related investigations, claim administration and
defense expenses
• Liability policies shall be endorsed to provide the following
•• Name as additional insured the City of Denton, its Officials, Agents,
Employees and volunteers
•• That such insurance is primary to any other insurance available to the
additional insured with respect to claims covered under the policy and that
this insurance applies separately to each insured against whom claim is made
or suit is brought The inclusion of more than one insured shall not operate
to increase the insurer's limit of liability
• All policies shall be endorsed to read
"SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR
MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN
NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE
POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN
WHICH CASE 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 clamis 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,
ternunate 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
1XI 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
• 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
[XI Automobile Liability Insurance
Contractor shall provide Commercial Automobile Liability insurance with Combined
Single Limits (CSL) of not less than $1,000,000 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
[XI 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 lunit for occupational disease The City need
not be named as an "Additional Insured" but the insurer shall agree to waive all rights
of subrogation against the City, its officials, agents, employees and volunteers for any
work performed for the City by the Named Insured For building or construction
projects, the Contractor shall comply with the provisions of Attachment 1 in accordance
with §406 096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas
Worker's Compensation Commission (TWCC)
[ ] Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all times during the prosecution of
the work under this contract, an Owner's and Contractor's Protective Liability
insurance policy naming the City as insured for property damage and bodily injury
which may arise in the prosecution of the work or Contractor's operations under this
contract Coverage shall be on an "occurrence" basis, and the policy shall be issued by
the same insurance company that carries the Contractor's liability insurance Policy
limits will be at least combined bodily injury and property damage per
occurrence with a aggregate
[ ] Fire Damage Legal Liability Insurance
Coverage is required if Broad form General Liability is not provided or is unavailable
to the contractor or if a contractor leases or rents a portion of a City building Limits
of not less than each occurrence are required
[ ] Professional Liability Insurance
Professional liability insurance with limits not less than per claim with
respect to negligent acts, errors or omissions in connection with professional services is
required under this Agreement
[ ] Builders' Risk Insurance
Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be
provided Such policy shall include as "Named Insured" the City of Denton and all
subcontractors as their interests may appear
[ ] Additional Insurance
Other insurance may be required on an individual basis for extra hazardous contracts
and specific service agreements If such additional insurance is required for a specific
contract, that requirement will be described in the "Specific Conditions" of the contract
specifications
ATTACHMENT 1
[x] Worker's Compensation Coverage for Budding or Construction Projects for
Governmental Entities
/_WiZTffl% 1t
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 01 1(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
401 01 1 (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 mad or
personal delivery, within 10 days after the person knew or should
have known, of any change that materially affects the provision of
coverage of any person providing services on the project, and
(7) contractually require each person with whom it contracts, to
perform as required by paragraphs (1) - (7), with the certificates of
coverage to be provided to the person for whom they are providing
services
J By signing this contract or providing or causing to be provided a
certificate of coverage, the contractor is representing to the
governmental entity that all employees of the contractor who will provide
services on the project will be covered by workers' compensation
coverage for the duration of the project, that the coverage will be based
on proper reporting of classification codes and payroll amounts, and that
all coverage agreements will be filed with the appropriate insurance carrier
or, in the case of a self -insured, with the commission's Division of Self -
Insurance Regulation Providing false or misleading information may
subject the contractor to administrative penalties, criminal penalties, civil
penalties, or other civil actions
K The contractor's failure to comply with any of these provisions is a
breach of contract by the contractor which entitles the governmental
entity to declare the contract void if the contractor does not remedy the
breach within ten days after receipt of notice of breach from the
governmental entity
3ON CONSTRUCTION CO, INC
P O BOX 181
CELINA, TEXAS 75009
972-382-2123
FAX 972-382-2043
Apn126, 1999
City of Denton
221 N Elm
Denton, Texas 76201
Art Mchael Leavitt
Ref Bid #2355, Lakeview Ranch Lift Station
and Sanitary Sewer
Dear Mr Leavitt
In regards to the above referenced bid we would like to offer the following explanation for
the difference in the written total and the actual total when all items are added together
Item No 7 - Lift Station
There was an addition of $19,250 00 from our pump supplier that we received a
short time before closing our bid, this $19,250 00 was added to our Lump Sum price for
the lift station making that total $136,750 00, but we faded to add it to our overall total of
$249,057 50 making the overall total $269,307 50
We are sorry for the error in the bid, but hope this will clarify the discrepancy
If you have any questions or I can be of any further assistance, please don't hesitate to
contact me
Sincerely,
zjc-5r�—'
Dickerson Construction Co , Inc
Lewis Dickerson, President