Loading...
1998-174AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR GROUND WATER MONITORING WELLS, PROVIDING FOR THE EXPENDITURES OF FUNDS THEREFOR, AND PROVIDING AN EFFECTIVE DATE (BID # 2204 - GROUND WATER MONITORING WELLS AWARDED TO ETTL ENGINEERS & CONSULTANTS INC IN THE A_MOUNT OF $87,150 00) WHEREAS, the City has solicited, received and tabulated competitive bids for the constructl0n of pubhc works or improvements m 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 hereto described bids are the lowest responsible bads for the construction of the public works or improvements dascnbed m the bid mvltatton, bid proposals and plans and specifications therean, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competmve bids for the construction ofpubhc works or ~mprovements, as dascnbed m the "Bid Inwtat~ons", "Bad Proposals" or plans and specfficat~ons on file in the Office of the City's Purchasing Agent filed accorchng to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bads BID NEIMBER ~ AMOUNT 2204 ETTL ENGINEERS & $ 87,150.00 CONSULTANTS INC. ~ That the acceptance and approval of the above competltave bids shall not constitutel a contract betwecn the City and the person submitting the bid for construction of such public works or ~mprovements hereto accepted and approved, until such person shall comply w~th all reqmrements specified in the Notice to Bidders including the timely execution of a written contract and furmshmg of performance and payment bonds, and insurance certificate after notification of the award of the bad SECTION III 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 an accordance with the bids accepted and approved herein, promded that such contracts are made in accordance with the Notace to Bidders and Bid Proposals, and documents relating thereto spemfy~ng the terms, con&tlong, plans and specffieataons, standards, quantmes and specafied sums contmned therein ~ 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 anthonzes the expenditure of funds in the manner and in the mount as specified m such approved bids and authorized contracts executed pursuant thereto ~ That this ordinance shall become effective unmedlately upon its passage and approval PASSED AND APPROVED this the /~¥'/-/day of~,1998 JAC~,~LLER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY 2204 CONTRACT ORDINANCE CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 16 day of JUNE A.D., 1998, by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through TED BENAVIDES thereunto duly authorized so to do, hereinafter termed "OWNER," and ETTL ENGIN~RING & CONSULTANTS INC. 17~7 E. ]~RWrN TYLER, TX 75702 of the City of TYLER County of SMITH and State of TEXAS, hereinafter termed "CONTRACTOR" WITNESSETH That for and m conslderatmn of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the condmons expressed m the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below BID # 2204 - GROUNDWATER MONITORING WELLS m the amount of $87,150.00 and all extra work in connection therewith, under the terms as stated m the General Conditions of the agreement, and at bas (or thetr) own proper cost and expense to furmsh all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, m accordance with the conditions and prices stated m the Proposal at~ached hereto, and m 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 m 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 ENGINEERING DEPARTMENT all of which are made a part hereof and collectively ewdence and consUtute the enUre 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 C~ty of Denton, Texas, for the purposes of income tax, w~thholdmg, social security taxes, vacation or s~ck 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 accordmg to the attached speelficauons at the general d~recUon of the City Manager of the C~ty of Denton, Texas, or lus designee under this agreement Indemnification Contractor shall and does hereby agree to mdemmfy and hold harmless the C~ty of Denton from any and all damages, loss, or hablhty of any kind whatsoever, by reason of mjury to property or thucd persons occasioned by any error, onnss~on or negligent act of Contractor, its officers, agents, employees, mwtees, and other persons for whom it ~s legally hable, with regard to the performance of this Agreement, and Contractor wall, at ~ts cost and expense, defend and protect the City of Denton against any and all such clanns 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 m the courts of Denton County, Texas The CONTRACTOR hereby agrees to commence work on or after the date estabhshed for the start of work as set forth m written not~ce to commence work and complete all work w~thm the tune stated m the Proposal, subject