Loading...
1998-215AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF A PUBLIC WORKS CONTRACT FOR THE ECTOR STREET WATERLINE IN THE AMOUNT OF $297,230 50, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING AN EFFECTIVE DATE (BID # 2222 - ECTOR STREET WATERLINE AWARDED TO CIRCLE C CONSTRUCTION IN THE AMOUNT OF $297,230 50) WHEREAS, the City has sollmted, received and tabulated competitive bids for the construction ofpubhc 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 herem described bids are the lowest responsible bids for the constmcUon of the public works or improvements described in the bid invitation, bid proposals and plans and spemficat~ons therem, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDA1NS ~ That the following competitive bids for the construction of pubhc works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID 2222 CIRCLE C CONSTRUCTION $297,230 50 ~ That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified m the Notice to Bidders including the timely execution of a written contract and furmsbang of performance and payment bonds, and insurance certificate after notification of the award of the bid ~ 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 herem, provided that such contracts are made in accordance with the Notme to Bidders and Bid Proposals, and documents relating thereto specifying the terms, condmorts, plans and spemficatlons, standards, quantities and specified sums contmned therem ~ That upon acceptance and approval of the above competitive b~ds and the execution of contracts for the publm works and ~mprovements as authorized here~n, the C~ty Cotmc~l hereby anthonzes the expenditure of funds ~n the manner and ~n the mount as specffied ~n such approved b~ds and anthonzed contracts executed pursuant thereto ~ That tlus ordinance shall become effective ~mmed~ately upon ~ts passage and approval PASSED AND APPROVED th~s the ]~/f--'~ day of /~~,1998 JA~f~'IrLLER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY 2222 ECTOR CONTRACT ORDINANCE JUl 2 ? 1998 CITY OF DENTON LEGAL DEPT CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 4 day of AUGUST 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 W1LI.IAM J. SCHULTZ, INC. DBA CIRCLE "C" CONSTRUCTION COMPANY 5OO W. TRAMMELL FORT WORTH, TX 76140 of the City of FORT WORTH County of TARRANT 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 w~th OWNER to commence and complete performance of the work specified below BID # 2222 - ECTOR STREET 16" WATERLINE in the amount of $297,230.50 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 spe¢ffied above, m accordance with the conditions and prices stated in the Proposal attached 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 in CA- 1 accordance with the plans, which includes all maps, plats, blueprmts, 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 ewdence and constxtute the entire contract Independent Status It ts mutually understood and agreed by and between C~ty 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, w~thholdmg, social security taxes, vacanon or s~ck leave benefits, worker's compensation, or any other City employee benefit City shall not have superwston and control of Contractor or any employee of Contractor, and ~t ~s expressly understood that Contractor shall perform the serwces hereunder aecordmg to the attached specfficatlons at the general dlrectxon of the C~ty Manager of the C~ty of Denton, Texas, or his designee under th~s agreement Indemnification Contractor shall and does hereby agree to mdenmtfy and hold harmless the Ctty of Denton from any and all damages, loss, or habfi~ty of any kind whatsoever, by reason of injury to property or third persons occastoned by any error, onusston or neghgent act of Contractor, zts officers, agents, employees, lnvttees, and other persons for whom ~t ~s legally hable, with regard to the performance of this Agreement, and Contractor will, at ~ts cost and expense, defend and protect the Ctty of Denton against any and all such clatms and demands Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for tts construction and enforcement shall he m the courts of Denton County, Texas The CONTRACTOR hereby agrees to commence work on or after the date estabhshcd for the start of work as set forth tn written nottce to commence work and complete all work wzthm the tune stated zn the Proposal, subject to such extensions of t~me as are prowded by the General and Special Condtt~ons The OWNER agrees to pay the CONTRACTOR m current funds the price or prices shown m the Proposal, whmh forms a part of th~s contract, such payments to be subject to the General and Spemal Conditions of the Contract CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement m the year and day first above written, ATTEST WILLIAM J. SCHULTZ~ INC.