Loading...
1997-010 ORDINANCE NO qt7 X~)/O AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE ~v~rlEREAS, the City has solicited, received and tabulated competitive bids for the purchase of necessary materials, eqmpment, supplies or services in accordance with the procedures of STATE law and City ordinances, and WHEREAS, the C~ty Manager or a designated employee has reviewed and recommended that the herem descnbed b~ds are the lowest responsible bids for the materials, equipment, supphes or serwces as shown m the "Bid Proposals" submitted therefore, and WHEREAS, the City Cotmcfl has prowded ~n the City Budget for the appropriation of funds to be used for the purchase of the materials, eqmpment, supphes or services approved and accepted herein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the numbered ~tems m the following numbered bids for materials, equipment, supphes, or serwces, shown ~n the "Bid Proposals" attached hereto, are hereby accepted and approved as being the lowest responsible bids for such items BID ITEM ]SLU. MBER ]5!O_ 3/FJb!D_OR AMOUNI 1975 ALL DICKERSON CONSTRUCTION $ 59,200 00 SECTION II That by the acceptance and approval of the above numbered items of the submitted bids, the City accepts the offer of the persons submitting the bids for such items and agrees to purchase the materials, eqmpment, supplies or serwces in accordance with the terms, specfficatlons, standards, quant~tles and for the specified sums contained in the B~d Invitations, Bid Proposals, and related documents SECIION III That should the City and persons submitting approved and accepted items and of the subnutted bids wmh to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the bids, the C~ty Manager or his demgnated representative is hereby authorized to execute the written contract which shall be attached hereto, provided that the written contract is in accordance w~th the terms, conditions, specifications, standards, quantlnes and specified sums contmned m the Bid Proposal and related documents hem~n approved and accepted SECTION IV_ That by the acceptance and approval of the above numbered ~tems of the submitted bids, the C~ty Council hereby authorizes the expenditure of funds therefor ~n the amount and ~n accordance with the approved inds or pursuant to a written contract made pursuant thereto as authorized herein SECTION ~ That tins ordinance shall become effective ~mmedmtely upon tts passage and approval APPROVED this '~]'/~ day of~~~'- , 1997 PASSED AND JAC~ ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY SUPPLY ORD 2 DATE JANUARY 7, 1997 CITY COUNCIL REPORT TO Mayor and Members of the Ctty Council FROM Ted Benavtdes, Ctty Manager SUBJECT BID # 1975 - BORE CROSSING RECOMMENDATION: We recommend this btd be awarded to the only bidder, Dtckerson Constructton, tn the total amount of $59,200 00 SIIMMARV: This bid ts for all labor and materials necessary in boring approximately 300' across I35E at James Wood A 20" casmg wtll be tnstalled and Polyethylene duct wtll be pulled through This wtll convert the extsttng overhead hne to underground and tmprove the system rehabfllty One btd proposal was recetved tn response to stxty-five notices to btd marled to prospective contractors pROGRAMS, DEPARTMENTS OR GROUPS AF_FECTED: Electric Distribution Department and the Ctty of Denton cmzens FISCAl, IMPACT: Budgeted funds for Electric Dtstnbutton for 1997 Attachments Tabulatton Memorandum from Don McLaughhn Respectfully submitted Ted Benavtdes Ctty Manager Prepared by T~tle Semor Buyer Approved Name Tom D Shaw, C P M Tttle Purchamng Agent 813 AGENDA 3 IBiD # 1975 I B1D NAME BORE CROSSING DICKERSON CONST IOPEN DATE DECEMBER 12,1996 -- DESCRIPTION VENDOR VENDOR VE_NDOR BORE CROSSING 1-35E & $59,200 00 JAMES WOODS, APP 300' ADDENDUM YES 4 To Denise Harpool, Senzor Buyer From Don McLaughl~n, Senior Engineer Electric En~neer~n~ Date Decenlber 18, 1996 Subject Evaluation of Quotation on b~d 9 1975 The utlllty staff recommends award~n~ the b~d to the low b~dder D~ckerson Construction B~d 1975 ~s for the followln~ · 300 foot bore across I 35E at James Wood · Installation of two manholes provided by the C~ty · Installatlon of Polyethylene Duct provided by the Clty The total cost of the b~d ~s $59,200 ($197/foot) Sincerely, , ~ z? /f Donald L McLaughl in ~ copy Joe Cherr~ Ralph Kllnke 5 CONTRACT STATE OF TEXAS S COUNTY OF DENTON S THIS AGREEMENT, made and entered into ~his 7 day of JANUARY A.D., 19 97 , by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through TED ~t~N&VIDES thereunto duly authorized so to do, hereinafter termed *,OWNER, # and DI ~..~.