to such extensions of tune as are provided by the General and Special Conditions The OWNER agrees to pay the CONTRACTOR m current funds the price or prices shown m the Proposal, which forms a part of th~s contract, such payments to be subject to the General and Specnd Cond~Uons of the Contract CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement m the year and day first above wrRten ATTEST , (SEAL) O ATTEST MAILING ADDRESS PHONE NUMBER Ax NUM APPROVED AS TO FO~ P~NTED NAME C CA - 3 PERFORMANCE BOND ~o~v NO ~0~ STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That ETTL ENGINEERS & CONSULTANTS INC., whose address is 1717 E. ERWIN, TYLER, TX 75702, hereinafter called Principal, and PARKEL INSURANCE COMPANY , a corporation org~n,~ed and existing under the laws of the State of TEXAS, and fully authorized to transact bnsmess m the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a mumcipal corporation orgnn,zed and existing under the laws of the State of Texas, hereinafter called Owner, m the penal sum of EIGHTY SEVEN THOUSAND ONE HUNDRED AND AND FIFTY and no/100 DOLLARS ($87,150.00) plus ten percent of the stated penal sum as an addmonal sum of money representing additional court expenses, attorneys' fees, and liquidated damages ar~mg out of or connected with the below identified Contract, m lawful money of the Umted States, to be paid m Denton County, Texas, for the payment of wluch s-m well and truly to be made, we hereby brad ourselves, our heirs, executors, ~dmlmstrators, 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 m no event shall a Change Order or Supplemental Agreement winch 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 98-174, with the City of Denton, the Owner, dated the 16 day of JUNE A.D. 1998, a copy of winch is hereto attached and made a part hereof, for BID # 2204 - GROUNDWATER MONITORING WELLS. 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 m accordance with the Plans, Specifications and Contract Documents durmg 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 requtred under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, condlUons 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 workmansl~lp that appear w~thm a period of one (1) year from the date of final completton and final acceptance of the Work by the Owner, and, if the Principal shall fully mdemmfy and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform hereto and shall fully reimburse and repay Owner all outlay and expense which the Owner may recur m making good any default or deficiency, then this obligation shall be vmd, otherwise, it shall remain m full force and effect PB - 1 PROVIDED FURTHER, that If any legal acUon be filed upon thru Bond, exclumve venue shall he m Denton County, State of Texas AND PROVIDED FURTHER, that the satd Surety, for value recmved, hereby supulates and agrees that no change, exteas~on of tune, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, SpemficaUons, Drawings, etc, accompanying the same, shall m anywme affect its obhgaUon on tins Bond, and ~t does hereby w/ave notxce of any such change, extension of tune, alteraUon or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc Thru Bond is given pursuant to the provisions of Chapter 22.53 of the Texas Government Code, as amended, and any other apphcable statutes of the State of Texas The undersigned and demgnated agent m hereby demgnated by the Surety hereto as the Resident Agent m Denton County to whom any reqmmte nouces may be dehvered and on whom service of process may be had m matters arming out of such suretyship, as prowded by Article 7 19-1 of the Insurance Code, Vernon's Annotated C~vll Statutes of the State of Texas IN WITNESS WHEREOF, this instrument m executed in 4 cop~es, each one of which shall be deemed an original, thru the 16 day of JUNE 1998. ATTEST PRINCIPAL PRESIDENT MARKEL INSURANCE COMPANY The Remdent Agent of the Surety m Denton County, Texas for dehvery of nouce and service of the process m NAME HIBBS-HALLMARK & COMPANY STREET ADDRESS 501 SHELLEY DRIVE, TYLER, TEXAS 75711 (NOTE Date of Performance Bond must be date of Contract If Restdent Agent ts not a corporatton, gtve a person's name ) PB - 2 BOND NO 101576 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That ETTL ENGINEERS & CONSULTANTS INC., whose address rs 1717 E. ERWIN, TYLER, TX 75702. hereinafter called Principal, and MARKEL INSURANCE COMPANY , a corporation organ,Ted and exrstmg under the laws of the State of TEXAS, and fully authomzed to transact bnsmess m the State of Texas, as Surety, are held and firmly bound unto the Ctty of Denton, a mummpal corporation orgnm~.ed and extstmg under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporauons who