Loading...
1997-111 ORDINANCE NO qq--/I I 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 Caty has sohmted, received and tabulated competat~ve Nds for the constructxon of pubhc works or xmprovements m accordance w~th the procedures of STATE law and City ordanances, and WHEREAS, the Cxty Manager or a designated employee has recmved and recommended that the hereto described Nds are the lowest responsible Nds for the construction of the pubhc works or amprovements described in the bid mwtatxon, bid proposals and plans and specfficatmns thermn, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competxtxve bids for the constructmn ofpubhc works or xmprovements, as described in the "B~d Inwtatxons", "B~d Proposals" or plans and spemficat~ons on file ~n the Office of the Cxty's Purchasing Agent filed accordxng to the bad number assxgned hereto, are hereby accepted and approved as being the lowest responsible Nds BID NUMBER CONTRACIOR AMOI/NT 2009 SABER DEVELOPMENT CORPORATION $122,865 62 SECIiON~I That the acceptance and approval of the above competxt~ve bads shall not constxtute a contract between the Cxty and the person submitting the Nd for construction of such public works or xmprovements hereto accepted and approved, tmtfl such person shall comply w~th all reqmrements specffied xn the Notme to Btdders xnclud~ng the txmely executxon of a written contract and fum~sNng of performance and payment bonds, and xnsurance certfficate after notlficatxon of the award of the Nd SECTION III That the Cxty Manager ~s hereby authorized to execute all necessary written contracts for the performance of the constructxon of the pubhc works or amprovements ~n accordance wxth the Nds accepted and approved here~n, prowded that such contracts are made xn accordance wath the Notxce to B~dders and Bad Proposals, and documents relating thereto speclfyxng the terms, condxt~ons, plans and specfficat~ons, standards, quant~taes and spemfied sums contmned thereto SECTION IM That upon acceptance and approval of the above compet~tlve btds and the executaon of contracts for the pubhc works and improvements as authorized herem, the Caty Council hereby authorizes the expendtture of funds m the manner and in the amount as specffied tn such approved bxds and authorized contracts executed pursuant thereto SECTION V That thts ordinance shall become effective ~mmedtately upon tts passage and approval PASSED AND APPROVED thts the ~ day of ~ ,1997 ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY DATE APRIL 15, 1997 CIIYEO~PORT TO Mayor and Members of the City Council FROM Kathy DuBose, Executive Director of Finance SUBJECT BID # 2009 - LAURELWOOD 8" WATERLINE RECQMMENI~ATION: We recommend this bid be awarded to the low bidder, Saber Development Corp, in the total amount of $122,865 62 SUMMARY.' This bid is for all labor and materials necessary in the replacement of 2,305 linear feet of 8" waterline on Laurelwood from Kayewood to Highway 380, and, 408 hnear feet of 6" waterline on Redwood from Laurelwood to Greenwood These waterlines have had numerous breaks and have reqmred lugh maintenance since 1988 This project is expected to be completed in 30 days Water Engineering found several mathematical errors upon review of Sabers bid as shown on the corrected total of the tabulation sheet Notices to bid were mailed to 70 prospective contractors Bid proposals were received from 6 of those PROGRAMS.. DEPARTMENTS OR GROUPS AI~FECTED~ Water & Sewer Field Service, Water Utility, Water Utility Customers, Citizens in the area FJ3CAL IMPACT. Funds for ttus project are from Capital Improvement Revenue Account #620- 081-0461-R601-9114 AttachmentsTabulation Sheet Location Map PUB Minutes Recommending Approval Respectfully submitted Kath~DuB~e Prepared by Executive Director of Finance Tale Senior Buyer Approved Name Tom D -Shaw, C P M Title Purchasing Agent 858 AGENDA 3 KID # - 2009 r- PUBLIC BID NAME CORP JAGOE CIRCLE C DBR MID STATE LAURELWOOD 8" WATERLINE SABER HENDERSON DEVELOPMENT CONST CONST CONST UTILITIES 2 18 97 OPEN DATg # [_ ~{~-v DEBCtUr-TIO~ WnnO~ VEm~6R - VEN~O/~ VEN~bR w~noa __ TOTAL BID AWARD $122,73608 $137,994 00/ $13422400 $123,60675 $161,77300 CASHIERS CHECK/BOND YES YES YES YES YES YES $122,865 62 LOCATION IVlAP QUAIL <INGSTON TRACE 'rRN::r w u° u Omv[ C HILL ¢ ~ '"u""~ ~LAURELWOOD WATELINES AUDRA TERRY CT 8EVI:RLY DR WAYNE ANYSA LN 5 ~,'r EXHIBIT I CITY OF DENTON PUBLIC UTILITIES BOARD MEETING Match 19, 1997 5 CONSIDER APPROVAL OF BID NO 2009 IN THE AMOUN r OF $122,865 62 FOR CONSTRUCTION OF THE LAURkLWOOD 8" WATERLINE Ms ,Jordan presented th~s item saying staff recommends award of the contract to Saber Development Corporation in the amount of $122,865 62 for the Laurelwood waterhne project cons~stintt of port, om of Redwood and I,c.,aycwood streets Th~ bid does not lncludc asphalt patching and thi~ work will be performed by the EnSmeermg and transportation Department at $2 00 per square font of patch Mr Gicse made a motmn to approve this item Mr ] hompson seconded the nero. All ayes, no nays, motion approved 6 CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this is day of APRIL 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 SABER DEVELOPMENT CORPOI~TION 3230 E. CARPE~TW.R FWY. IRVING, TX 75062 of the City of IR~-/NG , County of DALLAS 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 % 2009 -LAURELWOOD 8#WATEi~LINE in the amount of $122f865.62 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for B~ds), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF DENTON ENGINEERING DEPARTMENT all of which are made a part hereof and collectively evidence and constitute the entire contract. Indenendent 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 ~eason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the tlm~ stated in the Proposal, sub]eot to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA - 2 IN WITNESS WHEREOF, the parties of these presents ha, e executed this agreement in the year and day first above written ATTEST ~}~BER DEVELOPMENT CORPORATION ~ILING ~RESS PHONE ~ER ~ITLE f PRINTED N~E APPROVED AS TO FORM: (SEAL) City Attorney AAA0184D Rev 07/28/94 CA - 3 PERFORMANCE BOND STATE OF TEXAS § BOND NO. BCN 1045218 COUNTY OF DENTON S KNOW ALL MEN BY THESE PRESENTS: That SABER DEVELOPMENT CORPORATION , of the City of IRVING County of D~T.r.~S , and State of TEXAS as PRINCIPAL, and SABER DEVELOPMENT CORPORATION , as SURETY, authorized u~.der the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the TH~ CITY OF DENTON as OWNER, in the penal sum of ONE HUNDRED TWENTY ~ THOUSAND EIGHT ~NINn,~.~ ~TYTY ~TVR. and 62/10Q ..... Dollars ($122r865.62 ) 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 15 day of APRIL , 1997 , for the construction of BID # 2009 -LA~RELWOOD 8#WATERLINE which contract is hereby referred to and made a part hereof as fully and to the same extent as if cop~ed at length herein. NOW, THEREFORE, the oondition of this obligation is such, that if the said prlnclpal 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 th_s bond, venue shall l~e in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteratlon or addition to the terms of the contract, or to the work performed thereunder, or the plans, speclfications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notlce of any such change, extenslon of time, alteration or addition to the tel-ms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have slgne= and sealed this instrument th~s 23RD day of APRIL , 19 97 SABER DEVELOPMENT CORPORATION BITUMINOUS CASUALTY CORPORATION Prln,c~ Surety Title T lo ATTORNEY-IN-FACT Address: P o BOX 540186 Address: 9400 N CENTRAL EXPWY , STE 155f DALLAS, TEXAS 75354-0186 DALLAS, TEXAS 75231 214)691-5721 (SEAL) (SEAL) The name and address of the Resldent Agent of Surety is: SOUTHWEST ASSURANCE GROUP, INC 9400 N CENTRAL EXPWY , STE 1550, DALLAS, TEXAS 75231 NOTE: Date of Bond must not be prior to date of Contract. AAA0184D Rev 07/28/94 PB 2 PAYMENT BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That SABER DEVELOPMENT CORPORATION of the City of IRVING County of D~t,T~S and the State of TEXAS as principal, and SABER DEVELOPMENT CORPORATION 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 , OWNER, in the penal sum of SIk~TY FIVE and 62/100 .... ONE ~NDR~D T~TY TWO TWOU.