Loading...
1996-173 ORDIN^NCE NO qo-/ AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FLYNDS 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 Caty 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 anvitatIon, bid proposals and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SF.,CXIO2~ That the following competitive Nds for the construction of public works or improvements, as described in the "B~d Inwtat~ons", "Bid Proposals" or plans and specifications on file ~n the Office of the City's Purchasang Agent filed according to the bad number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID NI JMBER CONTRACTOR AMOUNT 1922 JAGOE PUBLIC $23,875 00 SECTION 11 That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the Nd for construction of such public works or improvements hereto accepted and approved, until such person shall comply with all reqmrements specified in the Notice to Bidders including the t~mely execution of a written contract and fummhmg of performance and payment bonds, and insurance certificate after notification of the award of the Nd SECTIONJiI That the City Manager ~s hereby authorized to execute all necessary written contracts for the performance of the construction of the pubhc works or improvements in accordance w~th the bids accepted and approved here~n, provided that such contracts are made in accordance with the Notice to Bidders and B~d Proposals, and documents relating thereto spemfy~ng the terms, conditions, plans and specfficatlons, standards, quantities and spemfied sums contmned therein SECTION IV That upon acceptance and approval of the above competitive b~ds and the execution of contracts for the pubhc works and improvements as authorized here~n, the C~ty Councd hereby authorizes the expenditure of funds ~n the manner and ~n the amount as specified ~n such approved bids and authorized contracts executed pursuant thereto SECIiON~ That th~s ordinance shall become effective lmmedmtely upon ~ts passage and approval PASSED AND APPROVED th~s the ~-~'P' day of~~::[996 ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY CONTRACT DOC DATE AUGUST 6, 1996 C~ REPORT TO Mayor and Members of the Ctty Councd FROM Ted Benawdes, Ctty Manager SUBJECT BID #1922 - CONSTRUCTION OF 4" GRAVITY SEWER AT EVERS PARK RECOM. MENDAIiO~ We recommend th~s b~d be awarded to the low b~dder, Jagoe Pubhc, tn the total amount of $23,875 00 ~ARY: Th~s b~d ~s for all labor, materials and supphes necessary in construction of a 4" grawty sewer hne to be constructed at the new hand~capped accessible restrooms at Evers Park Four b~d proposals were received in response to forty-six notmes mmled to vendors BACKGROIJND: Tabulation Sheet, Memorandum from Barbara Ross dated 7-22-96 PROGRAMS, DEPARTMENTS OR GROUPS AF_iECTED. Community Development Block Grant Department, Parks Department, C~ttzens of Denton ut~hz~ng Evers Park FISCAL IMPACT: Budgeted funds for Community Development Block Grant Account #219- 05A-CDA9-8502 Respectfully submitted Ted Benavtdes Ctty Manager Prepared by N~me Demse Harpool I Title Semor Buyer Name Tom 1) Shaw, C P M T~tle Purchasing Agent 753 AGENDA CITY OF DENTON TEXAS 100 WEST OAK o SUITE208 o DENTON, TEXAS 76201 . (817) 383 7726 o FAX (817) 363 2~5 Commumt~ Development MEMORANDUM TO. Demse Harpool, Purchasing FROM: Barbara Ross, Community Development DATE July 22, 1996 SUBJECT Evers Park Sewer Bid Community Development would like to accept the bid of Jagoe Public for work on the gravity sewer hne at Evers Park Jagoe's bid was the lowest at $23,875 I have also spoken with Bob Tlckner and he also recommends accepting Jagoe's bid Please call me at ext 7235 if you have questions or need additional information Thank you "Ded, cated to Q,,aht~ S~rt,ce" CONTI CT AGI EMENT STATE OF TEXAS § ~// COUNTY OF DENTON S THIS AGREEMENT, made and entered into this § . day of AUGUST A.D., 19 96 , by and between CITY OF DEI~TON of the County of DENTON and State of Texas, acting through TED BENAVIDES thereunto duly authorized so to do, hereinafter termed "0WNER," and JAGOE P~BLIC 3020 FT. WORTH DRIVE / P.O. BOX 250 DENTONr TEXAS 76202 of the city of DENTON , County of DENTON and State of TEXAS , hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agr%ements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed ~n the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID # 1922 - CONSTRUCTION OF 4" G~A~ITY SEWER AT EVERS P~/~K in the amount of $23,s75.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinpry, 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 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 Speclflcatlons therefore, as prepared by CDBG DE~AR'I'MENT all of which are made a part hereof and collectively evidencm and constitute the entire contract. IndeDendeDt 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. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the city of Denton from any and all damages, loss, or liabllity 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, wlth 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 wrltten notice to commence work and complete all work wlthin the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. ~ The OWNER agrees to pay the CONTRACTOR in current funds the 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. CA - 2 IN WITNESS WHEREOF, the parties of thes~ presents have executed this agreement in the year and day first above written. (SEAL) A?T~ST: CONTRACTOR MAILING ADDRESS ,~1 7- .