Loading...
1996-182 ORDINANCE NO ~//O -/~'~-- 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 ofpubhc works or improvements in accordance with the procedures of STATE law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the construction of pubhc works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID NUM_BER C~TOR AMOUNT 1926 M D HENRY COMPANY $181,338 00 SECTION II That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein SECTION IV That upon acceptance and approval of the above competit~ve b~ds and the execution of contracts for the public works and ~mprovements as authorized herein, the C~ty Council hereby authorizes the expenditure of funds m the manner and ~n the amount as specified m such approved bids and authorized contracts executed pursuant thereto SEET2ON~ That th~s ordinance shall become effective ~mmedmtely upon its passage and approval PASSED AND APPROVED th~s tho~ day of~996 ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY DATE AUGUST 20, 1996 CI~RF-~ORT TO Mayor and Members of the City Council FROM Ted Benawdes, City Manager SUBJECT BID # 1926 - JIM CHRISTAL ELECTRIC SUBSTATION PACKAGE ~ATION. We recommend this bid be awarded to the low bidder meeting specifications, M D Henry Company, Inc, at the total dollar amount of $181,338 00 SIIMMARY. This bid is for all materials necessary to duplex the Jim Christal Substation Industrial and residential growth in th~s area of the City has created the need to expand this substation The lower b~d of Clark Corporation d~d not meet the bonding and insurance requirements of the Bid The lower bid ofD~s-Tran, Inc was higher after adding the additional items not included in their b~d Notices were mailed to thirty-two (32) prospective vendors and bid responses were received from four (4) vendors BACKGRO~IL Tabulation sheet, Memorandum from Ray Wells dated August 6, 1996 PROG~MENTSDRGROUPS_AFFECTED. Electric SubstaUon Deparlment, Electric Utdit~es, and C~tizens who are Electric Utility customers FiSCALIMPACT~ Budgeted funds for 1996 Electric Substations Account #611-0080-RR87- CDJC-9217 Respectfully submitted Ted Benavtdes City Manager Prepared by Name Demse Harpool Title Senior Buyer Name Tom D Shaw, C P M Title Purchasing Agent 1926 age CITY OF DENTON MUNICIPAL UTILITIES · 901-A TEXAS STREET · DENTON TEXAS 76201 MEMORANDUM TO. TOM SHAW, PURCHASING MANAGER FROM Ray D Wells, Supermntendent Electric Substatzons DATE: August 6, 1996 SUBJ BID EVALUATION NO. 1926 JIM CHRISTAL SUBSTATION PACKAGE Bzds for the duplex of the Jzm Christal substation were opened July 25, 1996 We had four vendors respond wzth bmd proposals The Iow bid meetzng our spec~f~catmons and bmd requzrements is M D Henry Company, Inc , of Pelham, Alabama The amount submItted ms $181,338 I request thms be placed on the City Counczl agenda at your convenzence Thank you RDW/]s "Dedicated to Qua#ty Serwce" CITY ('i- D~LNTON LEGAL. DF. PT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this 20 day of AUGUST A D., 19 96 , by and between THE CITY OF DENTON of the County of D~TON and State of Texas, acting through T~D ~RNAVIDES thereunto duly authorized so to do, hereinafter termed "OWNER," and M. D. HENRY CO., INC. 120 CLARK STREET/P.O. BOX 40 PELHAM, ALABAMA 35124 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 in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID # 1926 - JIM CIIRISTAL~?.RCTR~C SUBSTATION PACEA~ in the amount of $181,338.