~--n EIGHT HUNn.~D Dollars ($~) 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 15 day of A~RIL 19 97 BID % 2009 - LA--WOOD 8" WATERT.TN~. 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 cop[ed 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 91ans, 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 ~n day of ~TT. 19 97 SABER DEVELOPMENT CORPORATION BITUMINOUS CASUALTY CORPORATION Principal Surety Address: ~,o. BOX 54018~ Address: 9400 N. CENTRAL E~PWY.. STE 1550 DALLAS. TE~A~ 75354-0186 ~LLAS. 214)69]-572] (SF_.AL) (SEAL) The name and address of the Resident Agent of Surety ~s: SOUTHWEST ASSURANCE GROUP~ INC 9400 N CENTRAL EXPWY , SUITE 1550, DALLAS, TEXAS 75231 AAA0184D Rev 07/28/94 PB - 4 MAINTENANCE BOND THE STATE OF TEXAS COUNTY OF DENTON ENOW ALL MEN BY THESE PRESENTS: That SABER DEVELOPMENT COPaPORATION as Principal, and BITUMINOUS CASUALTY CORPORATION 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 TP;ELVE THOUSAND TWO HUNDI~ED EIGHTY SIX and 56/100 ..... Dollars ($_~), ten (10%) percent of the total amount of the contract for the payment of which sum sald principal and surety do hereby bind themselves, their successors and assigns, Jointly and severally. This obligation is conditioned, however, that: WHEREAS, said SABER DEVELOPMENT CORPORATION has thls day entered into a written contract with the said City of Denton to build and construct BID ~ 2009 -LAURELWOOD 8" WATEI~LINE which contract and the plans and specifications therezn mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporated here~nbyreference and made a part hereof as though the same were written and set out in full herein, and; WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain 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 bysaid 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 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 ter~s and provisions of said contrac~ and this bond. NOW, THEREFORE, if the said Contractor shall perform agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said oontrac: 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 successave recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of thls bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout sa~d 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 SABER DEVELOPMUNT CORPORATION as Contractor and Principal, has caused these presents to be executed by and the said B~TUMINOt~ CASUALTY CORPORATION as surety, has caused these presents to be executed by 1ts Attorney-in-Fact REBECCA S. TRACKER and the said Attorney-in-Fact has hereunto set hls hand this 23RD day of APRIL , 1997 SURETY: PRINCIPAL. BIT~NOUS CASUALTY CORPORATION SABER DEVELOPMENT C~RPORATION ATTORNEY-IN-FACT AttOrney-in-Fact AAA0184D Rev 07/28/94 MB - 2 CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention ,s directed to the ,nsurance requ,rements below It ,s h,ghly recommended that b,dders confer with their respect,ve ~nsurance carriers or brokers to determ,ne In advance of Bid subm,ss,on the avadab,l,ty of insurance cert,flcates and endorsements as prescribed and prov,ded herein If an apparent Iow b,dder fa,Is to comply str,ctly with the ,nsurance requ,rements, that bidder may be dlsquahfled from award of the contract Upon bid award, all insurance requ,rements shall become contractual obhgat~ons which the successful b,dder shall have a duty to maintain throughout the course of this contract STANDARD PROVISIONS: Without I~mlt~ng any of the other obhgatlons or hablhtles of the Contractor, the Contractor shall prowde and maintain untd the contracted work has been completed and accepted by the C~ty of Denton, Owner, the mm~mum insurance coverage as ~ndmated hereinafter As soon as practicable after notification of b~d award, Contractor shall file w~th the Purchasing Department satisfactory certificates of insurance, containing the b~d number and