~.~- .~.~'/ P~ONE NUMBER FAX NUMBER /~ TITLE ..~/~, PRINTED N~ APPROVED AS TO FORM: (SEAL) dtty Attorney ~ AAA0184D Rev 07/28/94 CA - 3 PEKFORMANCE BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That JAGOE PUBLIC , of the City of sm~ON County of DENTON , and State of TEXAS as PRINCIPAL, and SEABOARD SURETY COMPANY , 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 ,r~CITYOF DENTON as OWNER, in the penal sum of T~qTYT~EETHOUSANDEIGHTHUNDRED SEVENTY FIVE and no/lO0 .... Dollars ($. 23,875.00 ) 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 ~ day of AUGUST , 19 96 , for the construction of BID # 1922--~QN~TRUCTION OF 4" G~AVITY SEWER AT EVERS PARK 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 oovenanted bythe 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 FURTHF~R, ~at 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 l~th day of ^u~ust , 19 96 . JAGOE-PUBLIC COMPANY SEABOARD SURETY COMPANY Principal Surety Rosemary Weaver Title ~ ~ r Titls Attorney-in-Fact Address: P. O. Box 250 Address: Burnt Mills Road & Route 206 Denton. Texas ?6202 Bedmlnster, NJ 07921 (SEAn) (SEAL) The name and address of the Resident Agent of Surety is: W~ll~s Corroon Corporation of Texas 13355 Noel Road, Suite 400, Dallas, Texas 75240-6612 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 J~GOE PUBLIC of the City of nm~n. County of DENTON , and the State of TEXAS , as principal, and SEABOARD SURETY COMPANY authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto ~HE CITY OF DENTON , OWNER, in the penal sum of TWENTY 'rinSE THOUSAND EI(ai'-' HUNDRED SEVKN~I FIVE an~--($.23,875-00 ) 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 § day of AUGUST 19 96 BID # 1922-CONSTRUCTION OF 4" GRAVITY SEWER AT EVERS PARK to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length here~n. 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 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 instrtunent this 12th day of ~,~ 19 96 . JAGOE-PUBLIC COMPANY SEABOARD SURETY COMPANY Principal Surety Rosemary W~aver Title ~c~. ~J- Title Attorney-in-Fact Address: P. O. Box 250 Address: Burnt Mills Road & Route 206 Denton, Texas 76202 Bedmxnster, NJ 07921 _ The name and address of the Resident Agent of Surety is: Wlll~s Corroon Corporation of Texas 13355 Noel Road, Suite 400, Dallas, Texas 75240-6612 ~J~AO184D Rev. 07/28/94 PB - 4 MAINTENANCE BOND THE STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That JAGOE PUBLIC as Principal, and SEABOARD SURETY COMPANY 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 S%k~ Of Tg;OTHO~aN~.,'..~R~I~R~ EIGHTY SE%~ENand 50/100 .... Dollars ($~), 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 ~a~n~ p~mT.TC has this day entered into a written contract with the said City of Denton to build and construct BID ~ 1922-CONSTRUCTION OF 4"GRAVITY ~ AT EVERS Pa~ which contract and the plans and specifications therein mentioned, ad~pted 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, 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 9ny 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 matsrials 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 agalnstthe 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 Ja~oe-Publlc Com~an~ as Contractor and Principal, has caused these presents to be executed by and the said Seaboard Surety ComPany as surety, has caused these presents to be executed by its Attorney-in-Fact Rosemary Weaver and the said Attorney-in-Fact has hereunto set his hand this 12th day of August , 19 )6 . SURETY: PRINCIPAL: SEABOARD SURETY COMPANY JAGOE-PUBLIC COMPANY Rosemary Weaver (~'~/~..~ ~, /~,~L~ Attorney-in-Fact / AAA0184D Rev. 07/28/94 MB - 2 I~ORTANT NOTICE To 0BTAZN TNFO~IATZON OR KaJ(E A YOU HAY CONTACT THE TEXAS 0F_PAR'mF_m' OF INSURANCE TO OBTAZN ]:NFORMAT]:ON 0N C0t,~ANTF_.S, C0VERAGE. S~ R.TGHTS OR. C01~L.AZHTS AT: 1-800-252-3439 You MAY W~TE THE TEXAS DEPAmtEm' OF INStJRANC£: P. O. Box 149104 AUSTIN, TX 78714-9104 FAx #(512) 475-1771 PP, EH]:IM 0R CULTJ4 D]:$PUTES: SHOULD YOU HAVE A DT. SPIJ I ~ CONCE:~NTNG YOUR PRE~ITUH OR ABOUT A CLA/~ YOU S~OULD CONTACT THE AGENT OR C~ANY F~R:ST. ~[F THE: DT. SPUTE T~ NOT I~:SOLV~'rt, YOU HAY CONTACT THE TEXAS DEPA.q,T~:~T OF ]:NSURANC£. ATrACli TILTS IIOT[CE TO YOUR POLtCY: TH:IS NOTJ:CE :IS FOR [NFOR~ATJ:OI~ ONLY ~ DO~'~ NOT B£COME A PART OR CONOITJ:ON OF THE: ATTACtlE~ CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the Insurance requirements below. It is highly recommended that bidders confer with their respective Insurance carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent Iow bidder fails to comply strictly with the Insurance requirements, that bidder may be disqualified from award of the contract. Upon bid award, all Insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall prowde and mmntain until the contracted work has been completed and accepted by the City of Denton, Owner, the m~n~mum ,nsurance coverage as indicated hermnafter. 