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the 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 Specifications therefore, as prepared by the Clt¥ of Denton Electrlc Enqlneer~nq Dlvls*on 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 Clty 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 liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the city of Denton against any and all such claims and demands. Choice of Law and 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 time stated in the Proposal, subject to such extensions of time as are provided by the General and Speclal 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 have executed this agreement in the year and day first above written. ATTEST: (sm) ATTEST: ~ ~'%~ ~ z~z. M. D. HENRY COMPANY, INC. ~ ~ CONTRACTOR P 0 Box 40 121 Clark Street Pelham, AL 35124 MAILING ADDRESS (205) 663-6711 PHONE NUMBER (205~ 663-6718 ~T~E 'Pres±den~--~~''~ Parr±ok A Henry ~RI~TED APPROVED AS TO FORM: (SEAL) City Attorney / AAA0184D Rev. 07/28/94 CA - 3 PERi O BOND STATE OF TEXAS ~ BOND NO. 09-0120-49542-96-5 COUNTY OF DENTON ~ KNOW ALL MEN BY THESE PRESENTS: That M. D. m~my COMPANY, ~NC. , of the city of County of S~EL~Y , and State of as PRINCIPAL, and FIDELITY AND GUARANTY INSURANCE COMPANY of BALTIMORE, MARYLAND , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CITY OF DENTON as OWNER, in the penal sum of ONE HUNDRED EIGHTY-ONE THOUSAND TaKEE HUNDRED THIRTY-EIGHT and 00/100 Dollars ($ 181f338.00 ) 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 20 day of AUGUST , 19 96 , for the construction of BID # 1926 - JIM CHRISTAL RT.RC~rK~C SUBSTATION PACKAGE 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 oft his obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, thenthis obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, thatthis 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 withsaid provisions to the same extent as if they were copied at length herein. PB - i PROVIDED FURTHER, that if any legal action be filled upon this bond, venue shall lie in Denton County, State of Texas. Surety, for value reoeived, 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 20TH day of AUGUST , 19 96.. M. D. H~NRY COMPANY, INC. FIDELITY AND GUARANTY INSURANCE CC~ANY /~rincipal Surety Title. PRESIDENT ~--~ Title Attorney-in-Fact Address: P.O. BOX 40 Address: P. O. BOX 530350 PELHAM, AL 35124 mI~INC~AM: Al. ~5253 __ (SEAL) (SEAL) The name and address of the Resident Agent of Surety PCL CONTRAC~f BONDING AGenCY 206 EI/% SUITE 105, LEWISVILLE, TX 75057 NOTE: Date of Bond must not be prior to date of Contract. AAA0184D Rev. 07/28/94 PB - 2 576997 FIDELITY AND GUARANTY INSURANCE COMPANY PowER oF ATTOm, Y U F+G NO. ?o~o~ KNOW ALL ~ BY THESE pRESENTS That FIDELITY AND GUARANTY IN$URANCE COMPANY, a corporation orgnmzed ~nd e~o~ng under the laws of the State of Iowa and having its pnm:lpnl ot~c~ at tho City of Bnltmlom, tn the Sta~ of Maryland does bemby constitute and appolat H. Carlton Rusb_~n, Thcmas A. Roberts and Patsy Parr~sh oftbe C,ly of B~-'rcd.ngham sta~ of AlabslTta ~te tree and lawful Atlomey(s)-m-Fact, each tn their separate cnpac~ty ~f more than one ~s ~mmed above, to sign ds nmne ns ~uvely to, and to execute, seal and ~cknowleds~ any and all trend& undertalnn~s, ¢ontract~ and other wntton mstmmente m the natu~ thereof on beh~df of the Company In tts business of gna~anteemg the fidelity of persons 8uatmntee~ng the performanc~ of contracts and executing or 8U~.l~t~lng bends ~nd undeflalongs required or per~mt~d tn any ncttons or proceedings allowed by law In Witness Wlle~of, tha said FIDELITY AND GUARANTY INSURANCE COMPANY ha~ caused thts matmment to be sealed w~th tts ¢oq~ova~ seal duly attestedbytheslgnaturesofltssemorVw, ePre~dentandAsssstentSe~tetav/,thns ~0t-h-dayof Apr3.1 AD 1993  FIDELITY AND GUARANTY INSURANCE COMPANY (Signed) By .....  Senior ¥~ce prestdeat (S~gned) By - STATE OF MARYLAND) SS BALTIMORE CITY ) Ont~us 30t...x%dayof ADr~.'I ,AD 19 93,befommep~moanllycame Robert 3 Lamendola SemorV~ce President oftha FIDELITY AND G and ]~u]. D S~.IR$ A&s~st~nt Secretav/ofsa~d Company, vath both ofwbem I am b~ngI:,y me severally du]~, sv{o~n, smd, that they the smd Ro~er t J Lalg. ertdo la and Pau.1 ~% wev: reep~.