~ DBA CONTRACTOR CIRCLE "C~CONS~CTION COMPANY P. O. Box 40328 Fort Worth~ TX 76140 MAILING ADDRESS (817)Z93-1863 PHONE NUMBER (817)293-1967 FAX NUMBER TITLE PRESIDENT WILLIAM J. SCHULTZ APPROVED AS TO FORM PRINTED NAME CITY ATTOR~ EA L) CA - 3 BOND NO. 5924624 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § WILLIAM J SCHULTZ, INC , DBA KNOW ALL MEN BY THESE PRESENTS That CIRCLE "C" CONSTRUCTION COMPANY whose address ns 500 W. TRAIVIMI~LL, FORT WORTH, TX 76140, hereinafter called Principal, and SAFI~CO INSURANCE COMPANY OF ~CA , a corporation orgamzed and ex~stmg under the laws of the State of WAb-'HINGTON, and fully authorized to transact business m the State of Texas, as Surety, are held and firmly bound unto the C~ty of Denton, a mumc~pal corporation orgamzed and ex~stmg under the laws of the State of Texas, hereinafter called Owner, m the penal sum of TWO HUNDRED NINETY SEVEN THOUSAND TWO HUNDRED THIRTY and 50/100 DOLLARS ($ 297,230.50) plus ten percent of the stated penal sum as an addmonal sum of money representing addmonal court expenses, attorneys' fees, and hqmdated damages arising out of or connected w~th the below ~dent~fied Contract, ~n lawful money of the Umted States, to be pard m Denton County, Texas, for the payment of which sum well and truly to be made, we hereby brad ourselves, our he,rs, executors, admmtstrators, successors, and assigns, jointly and severally, firmly by these presents Th~s Bond shall automatically be ~ncreased 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 which reduces the Contract price decrease the penal sum of th~s Bond THE OBLIGATION TO PAY SAME ~s condtttoned as follows Whereas, the Principal entered into a certain Contract. identified by Ordinance Number 98-215, w~th the City of Denton, the Owner, dated the 4 day of AUGUST A.D 1998, a copy of which is hereto attached and made a part hereof, for BID #2222-ECTOR STREET 16" WATERLINE NOW, THEREFORE, d the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of smd Contract ~n accordance w~th the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, w~th or w~thout not,ce to the Surety, and during the hfe of any guaranty or warranty required under th~s 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 sa~d Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived, and, d the Principal shall repatr and/or replace all defects due to faulty materials and workmanship that appear w~thm a per~od of one (1) year from the date of final completion and final acceptance of the Work by the Owner, and, ff the Prmclpal shall fully ~ndemmfy and save harmless the Owner from all costs and damages which Owner may suffer by reason of fadure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may ~ncur m making good any default or deficiency, then th~s obhgat~on shall be void, otherwise, ~t shall remam m full force and effect PB- 1 PROVIDED FURTHER, that If any legal action he 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, ere 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 m Denton County to whom any reqmsae nouces 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 m 4 copies, each one of whmh shall be deemed an original, this the 4 day of AUGUST 1998. ATTEST' PRINCIPAL WILLIAM J. SCHULTZ, INC., DBA CIRCLE "C"/~ONSTR~CTION COMPANY SECRETARY / / PRESiDB4qT, W~jI~LIAM J SCHULT ~ WITNESS AS TO SURETY: SURETY SAFECO ~I~NS/~IRANCE COMPANY OF AMERICA BY C~ N. KLUTTS' _ ATTORNEY-¥N-FACT / SHERYL A. KLUTTS The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME JOHN A. MILLER & ASSOCIATES, INC. STREET ADDRESS. 234 EMMA STREET, FORT WORTH, TX 76111 (NOTE Date of Perfor~nance Bond must be date of Contract If Resident Agent is not a corporation, give a person's name.) PB - 2 BOND NO. 5924624 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § WILLIAM .]