~ON CONS~R~ICTIO~ P.O. BOX 181 {~..T.TIQ&; '~ 75009 of the city of ~T.TNa , County of ~T~.T~ and State of TEXAS , hereinafter termed "CONTRACTOR." WITHESSETH~ That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and ~mder the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID % 1975 - BORE CBOSSING in the amount of $ 59,200.00 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 conditLons 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 ~/ld PaFment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and o~her drawings and printed or written explanatory matter ~hereof, and ~he Specifications ~herefore, as prepared by CITY OF DENTON ENGINEERING STAFF all of which are made a part hereof and collectively evidence and constitute ~he entire contract. Indeuend~nt Status It is mutually understood and agreed by and between City and Contractor ~hat Con~ractor is an independent contractor and shall not be deemed to be or considered an employee of ~he City of Denton, Texas, fort he 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 Con~ractor 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. Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any end all damages, loss, or liability of any kind whatsoever, by reason of injury to property orthird 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 Stats 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 thLs contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the partiee of these presents have executed this agreement in the year and day first above written. (SEAL) ATTEST: CONSTRUCTION CONTRACTOR MAILING ADDRESS PHONE NUMBER TITLE PRINTED NAME APPROVED AS TO FOP~M: (SEAL) City Attorney/ AAA0184D Rev. 04/05/96 CA - 3 IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT; YOU MAY CONTACT THE TEXAS DEPARTM]~NT OF INStrRANCE TO OBTAIN II, FORMATION ON COMPANIES; COVERAGES, RIGHTS OR COM~LA.INTS AT: 1-800-252-3439 YOU MAY WRITE THE TEXAS DEPARTMENT OF INSURANCE: P.O BOX 149104 AUSTIN, TEXAS 78714-9104 FAX ~ (512) 475-1771 PREMIUM OR CLAIM DISPUTES. SHOULD YOU HAVE A DISPUTE CONCERNING YOUR PRE/4IUM OR ABOUT A CLAI~ YOU SHOULD CONTACT TH~ 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 DOCUMF-/gT. PERFORMANCE BOND STATE OF TEXAS S COUNTY OF DENTON S Bond #201445 ENOW ALt MEN BY THESE PRESENTS: That DTC:KK~ISON CONSTRUCTION CQH~ANY, ZNC. , of the City of CELINA County of COLLIN , and State of TX as PRINCIPAL, and ~RTF0~ CA$~W I#$U~A~¢£ C~Y , es SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CITY OF Dh~TON as OWNER, in the penal sum of FIFTY NM T~OUSAND TWO ~USD~ED and no/100 Dollars ($ 59 200.0 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, Jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 7 day of JAL~ARY , 19 97, for the construction of BID # 1975 - BORE CROSSING which contract is hereby referred to and made a part hereof as fully and to ?-he same extent as if copied at length herein. NOW, THEREFORE, the condition oft his obligation is such, that if the said principal shall faithfully perform said Contract and shall in ell respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of maid Contract and the Plans and Specifications hereto annexed, then this obligation shall be void~ otherwise to remain in full force and effect~ PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently a~ended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PB - I PROVIDED FURTHER, that if any legal action b~ filled upon this bond, venue shall lie in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in an~ way 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 16TH day of JANHAa¥ , 19 97 . DTCKERSON CONSTRUCTZON CO#PANY, ][NC. HARTFORD CASUALTY :INSURANCE CONPANY Principal Surety Title ~t Tit le ATTORN£Y-I#-FACT Address= P.O. BOX 181 Address: P O. BOX 4611 CELINA, TX 7~009 HOUSTON~ TX 77210-4611 (SEAL) (SEAL) The name and address of the Resident Agent of Surety ELSEY & ASSOCIATES SURETY/INSURANCE 8820 li~L]. CLAYTON PAPJQdAY, SUITE F H~LE~ TX 77338 NOTE= Date of Bond must not be prior to date of Contract. AAAO184D Rev. 04/05/96 PB - 2 PAINT BOND STATE OF TEXAS S COUNTY OF DENTON S BOND KNOW ALL MEN BY THESE PRESENTS: That DIC~RSON CONSTRUCTION C0HPANY, INC. of ~le City of CELINA County of gOL~IN , and the State cf TX , as principal, end ~ARTFORD CASUALTY INSURANCE COHPANY authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto ~. n'r,~v n~ n~.