Loading...
1997-166 ORDINANCE NO ~ ~ {w ~ 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 w~th the procedures of STATE law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the hereto described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bad proposals and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION l That the follovang competitive bids for the construction of public works or improvements, as described in the "Bid Invltataons", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID NI JMBER COIXITRACTDR AMOUNT 2048 SABER DEVELOPMENT CORPORATION $162,281 50 SF~I[O/5!_[I 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 in the Notace to Bidders including the timely execution of a written contract and furmshlng of performance and payment bonds, and insurance cemficate after notification of the award of the b~d SECTION Ill 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 bads accepted and approved herein, provided that such contracts are made in accordance vath the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, con&tlons, plans and specifications, standards, quantities and specified sums contained therein SECTION IV That upon acceptance and approval of the above competitive b~ds and the execution of contracts for the public works and ~mprovements as authorized hereto, the C~ty Council hereby authorizes the expenditure of funds in the manner and ~n the mount as spemfied m such approved bids and authorized contracts executed pursuant thereto ~ That th~s ordinance shall become effective ~mme&ately upon ~ts passage and approval PASSED AND APPROVED this the I"'] +kday of ~-"'~_ _,1997 ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY DATE JUNE 17, 1997 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Kathy DuBose, Executive Director of Finance SUBJECT BID # 2048 - BOYD STREET 6" AND MCKINNEY STREET 8" WATERLINE REPLACEMENTS RECOMMENDATION: We recommend th~s bid be awarded to the low bidder, Saber Development, ~n the mount of $162,281 50 SUMMARY. Tlus bid ~s for all labor and materials necessary in the replacement of 2,455 feet of waterhnes in the Boyd Street area and 424 feet of waterhnes at MeKmney Street These waterhnes are ~n poor eondmon and are too small to serve the residents adequately Notices to bid were totaled to sixty-rune vendors with responses received from three PROGRAMS: DEPARTMENTS OR GROUPS AFFECTED. Water Field Servmes, Water Utility, Cmzens of Denton FISCAL IMPACT. Budgeted funds for C I P waterhne replacemem account number 620-081-0461-9114 Attachments Tabulation Sheet Memorandum from David Salmon dated 05/28/97 Minutes from Pubhc Utility Board dated 05/19/97 Respectfully submitted Kath3XDuBol~ Executive DiYector of Finance Prepared by T~tle Senior Buyer Approved Name Tom D Shaw, C Title Purchasing Agent 884 AGENDA BID # 2048 BID NAME BOYD & MCKINNEY ST SABER JAGOE DICKERSON WATERLINE REPLACEMENTS DEVELOPMENT PUBLIC CONSTRUCTION OPEN DATE MAY 1S, 1997 1{ LS BOYD ST 6" WATERLINE $141,800 $0 $156,453 00 REPLACEMENT $128,666 $0 _ 2 LS MCKINNEY ST 8" WATERLINE I REPLACEMENT $33,522 00 $52,$05 50 ___-$33,249 00 CORRECTED TO $162,281 BOND' YES YES YES CITY OF DENTON, TEXAS ClTY HALL WEST · 221 N ELM · DENTON, TEXAS 76201 (817) 566 8200 · DEW METRO 434 2529 MEMORANDUM DATE May 28, 1997 TO Gerald Cosgrove, P E Engineer Admtmstrator FROM David Salmon, P E Engineer Administrator SUBJECT Boyd Street and McKlnney Street Waterhnes Bids were opened on the above mentioned project on May 15th, 1997 Saber Development Corporation was the apparent low b~dder w~th a bid of $162,191 50 Upon review of the btds, a minor error was found in Sabers btd bringing tt up to $162,281 50 Our estmaate for this project was $178,674 00 The difference ~s relatively tns~gnlflcant We checked references on Saber prior to awarding the bids for Laurelwood Waterline and found that they have completed similar projects for the clttes of Hurst and Dallas wtth satisfactory results and few constructton problems Laurelwood ts too early tn the process to consider