Loading...
1997-045 ORDINANCE NO AN ORDINANCE ACCEPTiNG COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of STATE law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number asmgned hereto, are hereby accepted and approved as being the lowest responsible bids BID ~ CONTRACTOR AMOLr/ST 1995 JESKE CONSTRUCTION $144,255 80 ,~ECTION II 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 furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and spemficat~ons, standards, quantlnes and specified sums contained there~n 3_ SRCTION IV That upon acceptance and approval of the above competitive b~ds and the execution of contracts for the pubhc works and ~mpmvements as authorized herein, the City Council hereby anthor~zes the expen&ture of funds ~n the manner and m the amount as spemfied ~n such approved b~ds and authorized contracts executed pursuant thereto SEC. LTiON V That th~s ordinance shall become effective ~mmedmtely upon its passage and approval PASSED AND APPROVED thru the/d''1/'' day of ~ ,1997 ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY 2 DATE FEBRUARY 18, 1997 ~RERORI TO Mayor and Members of the City Council FROM Ted Benavldes, City Manager SUBJECT BID # 1995 - KERLEY STREET CULVERT IMPROVEMENTS RECOMMENDATION: We recommend this bid be awarded to the lowest b~dder, Jeske Construction, in the total amount of $144,255 80 SUMMARY: This bid is for all labor and materials necessary ~n the ~mprovement and constructton of the Kerley Street drmnage culvert B~nkley & Barfield, Inc, Consulting Engineers, developed the specifications for the bid and agree that the price of the low bidder is acceptable Six bid proposals were received in response to fifty nottces to b~d mailed to prospective contractors PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED~ Drainage Department, Utflmes and Citizens of Denton ~n the Kerly Street area FISCAL IMPACT. Budgeted funds for Drmnage, account # 453-020-DRAN-9620-9108 Attachments Tabulation Sheet Memorandum from David Salmon dated January 27,1997 Respectfully submitted Ted Benavldes City Manager Prepared by Name Denise Harpool Title Senior Buyer Name Tom D Shaw, C P M Title Purchasing Agent 829 AGENDA 3 CITY OF DENTON, TEXAS CITY HALL WEST · 221N ELM · DENTON, TEXAS 76201 (817) 566-8200 · DFW METRO 434 2529 MEMORANDUM DATE January 27, 1997 TO Tom Shaw, Purchasmng Agent FROM David Salmon, Engmneerlng Adm~nmstrator SUBJECT Bid #1995, Kerley Street Culvert Bzds were opened on the above mentzoned pro]ect on January 16th, 1997 The low bmdder was Jeske Constructmon with a bid of $144,255 80 The construction plans and bid documents for thms pro3ect were prepared by Bmnkley and Barf meld, Inc , Consultmng Engmneers Themr construction estmmate was $132,850 00 for a difference of $11,405 80 or 8 6% As the next two bidders were very close to the low bidder (DBR Construction at $144,906 96 and Renamssance at $146,792), we feel that the low bid ms a realmstlc prmce Bmnkley and Barfmeld concurs wmth that concluszon as well We have checked references for Jeske Construction and found that they have completed smmmlar work mn Farmers Branch, Colleyvllle and Dallas wzth mlnmmal change orders, tzmely completzon and satmsfactory results We recommend that the bzd for Kerley Street Box Culvert be awarded to Jeske Construction and this mtem be forwarded to Cmty Councml at the earliest possible date Dav~-Salm~n, ~ E D~EE007FE 5 "Dedicated to Quality Serwce CONTRACT AGREEMENT STATE OF TEXAS S COUNTY OF DENTON S THIS AGREEMENT, made and entered into this 18 day of F~RUARY A.D., 19 97 , by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through TED BENAVIDES thereunto duly authorized so to do, hereinafter termed "OWNER," and JESK~ CONSTRUCTION P.O. BOX 59025 D~T~.