t~tle of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any ~nsurance requirements at any t~me, however, Contractors are strongly adv.sed to make such requests prior to b~d opening, since the insurance requirements may not be modified or waived after b~d opemng unless a written exception has been submitted w~th the b~d Contractor shall not commence any work or del,ver any material untd he or she recmves not~flcation that the contract has been accepted, approved, and s,gned by the City of Denton All ~nsurance pohc~es proposed or obtained ~n satisfaction of these requirements shall comply w~th the following general specifications, and shall be maintained ~n comphance w~th these general specifications throughout the duration of the Contract, or longer, ,f so noted · Each pohcy shall be ~ssued by a company authonzed to do business ~n the State of Texas w~th an A M Best Company rating of at least A · Any deductibles or self-~nsured retentions shall be declared ~n the b~d proposal If requested by the C~ty, the ~nsurer shall reduce or ehm~nate such deductibles or self-insured retentions w~th respect to the C~ty, ~ts AAA00350 REVISED 10112/94 Gl - 1 Insurance Requirements Page 2 officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related ~nvest~gations, claim adm~mstrat~on and defense expenses · L~ab~hty pohcles shall be endorsed to prowde the following ®· Name as additional ~nsured the C~ty of Denton, ~ts Officials, Agents, Employees and volunteers e· That such Insurance ~s prlmaryto any other insurance avadable to the additional insured w~th respect to claims covered under the pohcy and that th~s insurance applies separately to each ~nsured against whom claim ~s made or su~t ~s brought The ~nclus~on of more than one ~nsured shall not operate to increase the ~nsurer's hm~t of habd~ty · All pohc~es shall be endorsed to prowde thirty(30) days prior written not~ce of cancellation, non-renewal or reduction ~n coverage · Should any of the required ~nsurance be prowded under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of th~s contract and, w~thout lapse, for a per~od of three years beyond the contract expiration, such that occurrences arising during the contract term which gwe r~se to claims made after expiration of the contract shall be covered · Should any of the required ~nsurance be prowded under a form of coverage that includes a general annual aggregate hm~t providing for claims ~nvest~gat~on or legal defense costs to be ~ncluded m the general annual aggregate hm~t, the contractor shall e~ther double the occurrence hm~ts or obtain Owners and Contractors Protectwe L~abd~ty Insurance · Should any required insurance lapse during the contract term, requests for payments ongmat~ng after such lapse shall not be processed untd the C~ty receives satisfactory ewdence of reinstated coverage as required by th~s contract, effective as of the lapse date If insurance ~s not reinstated, C~ty may, at ~ts sole option, terminate th~s agreement effective on the date of the lapse AAA00350 REVISED 10/12194 Gl - 2 Insurance Requirements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All ~nsurance polic~es proposed or obtained m satisfaction of th~s Contract shall additionally comply w~th the following marked specifications, and shall be maintained ~n comphance w~th these add~tional specifications throughout the duration of the Contract, or longer, ~f so noted [X] A General L~abll,ty Insurance. General L~ab~hty ~nsurance w~th combined single hm~ts of not Iess than 1,000.000 shall be prowded and maintained by the contractor The pohcy shall be written on an occurrence bas~s e~ther ~n a s~ngle pohcy or ~n a combination of underlying and umbrella or excess pohc~es If the Commercial General L~ab~hty form (ISO Form CG 0001 current edition) ~s used · Coverage A shall ~nclude premises, operations, products, and completed operations, ~ndependent contractors, contractual hab~hty covering this contract and broad form property damage coverage · Coverage B shall ,nclude personal ~njury · Coverage C, medical payments, ~s not