. $CHULTZ, INC., DBA KNOW ALL MEN BY THESE PRESENTS That CIRCLE 'C" CONSTRUCTION COMPANY whose address is 500 W. TRAMMELL, FORT WORTH, TX 76140, hereinafter called Principal, andSAFECO INSURANCE COMPANY OF AMERICA, a corporatzon organized and ex~stmg under the laws of the State of WASHINGTON , and fully authorized to transact business In' the State of Texas, as Surety, ar~ held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or tmprovements hereinafter referred to, In the penal sum of TWO HUNDRED NINETY SEVEN THOUSAND AND TWO HUNDRED THIRTY and 50/100 DOLLARS ($ 297,230.S0) m 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 brad ourselves, our heirs, executors, admlmstrators, successors, and ass,gns, jotntly 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 condmoned as follows. Whereas, the Pr,nclpal entered rote a certain Contract, identified by Ordinance Number 98-215, with the City of Denton, the Owner, dated the 4 day of AUGUST A.D. 1998, a copy of which ,s hereto attached and made a part hereof, for BID//2222 -ECTOR STREET 16" WATERLINE NOW, THEREFORE, ff the Principal shall well, truly and faithfully perform its duues and make prompt payment to all persons, firms, subcontractors, corporations and claimants supply,ng labor and/or material zn the prosecution of the Work prey,dod for m 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 obhgatlon shall be void, otherwise it shall remain m full force and effect PROVIDED FURTHER, that If any legal action be filed on thts Bond, exclusive venue shall lie in Denton County, Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of tune, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Spec~ficat,ons, Drawings, otc, accompanying the same, shall m anywise affect Its obhgat~on on this Bond, and ,t does hereby waive notice of any such change, extension of tune, alteration or addition to lhe terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, otc PB - 3 Thts Bond ts gtven pursuant to the prov,stons of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas The unders,gned and designated agent ~s hereby destgnated by the Surety hereto as the Resident Agent ,n Denton County to whom any requmte nouces may be del,vered and on whom serv,ce of process may be had in matters ans,ng out of such suretyship, as prowded by Arucle 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this instrument ts executed m 4 copies, each one of which shall be deemed an ong,nal, thts the 4 day of AUGUST, 1998. ATTEST PRINCIPAL CIRCLE "C" GONSTRUI~HON COMPANY BY J. SCHULTZ ~Jj~j~ WITNESS AS TO SURETY: SURETY CYNTI~IA N. KLU'I'I'~S ATTORNEY.IW-FACT SHERYL A. KLUTrS The Restdent Agent of the Surety in Denton County, Texas for dehvery of notice and service of the process is NAME JOHN A. MHLER & ASSOCIATES, INC. STREET ADDRESS 234 EMMA STREET, FORT WORTH, TX 76111 (NOTE' Date of Payment Bond must be date of Contract If Restdent Agent ts not a corporatton, gtve a person's name ) BONDS & CONTRAC'I'S PB - 4 SAFECO INSURANCE cOMPANY OF AMERICA GENERAL INSURANCE cOMPANY OF AMERICA POWER HOME OFFICE SAFECO PLAZA  OF ATTORNEY SEATTLE wASHINGTON 98185 ® No __ '/498 KNOW ALL BY THESE pRESENTS That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington HARVEY, Fort Worth cor~oreUon does each hereby aoootnt ' ~"JOH~ A M~LLER, sHERYL A KLUTTS, JOHN A M~LLER I{ K R ~ts true and lawful afforney[s)-m-fa¢~ with ful~ authoritY to execute on ~ts behalf fldehty and surety bo~ds or undertakings and other documents of ~ s~mflar eharaDter msued ~n the oourse of its business and to bind the respective company thereby IN WITNESS wHEREOF~ SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have eaoh executed and attested these presents ~9 96 th~s _ 26th _ day of _ JanuarX - CERTIFICATE Extra=t from the By-L.ws of ~AFECO iNSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA "Art~=~e V Section 13 - FIDELITY AND SURE~ BONDS the President any V~=e President the Se=rarefy and any Assistant President appmnted for that purpose by the offl=er m =barge of sure~ operations sha~l ea=h have authon~ to appoint mdw~duals as at~omeys-~n-fa=t or unde~ othe~ approprl~e t~fles W~th authOn~ to axe=ute on behatf of the =ompany fidelity and surety bonds and othe~ do=uments of similar =haracter issued by the =ompany in the =ourse of ,ts business 0n any ~nstrument making or er,dancing su=h appointment the s~gn~ureS may be affixed by faommfle On any ~nstrument =onfe~nng su=h authority or on any bond or undertaking of the =ompany the seal. or a fa=s~mfle