may furmsh maternds for, or perform labor upon, the budding or improvements hereinafter referred to, tn the penal sum of EIGHTY SEVEN THOUSAND AND ONE HUNDRED AND FIFTY and no/100 DOLLARS ($ 87,150.00) m lawful money of the Umted States, to be pard m Denton, County, Texas, for the payment of winch sum well and truly to be made, we hereby brad ourselves, our he,rs, executors, adtmmstrators, successors, and asmgns, jointly and severally, firmly by these presents This Bond shall automatacally be increased by the amount of any Change Order or Supplemental Agreement winch mcreases the Contract pmce, but m no event shall a Change Order or Supplemental Agreement which reduces the Contract pmce decrease the penal sum of tins Bond THE OBLIGATION TO PAY SAME ts condttioned as follows Whereas, the Principal entered rote a certnm Contract, ~dentlfied by Ordinance N-tuber 98-174, with the City of Denton, the Owner, dated the 16 day of JUNE A.D. 1998, a copy of winch rs hereto attached and made a part hereof, for BID # 2204 - GROUNDWATER MONITORING WELLS. NOW, THEREFORE, tf the Prmmpal shall well, truly and fatthfully perform tts dutaes and make prompt payment to all persons, firms, subcontractors, corporaUons and clau~nants supplying labor and/or maternal m the prosecutaon of the Work provided for m smd Contract and any and all duly author~zad modlficattons of satd Contract that may hereafter be made, notice of winch modtficatlons to the Surety being hereby expressly watved, then tins obhgatton shall be vmd, otherwrse tt shall remam m full force and effect PROVIDED FURTHER, that if any legal actton be filed on thts Bond, exclumve venue shall he m Denton County, Texas AND PROVIDED FURTHER, that the smd Surety, for value received, hereby supulates and agrees that no change, extenston of tune, alteratton or addttlon to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Spectficataons, Drawmgs, etc, aecompanymg the same, shall m anywise affect tts obhgat~on on this Bond, and tt does hereby wzave notace 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, Spemficataons, Drawings, etc PB - 3 Thru Bond is given pursuant to the provmons of Chapter 2253 of the Texas Government Code, as amended, and any other apphcable statutes of the State of Texas The undersigned and designated agent is hereby designated by the Surety hereto as the Resident Agent m Denton County to whom any reqmmte notices may be delivered and on whom service of process may be had m matters arising out of such suretysinp, as provided by Article ? 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, tins instrument m executed m 4 copies, each one of winch shall be deemed an original, this the 16 day of JUNE, 1998. ATTEST PRINCIPAL SECRETARY B ~ PRESIDENT- ' ' - ATTEST /./~ ~/~ SURETY ATTORNEY-IbI-FACT0 LINDA SPRING The Remdem Agem of the Surety m Denton County, Texas for delivery of notice and service of the process is NAME HIBBS-~4.~L;.MARK & COMPANY STREET ADDRESS 501 SHELLEY DRIVE, TYLER, TEXAS 75711 (NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a corporation, give a person's name ) 2204 CONTRALti' & BONDS PB - 4 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(SMN-FACT KNOW ALL MEN BY THESE PRESENTS That Markel Insurance Company ("Corporation"), a corporation organized and existing under the laws of the State of Ilhnms, w~th its mare office at Shand Morahan Plaza m the City &Evanston, Illinois, and the administrative office at Pdchmond, Vlrgttna, does hereby nominate, constitute and appomt, for the purpose stated herein, Hlbbs-Hallmark & Company, Tyler, Texas, acting through its staff, Billy E Hthbs, Gary Howell, Billy Hlbbs, Jr, Robert Monaghan or Lmda Spring, its true and lawful attorney(s)-~n-fact, with fullpower and authority to make, execute and deliver, for and on its behalf as surety, and as its act and deed, m Ilhno~s and States where the Corporation is qualified to act as an admitted insurer, all bonds, recognizances, undertakings, contracts of suretyship or other wnttan obligations reqmred pursuant to the payment, bid, performance, license, permit and m~scellaneous bond program developed by the Corporation with a hmlt of liability not to exceed $5,000,000 per writing, and the execution of such bonds tn pursuance &these presents shall be as binding upon said Markel Insurance Company to all Intents and purposes as ~f duly executed by its Chairman, Vice Chairman, President and Chief Operating Officer, Executive Vice President, any Vice President, sealed with its corporate seal, and attested by its Secretary or Assistant Secretary This Power of Attorney and Certificate of Authority shall only be vahd if evldenmng original or facsimile signatures and only If the raised seal of the