required If the Comprehensive General L[ab~hty form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) ~s used, ~t shall ~nclude at least · Bodily ~njury and Property Damage L~ab~hty for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures · Broad form contractual I~ab~hty (preferably by endorsement) covering this contract, personal injury hab~hty and broad form property damage hab~hty AAAO0350 REVISED 10112/94 CI - 3 Insurance Requirements Page 4 [X] Automobde L,ab,l,ty Insurance Contractor shall prowde Commercial Automobde L~abd~ty insurance w~th Combined Single L~m~ts (CSL) of not less than ~.,000,000 e~ther ~n a single pohcy or ~n a combination of basic and umbrella or excess pohc~es The pohcy wdl include boddy ~nlury and property damage habd~ty arising out of the operation, maintenance and use of all automobdes and mobde equipment used ~n conjunction w~th th~s contract Satisfaction of the above requirement shall be ~n the form of a pohcy endorsement for · any auto, or · all owned, h~red and non-owned autos IX] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, ~n addition to meeting the m~mmum statutory requirements for ~ssuance of such ~nsurance, has Employer's L~abd~ty hm~ts of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 pohcy I~mlt for occupational d~sease The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the C~ty, ~ts officials, agents, employees and volunteers for any work performed for the City by the Named Insured For budding or construction projects, the Contractor shall comply w~th the prowslons 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 L~abd,ty Insurance The Contractor shall obtain, pay for and maintain at all t~mes during the prosecution of the work under th~s contract, an Owner's and Contractor's Protective L~abd~ty ~nsurance pohcy naming the C~ty as ~nsured for property damage and boddy ~njury which may ar~se ~n the prosecution of the work or contractor's operations under th~s contract Coverage shall be on an AAA00350 I 4 REVISED 10112194 ~' Insurance Requirements Page 5 "occurrence" bas~s, and the pohcy shall be ~ssued by the same ~nsurance company that carnes the contractor's I~ab~hty ~nsurance Pohcy I~m~ts w~ll be at least combined bodily injury and property damage per occurrence w~th a aggregate [ ] F,re Damage Legal L,abll,ty Insurance Coverage ~s required ~f Broad form General L~ab~ht,/ ~s not prowded or ~s unavailable to the contractor or ;f a contractor leases or rents a port,on of a C~ty building L~m;ts of not less than each occurrence are required [ ] Professional Llablhty Insurance Professional I~ab~l~ty insurance w~th I~m~ts not less than per claim with respect to neghgent acts, errors or omissions ~n connection w~th professional serwces ~s required under th~s Agreement [ ] Builders' R~sk Insurance Builders' R~sk Insurance, on an AlI-R~sk form for 100% of the completed vatue shall be prowded Such policy shall ~nclude as "Named Insured" the C~ty of Denton and all subcontractors as their interests may appear [ ] Additional Insurance Other insurance may be required on an ~nd~v~dual basis for extra hazardous contracts and specific serwce agreements If such additional insurance ~s required for a specific contract, that requirement w~ll be descnbed m the "Specific Conditions" of the contract specifications AAA00350 REVISED 10/12/94 CI - 5 Insurance Requirements Page 6 ATTACHMENT 1 [X] Worker's Compensation Coverage for Building or Construction ProJects for Governmental Ent~tles A Deflmtmns Certificate of coverage ("cert~flcate")-A copy of a certificate of ~nsurance, a certificate of authority to self-~nsure ~ssued by the commission, or a coverage agreement (TWCC-81, TWCC-82, 'rwcc-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or ent~ty's employees prowdmg serwces on a project, for the duration of the project Duration of the project - includes the t~me from the beginning of the work on the project untd the contractor's/person's work on the project has been completed and accepted by the governmental entity Persons prowdlng serwces on the