personal experience I recommend that the Boyd Street and McKlnney Street water hnes be awarded to Saber Development Corporation 5 "Dedicated to Qualtty Serwce" FROH~ DEHTOH UTIL ~DH! F~X NO ~ 817~66e12~ 06-0~-97 09m20~ P 02 CITY OF DENTON PUBLIC UTILITIES BOARD MEETINO MINUTES EXCI~RPI May 19 1997 10 CONSIDER APPROVAL O1" BID NO 2048 IN THE AMOUNT OF $162,281 50 FOR CONSTRUCTION OF BOYD STREET 6" AND MCKINNEY STREET 8" WATERLINE Ms, Jordan presented tins lt~ra She ,a~d that Saber Development Corp, was tha lowest qualified bidder, bidding $162,2gl 50 to replace the water [me~ m the Boyd Street area which er~ m poor condition and inadequate m size Our records show high maintenance ~ctlwtles for field service crews Replacing these waterhnes will provide a quahty water system to the residents m th~s area with no Interruptmn There are several serv~.e line,, that cross East McKmney (FM 426) On= of ~he lines ~s lealm'~ so bad, that the road subsided The State wall not allow us to replace the hne We mu~t extend a walerlme across the stre~ and relocate the services Mr Oiese rome a morton to approve b~d as presented Mr Thompson seconded the motion The bid was approved as presented CONTI~CT AGKEEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this 17 day of ~ A.D., 19 97, by and between CITY OF DENTON of the County of DENTON and State of Texas, actlng through .,'~u BENAVIDES thereunto duly authorized so to do, hereinafter termed "OWNER," and SABER DEVELOPMENT CORPORATION BOX 540186 DA?.T.aS, TX 75354 of the City of D~T~.~S , County of and State of T~mAS , hereinafter termed "CONTRACTOR." WITNESSETN: 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 s~eclfled below: BID ~ 7048 -BOYDSTi~EET 6"ANDMC~INNEYSTREET 8" WATERLINE REPLACEMR~TS in the amount of $162r281.50 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and eMpense 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 Notlce 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, blueprints, and otherdrawlngs and printed or wrltten explanatory matter thereof, and the Speclfioatlons therefore, as prepared by: CITY OF DENTON ENGINE~I~ING DEPAR~/~N~ all of which are made a part hereof and collectively evidence 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. C~ty 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 directlon of the City Manager of the Clty of Denton, Texas, or his designee under th~s agreement. Indemnification Contractor shall and does hereby agree to lndemnlfy 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 thlrd persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, lnvltees, and other persons for whom it is legally liable, with regard to the performance of thls 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 wlthln the time stated in the Proposal, subject to such extensions of t~me 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 thas 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 have executed this agreement in the year and day first above written OWNER (SEAL) ATTEST: PH6NE N~BER PRINTED APPROVED AS TO F~: (SEAL) AAA0184D Rev. 07/28/94 CA - 3 THE STATE OF TEXAS ' ' BOND NO. BC~1045245 COUNTY OF DENTON ' KNOW ALL MEN BY THESE PRESENTS That SABER DEVELOPMENT CORPORATION, whose address is BOX 540186, DALLAS, TEXAS 75354, hereinafter called Principal, and ~n~ Q~VRT.OPN~NT CORPORATION a corporation organized and existing under the laws of the State of TEXAS, and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of ONE HUNDRED SIXTY TWO THOUSAND TWO HUNDRED EIGHTY ONE and 50/100 DOLLARS ($162,281.50) plus 10 percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages arising out of or con- nected with the below identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond TEE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 97-166, with the City of Denton, the Owner, dated the 17 day of JUNE A.D 1997, a copy of which is hereto attached and made a part hereof, for B~D # 2048 - BOYD STREET 6" AND MCKINNEY STREET 8" WATERLINE NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived, and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by the Owner, and, if the Principal shall fully indemnify and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligation shall be void, otherwise, it shall remain in full force and effect PERFORMANCE BOND - Page 1 PROVIDED FURTHER, that ~f any legal action be f~led upon th~s Bond, exclusive venue shall l~e in Denton County, State of Texas AND PROVIDED FURTHER, that the sald Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc , accompanying the same, shall ~n anywise affect ~ts obllgat~on on this Bond, and ~t does hereby waive notice of any such change, extension of t~me, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc This Bond ~s g~ven pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas The undersigned and des~9~nated agent ~s hereby designated by the Surety here~n as the Resident Agent ~n Denton County to whom any requisite notzces may be delivered and on whom service of process may be had ~n matters ar~s~n~ out of such suretyship, as provlded by Article 7 19-1 of the Insurance Code, Vernon's Annotated C~v~l Statutes of the State of Texas IN WITNESS WHEREOF, th~s ~nstrument ~s executed ~n FOUR coples, each one of which shall be deemed an original, this the 17TH day of JUNE , 19 97 ATTEST PRINCIPAL SECRETARY ~SIDENT ROBERT E FARROW ATTEST SURETY REBECCA S THACKER The Resident Agent of the Surety ~n Denton County, Texas for dellvery of notmce and service of the process ~s NAME SOUTHWEST ASSURANCE GROUP, INC STREET ADDRESS 9400 N CENTRAL EXPWY , STE 1550, DALLAS, TEXAS 75231 (NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, g~ve a penason~Ls name ) BID # 2048 PERFORM/~qCE BOND - Page 2 THE STATE OF TEXAS ' COUNTY OF DENTON ' BOND MO. BCN 1045245 KNOW ALL MEN BY THESE PRESENTS That SABER DEVELOPMENT CORPORATION, whose address is BOX 540186, DALLAS, TEXAS 75354, hereinafter called Principal, and BITUMINOUS CASUALTY CORPORATION, a corporation organized and existing under the laws of the State of ILLINOIS , and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound u~to the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to, in the penal sum of ONE HUNDRED SIXTY TWO THOUSAND ~O HUNDRED EIGHTY ONE and 50/100 DOLLARS ($162,281 50) in lawful money of the Un,ted States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, Jointly and severally, f~rmly by these presents This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 97-166, with the City of Denton, the Owner, dated the 17 day of JUNE, A D 1997, a copy of which is hereto attached and made a part hereof, for BID % 2048 - BOYD STREET 6" AND MCKINNEY STREET 8" WATERLINE NOW, THEREFORE, if the Principal shall well, truly and faithfully perform 1ts duties and make prompt payment to all persons, f~rms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void, otherwise · t shall remain in full force and effect PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie in Denton County, Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stIpulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work performed thereunder, or to the Plans, Specifications, Drawings, etc , accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc PAYMENT BOND - Page 1 This Bond Ks gmven pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applmcable statutes of the State of Texas The undersigned and desmgnated agent Ks hereby desmgnated by the Surety herein as the Resident Agent mn Denton County to whom any requmsmte notices may be delivered and on whom servmce of process may be had mn matters arlsmng out of such suretyshmp, as provmded by Artmcle 7 19-1 of the Insurance Code, Vernon's Annotated Cmvml Statutes of the State of Texas IN WITNESS WHEREOF, this 1nstrument zs executed mn FOUR cop~es, each one of whmch shall be deemed an ormgznal, thms the 17TH day of JUN~ , 19 97 ATTEST PRINCIPAL SABER DEVELOPMENT CORPORATION SECRETARY ~ ' RO~; E 'pA~R;~ ATTEST SURETY ~IT[]MINO~S CASUALTY CORPORATION The Resmdent Agent of the Surety mn Denton County, Texas