thereof may be ~mpressed or affixed or ~n any othe~ manner ~eprodu=ed provided however th~ the seal sha~ not be neoessary to the vahd~ of any su=h instrument or unde~kmg" Ex~aot from a Reso~utmn of the Board of Dire=tors of SAFECO iNSURANCE COMPANY OF AMERICA and of GENERAL iNSURANCE COMPANY OF AMERICA adopted Jury 2B lg70 "On any =ertlflcate axe=uteri by the Secre~ry or an assistant se=retry of the Company se~mg out (~} The provmions of A~flo~e V Se=t~on 13 of ~e By-Laws and (.) A copy of the power-of-~orney appointment exeouted pursuant thereto (m) Certifying th~ smd power-of-a~orney appmntment ~s m full force and effect the s~gna~u~e of the =erflfy~ng offloer may be by faommfle, and the seal of the Company may be a facs~m,~e thereof" ~ R A P~erson Secretary of 5AFECO INSURANCE COMPANY OF AMERICA an~ of GENERAL iNSURANCE coMpANY OF AMERICl do hereby certify th~ the fo~egomg extra=ts of the By-Caws and of a Reso~utmn of ~he Board of D,re=to~s of these corpor~ons of a power of A~orney issued pursuant theretO, are t~ue and =or.act and that both the By-LawS the Resotutmn and ~he power c Attorney are std~ m fu~ forge and effeo~ I" WITNESS WHEREOF, I h~' hereunto set my hand and affixed th~estmfle eeat of said o~rat,On 19 - ~':T~ W~, )~X~ ~ Registered trademark of SAFECO Cofpora S 9?41EP 1193 IMPORTANT NOTICE AVISO IMPORTANTE To obtain Information,or make a complaint Para obtanef Informaclon o para someter una que]a You may call the company's toll free telephone number Usted puede Ilamar a] numero de telefono gratis de la Iof Information or to make a cornplalnt at companla para Informaclon o para someter una queJa al 1-800- 472-4455 1-800- 472-4455 You may contact the Texas Department o1 Insurance to Puede comunicarse con el Departamento de Seguros de obtain Information on companies, coverages, rights or Texas para obtaner Inlormaclon acerca de companlas, complaints at coberturas, derechos o queJas al 1,800-252-3439 1-800-252-3439 You may write the Texas Department of Insurance Puede escriblr al Departamento de Seguros de Texas P,O Box 149104 P O Box 149104 Austin, TX 787 ! 4-9104 Austin, TX 78714 9 t 04 FAX · (512) 475477! FAX · (512) 475-177t PREMIUM OR CLAIM DISPUTES Should you have a DISPUTAS SOBRE PRIMAS O RECLAMOS' SI tlene dispute concerning ,your premium or about a claim you una dlsputa concernlente a su prima o a un reclamo, should contact the,agent or the company first I1 the debe comunicarse con el agente o la companla primate dlsput0 Is not reselved, you may contact the Texas SI no so resuelve la dlsputa, puedo entonces Department of Insurance comunlcarso con el Departamento do Seguros do Texas A'~-rACH THiS NOTICE TO YOUR POLICY This notice UNA ESTE AVISO A SU POLIZA Este avlso es solo Is for lnlorma[Ion only and does not become a pall or para proposlto de Informaclon y no se convlerte en parte cond~bon of the attached document o cond~clon del documento sdjunto Prescribed bythe State Board ollnsurance Ordenado per el conseJo Estatal de Directures de Elfect~ve May 1, 1992 Seguros, Effecbvo el 1 de Mayo 1992 _ACORD. 08 18 98 ; THIS CERTIFICATE IS ISSUED AS A MA IIt:~ OF INFORMATION pRODUCER ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE JOHN A MILLER & ASSOCIATES, INC HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P O BOX7214 COMPANIES AFFORDING COVERAGE :ORT WORTH, TX 76111-0214 COMPAre' MARYLAND LLOYDS PHONE (817) 834-7111 FAX (817) 834-7115 A CO~P^NY NORTHERN INSURANCE COMPANY OF NEW YORK INSURED WILLIAM J SCHULTZ, INC DBA a CIRCLE "C" CONSTRUCTION COMPANY, ET AL P O BOX 40328 C -- FORT WORTH, TX 76140 :~EDRI~ IAF'~cE AOT E MAY BE SSUED OR MAY PERTAIN THE INSURANCE AFFORDED B Y THE POLiCIES_D..E_S .C,?B..? .DiMH sEREIN tS SUBJECT TO ALL THE TERMS ~ ~ ~ ~ GENERALAGGREGATE $ 2 000 000 GENERALLIABIMTY =ROOUCTS COMPIOPAGG $ 2~000~000 ICLAIMS MADE ~'~ OCCUR EPA 22992722 08/12/98 08/12/99 PERSONAL & ADV INJURY $ 1;000r000 EACH OCCURRENCE $ 1 r000,000 '~' iNCLUDES CG2503,~.~.__ MEDEXP B -- ALL OWNED AUTO8 WAA 22992797 08/12198 08/12/99 ~ ~ ~ ~ 5 000 000 B X~ UMBRELLA FORM CON 85873397 08/12/98 08112/99 AGGREGATE $ 5,000,000~_ PROJECT BID #2222,- ECTOR STREET 16 WATERLINE EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO MAIL CITY OF DENTON 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT PURCHASING DEPARTMENT . 