~n,n. , OWNER, in the penal su~ of FIFTY NINE THOUSAND TPIO HUNDRED an~ no/100-- Dollars ($ 59~200.00 for the payment whereof, the said Principal and Surety bind themselves and their heirs, a~ministrators, executors, successors and assigns, Jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with ~he Owner, dated the 7 day of JANUARY 19 97 . BID ~ 1975 - BORE CROSSING to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then th~s obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions cf the Texas Government Code, Chapter 2253 (Vernon, as currently a~ended), and ell liabilities on this bond shall be determined in accordance withsaid provisions to the same extent as if they were copied at length herein. PB - 3 Surety, for value received, stipulates and agrees ~hat no ohange, ex~ension of time, alteration or addition to ~he terms of the con~ract, or to t. he work performed ~hereunder, or the plans, specifications, or drawings aooompanying the same, shall in any way 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 oontraot, or to the work to be performed thereunder. IN WITNESS WHEREOF, t.he said Principal and Surety have signed and sealed this instrument this 16m day of 0A#UAR¥ 19 97 . Di*CKERSON CONSTRUCTTON COHPANY, ][NC HARTFORD CASUALTY TNSURANCE COHPANY Principal Surety Title ~/ Title ATTORNEY-IN-FACT Address: P. O. BOX 181 Address: p' 0 BOX 4611 C£LZNA, TX 75009 HOUSTRN~ TX 77210-4611 (SEAL) (SgAL) The name and address of the Resident Agent of Surety is: £LS£Y & ASSOCIATES SURETY/INSURANCE 8820 MILL CLAYTON PARKgAYo SUI'[E F HUI4BLE, TX 77338 AAA0184D ~v. 04/05/96 PB - 4 HARTFORD CASUALTY INSURANCE COMPANY EXECUTIVE OFFICE Hartford, Connecticut POWER OF ATTORNEY K~ow all man by these Presents, That the HARTFORD CASUALTY INSURANCE COMPANY a corporation duly organized under the laws of the State of Indiana and having its Executive Office m the City of Hartford County of Hartford State of Connecticut does hereby make constitute and appoint BRUCE C Z~'/~J~ ~:;)I4/.4PJ~ £. MOO]~E~ R~GINA M CARTP. R, ROSALYIVD HAS~F. LL and DA VID R. GROPP£LL o£ HUMBLE, TEXAS ]ts true and lawful Affomey(s) in Fact wdh Mil power and authority to each of said Attorney(s) ImFact in their separate capacity if more than one,is named above to sign execute and acknowledge any and all bonds and undertakings and other wnhngs obligatory ~n the nature thereof on behalf of the Company In its business of guaranteeing the fidelity of pamons holding places of public or private tract guaranteeing the performance of contract~ Other than insurance policies guamnteethg the performance of ~nsurance contracts where surety bo~de are a~:epted by states and municipalities and executing or guarantee{ng bonds and undertakings mqu~red or permuted in all actions or proceedings or by law allowed and to bind THE HARTFORD CASUALTY INSURANCE COMPANY thereby as folly and to the same extent aa If such bonds and undertakings and other writings obhgstory in the nature thereof were s~gned by an Exesut{ve Officer of the HARTFORD CASUALTY INSURANCE COMPANY and sealed and attested by one other of such Officers and hereby rabfles and cenflrms all that its said Attorney(a) in Fact may do in pursuance hereof This power of attorney ia granted under and by a~thonty of the following Resolutions adopted by the Board of D~rectors of the HARTFORD CASUALTY INSURANCE COMPANY at a meeting duly celled and held on the 15th day of June 1988 RESOLVED that the President or any Vice-President a~ing w~th any Secretary or Assistant Secretary shall have power and autbonty appoint for pUl/~Osss only of executing anti eltaating bonds and undertakings and other wrtti~gs obhgatory in the nature thereof one or more Resident Vice-Presidents P~sident Assistant Secmthttas and Atfameys-in fact and at any time to remove any such Resident Vice-President Resident Assistant Secretary or Attomey-ln FaCt, and revoke the power and authority given to him ^ttomeys-in-Faat shall have power anti authority aubJeat to the terms anti limitations of the p~wer of attorney Issued to them to execota and deliver on behalf of the Company and to attach the ~eal of the Company thereto any anti all bonds and under~ak~ngs and other writings obligatory In the nature thereof anti any such ihet~ment exacctnd by a~ly at,ch Alfomey in Fact shall bo ae bindthg upon the Company as if s~gnbo by an Exe~JtiVe Officer and sealed end attolatd by cfm other ct such Officers RESOLVED that whereas the President or any Vide. President achng with any 8ecrata~y or Assistant Se(~atary has the power and authority to appoint by a power of attomay for purposes only ct executing and attesting panda and undertakings and other wrifings obligatory in the nature thereof one or mom Relndaat V~ce-Pre~ldenta As~btaat Secretaries and Attameys Now therefore the sighetarea of such Ofl~i~ and the seal of the Company may be affixed to arty such power ct attorney or to any certificate relating thereto by