Corporation Is affixed hereto This Power of Attorney and Certfficate of Authority is made and executed by authority of a resolution adopted by the Board of Directors, of which the following is a true and exact copy "RESOLVED That, pursuant to Section 8 6 of the Corporation's Bylaws, the Chairman, Vice Chmrman, President and Chief Operating Officer, Executive Vice President, any Vice President, and Secretary, and any Assistant Secretary are hereby authorized and empowered as the Corporation's attorney-in-fact, to make and execute on behalf of the Corporation, tn Illinois and States where theCorporatlon is qualified to act as an admitted insurer, bonds, recognizances, undertakings, contracts of suretyship or other written obligations required pursuant to the payment, bid, performance, license, permit and miscellaneous bond program developed by the Corporation and are further authorized and empowered to select and appoint tnthviduals as its attorney-tn-fact, with full power and authority to make, execute and deliver, for and on its behalf as surety, and as its act and deed, tn Illtnms and States where the Corporation Is qualified as an admitted insurer, all bonds, recognizances, undertakings, contracts of suretyship or other written obligations reqmred pursuant to the payment, bid, performance, license, permit and miscellaneous bond program developed by the Corporatmn, provided further, that the habthty of the Corporation on any such wnttng executed under this authority shall not exceed $5,000,000, also to execute such instruments as may be necessary or proper m connection with the settlement of claims or the recovery of rmnsurance or salvage IN WITNESS WHEREOF, Markel Insurance Company has caused these presents to be signed by its duly authorized officer and the Corporate Seal to be hereunto affixed this 7th day of January .19 98 MARKEL INSURANCE COMPANY By~ (.ti, ~ Garry W Black, Vice President COUNTY OF HENRICO ) COMMONWEALTH OF VIRGINIA ) The foregoing instrument was acknowledged before me this 7th day of January .19 98 by Q~rlw W, Black. Vice President. Markel Insurance Company Cynthia C Vayo, Notary Public My Commission Expires June 30, 2000 CERTIFICATE I, the undersigned, Assistant Secretary of MARKEL INSURANCE COMPANY, a stock corporation of the State of Illinois, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains tn full rome and has not been revoked, and furthermore, that the Standing Resolutions of the Board of Directors, as set forth in the Certificate of Authority, are now m force S~gned and Sealed at the Home Office of the Company, in the City of Evanston, State of Illinois, Dated this 16111 day of Jlllgg ,19 08 By Myra I Hey, Assistant Secretary WORK DAYS 25 BID NO 2204 BID TABULATION SHEET IT/~M I D~SCRIIrI'ION QUANTITY' UNIT UNIT PRICE TOTAL TP-1 ] MomtorWell 20 EA $ 1775/EA $ 35,500 oo Omt Price m Words TP-2 PlozometerWell 3I EA l$ 1775/FA I$ 5,325 oo Umt Price m Words TP-3 I GasProbe 15 I EA 15 99dEA I$ 14,850 o( Umt Prme m Words Umt Price m Words TP-5 Abandon Mon,torWell 51 I$ 47'5/F-'J~ I$ 2,375 0( Umt Ace m Words TP-6 [ Mon,torWell Equ,pment 1 ILS I$ ~9,800.00 I$ ~9,800 o( Umt Price m Words TP-7 Mob,l,zat,on 1 ILS 155600/ 15 5,600 o( Omt Price m Words Umt Ace m Words Umt Prme m Words Umt Price m Words Umt Ar]ce m Words P-3 BID SUMMARY TOTAL BID PRICE IN WORDS Eighty seven thousand and one hundred and fifty dollars and no cents In the event of the award of a contract to the undermgned, the undermgned will fun-ash a performance bond and a payment bond for the full amount of the contract, to secure proper comphance w~th the terms and provmmns of the contract, to insure and guarantee the work until final completmn and acceptance, and to guarantee payment for all lawful clanns for labor performed and materials furmshed m the fulfillment of the contract It m understood that the work proposed to be done shall be accepted, when fully completed and fuushed m accordance w~th the plans and specifications, to the sausfact~on of the Engineer The undermgned certifies that the bid pncos contained tn tlus proposal have been carefully checked and are subnutted as correct and final Umt and lump-sum prices as shown for each ~tem hsted m tlus proposal, shall control over extensions CONTRACTOR BY ETTL E~ineers. & Con_sulta~nts Inc 1717 E Erwin Street Address Tyler, Texas 75702 City and State Seal & Authorizauon (Ifa CorporaUon) 903-595-4421 Telephone B-1 STATE OF TEXAS § COUNTY OF SlVIITH § Darrell E Flstt, President ofETTL En~neers & Consultants Inc appeared personally before me, the undersigned authority, and, upon oath, deposed and stated My name is Darrell E Flatt, President ofETTL En~mcers & Consultants Inc and ~ts business address is 1717 East Ervan