901B TEXAS STREET IBUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention ia directed to the Insurance raquzrements below. It Is highly recommended that bidders oonfer with their respective insurance carriers or brakers to determine ,n advance of Bid submission the avmlabii,ty of insurance oertJflcatas and endorsement8 aa prescribed end provided hera~n. If an apparent Iow bidder falls to oomply strictly with the Insurance requirements, that bidder may be disqualified from award of the oontract. Upon bid award, all insurance requirements shall become contractual obliger/one which the auccessfuJ bidder shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or I,ab~l,tles of the Contractor, the Contractor shell provide and mmntaln until the contracted work has been completed and accepted by the C,ty of Denton, Owner, the. m;n~mum ~nsurance coverage as ,nd,cared hereinafter As soon as practicable after notification of bid award, Contractor shall file with the Purches,ng Department satisfactory certificates of ~nsurance, containing the b~d number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clanf, oat~on of any ~nsurance requ~raments at any time, however, Contractors are strongly advised to make such requests prior to bid opemng, since the insurance requirements may not be modlf,ed or wa,ved after bid opening unless a written exception has been submitted w~th the b,d Contractor shaft 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 ~nsurance policies proposed or obtained ,n satmfact;on of these requ,rements shall comply with the following general specifications, and shall be mmnta,ned compliance w~th 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 ~n the State of Texas with an A.M. Best Company rating of at least A · Any deductibles or self-insured retentions shall be declared ~n the b~d proposal If requested by the City, the insurer shall reduce or ehm~nate such deductibles or self-insured retentions w,th respect to the City, officials, agents, employees and volunteers; or, the contractor shall procure e bond guaranteeing payment of losses and related ~nvestlgat~ons, cla,m administration and defense expenses AAA003~0 REVIEED 10/12/94 Insurance Requirements Page 2 officials, agents, employees and volunteers; or, the contractor shall procure · bond guaranteeing payment of Fosses and related ~nvestlgstlons. ctaim administration and defense expenses. · Liability policies shall be endorsed to provide the following: ee Name as additional Insured the City of Denton, Its Officials, AgenTs, Employees and volunteers. ee That such Insurance is primary to any other Insurance available to ~he 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 Ilabll,ty · All pollcms shall be endorsed to provide thirty(30) days prior written notice of cancellation, non-renewal or reductlen in coverage. · Should any of the required Insurance be provided under a olaims-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 fo,m cf 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 Mobility Insurance. · Should any required Insurance lapse during the contract term, requests for payments orlglnstlng 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, Insurance Requirements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance pohcles proposed or obtained ~n satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained m compliance with these additional specifications throughout the duration of the Contract, or longer, if ac noted: General Liability Insurance: General Liability insurance w,th combined single bm,ts of not less than 1.000.000 shall be provided and maintained by the contractor. The pohc / shall be written on an occurrence basis either m a single policy or m a combination of underlying and umbrella or excess policies. If the Commercial General L~abllity form (ISO Form CG 0001 current edition) ts used · Coverage A shall include premises, operations, products, and completed operations, mdepenc[ent contractors, contractual hab~hty covering this contract and broad form property damage coverage · Coverage B shall include personal injury · Coverage C, medical payments, ts not required If the Comprehensive General ~,ablhty form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) ts used, it shall include at least · Bodily injury and Property Damage Llaolhty 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 habd~ty and broad form property damage liability [X] Automobile Uabillty