~Sr TEXAS 75229 of the City of D~T~A$ , County of and State of TEXAS , hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID % 1995 -KERLEYSTI~ET CU~VERTI~PROVEMENTS in the amount of ~144.255.ao and all extra work ~n connection therewith, under the terms as stated in the General Conditions of the agreement; and at h~s (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Not~ce to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, CA - i blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF DENTON ENGINEERING DEPARTMRNT all of which are made a part hereof and collectively evidenc~ and constitute the entire contract. Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit, city shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the city Manager of the City of Denton, Texas, or his designee under this agreement. Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and VeDas This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lze 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, sub]ect 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 prlce or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the partles of these presents have executed this agreement in the year and day first above written. (SEAL) ATTEST: / CONTRACTOR ~, Q Box 59025 Dall~s~ TeE~s 75229 MAILING ADDRESS 972 620 2248 PHONE NUMBER 972 629 9852 TITLE // Steve Jeske, President PRINTED NAME APPROVED AS TO FORM: (SEAL) city Attorney~ AAAO184D Rev. 04/05/96 CA - 3 PERFORMANCE BOND STATE OF TEXAS S COUNTY OF DENTON S KNOW ALL MEN BY THESE PRESENTS: That JESKE CONSTRUCTION Co. , of the City of DALLAS County of D~r.T.~S , and State of TEXAS as PRINCIPAL, and Safeco Insurance Company of America ., aS 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 DENTON as OWNER, in the penal sum of ONE HUND~D FORTY FOUR THOUSAND TWO HUNDRED FIFTY FIVE and 80/100 .............. Dollars ($ 144r255.80 ) 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 18 day of FEBRUARY , 19 97, for the construction of BID # 1995 -KERLEY STREET CULVERT IMPROVEMENTS 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 faithfully perform said Contract and shall in all 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 said 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 amended), 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 be 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 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 contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 18th day of February , 19 97 Jeske Construction Co. Safeco Insurance Company of America P~inclpal Surety Title Steve Je~ke, President Title~ TrUly Tucker, Attorney-in-Fact Address: P 0 Box 59025 Address: P 0 Box 2285 Dallas, TX 75229 Ft Worth, TX 76113 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: Tucker Agency, Inc. 206 E 8th St #210 Ft Worth, TX 76102 NOTE: Date of Bond must not be prior to date of Contract. AAAO184D Rev. 04/05/96 PB - 2 PAYMENT BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That JESKE CONSTRUCTION Co of the City of D~T.T.~ County of D~T.T.~S , and the State of T~%~F~ , as principal, and Safeco Insurance Company of America authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto CITY OF DENTON , OWNER, in the penal sum of FIVE and 80/10~ ONE HUNDRED FORTY FOUR THOUSAND TWO HUNDRED Fl~rx Dollars ($ 144t255-80 ) for the payluent 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 ~ day of 19 97 BID ~ 1995 - KERLEY STREET CULVERT IMPROVEMENTS 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 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 amended), 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 - 3 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 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 ter~s 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 18th day of February 19 97 . Jeske Construction Co. Safeco Insurance Company of America Principal Surety Title Steve Je~e, ;resident Title Tra~y Tucker, AttLrney-in-Fact Address.' P 0 Box 59025 Address: P 0 Box 2285 Dallas, TX 75229 Ft Worth, TX 76113 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: Tucker Agency, Inc 206 E 8th St #210 Ft Worth, TX 76102 AAA0184D Rev. 04/05/96 PB - 4 MAINTENANCE BOND THE STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS .' That j~..