for deliver~ of notmce and servmce of the process ms NAME SOUTHWEST ASSURANCE GROUP, INC STREET ADDRESS 9400 N CENTRAL EXPWY , STE 1550, DALLAS, TEXAS 72531 (NOTE Date of Payment Bond must be date of Contract If Resmdent Agent Ks not a corporatmon, gmve a para~zlLs name ) BID # 2048 PAYMENT BOND - Page 2 CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS B,dder's attention is directed to the insurance requirements below It ts 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 fails to comply strictly with the Insurance requirements, that bidder may be disqualified from award of the contract. Upon bid award, all insurance requ,rements shall become contractual obligations which the successful bidder shall have a duty to ma,ntaln throughout the course of this contract STANDARD PROVISIONS: W~thout hmltmg any of the other obhgatlons or hablht~es 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 mdmated hermnafter As soon as practicable after notification of b~d award, Contractor shall file w~th the Purchasing Department satisfactory certificates of ~nsurance, containing the b~d number and title of the project Contractor may, upon wntten request to the Purchasing Department, ask for clarification of any insurance requirements at any t~me, however, Contractors are strongly adwsed to make such requests pnor to b~d opemng, since the ~nsurance requirements may not be modified or waived after b~d opening unless a written exception has been submitted w~th the b~d 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 pohc~es proposed or obtained in 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, if so noted · Each pohcy shall be ~ssued by a company authorized to do business m the State of Texas vv~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 City, the insurer shall reduce or ehmmate such deductibles or self-~nsured retentions w~th respect to the C~ty, ~ts AAA00350 REVISED 10/12/94 C] ' 1 Insurance Requirements Page 2 officials, agents, employees and volunteers, or, the contractor shall procure 8 bond guaranteeing payment of losses and related ~nvest~gat~ons, claim administration and defense expenses · Liability pohcles shall be endorsed to prowde the following · · Name as additional ~nsured the C~ty of Denton, its Officials, Agents, Employees and volunteers · · That such ~nsurance is primary to any other insurance available to the additional msured w~th respect to claims covered under the pohcy and that th~s ~nsurance applies separately to each msured against whom claim ~s made or suit ~s brought. The ~ncluslon of more than one insured shall not operate to mcrease the ~nsurer's hm~t of llabd~ty · All pohc~es shall be endorsed to provide thirty(30) days prior written not~ce of cancellation, non-renewal or reduction In coverage · Should any of the required ~nsurance be prowded under a claims-made form, Contractor shall maintain such coverage contmuously 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 ansmg during the contract term which g~ve rise to claims made after expiration of the contract shall be covered · Should any of the required ~nsurance be provided under a form of coverage that ~ncludes a general annual aggregate hm~t prov~dmg for claims ~nvest~gatlon or legal defense costs to be included m the general annual aggregate hm~t, the contractor shall either double the occurrence limits or obtain Owners and Contractors Protective L~abd~ty Insurance · Should any required insurance lapse during the contract term, requests for payments ong~nat~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 msurance ~s not remstated, C~ty may, at ~ts sole option, terminate th~s agreement effective on the date of the lapse AAA00350 REVISED 10112194 Gl - 2 Insurance Requirements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS. All ~nsurance pohmes proposed or obtained m satisfaction of th~s Contract shall addmonally comply w~th the following marked specifications, and shall be maintained m comphance with these additional specifications throughout the