Insurance: Contractor aha, provide Commercial Automobile LJablhty insurance with Combined Single Limits (CSL) of not less than 1.000.000 either ~n a single policy or ~n a combination of basic and umbrella or excess pohcms The policy will ~nclude bodily Injury and property damage liability arising out of the AAA00350 Insurance Requ,rements Page 4 operation, maintenance and use of all automobdes and mobde equ,pment ustc ~n conjunction wnh this contract Satisfaction of the above requirement shall be ~n the form of a pohc. endorsement for' · any auto, or · all owned, hired and non-owned autos IX] Workere Compensation Insurance Contractor shall pumhase and mmntmn Worker's Compensatmn ~nsurance which, ~n add,ton to meeting the minimum statutory requirements for ;ssuancs of such ,nsurence, has Employer's hab~hty bm;ts of at least $100,000 for each acc;dent, $100,000 per each employee, and a $500,000 policy limit for occupatmnal disease. The City need not be named as an "Additional Insured" but the ~nsurer shall agree to waive all rights of subrogation agmnst the C~ty, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For budding or construct;on projects, the Contractor shall comply w~th the prows;cna of Attachment 1 ~n accordance w~th ~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 Uability Insurance The Contractor shall obtmn, pay for and mmntmn at all times dunng the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability ~nsurence policy naming the City as ~nsured for property damage and bodily ~njury which may arise ~n the prosecution of the work or oontrector's operations under this contract Coverage shall be on an 'occurrence" bas;s, and the policy shall be ~aaued by the same insurance company that carries the contractor's habd~ty insurance. Policy hm~ts wdl be at least comb;ned boddy ~njury and property damage per occurrence with a aggregate. [ ] Fire Damage Legal Uability Insurance Coverage m required ~f Broad form General Idab;hty ~s not prowded or Is unavadable to the contractor or ~f a contractor leases or rents a portion of a City budding hmits of not less than each occurrence are required ~ws~o ~o~a4 CI - 4 Insurance Requirements Page 5 [ ] Professional I-lability Insurance Professional liability Insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection w~th professional servlcas Is required under this Agreement. [ ] Builders' Risk Insurance Builders' Risk Insurance, on an Ali-Risk form for 100% of the completed value shall be provfded. Such policy shall Include as "Named Insured" the City Denton and all subcontractors aa their Interests may appear Additional Insurance Other ~nsurance may be required on an individual basis for extra hazardous contracts and specific service agreements If such additional insurance ~s required for a specific contract, that requirement wlJl be described ~n the "Specific Conditions" of the contract specifications AAA0031~0 .EWSED ~o.~/94 CJ - 5 Insurance Requirements Page 6 ATTACHMENT 1 [×] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entitles A Deflnmons' Cert~flcste of coverage ("certificate"}-A copy of a certificate of insurance, a certificate of authority to self-insure taaued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TVVCC-83, or TWCC-84), showing statutory workers' compensation Insurance coverage for the person's or enflty's employees prowdmg services on a project, for the duration of the project. Duration of the project - includes the time from the begmmng of the work on the project until the contractor's/pereon'swork on the project has been completed and accepted by the governmental entity Persons prowding services on the project ("subcontractor" in §406.096) - ,ncludes 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 w~th the contractor and regardless of whether that person has employees. This includes, w;thout limitation, Independent contractors, subcontractors, leasing compames, motor carnere, owner-opwstore, employees of any such entity, or employees of any entity which furnishes persons to prowde services on the prelect. "Services" Include, w~thout Ilm;tstion, prowdmg, hauling, or del~ver;ng equipment or materials, or prowd~ng labor, transportation, or other serv;ce related to a project. 