~w~, coN~nc~rnN Co. as Principal, and Safeco Insurance Company of America a corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, a Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas, the sum of FOURTEEN THOUSAND FOUR ~UND~ED TWENT~ FIVE and 58/100 Dollars ($ 14,425.58 ), ten (10%) percent of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and assigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said JESKECONSTHUCTION has this day entered into a written contract with the said City of Denton to build and construct BID % 1995 -KERLEYSTREET CULVERT IMPROVEMENTS which contract and the plans and specifications therein mentIoned, adopted by the city of Denton, are filed with the City Secretary of said city and are hereby expressly incorporated herein byreference and made a part hereof as though the same were written and set out in full herein, and; WHEREAS, under the said plans, spec~ficatmons, and contract, it is provided that the Contractor will mamntain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in MB - i accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said JeskeConetructionCo as Contractor and Principal, has caused these presents to be executed by Steve Jeske, President and the said Safeco Insurance Co~an~ of America as surety, has caused these presents to be executed by its Attorney-in-Fact Trac~ Tucker and the said Attorney-in-Fact has hereunto set his hand this 18th day of February , 19 97 SURETY: PRINCIPAL: Safeco Insurance Company of America 3eske Con~ruc~o~ ~ Tracy Tu~orney-in-Fact Steve Jes~/President Attorney-in-Fact AAAO184D Rev. 04/05/96 MB 2 L® POWER SAEECO INSURANCE COMPANY OF AMERICA HOME OFFICE= SAFECO PLAZA OF ATTORNEY SEATTLE WASHINGTON {IStSS Ne 9150 KNOW ALL BY THESE PRESENTS That SAFECO INSURANCE COMPANY OF AMERICA, a WasNng~on co~poration does herebv appoint ......DELBERT TUCKER, TRACY TUCKER, TOBIN TUCKER, W LAi~RENCE BROWN, Fort Worth, Texas""=##""" its true and lawful attorn~(s)-In-fac! with full authority to execute on behalf of the c~npanv fidelity and surety bonds or undertakings and other documents Of a similar character issued by the company in the course of its business and to bind SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as if such Instr~Y~ents had been duly executed by its regularly elected officers at its home office IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents this 3rd day of October 19 g4 CERTIFICATE E~ract fr~ t~ ~-Laws of EAFECO INSURANCE COMPANY OF AMERICA "Article V Section 13 - FI~L~ ~D S~ B~DS t~ President ~ Vice Pre.dent the SecretaW and a~ Aas~stant V~ce attorn~s-ln-fa~ ~ u~ ot~ appr~late titles with ~thorl~ to exec~e ~ beh~f of t~ c~ fidelity and surety bonds and such ~pointment the Ngn~es ~ ~ affixed ~ fan~le On a~ I~r~ent c~ferrl~ s~h a~h~ity ~ ~ a~ bo~ or undertaking of the c~pa~ the seal, ~ a facs~le t~reof, mw be ~essed or affixed or In a~ other man~ re~uced pr~ided ~w~ar that the seal shall not be ~cesasW to t~ vaidiW of a~ ~h I~tr~enf ~ u~ertaking" Extract fr~ a Res~ion of t~ Board of Dir~t~s of ~AFECO INSURANCE CO.ANY OF AMERICA adopled J~y 28, 1970 "On aw certificate exeo~ed ~ the Secret~ ~ ~ assi~t secretaw of the C~pa~ setti~ o~ (i) The ~isions of Article V. Section 13 of the ~-Laws and (ii) A co~ of the power-of-att~ appointment exacted pursuant thereto and (~) Cerlifylng that ~id ~wer-of-att~nw appoln~ent Is In full force and effect the s~gnature of the cartifyl~ officer m~ be ~ facsimile and the seal of the C~pa~ m~ be a facs~le thereof" I R A Pierson Secret~ of ~AFECO INSURANCE COMPANY OF AMERICA, do hare~ certify that the foregoing extracts of the ~-Laws and of a Res~l~ of t~ Board of Oirect~s of this corporation and of a Pow~ of Attorn~ issued pursuant thereto are true and correct a~ that both l~ ~-Laws the Resol~ion ~d t~ Power of Attornw are still in full force a~ effect IN WITNESS WHEREOF~ I h~e ~re~to set ~ hand ~d affixed the facsimile seal of said corporai~ this [8~h , dw of 7eb=ua=y lg 97 .