focllmila and any such po~mr of attorney or certificate boating such thmimlid signatures or thc$1m~le leal shell bo valid and biheing upon the C, ompany and any Such p~er $o execothd and ~edffind by thmlmlle signatures and facsimile .esl shall pa valid and tilndlng upon the Company in the future WFdl t~lpeat to any bond or undertaking to which if id sttachnd In Wltne~ Whereof the HARTFORD CASUALTY INSURANCE COMPANY has caused these pre~enfa to be signed by its Vice- PresMent and Its co~orats ceal th be hereto affixed, duly attested by its Secretary this 1st day of May 1995 Attest: HAR'fFOI~I~i CASUALTY IRSUI~I~ICE COMPANY STATE OF CONNEGTICUT COUNTY OF HARTFORDI Vlce-Preatdent On tths 1 st day of May A D 1995 before me pamonelly came Paul L Marabella to me known who pamg by me duly sworn did depose and say that he resides in the County of Hartford State of Conne~cut that he is the Vtce-Prea~dant of the HARTFORD CASUALTY INSURANCE COMPANY the corporation desc~bed in and which executed the above instrument that he knows the seal of the said cotporatl0n that the seal affixed to the said instrument ts such co~3orate seal that ri was se affixed by order of the Board of Directors of said cotporeticn and that he signed his name thereto by I~ke order OOUHT¥ OF HARTFORD I, the underelgned 8e~'~ry o~ the HARTFOffiD CASU^LTY INSORANC~ DOMP^NY C£RIII~ ~hat tha for~cing ~nd abeched ~OWER OF AI-rORN~-'¥ mmems m ~cil ~r~ and has rmt ~n r~ok~:l and ~urtharmom thst Signed and sealed at the City of Hartford Dated the 16TH day of ~IANIIARY 1~7 CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention ia 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 Iow bidder falls 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 lira,ting any of the other obligations or I;ablht~es of the Contractor, the Contractor shall provide and mainta,n until the contracted work has been completed and accepted by the City of Denton, Owner, the mlmmum insurance coverage as [nd,cared hereinafter. As soon as practicable after notification of bid award, Contractor shall f,le w~th the Purchas,ng Department satisfactory certificates of insurance, containing the b;d number and title of the project. Contractor may, upon wntmn request to the Purchasing Department, ask for clanf,cation of any insurance requirements at any time; however, Contractors are strongly advised to make such requests prior to bid open,ng, since the ~nsurance requirements may not be modified or wa,ved after bid opening unless a wnt/en exception has been submitted with the bid Contractor shall not commence any work or deliver any material until he or she receives notiflcat, on that the contract has been accepted, approved, and signed by the City of Denton All insurance pohc;es proposed or obtained in satisfaction of these requirements shall comply with the fo[lowing general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted. · Each pohc¥ 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 in the b~d proposal If requested by the City, the insurer shall reduce or eliminate such deductibles or self-~nsured retentions w~th respect to the C~ty, ~ts AAA00360 REVISED 10112/94 ~..Z Insurance Requirements Page 2 officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. · Liability policies shall be endorsed to provide the following: · e Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers. · e That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought The inclusion of more than one insured shall not operate to increase the insurer's limit of liability. · All policies shall be endorsed to provide thirty(30) days prior written notice of cancellation, non-renewal or reduction in coverage · Should any of the required ~nsurance be provided under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. · Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit prowding for claims Investigation or legal defense costs to be ~ncluded 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, C;ty may, at ~ts sole option, terminate this agreement effective on the date of the lapse. AAAO0360 Insurance Requirements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained In compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: A. General Liability Insurance: General Liability insurance with combined single limits of not less than $ [, 000,0oo. 00shall 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 Liabil,ty form (ISO Form CG 0001 current edition) is used. · Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractuaUiablhty 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, ~t shall include at least' · Bodily injury end Property Damage Liablhty 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 ~njury liability and broad form property damage liability. AAA00360 REVISED 10/12/04 CI - 3 Insurance Requirements Page 4 Automobile Uability Insurance: Contractor shall prov,de Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000.o0 either in a single policy or in a combination of basic and umbrella or excess policies. The policy wdl 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 raqulrament shall be in the form of a policy endorsement for' · any auto, or · all owned, hired and non-owned autos. Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meet;ng the m~mmum statutory requirements for issuance of such ,nsurance, has Employer's Uab,hty limits of at least $100,000 for each acmdent, $100,000 per each employee, and a $500,000 policy lim,t for occupational disease. The City need not be named as an 'Additional Insured' but the insurer shall agree to wa,ye all rights of subrogation against the C,ty, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For bu,lding or construction projects, the Contractor shall comply with the prov,sions of Attachment I in accordance w,th §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Worker's Compensation Comm;sslon (TWCC). [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and ma;ntain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective L;abdlty insurance policy nam,ng the City as ,nsured for property damage and bodily injury which may arise in the prosecut,on of the work or contractor's operations under this contract Coverage shall be on an AAAO0360 Insurance Requirements Page 5 "occurrence" basis, and the policy shall be issued by the same insurance company that carr,es the contractor's liability insurance. Policy limits w,ll be at least combined bodily injury and property damage per occurrence with a aggregate. [ ] Fire Damage Legal Uability Insurance Coverage is requ,red if Broad form General Liablhty ,s not provided or ~s unavailable to the contractor or ,f a contractor leases or rents a portion of a C,ty building LIm,ts of not less than each occurrence are requ,red [ ] Profe8sional Uability Insurance Professional liability ,nsurance w~th limits not less than per cta,m w,th respect to negligent acts, errors or om,ssions ,n connection w,th profess;onal services is required under this Agreement. [ ] Builders' Risk Insurance Bu,lders' Risk Insurance. on an Ali-Risk form for 100% of the completed value shall be prov,ded Such policy shall ;nclude as "Named Insured" the C,ty of Denton and all subcontractors as their ,nterests may appear [ ] Additional Insurance Other ,nsurance may be required on an tnd,v,dual bas,s for extra hazardous contracts and specific service agreements If such addit,onal ,nsurance ;s required for a specific contract, that requ,rement w,II be descr,bed ~n the "Specific Conditions" of the contract spec;fications AAA00350 REVISED 10112/g4 Cl - 5 Insurance, Requirements Page 6 ATTACHMENT I Worker's Compensstion Coverage for Building or Construction Projects for Governmental Entities A. Defln.tions: Certificate of coverage ("certiflcata")-A copy of a cert.ficate 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), show,ng 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 ent,ty. 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 w,th the contractor and regardless of whether that person has employees. Th,s ~ncludes, w,thout limitation, independent contractors, subcontractors, leasing companies, motor carr,ers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project "Services" include, w,thout limitation, prowding, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include actlv,tles unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provtde 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 (~.} for all employees of the contractor prov;dlng services on the project, for the duration of the prolect AAA00360 REVISED 10/12/94 CI - 6 Insurance Requirements Page 7 C The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage w,th the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person prov~d,ng services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beg,nn,ng work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons prov,dlng serv,ces 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 dur,ng the duration of the project F The contractor shall retmn all requ,red 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 certif;ed mall or personal dehvery, w,thin 10 days after the contractor knew or should have known, of any change that materially affects the provis;on of coverage of any person prov,ding serv,ces 