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 project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractors are strongly advised to make such requests prior to b~d open,rig, since the insurance requirements may not be modified or waived after bed opening 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 insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained ,n compliance with these general specifications throughout the duration of the Contract, or longer, if so noted: ® Each policy shall be issued by a company authorized to do business ~ State of Texas w,th an A.M. Best Company rating of at least ~ .n the · Any deductibles or self-insured retentions shall be declared in the bid proposal. If requested by the C~ty, the insurer shall reduce or eliminate such deductibles or self-~nsured retentions w~th respect to the Clty, ~ts AAA00360 r~v~s~ ~o/~=m4 CI - 1 Insurance Requirements Page 2. offmclals, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. · Liability policies shall be endorsed to provide the following: e® Name as additional insured the City of Denton, its Officmls, Agents, Employees and volunteers. · · That such insurance is primary to any other insurance available to the additional insured with respect to clmms covered under the policy and that this Insurance applies separately to each insured against whom claim is made or suit is brought The inclusion of more than one insured shall not operate to increase the insurer's limit of liability. · All policies shall be endorsed to provide thirty(30) days prior written notice of cancellation, non-renewal or reduction in coverage · Should any of the required insurance be prowded under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. · Should any of the required insurance be prowded under a form of coverage that includes a general annual aggregate limit providing for claims Investigation or legal defense costs to be included in the general annual aggregate limit, the contractor shall either double the occurrence limits or obta.n Owners and Contractors Protective Liability Insurance. · Should any required insurance lapse dunng the contract term, requests for payments originating after such lapse shall not be processed until the City recmves satisfactory evidence of reinstated coverage as require~d by thts contract, effective as of the lapse date. If insurance is not rmnstated, City may, at its sole option, terminate th~s agreement effective on the date of the lapse. ~0o3.o Ct - 2 REVtSED 10112/94 Insurance Requ,rements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All Insurance policies proposed or obtained m satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained In compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted. [X] A. General Liability Insurance: General Liability insurance with combined single limits of not less than 81.000.000 shall be provided and maintained by the contractor. The policy shall be written on an occurrence basis either m a single policy or ~n a combination of underlying and umbrella or excess policies If the Commercial General Liab,lity form (ISO Form CG 0001 current edItion) ~s used: · Coverage A shall include premises, operations, products, end completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage · Coverage B shall include personal ,njury. · Coverage C, medical payments, ~s not required If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, ~t shall ~nclude at least. · Bodily Injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures · Broad form contractual liability (preferably by endorsement) covering this contract, personal ~njury liability and broad form property damage liability AAA00350 .~WSED ~o/~/e4 CI - 3 Insurance Requ,rements Page 4 [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile LiabihW insurance with Combined Single Limits (CSL} of not less than $500.000.00 either in a single policy or In a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arls,ng out of the operation, maintenance and use of all automobiles and mob,le equipment used in conjunction with this contract Satisfaction of the above requirement shall be ;n the form of a policy endorsement for: · any auto, or · all owned, hired and non-owned autos. IX! Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation ~nsurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Llabil,ty limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The C,ty need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured For bu,ldlng 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 Liab,lity Insurance The Contractor shall obtain, pay for and maintain at all times during 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 injury which may arise ~n the prosecution of the work or contractor's operations under this contract. Coverage shall be on an AAA00350 REVISED 10112/94 CI - 4 Insurance Requ,rements Page 5 "occurrence" bases, and the policy shall be ~ssued by the same ~nsurence company that carraes the contractor's liabdaty ~nsurance. Policy limits w,ll be at least combined bodily anlury and property damage per occurrence w~th a aggregate. [ ] Fire Damage Legal Liability Insurance Coverage is required if Broad form General LJability as not provided or ~s unavadable to the contractor or if a contractor leases or rents a portion of a City buddang. Limits