~, ® Reg~steced tra<~emark of SAFECO Corporat.on S-1300/EP 1193 ~ OF W~%~\'~ IjTUCKER AGENCY, INC,~ Bonds and Insurance 206 E Eighth St, Sulfe 210~ Fort Worth, Texas 76102 (817) 336-8520 PRODUCER THIS CERTIFICATE iS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE TUCKER AGENCY INC HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR E O BOX 2285 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW COMPANIES AFFORDING COVERAGE THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS PoLIcY EFFECTIVE POLICY EXPIRATION CO TYPE OF INSURANCE pOLiCY NUMeER LIMITS LTR DATE (MM/DD/YY) DATE (MMIDD/VY) GENERALLIADIMTY GENERALAGGREGATE $ 2 000 000 A X COMMERCIALGENERALLIAEILITY 129625034 09/01/96 09/01/97 PRODUCTS COMPIOPAGG $ 1 000 000 I CLAIMSMASE ~] OCCUR $ 1 00o 00o PERSONAL & ADV INJURY OWNERS&CONTRACTOR'SPROT EACHOCCURRENCE $ 1 000 0CC A X CG2503 PER PROJECT AC-ORS FIREDAMAGE(Anyonefi~e) $ 50 00c MED EXP (Any one pecson) $ 5 00£ AUTOMOBILE LIABILITY -- COMBtNES SINGLE LIMIT S X ANYAUTO 129625020 09/01/96 09/01/97 1 000 00~ __ ALL OWNED AUTOS BOOILY ~NJURY $ SCHEDULES AUTOS (Per person} B X__ HIRED AUTOS SODiLY iN JURY $ B X NON OWNED AUTOS (Per eccldent) -- pROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY EA ACCIDENT EACH ACCIOENT $ AGGREGATE $ EXCESSLIADI[JTY EACH OCCURRENCE $ 2 000 000 D XOTHERUMORELLA PORMTHAN UMBRELLA FORM 1296~5048 09/0:[/96 09/ol/97 AGGREGATE $$ 2 000 000 WC STATU OTH WORKERS COMPENSATION AND X I TORY LIMI'I~ I I ER EMPLOYERS LIABILITY EL EACH ACCIDENT $ 500 000 C THE pROPRIETOR/ ~INCL 129625017 09/01/96 09/0[/07 ELDISEASE POECYLIMIT i$ 500 000 PARTNERS/EXECUTIVE~ I - OFFICERS ARE EXCL ELDISEASE EAEMPLOYEE $ 500 000 OTHER IThis insurance is prima y to any other insurance aw .lable to the additional i~ ~ured with respect to claims I covered under the polic I DESCRIPTION OF O P E RATIO N S/LOCATION S/VE:4ICLE S;'S P EClAL ITEMS RE BID ~1995 KERLEY STREET Cb~L~ERT IHPROVENE~S City of Denton, its officials, agents, employees and volunteers are Additional Insured excluding Workers Compensation Waiver of Subrogation in favor of City of Denton, its officials, agents, employees and volunteers on Workers Comp SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE 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 ,6¢o~D ~s ('fm~) ,,~, ,~ ~,,?, ~ ,,~ ......................................... CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below. It ,e highly recommended that b,dders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance cartlflcatea 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. ail Insurance requirements shall become contractual obligations which the successful bidder shall have a duty to me,ntein throughout the =ourse of this contract STANDARD PROVISIONS: W~thout limiting any of the other obligations or hablhtles of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the C~ty of Denton, Owner, the minimum insurance coverage as indicated hereinafter As soon as practicable after notification of bid award, Contractor shall file w~th the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the prolect Contractor may, upon written request to the Purchasing Department, ask for clartflcatlon of any insurance requirements at any time, however, Contractors are strongly adwsed to make such requests prior to bid opening, since the ~nsurance requirements may not be modified or waived after bid open, lng unless a written exception has been submitted w~th the bid Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All ~nsurance policies proposed or obtained ~n satisfaction of these requirements shall comply with the following general specifications, and shall be maintained ~n comphance with these general specifications throughout the duration of the Contract, or longer, if so noted Each policy shall be issued by a company authonzed to do business in the State of Texas with an A M Best Company rating of