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' Compensat,on Comm,ss~on, informing all persons prov,d,ng serv,ces on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage AAA00360 ~-'v~s=D ~0~1~4 CI - 7 Insurance Requirements Page 8 I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to. (1) provide coverage, baaed on proper reporting of clasaiflcation codea and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texaa Labor Code, Secdon 401 011 (44) for all of Its employeea providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that peraon beginning work on the project, a cer~lflcats of coverage showing that coverage ia being provided for all employeea of the peraon prov.ding 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 ahowlng extension of coverage, If the coverage period shown on the current certificate of coverage enda during the duration of the project; (4) obtain from each other peraon with whom it contracts, and provide to the contractor' (a) a certificate of coverage, prior to the other person beginning work on the prolect, 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 dunng the duration of the prolect; (5) rets~n 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 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 prolect, and ~'V~S;D ~O;~=S4 Cl - 8 Insurance Requirements Page 9 (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. AAAO0360 REVISED 101'12/04 Cl - 9 81DNUME, ER 1975 BID PROPOSALS Page 2 of 2 City of Denton, Texas g01 B Texas St Puroheelng Deparlment Dento,e, Texas 78201 ITEM DESCRIPTION QUAN PRICE AMOUNT [ BORE CROSSING AT 1-35E & JAMES WOODS: TxDOT RIGHT 1 $ OF WAY, APPROXIMATELY 300 FT. 20" MINIMUN CASING INSTALL 3 - 6" POLYETHELENE DUCT 3 - 4" POLYETEELENE DUCT 3 - 2 1/2" POLYETHELENE DUCT 2 - MANHOLES TOTALS We quote the above f o b delivered to Denton, Texas Shipment con be made In ~ o days from receipt of order Terms netl30 unless otherwise Indicated In submitting the above bid, the vendor agrees that acceptance of any or elt bid items by the City of Denton, Texas within a reasonable period of time conetltuee a contract The completed Bid Proposal must be properly priced, signed and returned p® %o~ ~ t b ' ~t''*~*~ Certificate of Insurance AN IN%L R ~,N( I I OI I( Y AND DO['~NOT AMI NI) I X II ND OR Al I[ RTI]I £()VI RA( I AI IOKI)[ I)IP~ 1111 IO[ I( This ~s to Certify that [ O,C ER ON CONS 'RUOT,O. COMPANY. ,NC LIBERTY DICKERSON EQUIPMENT COMPANY Name and CELINA READY MiX, INC 4-- address of 1309 NORTH LOUISIANA Insured CELINA TX 75009 __[~ s at he ~ssue date of this certificate insured by the Company under the pohcy0es) hsted below The ~nsurance afforded by the hsted pOllCy(leS)~S sub~ect to all their terms exclusions and cond~bons and ~s not a tared by any requirement, term or condd~on of any contract or other document with respect to wthch this caFdfloate may be issued EXP DATE [] CONTINUOUS TYPE OF POLICY [] EXTENDED POLICY NUMBER LIMIT OF LIABILITY [] POLICY TERM COVERAGE AFFORDED UNDER WC EMPLOYERS LIABILITY W O R K E R S 3/5/97 WC7-191-409705 077 LAW OF THE FOLLOWING STATES Bod~N InlUrY BV Accident COMPENSATION TEXAS $100,000 Each Bodily InluvJ By D~ssase $500,000 Policy Bodily InluvJ By Disease $1 O0 000 Each General Aggregate Other than Producte/Completed Opera~ons GENERAL 2/20~97 YYI-191 409705 017 LIABILITY $2,000 000 Products/completed Operations Aggregate [] OCCURRENCE $2,000,000 D CLAIMS MADE Bod~lv InlurV and Properb/Damaqe Llablh~ Per $1,000,000 Occurrence Personal and Adver~s~ng InJury RETRO DATE $1,000,000 Organization Other Other Each Accident S~ngle Dm~t AUTOMOBILE 9/1/97 AS2 191-409705 036 $1,000,000 BI andPD Combined LIABILITY ~] OWNED Each Person Each Accident or Occur0ence [] NON OWNED [] HIRED Each Accident or Occurrenca O~R 9/1/97 MS2 191 409705 066 HIRED EQUPMENT ENDORSEMENT PER PIECE $300,000 CONTRACTORS EQUIPMENT ~DDITIONAL COMMENTS BID# 1975 ~3ORE CROSSING CITY OF DENTON, ITS OFFICIALb, AGEN] S, EMPLOYEES AND VOLUNTEERS ARE LISTED AS ADDITIONAL INSUREDS AS RESPECTS TO GENERAL AND AUTO LIABILITY, WITH A WAIVER OF SUBROGATION ON WORKERS COMPENSATION I CiTY Of DENTON --1 ..... CEm'IFIC^TE ATTN TED BENAVIDES CHERI LYNN K[EHN HOLDER AUTHORIZED REPRESENTATIVE IRVING, TX BB (972) 550 7899 1/10/97 OFFICE PHONE NUMBER DATE iSSUED FLORIDA IMPORTANT NOTICE TO POLICYHOLDERS AND CERTIFICATE HOLDERS In the event you have any questions or need ~nformatlon about this cerhf, cate for any reason, please contact your local Sales Producer, whose name and telephone number appears on the front lower right hand corner of this certificate ~1 he appropnate local Sales Office mailing address may also be obtained by calhng thls number