project ("subcontractor" ~n §406 096) - ~ncludes all persons or ent~tms performing all or part of the serwces 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 Thru includes, w~thout hm~tat~on, ~ndependent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any ent~W which furmshes persons to prowde serwces on the project "Serwces" ~nclude, w~thout hm~tat~on, prowdmg, hauhng, or dehver~ng equipment or materials, or prowdmg labor, transportation, or other serwce related to a project "Services" does not ~nclude act~wt~es unrelated to the project, such as food/beverage vendors, office supply dehverles, and dehvery of portabl(~ todets B The contractor shall prowde coverage, based on proper reporting of classification codes and payroll amounts and fihng of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011 (44) for all employees of the contractor prowd~ng services on the project, for the duration of the project AAAO0350 REVISED 10112/i~4 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 dunng 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 prowdmg serwces on a project, and prowde to the governmental entity (1) a certificate of coverage, prior to that person beg~nmng work on the project, so the governmental entity wdl have on file certificates of coverage showing coverage for all persons prowd~ng serwces on the project, and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, ~f the coverage period shown on the current certificate of coverage ends dunng 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 not~fy the governmental entity ~n writing by certified mad or personal delivery, w~thm 10 days after the contractor knew or should have known, of any change that materially affects the prows~on of coverage of any person prowdmg serwces 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' Compensation Commission, ~nformmg all persons prowdmg serwces on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage AAA00350 REVISED 10/12194 Cl - 7 Insurance Requirements Page 8 The contractor shall contractually require each person with whom ~t contracts to prowde services on a project, to (1) provide coverage, based on proper reporting of classification codes and payroll amounts and flhng of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011 (44) for all of ~ts employees prowdmg services on the project, for the duration of the project, (2) prowde to the contractor, prior to that person beg~nmng work on the project, a certificate of coverage showing that coverage ~s being prowded for all employees of the person prowdmg serwces on the project, for the duration of the project, (3) prowdethe contractor, pnorto the end of the coverage per~od, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project, (4) obtain from each other person with whom it contracts, and provide to the contractor (a) a certificate of coverage, prior to the other person beginning work on the project, and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage penod shown on the current certificate of coverage ends dunng the duration of the project, (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) not~fy the governmental entity m writing by certified mad or personal dehvery, within 10 days after the person knew or should have known, of any change that materially affects the prowslon of coverage of any person prowdmg services on the project, and AAA00350 1 REVISED 10112194 ~ - O Insurance Requirements Page 9 (7) contractually require each person w~th whom ~t contracts, to perform as required by paragraphs (1) - (7), w~th the certificates of coverage to be provided to the person for whom they are prowdmg serwces J By s~gmng th~s contract or prowdlng or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who w~ll prowde serwces on the project wdl be covered by workers' compensation coverage for the duration of the project, that the coverage wdl be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements wdl be filed with the appropriate insurance carrier or, m the case of a self-~nsured, w~th the commission's D~vls~on