duration of the Contract, or longer, ,f so noted: [X] A. General Liability Insurance: General Llab~hty insurance w,th combined single hm~ts of not less than $1 mdhon I1.000.000} shall be provided and maintained by the contractor The pohcy shall be written on an occurrence basra e~ther m a s~ngle pohc¥ or m a combination of underlying and umbrella or excess pohcms If the Commercial General L,abd~ty form (ISO Form CG 0001 current edition) ~s used · Coverage A shall ~nclude premises, operations, products, and completed operations, independent contractors, contractual hab~hty covering th~s contract and broad form property damage coverage · Coverage B shall include personal inJury · 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 include at least · Bodily injury and Property Damage L~ab~hty for premises, operations, products and completed operatmns, ~ndependent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures. · Broad form contractual hab~hty (preferably by endorsement) covering this contract, personal injury hab[hty and broad form properw damage habihW AAA00350 3 Insurance Requirements Page 4 [X] Automobile Llabihty Insurance: Contractor shall provide Commercial Automobile L~ab~hty ~nsurance w~th Combined Single L~m~ts (CSL) of not less than $1 m~lhon ~1.000.000) e~ther m a single pohcy or in a combination of basic and umbrella or excess pohc~es The pohcy will ~nclude bodily injury and property damage hab~l~ty arising out of the operation, maintenance and use of all automobiles and mobile equipment used ~n conjunction with this contract Satisfaction of the above requirement shall be m the form of a pohcy endorsement for · any auto, or · all owned, h~red and non-owned autos [X] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, ~n addition to meeting the mm~mum statutory requirements for ~ssuance of such insurance, has Employer's L~ab~hty hm~ts of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational d~sease. The C~ty need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the C~t¥, ~ts officials, agents, employees and volunteers for any work performed for the C~ty by the Named Insured. For building or construction projects, the Contractor shall comply w~th the provisions of Attachment 1 m 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 Liability Insurance The Contractor shall obtain, pay for and maintain at all t~mes during the prosecution of the work under this contract, an Owner's and Contractor's Protective Llab~hty ~nsurance pohcy naming the C~ty as insured for property damage and bodily Injury which may arise ~n the prosecution of the work or contractor's operations under this contract Coverage shall be on an AAA00350 REVISED 10/12/~4 C~ ' 4- Insurance Requirements Page 5 "occurrence" basis, and the pol,cy shall be ~ssued by the same ~nsurance company that carnes the contractor's Ilab~hty insurance Pohcy hm~ts w~ll be at least combined bodily ~njury and property damage per occurrence w~th a aggregate [ ] Fire Damage Legal Liability Insurance Coverage ms required if Broad form General L~ab~l~ty ~s not prowded or ~s unavailable to the contractor or if a contractor leases or rents a portion of a City budding Limits of not less than each occurrence are required [ ] Professional Llab,lity Insurance Professional liab~hty ~nsurance w~th hm~ts not less than per claim with respect to negligent acts, errors or omissions ~n connection w~th professional serwces ms required under this Agreement [ ] Bu,lders' R~sk Insurance Builders' R~sk Insurance, on an AII-R~sk form for 100% of the completed value shall be prowded Such pohcy shall ~nclude as "Named Insured" the City of Denton and all subcontractors as their ~nterests may appear [ ] Additional Insurance Other ~nsurance may be required on an ~nd~wdual basra for extra hazardous contracts and specific service agreements If such additional ~nsurance is required for a specific contract, that requirement w~ll be described m the "Specific Conditions" of the contract spec~flcatlons AAA00350 5 REVISED 10112/84 Insurance