Street, Tyler, Texas 75702-6398 I have personal knowledse of the fi~cts set forth below and am competent and anthonzed to make th~s at~dawt All field personnel have recewed OSHA 40-hour trmnmg (29 CFR 1910 120), updated 8-hour refl'esher courses and they all participate m a medical momtorm~ prol;ram ETTL Ensmeers & Consultants Inc has never had any penalties, notices ofv~olat~on, fines or atat;ons for any type of safety vtolaUons It has never had any form of serious, repeat or w~llful safety wolatlons m its 30 plus year history ETTL maintains an excellent safety record through continual employee safety tranun~ and education, random site safety audits and "tml~ate" safety meetmg~s ETTL ENGINEERS & CONSULTANTS INC By _ Darrell E Fiatt I Authorized Representative of ETTL En~neers ~ Consultants Inc Subscribed and sworn to before me on tlus the vi / day of May 1998 Nota~ ~u~l~o ~ Notary Pubh¢, ~tate of Texas STATE OF TEXAS ~ .TUL 13 'gEl 1~9 10 FR HIBBS H~ CO 9~ 5BJ. SgE]~ TO 91941~34~6 P 01/~1 ~Y ~D ~r~ ~ ~ ~N ~ H~-~ ~ CO~ ~ ~ ~ ~ N~ AM~, ~ O~ ~R ~B ~ A~RD~ BY ~ ~UOI~ B~OW BOX 8357 ~MPA~ ~e ~v~ ~R ~ 75722 ~P~ A ~LOYSRS ~ ~U~ CO E T T L ~GI~ a S CONS~T~S, ~C 1717 E- ~RWIN C ~LER ~ 75702 ~18 18 TO ~ ~T ~E POU~8 OF I~ ~ B~ ~VE BE~ ~U~ TO ~E J~U~ ~ A~ FOB ~E ~UQY D~FI~ MAY BE ~8~D OR ~Y P~ ~E ~E A~ 8Y ~ POU~ ~1~ H~N ~5 8~E~ ~ A~ ~ ~, 6X~U81O~ AND~ OP ~ PO~ UM~ S~ ~Y ~VE S~N nSDU~ BY PAID ~IM& . __ ~ a~ ilD5070199 .... 06130/98 06/30/99[~~m:~ i2,000,000 I~.~m ~u. ~N~A~ SI, 000,000 ~ i~~ 4 5r000 ~ ~M~ i~5070~99 106/30/98 06/30/991 41,000,000 ' ooo, oeo ~~ .. ~ 000 VOL~'r~g~ CITY 0F D~TON ~ ~ ~ ~ ~ ~ ~ ~. CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS B,dder's attention ,8 d,rected to the insurance requirements below It ,s highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submlas,on the availability of ,naurance certlf, cates and endorsements as prescribed and provided herein If an apparent Iow bidder fails to oomply 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: W~thout I,mlt,ng any of the other obl,gat,ons or I,abd~tms of the Contractor, the Contractor shall provide and mmnta,n untd the contracted work has been completed and accepted by the Caty of Denton, Owner, the mmamum insurance coverage as ~nd,cated hereanafter As soon as practicable after notification of b,d award, Contractor shall fda wath the Purchasing Department satmfactory certaf,cstes of ansurance, contmmng the b,d number and title of the prolect Contractor may, upon written request to the Purchasing Department, ask for clarification of any ansurance requirements at any time, however, Contractors are strongly adv,sed to make such requests prior to bad open,ng, since the ,nsurance requirements may not be modafled or wa,ved after bad opemng unless a written exception has been subm,tted wath the bid Contractor shall not oommence any work or deliver any material until he or she recmves notification that the contract has been accepted, approved, and signed by the City of Denton. All ,nsurance pohcms proposed or obtmned in satlsfact;on of these requirements shall comply with the following general specaflcataons, and shall be mmnta,ned ~n compliance w,th these general spacaf,catlons throughout the duration of the Contract, or longer, ,f so noted' Cl- 1 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 Jn the bid proposal If requested by the C~ty, the insurer shall reduce or eliminate such deductibles or self-~nsured retentions w~th respect to the City, Its officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related ~nvestlgat~ons, claim administration and defense expenses L~abll~ty policies shall be endorsed to prowde the following Name as additional insured the City of Denton, ~ts Officials, Agents, Employees and volunteers That such insurance ~s primary to any other ~nsurance available to the additional insured w~th respect to claims covered under the policy and that this ~nsurance apphes separately to each insured against whom claim is made or su~t ,s 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(30) days prior written notice of cancellation, non-renewal or reduction in coverage Should any of the required insurance be prov,ded under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a per~od of three years beyond the contract expiration, such that occurrences arising dur,ng the contract term which give rise to claims made after expiration of the contract shall be covered Should any of the required insurance be prowded under a form of coverage that includes a general annual aggregate hm~t prowdlng for claims investigation or legal defense costs to be included ~n the general annual aggregate limit, the contractor shall either double the occurrence I~mlts or obtain