at least A. Any deductibles or self-insured retentions shall be declared In the bid proposal If requested by the City, the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the C~ty, ~ts offlmals, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim admlmstratlon and defense expenses AAAO0350 CI - I Insurance Requirements Page 2 Liability policies shall be endorsed to prov,de the following Name as additional insured the City of Denton, ~ts Officials, Agents, Employees and volunteers That such insurance is primary to any other ~nsurance available to the additional insured with respect to claims covered under the policy and that th~s insurance applies separately to each insured against whom claim is made or suit Is brought The inclusion of more than one ~nsured shall not operate to increase the ~nsurer's hmlt of liability All policies shall be endorsed to provide thirty(30) days prior written notme of cancellation, non-renewal or reduction in coverage Should any of the required insurance be provided under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of th~s 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 hmlt prov,dlng for claims investigation or legal defense costs to be ~ncluded in the general annual aggregate limit, the contractor shall etther double the occurrence limits or obtain Owners and Contractors Protective Llab,hty Insurance Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the C~ty receives satisfactory ewdence of reinstated coverage as required by this contract, effective es 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 AA^003B0 CI - 2 Insurance Requirements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All ~nsurance policies proposed or obtained in satisfaction of this Contract shall additionally comply w~th the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, ~f so noted IX! A General Lmbllity Insuranoe: General L, ab~l~ty insurance with combined single limits of not less than $1,000,000 shall be provided and maintained by the contractor The policy shall be written on an occurrence basis either in a single policy or ~n a combination of underlying and umbrella or excess policies If the Commercml General IJabllIW form (ISO Form CG 0001 current edition) ~s used Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual hab~ht¥ covering th~s contract and broad form property damage coverage Coverage B shall include personal ~njury Coverage C, medical payments, ~s not required. If the Comprehensive General IJab~hty form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) Is used, ~t shall include at least Bodily injury and Property Damage Liability for premises, operations, products end 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 Imblhty and broad form property damage liability AAAO0360 Cl ' 3 .~WSED ~0/~ Insurance Requirements Page 4 [X] Automobile Liability Insurance' Contractor shall prov,de Commercial Automobile hablhty insurance with Combined S~ngle L,m,ts (CSL) of not [ess than $500.000 e,ther in a s,ngle pohcy or ~n a combination of basic and umbrella or excess pol,cles The pohcy w,II include bodily injury and property damage habll,ty arising out of the operation, maintenance and use of all automobiles and mobile equ,pment used m conjunction with this contract Satisfaction of the above requirement shall be In the form of a policy endorsement for any auto, or all owned, hired and non-owned autos [X] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation ~nsurance which, In addition to meeting the mln,mum statutory requirements for issuance of such ~nsurance, has Employer's LJablhty hmlts of at least t~100,000 for each accident, $100,000 per each employee, and a $500,000 policy I,mlt for occupational disease The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, ~ts officials, agents, employees and volunteers for any work performed for the City by the Named Insured For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406 096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensation Commission (TWCC) [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all t~mes dur, ng the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily ~nlury . which may arise in the prosecution of the work or contractor's operations under th~s AAAO0350 CI - 4 REVISED 10112/94 Insurance Requirements Page 5 % contract Coverage shall be on an "occurrence" basis, and the pohcy shall be ~ssued by the same ~nsurance company that carnes the contractor's hab~hty insurance Pohcy hm;ts w~ll be at least combined bodily injury and property damage per occurrence with a aggregate [ ] Fire Damage Legal Liability Insurance Coverage ~s reqmred ~f Broad form General Lmb~hty is not prov,ded or ~s unavailable to the contractor or ~f a contractor leases or rents a portmn of a C;ty building Llmtts of not less than each occurrence are required [ ] Professional L;abllity Insurance Profesmonal habthW tnsurance wtth hmtts not less than per claim w~th respect to neghgent acts, errors or omissions in connectton with professmnal servmes ~s requtred under thts Agreement [ ] Bu,lders' Risk Insurance Butlders' Rink Insurance, on an Ali-Risk form for 100% of the completed value shall be provtdsd. Such pohcy shall tnclude as "Named Insured" the C~ty of Denton and all subcontractors as thetr tnterests may appear [ ] Additmnal Insurance Other tnsurance may be requtred on an ~ndlwdual basra for extra hazardous contracts and specific service agreements If such add~ttonal ~nsurance ts requtred for a spectflc contract, that requirement w~ll be descnbed tn the "Spemflc Condtttons" of the contract speclfmattons ^A^O0~O Cl - 5 REVISED 10112/94 Insurance Requirements Page 6 ATTACHMENT 1 [X] Worker's Compensation Coverage for Bu,ldlng or Construction Projects for Governmental Entitles A Defln,tlons Certificate of coverage ("cerbflcate")-A copy of a certificate of ~nsurance, a certlf,cate of authonty to self-insure issued by the commission, or a coverage agreement ('rwcc-81, TVVCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensatmn insurance coverage for the person's or entit¥'s employees providing serv,ces on a project, for the duration of the project Duratmn of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity Persons prowdmg services on the project ("subcontractor" m §406 096) - includes all persons or entltmS performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted d~rectiy w~th the contractor and regardless of whether that person has employees Thts includes, without hmltatmn, independent contractors, subcontractors, leasing companies, motor carriers, owner- operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project "Serwces" include, without I,m~tatmn, prov,ding, hauhng, or dehvermg equ,pment or marshals, or providing labor, transportatmn, or other service related to a project. "Services" does not ,nclude activ,tms unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable to~lets B. The contractor shall prov,de coverage, based on proper repomng of class;flcatmn codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duratmn of the project AAA00350 CI - 6 REVISED 10112/94 Insurance Requirements Page 7 C The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract D If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended E. The contractor shall obtain from each person providing services on a project, and provide to the governmental ent~W (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project, and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project F The contractor shall retain all required certificates of coverage for the duration of the prolect and for one year thereafter G. The contractor shall notify the governmental entity ~n writing by certified or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project H The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be AAA003$0 CI - 7 .EWSED ~0/~ Insurance Requirements Page 8 covered, and stating how a person may verify coverage and report lack