Requirements Page 6 ATTACHMENT 1 [X] Worker's Compensation Coverage for Budding or Construction ProJects for Governmental Entities A. Defimtlons Certificate of coverage ("certiflcate")-A copy of a certificate of ~nsurance, a certificate of authority to self-insure ~ssued by the commission, or a coverage agreement (TWCC-81, TVVCC-82, 'I'~VCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entlty'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 prowd~ng serwces on the project ("subcontractor" ~n §406 096) - includes all persons or entlt~es performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted d~rectly w~th the contractor and regardless of whether that person has employees Th~s ~ncludes, w~thout I~m~tat~on, independent contractors, subcontractors, leasing compames, motor carners, owner-operators, employees of any such entity, or employees of any entity which furmshes persons to prowde serwces on the project "Serwces" include, without hm~tat~on, prowd~ng, hauhng, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Serwces" does not include act~wt~es unrelated to the project, such as food/beverage vendors, office supply dehver~es, and dehvery of portable todets. B The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and flhng of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011 (44) for all employees of the contractor prowdmg services on the project, for the duration of the project AAAO0350 REVISED 10/12/94 Cl - 6 Insurance Requirements Page 7 C. The Contractor must provide a cert,flcate of coverage to the governmental entity pr,or to being awarded the contract D If the coverage per,od shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage per,od, file a new certificate of coverage w~th the governmental ent,ty show,rig 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 begmmng work on the project, so the governmental entity wdl have on file certificates of coverage showing coverage for all persons providing serwces on the project, and (2) no later than seven days after receipt by the contractor, a new certificate of coverage show~ng extension of coverage. ~f 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 durat,on of the project and for one year thereafter G The contractor shall not,fy the governmental entity ~n writing by certified mini or personal dehvery, w~th~n 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing 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' Compensation Commission, ,nforming all persons prov,dmg serwces on the project that they are required to be covered, and stating how a person may ver,fy coverage and report lack of coverage. AAA00350 ~EWS~D ~o/~2/~4 CI - 7 Insurance Requirements Page 8 h 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 its employees prowdmg serwces 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 provided for all employees of the person providing services on the project, for the duration of the project, (3) prowdethe contractor, prior to the end of the coverage penod, 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, (4) obtain from each other person with whom ~t contracts, and prowde to the contractor (a) a certificate of coverage, pr[or 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 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 ~n writing by certified mad or personal delivery, w~thm 10 days after the person knew or should have known, of any change that mater~ally affects the prows[on of coverage of any person prowdmg serwces on the project, and AAA00350 REVISED 10/12/94 CI - 8 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 prowded to the person for whom they are prowdmg services J By s~gnlng th~s contract or providing or causing to be provided a certificate of coverage, the contractor ~s representing to the governmental entity that all employees of the contractor who wdl 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 w~th the appropriate insurance carrier or, m the case of a self-insured, w~th the commission's Division of Self-Insurance