Owners and Contractors Protective Llab~hty Insurance CI- 2 Should any required insurance lapse dunng the contract term, requests for payments ongmat~ng after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by th~s contract, effective as of the lapse date If insurance ~s not reinstated, C~ty may, at ~ts sole option, terminate th~s agreement effective on the date of the lapse SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All ~nsurance pohmes proposed or obtained ~n satisfaction of th~s Contract shall additionally comply w~th the following marked spemflcat~ons, and shall be maintained m compl,ance w,th these add;t~onal specJflcat,ons throughout the durst,on of the Contract, or longer, ~f so noted [ X] A General Liability Insurance General LmbJhty ~nsurance w~th combined single hm~ts of not less than ~1 Milhon ¢$1.000.000) shall be prowded and maintained by the contractor The pohcy shall be written on an occurrence bas,s e,ther ,n a s~ngle pohcy or ~n a combination of underlying and umbrella or excess pohcms If the Commercial General Lmb~hty form (ISO Form CG 0001 current edition) ~s used Coverage A shall include premises, operations, products, and completed operat,ons, independent contractors, contractual hab~hty covenng th~s contract and broad form property damage coverage Coverage B shall ~nclude personal ~nlury Coverage C, medical payments, ~s not required CI- 3 If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall ~nclude at least Bodily ~njury and Property Damage L~ab~hty for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures Broad form contractual hab~llty (preferably by endorsement) covering this contract, personal injury I,ab~hty and broad form property damage hablhty IX] Automobile Liability Insurance: Contractor shall provide Commercial Automobile L~ab;l~ty insurance w~th Combined Single Limits (CSL) of not less than $1 M~ll,on ($1.000.000)) either In a single policy or in a combination of bamc and umbrella or excess policies The policy will include bodily ~njury and property damage hab~l,ty arising out of the operation, maintenance and use of all automobiles and mobile equipment used ~n conJunction with this contract Satisfaction of the above requirement shall be ~n the form of a pohcy 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 acmdent, $100,000 per each employee, and a $500,000 policy limit for occupational disease The City need not be named as an CI - 4 "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its off,clals, agents, employees and volunteers for any work performed for the City by the Named Insured For bu~ld,ng or construction projects, the Contractor shall comply w~th 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 end Contractor's Protective L,ablhty Insurance The Contractor shall obtain, pay for and ma,ntaln at all t~mes dunng the prosecution of the work under this contract, an Owner's and Contractor's Protective L,ablhty insurance policy naming the City as insured for property damage and bodily injury which may ar~se in the prosecution of the work or contractor's operations under th~s contract Coverage shall be on an "occurrence" basis, and the policy shall be issued by the same ~nsurance company that carries the contractor's habll,ty ,nsurance Pohcy hmlts will be at least combined bodily ~njury and property damage per occurrence with a aggregate [ ] Fire Damage Legal Liability Insurance Coverage ~s required if Broad form General Liability is not provided or is unsvallable to the contractor or If a contractor leases or rents a port~on of a City budding Limits of not less than each occurrence are required [ ] Professional Lmbility Insurance Professional Imblhty Insurance w~th limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under th~s Agreement [ ] Builders' Risk Insurance CI- 5 Builders' Risk Insurance, on an Ail-Risk form for 100% of the completed value shall be prowded Such policy shall ~nclude as "Named Insured" the City of Denton and all subcontractors as their interests may appear [ ] Additional Insurance Other ~nsurance may be required on an ;nd~wdual bas~s for extra hazardous contracts and specific service agreements If such additional insurance ~s required for a specific contract, that requirement w~ll be described ~n the "Specific Conditions" of the contract spemflcat~ons ATTACHMENT I [X ] Worker's Compensation Coverage for Bu,lding or Construct,on Projects for Governmental Entities A Deflmt,ons Cert,f,cate of coverage ("cert~flcate")-A copy of a certificate of insurance, a certificate of authority to self-,nsure ~ssued by the comm;ss~on, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), show,ng statutory workers' compensation ~nsurance coverage for the person's or entlty's