of not less than each occurrence are requared [ ] Prafeesional Liability Insurance Professaonal liabihty insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection w~th professional services is required under this Agreement. Builders' Ri8k Insurance Budders' Risk Insurance, on an Ali-Risk form for 100% of the completed value shall be prowded. Such pohc¥ shall include as "Named Insured" the C~ty of Denton and all subcontractors as their anterests may appear. [ ] Additional Insurance Other insurance may be required on an ~ndlvidual basis for extra hazardous contracts and specific service agreements. If such additional insurance ~s required for a specific contract, that requarement will be described in the "Specific Conditions" of the contract specifications. AAA00360 Insurance Requirements Page 6 ATTACHMENT I [X] Worker's Compensation Coverage for Buzlding or Construction Projects for Governmental Entitles A. Defimtlons Certificate of coverage ("certiflcate")-A copy of a certificate of ~nsurance, a certificate of authority to self-~nsure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation ~nsurance coverage for the person's or entlty's employees prowd~ng serv,ces on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the prolect has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406 096) - Includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted d~rectly w~th the contractor and regardless of whether that person has employees. Th,s ~ncludes, w~thout hm,taflon, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furmshes persons to prowde services on the project. "Serv,ces" include, without Ilm~tation, prov,d~ng, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not ~nclude actiwt~es unrelated to the project, such as food/beverage vendors, off~ce supply dehveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requ;rements of Texas Labor Code, Section 401.011 (44) for all employees of the contractor prowd;ng serv,ces on the project, for the duration of the prolect AAA00350 REVISED 10/12m¢ CI - 6 Insurance Requirements Page 7 C. The Contractor must prowde 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. The contractor shall obtain from each person providing servtces on a project, and provide to the governmental entlW {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 project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mall 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 prolect 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 covered, and stating how a person may verify coverage and report lack of coverage. ~'V=ED ~On2/", CI - 7 Insurance Requirements Page 8 I. The contractor shall contractually require each person w,th Whom ~t contracts to provide services on a project, to' (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requ,rements of Texas Labor Code, Section 401.011 (44! for all of its employees prov,dlng services on the prolect, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage ahowing extension of coverage, if the coverage period shown on the current certificate of coverage ends durlng 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 show,rig extension of coverage, prior to the end of the coverage period, if the coverage per~od ahown on the current certificate of coverage ends during 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) notify the governmental entity in writing by certified ma,I or personal delivery, within 10 days after the person knew or should have-known, of any change that materially affects the provision of coverage of any person providing services on the project; and )~oo~o R~'VlS'~ 10/12/~¢ C! - 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 prowding services J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who w~ll provide services on the project w~ll be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, In the case of a self-~nsurad, w~th the commission's Division of Self-Insurance Regulation Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with ,any of these prows~ons ~s a breach of contract by the contractor which e~ltltles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. ,~ooaeo CI - 9 REVISED 10112J94 WORK DAYS Z~ BID NO 1922 PO NO BID TABULATION SHEET ITEM DESCRIPTION QUANT - UNIT TOTAL WS-25 4" Sanitary Sewer line (paved) 243 $ WS-20 ~ Sewer Set with doyle cleanout ; I ~ $ W~ /_ $ ~__ 3 B ~ Remove Conc curb & gu=~er $ ~/' $ ~O- 8 3 Concrete sxdewalk ~ 2 SY $ ~O/- $ /~_ 3 12 ~ Erosion control i $ P - 3 WORK DAYS ~ BID NO 1922 PO NO BID TABULATION SHEET ZT~ D~e~CRZPTZON ~U~NTZTY UNZT PRZCE TOT~ ~ 7-B ~phalt patch t~e-D 750 $ ~ $ ~ ~7~-- Unz~ price ~n words ~ ~//~ ~0 ~ Unit price in words ~/~ ~~ ~//~ ,~ ~ 121 Contractor warranties 1 ~ LS ]$ ~/.0/-- I $ %]~-- -- prlce ~ ~ ~//~ + ~ ~i P - 4 BID SUMMARY In the event of the award of a contract to the undersigned, the undersigned w~ll furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance w~th the terms and provisions of the contract, to insure and guarantee the work until f~nal 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 CONTP~CTOR Street Address City and State Seal & Authorization (If a Corporation) q/t~/~ ) Telephone *** (PLEASE TURN IN D~PLICATE SETS OF PAGES P-1 th~u P-5) *** B 1