Regulation Prowdmg false or misleading information may subject the contractor to administrative penalties, criminal penalties, c~wl penaltms, or other c~wl actions K The contractor's fadure to comply w~th any of these prows~ons ~s a breech 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~th~n ten days after receipt of not~ce of breach from the governmental entity AAA00350 I 9 REVISED 10112194 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 Street Address (If a Corporation) g ) ~ Telephone B - 1 BID SUMMARY PROJECT WORK DAYS BID AMOUNT Boyd St. 6" Waterllne 50 $ / ~ ~/ ~ ~ Rep lacement Replacement Award of the contract will be based on the total bid and all work will be awarded to one contractor. Total work days w~ll be the sum of work days for all sections that are awarded. B 2 WORK DAYS 50 BID NO ~ovd St 6" Waterline Replacement PO NO BID TABULATION SHEET ITEM DESCRIPTION 9UANTITY UNIT UNIT PRICE TOTAL 1.2~ Contractors Warranties [ LS ~J-~/LS Understandings Unit Price in Words. 12-A 6" Waterline 2400 LF 10/LF $~2 unit Pric. in Word., / 12-B 2" Waterline 5S LF $/~d~O/LF 12 8 Ouctil. ~ron ~ittings ~000 ~ ~ O~ /L~ Unit Price in Words. Unit Price ~n Words. ~).- ~4 ~ire Hydrant 8 EA $/~ Unit Przce in Words Unit Pri~. in words 7~,~r~. 16-C Relocate/New Water 1 EA $ ~ Service Unit Price in Words- Preparation of Right-of- LS $~/LS Way Unit Price in Words Hydromulch 173 SY $ ~%/SY 10 7 12 Temporary Erosion Con~ LS $ Unit Price in Words P - 3 WORK DAYS 50 BID NO 2048 ~ovd St 6" Waterline ReDlace~e~ PO NO BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT T PRICE 3-A Remove Concrete Pavement 4 SY /S¥ Unit Price in Words~ ~&&4~. / ~ ..... 3-B Remove Concrete Curb & 5 LF /LF Gutter Unit Price In Words. 3-C Remove concrete Walks Drive Uni~ Price ~n Wo~d., sod (~ac~ Uni~ Price In Wo=d~ 8 2-A Concrete Curb ~ Gut=er 5 LF /LF Unzt Price in Words. ~ ~ ~/~ 8.3-8 Co~crete Dr lveway 12 Unit Price ~n Words SP-iO Rock Excavation 50 CY SP-37 Excavation Protection 246 LF P - 4 WORK DAYS 50 BID NO Boyd St 6" Waterline Replacement PO NO BID TABULATION SHEET Unit Prlce in Words SP-40 Cut & Plug Existing 7 EA $ $ Waterline Un~ Price an Words aP-42 Remove Valve Stack 9 EA $ /~ $ Unit Prlce in Words s~-44 Remove F~r~ ~ydrant 4 Un~ Price ~n Words SP-46 Mlsc Sprlnkler System LS $ Ad] us tmen~ Unl= Price ~n Words WS-8 2" Blow Off Valve 2 ~ $ ~/EA Unit Price ~n Words P - 5 WORK DAYS BID NO McK~nne¥ St $" Waterline Reolaceme~t PO NO BID TABULATION SHEET i 21 Contractors WarrantIes & L$ $ Understandings U~lt Price in Words 2 16-C IRelOca~e/Newserv~ce Wa~er 4 EA $ ~EA U~lt Prlce 1~ Words 3 1 ~reparae~on of R~ghe-Of- LS $ ~ ILS $ Way 3 12 TempoYary Erosmon Control LS $ ~ /LS $ U~I~ Prince in Words 3 C Remove Concrete Walks & 13 SY $ Drive 3 9 Sod 20 SY ~ ~0 7 ~yd~o~c~ ~7~ sY Unlt Prince mn Words WORKDAYS BID NO M~Kinnev St. 8" Waterline Replacement PO NO. BID TABULATION SHEET 8.1 Barricade, Warning Signs & Detours I j ~, ~o~ SP-40 Cut & Plug Existing 6 El $ El $ Wa~erline ~ Water Uni~ Price in Words, Unit Price in Wo,ds, P 7 PRODUCER Employ. ers ~neral Insur&n~ G~up~ ~ THI~ CE~IFIOATE I~ I~UED A8 A MAWR OF INFORMA~ON ONLY AND OONFER~ NO RIG~ UPON ~E CE~FICA~ 690 E L~ Blvd HO~ER THI~ CE~IFIOATE DOE~ NOT AMEND. ~ND OR Ste ~0 ALTER THE COVE~GE AFFORDED BY THE POLICIEB BELOW Arlington ~ 76011 COMPANIE~AFFORDINQCOVE~QE A m ;mURmO ~ ~elp~t ~r~ratlon ~p~ Old Republic Llo~s of T~as P 0 ~x ~186 B Dallas ~ 753~ ~P~Y C D ~ INSU~ LmsTE, BE~OW ~VE BEEN 18BUED TO THE INSU,ED ~MED ABOVE FOR THE POUCY PERIOD CERTIFI~TE ~Y BE ISSUED OR ~Y PERTAIN, ~E INSU~OE AFFORDED BY THE POLICIES DESCRIBED HEREIN '8 6U~ECT TO ~ THE TERMS ~CLUSION8 AND COlD'ON8 OF SUCH POLICI~ LIMI~ 8H~N ~Y ~VE SEEN REDUCED BY PAID C~IMS I~~ TcP-q628~4 ?/28/96 7/28/97 FE~&~WN~U~ 8 1,000,000 X KHEDU~ AUTM ~-q23199 7/28/96 7/28/97 Per ~)  UM8~ FO~ UL-R462053 7/28/96 7/28/97 A~ S 1,000,000 A wo~ ~MPEN~ ~O X m EMP~ M~IU~ ~-1463379 7/28/96 7/28/97 ~H ~[DENT S 500,000 a~ additional in~u~ on all ~ltci~ ~pt Workers' ~nsa~ton if ~uir~ b~ written contract