'Serv;cee" does not include activities unrelated to the project, such as food/beverage vendors, office supply dehvenes, and dehvery of portable toflsts. B The contractor shall prowde coverage, based on proper reporting of claas~flcstlon codes and payroll amounts and filing of any overage agreements, wh;ch meets the statutory requ;rements of Texas Labor Code, Sect;on 401.011 (44) for all employees of the contractor providing services on the project, for the durstmn of the project C The Contractor must provide a certificate of coverage to the governmental entity pnor 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 AAA003ff0 R~WSEO ~on~;4 C! - 6 Insurance Requirements Page 7 E. The contractor shall obtain from each person prowdlng services on a project, and provide to the governmental entity 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, s 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 ~n writing by certified mall or personal dehvery, within 10 d~ys after the contractor knew or should have known, of any change that materially effects the prov,s,on of coverage of any person providing services on the project H The contractor shall post on each project site a notice, ~n 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 w~th whom ~t contracts to provide services on a project, to (1) provide ooverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011{44) for all of ~te employees providing serv,ces 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 ooverage showing that coverage ~s 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 AAAO03110 Insurance RequJraments Page 8 certificate of coverage showing extension of coverage, ~f 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 prowde 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, ~f the coverage period shown on the current certificate of coverage ends dunng the duration of the project; (5) reta,n all requlrad cemflcatss of coverage on file for the duration of the project and for one year thereafter; {8) notify the governmental entity ~n wntlng by certified mall 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 cemflcates of coverage to be provided to the person for whom they are providing services J By signing th,s 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 wdl 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 w~ll be filed wJth the appropriate ~nsurance carrier or, in the case of a self- ~nsurad, with the comm,ss,on's Division of Self-Insurance Regulation Providing false or misleading ~nformat~on may subject the contractor to admm~stretive penalties, cnmlnal penalties, clv,I penalties, or other clwl actions. K. The contractor's failure to comply w~th any of these provisions ,s a breach of contract by the contractor which entities 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. AAAOO3EO ECTOR ST 16" WATERLINE BID TABULATION SHEET Work Days so Bid No 2222 PO No Item Description Unit Price Total Remove Concrete Pavement 25 Umt Pnce In Words 3-C Remove Concrete Dnves& Walks 48 $ Umt Pnce In Words /LS Umt Pnce In Words 9 Sod 177 $ 12 ' Erosion Control Umt Pnce In Words ~a~'~. ~ '*'~//~o o 5-A 2" Au' Release Valves 1 Umt Pnce In Unit Pnce In Words 3 ' 6" 48 Umt Price ~ Wo~ d '~ o SP-2 Concrete Saw Cut 138 Umt Pnce ~ Wo~s Rock Excavation 50 Umt Pnce ~ SP-37 Excavaaon Pmt~aon 3916 EFFECTIVE 3/15/98 P 4 ECTOR ST 16" WATERLINE BID TABULATION SHEET Work Days Bid No ..2, 222 PO No __~__ Item Description Quantity Unit Przce Total SP-39 2 $ ~c-O~ Umt Price ,~ ~ ~ SP-42 e ~tack 15 o o /EA Umte Price In W, ~ ~.--, .~-~ -' SP-43 ~ut 9620 $ o? o o $/902 Unit Pnce In Words '~ 7 SqOO /EA Umt Pnce In Word~ ~ ~ Miscellaneous ~ o o Umt Pnce ~ TOTAL EFFECTIVE 3/15/98 P 5 I~n~_~__e,_a_v_e~nt_.,o?..~..~_._e .award of _a contract to the undersigned, the · ,-==~nmu w~a =urnLsn a performance bond and a payment bond for the full a~ount of the contract, to secure proper compliance With ~ ~nu acceptance, a~a =o g~arantee · urn~snea ~n ~e ~u~f~llmen2 of ~e con,ac2. It is understood ~at ~e work proposed to be done shall be accepted, when fully aompleted and finished in accordance with plans and specifications, to ~e satisfaction of ~he Engineer. T~e undersigned cer~if~es that ~e bid prices contained ~n this proposal have been carefully ~ecked and are submit~ed as co,eot and final. Unit and lump-s~ prices as sho~ for each item listed proposal, shall control over e~ensions. CO~CTOR S~reet Address C~ty and Seal a Authorization (If a Corpora~ion) ~/] J ~3-/~W ~ ~elephone B - i