of Self-Insurance Regulation Prowd~ng false or m~slead~ng ~nformat~on may subject the contractor to administrative penalties, criminal penalties, ClVI~ penalties, or other clwl actions K The contractor's fadure to comply w~th any of these provisions ~s a breach of contract by the contractor which ent~tles the governmental entity to declare the contract void ~f the contractor does not remedy the breach w~thm ten days after receipt of not~ce of breach from the governmental entity AAAOO3§0 REVISED 10112/94 Gl - 9 WORK DAYS 30 BID NO 2009 Laurelwood 8" Waterline PO NO BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 1 21 Contractors Warranues and -- LS $/~ $/~ Understandings , Umt Price m Words ~';~,/JT~ o ~ Uc 2 12-A 6" Waterline 426 LF $ .2 ~, /LF Umt Price tn Words /Z'~,/ r~ ~/}~,~.~ 2 12-B 8" Waterline 2,305 $ ~g'X~/LF Umt Price In Words 7~,'-~/ J*~fi' Y ~ 2 12 8 Ductile Iron Fittings 875 LB /LB Umt Price In Words ~-~ ~ ~. ~ ~,)~ <f )//~ .~ 2 13 1 6" Gate Valve 2 EA ] $ $ ~Oo Umt Price in Words ~7-,/ff-c. ~/~0/£~/ ~ C~ 2 13 2 8" (]ate Valve 1 EA $ $ 2 14 F,re Hydrant ~ EA 2 16-A Water Servme (Pubhc) 32 EA $ $ Umt Pr,ce in Words ,7'~ o ~d.~q/ /r/r,~ /e ~ 2 16-B Water Servme 1 1/2" 1 EA $ $ Umt Price in Words ~r%. G/),/~ 2 16-C Water Service 2" 2 EA $ unit Pr,ce ,n Words ,,~, ,,(,,,,/,¥ ~ ~ f/o> 3 1 Preparauon of R,ght-of-Way -- LS .fo ~'/LS $ Umt Pr,ce ,n Words /C7/t/e. i, ,,¢'1~/' d/-"/fg'-r ~ 3 12 [ Temporary Eros,on Control -- LS $ q o O~LS $ Pr,ce ,n Words P-3 WORK DAYS 30 BID NO 2009 Laurelwood 8" Wateflme (con['0) PO NO BID TABULATION SHEET ITEM DI~qCRIPTION QUANTITY UNIT PRICE TOTAL 3-A Remove Concrete Pavement 5 $ .2, Umt Price an Words Umt Price m Words /~=0 Umt ~ce in Words SP-2 I Concrete Saw Cut 16 Umt Price m Words Umt Price in Words SP-37 Excavatmn Protection 275 $ ~' /LF $ Umt Price in Words SP-39 Project S~gm 2 EA $ ~0 ~ /EA Umt Price ~n Words SP-40 Cut and Plug Existing Wamr 4 EA $ Line SP-42 Remove Valve S~ck Umt Price ~n Words ~,~ P-4 WORK DAYS 30 BID NO 2009 Laurelwood 8" Waterhne (coot'd) PO NO BID TABULATION SHEET Umt Price ~n Words SP-44 [RemoveFlreHydrant 4 [EA J$ .~.oo~'/EA[$ Umt Price m Words SP-46 M~s¢ SpnnklerSystem -- LS ]$ 2, o~<'/LS $~OO'"~ Adjustment Total Price in Words Ob¢ P-5 BID SUMMARY In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract. It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer. The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. Unit and lump-sum prices as shown for each Item listed In this proposal, shall control over extensions. coNTRACTOR ~// ~ Street ~ddress C~ty and State Seal & Authorization ~7 (If a Corporation) -/~P'~'g~V'''7~O~-.~u'*-j-'- _ Tele B - 1 PRODUCER Employers General Insurance Group, Inc THIS CERTIFICATE IS ISSUED AS A MATFER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 690 E Lamar Blvd HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Ste 580 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Arlington TX 76011 COMPANIES AFFORDINQ COVERAGE COMPANY Old Republic Insurance Company A INSURED Saber Development Corporation COMPANY Old Republic Lloyds of Texas P 0 Box 540186 B Dallas TX 75354 COMPANY C COMPANY D t~ERAG~E$ .... ~ ~'~.~.~'~ -~L°-~'~%~',~:¢'~''~¢ ~- ' '~' ~~' ...................... ~ ~ ~ ~ ~ o '~>< ~o 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 CO TYPE OF INSURANCE POLICY NUMBER UMIT8 LTR DATE (MM/DD/YY) DATE (MM/DDJYY) B GENERAL LIABILITY GENERAL AGGREGATE $ 2~000,000 X COMMERCIALGENERALLIABILI~ PRODUCTS COMP/OPAGG $ 2,000,000 -- --1 CLAIMS MADE ~ OCCUR TCP-4462814 7/28/96 7/28/97 PERSONAL & ADV INJURY $ 1,000,000 OWNER S & CONTRACTOR S pROT EACH OCCURRENCE $ l~000~000 ~ CG 2503 ~s tncluded FIREDAMAGE(Anyoneflre) $ 50,000 MED ED(P (Any one person) $ 5,000 B AU~TOMOBILE LIABILII~F COMBINED SINGLE UMIT X ANY AUTO 1,800 ! 000 X SCHEDULED AUTOS BAA-4423199 7/28/96 7/28/97 (Per person) THEPROPRIETOR,/PARTNERS/EXECUTiVE ~ iNCL DIRF-ASE POUCYLIMIT $$ 500,000 ~i~c~'f~qo~O~ ~"~' '"~'%~ ';';'; i,< ;"';~"~;~ ~'"",~']."'~;< ~'"' ~' ';~'~rq~t~L~ti~~'''~' ' ;~' "'", ~"~,~ '~ , ............ ,