employees prowd~ng serwces on a project, for the duration of the project Duration of the project - ~ncludes the t~me from the beg~nmng 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 prowdlng services on the project ("subcontractor" m §406.096) - ~ncludes all persons or ent~t~es performing all or part of the services the contractor has undertaken to perform on the project, CI - 6 regardless of whether that person contracted d~rectly w~th the contractor and regardless of whether that person has employees Th~s ~ncludes, w~thout limitation, ~ndependent contractors, subcontractors, leasing compames, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furmshes persons to provide serwces on the project "Services" ~nclude, w~thout I~m~tat~on, providing, hauling, or del~venng equipment or matenals, or prowd~ng labor, transportation, or other service related to a project "Services" does not ~nclude act~wt~es unrelated to the project, such as food/beverage vendors, office supply del~venes, and delivery of portable tmlets B The contractor shall prowde 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 prowd~ng services on the project, for the duration of the project C The Contractor must prowde a certificate of coverage to the governmental entity prior to being awarded the contract D If the coverage per~od shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, pnor to the end of the coverage penod, file a new certificate of coverage w~th the governmental entity showing that coverage has been extended E The contractor shall obtain from each person prowd~ng serwces on a project, and prowde to the governmental entity (1) a certificate of coverage, prior to that person beg~nn,ng work on the project, so the governmental entity w~ll have on file certificates of coverage showing coverage for all persons providing serwces 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 penod shown on the current certificate of coverage ends CI- 7 dunng the duratton 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 nottfy the governmental enttty ~n wnt~ng by certified ma~l or personal dehvery, w~thin ~ ~ days after the contractor knew or should have known, of any change that materially affects the prows~on of coverage of any person prowdlng services on the project H The contractor shall post on each project s~te a not,ce, ~n the text, form and manner prescribed by the Texas Workers' Compensatton Commission, ~nform~ng all persons prowd~ng serwces on the project that they are requtred to be covered, and stating how a person may verify coverage and report lack of coverage The contractor shall contractually require each person w~th whom ~t contracts to prowde services on a project, to (1) prowde coverage, based on proper reporttng of classification codes and payroll amounts and flhng of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011 (44) for all of tts employees prowd~ng services on the project, for the duration of the project, (2) prowde to the contractor, pnor to that person beg~nmng work on the project, a certificate of coverage showtng that coverage ~s being prowded for all employees of the person prowd~ng services on the project, for the duration of the project, (3) prowde the contractor, prior to the end of the coverage penod, a new certtflcate of coverage showing extension of coverage, ~f the coverage period shown on the current certificate of coverage ends dunng the duration of the project, CI - 8 (4) obtain from each other person with whom ~t 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 per~od, ~f 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 an writing by certified ma~l or personal dehvery, within 10 days after the person knew or should have known, of any change that mater~ally affects the provision of coverage of any person providing services on the project, and (7) contractually require each person w~th whom at 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 ~s representing to the governmental entity that all employees of the contractor who wall provide services on the project wall be covered by workers' compensation coverage for the duration of the project, that the coverage wall be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements wall be filed w~th the appropriate insurance carr,er or, In the case of a self-insured, w,th the commlsmon's Division of Self-Insurance Regulation Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, cavil penalties, or other cavil actions CI- 9 K. The contractor's failure to comply w~th any of these prows~ons ~s a breach of contract by the contractor wh,ch ent~tles the governmental entity to declare the contract vmd ~f the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental ent,ty Cl- lO