of coverage The contractor shall contractually require each person with whom it contracts to provide services on a project, to (1) provide coverage, based on proper reporting of class,flcatlon 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 its employees providing serv,ces on the project, for the duration of the project, (2) provide to the contractor, prIor to that person beglnmng work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing serwces on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom ~t 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 during the durat;on of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, ^^^oo3~o CI - 8 REVISED 10112/94 Insurance Requirements Page 9 (6) notify the governmental entity in writing by certified mall or personal dehvew, within 10 days after the person knew or should have known, of any change that matenally affects the provision of coverage of any person providing services on the project, and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services J. By signing this contract or prowdlng or causing to be prowded 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 w~th 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 penaltms, criminal penalties, civil penalties, or other mvll actions K. The contractor's failure to comply with any of these provisions ~s a breach of contract by the contractor which entitles the governmental entIW 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 AAA00350 Cl - 9 REVISED 10112194 BID SUMMARY ~o~c~ bo~ ~ ~ ~p~ ~d for ~ ~II ~o~t of ~ ~o~t, to ~ proper ~m~h~ w~ ~ ~ ~ ~rov~o~ of ~ ~t. to ~ ~d ~ ~ work r~l compl~uo~ ~d ~c~c~, ~d to ~ p~m~t for ~I l~w~l ~I~ for l~bor ~ffo~ed ~ ~tenals ~sh~ m ~e ~lffi~ent of ~e con~t It ~s ~derstood ~t ~e work propos~ to k do~ s~ll be ac~p~d, when ~lly completed and f~shed m accor~ce w~ ~e pl~ ~d s~fficaUo~, to ~e sausfacuon of ~e Engineer ~c undersigned ce~ffies ~t ~c b~d pn~s con~med m ~s proposal ~ve ~en care~lly checked ~d ~e subdued as co~ect ~d Umt and l~p-s~ prices as shown for each ~tem hsted m ~s propose, s~ll consol over eX~IO~ CONT~CTO~ ~ BY ~o ~ S~t Ad.ess C~ ~d Seal ~ Au~or~t~on Telephone B-1 WORK DAYS 60 BiD NO 1995 KERLEY STREET CULVERT PRO/ECT PO NO BID TABULATION SHEET ITEM' DESCRIPTION ([UANTi'r~' UNIT , UNITPRICE ! TOTAL I I PreparaUon of ROW 1 Umt Price m Words Pvmt Umt Price m Words 3 Remove & Replace Cone 110 Lf $/t~, O~) / $ Curb & 6utter /, Umt Price m Words 4 IRemoveExlstmgCulvert& 1 ILs I$ / IS Wlngwalls 5 8 ~ ~ ,0~ Umt Price m Words 5 [RemoveCo~ ~pRep 1 [Ls I$~'~.O~/ ]$ ~.0~ Umt Price m Words 6 [ Remove & Replace Ex~st 110 Lf $ / $ Umt Price m Words 7 [ Rock Excavation 50 I Cy Umt Price m Words 8 [ Cut & Plug Exist 8" San sewer /, Umt Price m Words 9 [ 4" PVC U~er Dram 2~ [Lf Umt Price m Words 10 Wa~rMam 98 Lf I$flO, OO/ 154,~0g O) Umt Price m Words P-3 WORK DAYS 60 BID NO 1995 KERLEY STR~ItT CULV]tRT PRO/ECT PO NO BID TABULATION SHEET rllgM IIF,,~IUlqlON UNrr UNIT PRICE TOTAL 11 18" RCP Storm Sewer 60 Lf 4'],00/ Umt Pnce m Words 36" Steel Encasement P~pe 81 Lf $ Umt Price m Words ~] o I/us 5' Drop Manhole I Ea $ Umt Price in Words 14 10' Inlet 2 Ea $ Unit Price m Words -/'~o~$a~d d Do I/a~ 15 Crownspan Precast Cone 46 Lf $ / $ Culvert Umt Price m Words 16 CMU & CTB Wmgwall 4 Ea $ Umt Pnce m Words 17 6" Cone Rip Rap 198 Sy $ 4-~,0~1 Umt Price m Words ~v4, It4 ,~o I 1~ s 18 Regrade & Reshape Channel 133 Lf ~ ~'~0e) / $ ~ .,q27 Umt Price m Words 19 Depth Cone 384 Sf $4~ / $ , S dew Umt Price in Words 20 Type T-6 Traffic Rail 64 $~/ $ Umt Price m Words Ouardrafi Turndown 4 Ea $ / $ Section P-4 WORK DAYS 6O BID NO KERLEY STRtltIT CULVERT PROII~CT PO NO BID TABULATION SHEET ITEM DRSCRIFIION UNIT UNIT PRICE ' TOTAL Erosion Control I Ls $ ~ ~,~/ $ 23 Seeding 120 Sy $ ~..b~ / $ Umt Price m Words ~,~ 24 Trench Safety Design I Ls $ ~O0,~ / Umt Pm~ m Words ~ ~ ~., ~ ~, ~//~ ~ 25 Trench Safety 212 Lf ~,0~ / $ Umt Price m Words ~"~e ~)~ 26 Construction S~gn I Ea $ 4~5~.W/ $ P-5