-tl~iy the Semor ¥1ce P~estdeat and the As~sataat Secretary of the sa~d ~ desert%ed tn executed the foregoing Power of Artomny, that they each knew the ~eal of smd cotporatmn, that ~t was so nffixed by order oftbe Board of Du~ctors of sa~d coq~orat~on, and that thay s~ped thmr names thereto b ~d Assistant Set.tm'/ respocUvely, of the Company MyCommtsslonexptt~stbe ].].th day AD 1995 NOTARY PUBLIC Th~* Power of A~omey ~ granted under ~n~thongt of the following Re~otol~o~ ~opted hy t~ Boanl of l~r~to~ oftbe FIDELrF~ AND GUARAN'T~ ~NSURANC~ COMPANY on September 24, 1992 RESOLVED that m oonnmtton wrth the fidehig' and ma~y insurance b~mess of the Company all bonds, undertakangs, coat,acts mad other instruments relating to s~ud busmesa may be signed executed and nchaowledged by persons or entities appointed as At~ornny(s) m-Fact pumuant to a Power of A~orney is~ued in accordance with these r~so[utlom SeM Powe~s) of Altomny for and on behalfof the Company may and shall be exoccted m the name and on behalf of the CpmponY either by the Cha~mmn, or the President or an Executwe VIce Presldun~, or a Senior Vice President, or a Vice President or an Assistant Wee President, jointly wrth the SecretalyorauA~islantSecmtaty, anderthatr~spect~vodeslgnal~olls Thes~gnatufeofsuehofiSeersmaybeengraved, pnntnd°rbth°Sraphed Tbes*gnatureofeach of the foregoing oflicel~ and the seal of the Company may be mildlY, ed by f~c$1nmle to any Power of Attorney or to any cortdica~ relating thoreto appointing ARorney(s)-m Fact for po~oses only of executing and aeestlng bonds and undet~telongs and other w~tmgs obhgato~/~n the natu~ tbe~eof and, unless subsequently revoked and subject to any hml~ons ~et forth therein, any such Power of At~)mey or certificate beanng such facsmule signature or th~smule seal shall be vabd and bma,ng upon the Company and any such power so oz.~uted mad eemfied by ~uch f~¢strmte signature and f~smule ~al shai[ be vahd a~d binding upon the Company vath respect to any bond or unde~alang to wh,¢b it is vahdly al~aehad RJESOLVED, that A~omo¥(s)-in Fncl shall have thc power and authonty, unless subsequently revoked and, tn any ca~e subject to the temm and hn~ta~ons of the Power of Artomey is~ued to them, to execute and duhver on behalf of thc Company and to artnch the seal oftbe Company to any and all bonds and undertalon~ and other writings obh~atot~ in the namtv thereof, and any such matmment execu~d by such Attornny(s)-~n Fact shall be as binding upon the Company a~ if s~gnnd by ~n Executive Officer and sealed and nitrated to by the Se,:reta~, oftbe Company L Paul D Sims , an As~t Seeretety of the FIDELITY AND GUARANTY rNSURANCE COMPANY do hereby eemfy that the fot~goms~satmeexeer~t fmmtheResolutmnofthosa~dcompany~ndoptedby~tsBomrdofDl~ectorsonseptember24 1992 andthatth~s Resolutmn ~s m full for~ and eff~t. I the unde~Igned Asms~at Se~t~, of thc FIDELITY AND GUARANTY INSURANCE COMPANY do hereby eemfy that tbe fot~sm ng power of day of .~x~jT~y Wbev~of, ! bevl~ h~%n~ set my h~d and the .al INSURANCE COMPANY on th~S 2 0TH FS 83 (10-92) (HO) (~ Ass~at~t S~mterj PAYMENT BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That M. D. HENRY COMPANY, INC. of the City of PRT.~AM County of SH~:' 'RY , and the State of , as principal, and FIDELITY AND GUARANTY INSURANCE COMPANY of BALTIMORE, MARYLAND authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto TU~ CITY OF DENTON , OWNER, in the penal sum of oo/loo for the payment whereof, the said Princzpal and Surety bznd 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 ao day of AUGUST 19 96 . BID % 1926 - JIM CHRISTAL ~.Ru-,'~[C SUBSTATION PACKAGE to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PB - 3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, sgecifications, 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 20TH day of AUGUST 19 96 M. D. H~RY COMPANY, INC. FIDELITY AND GUARANTY INSURANCE COMPANY Pri/~lpal Surety ~ATRICK A. HENRY ~ PATSY ~RRISH Title PRESIDENT Title Attorney-in-Fact Address: P.o. BOX 40 Address: P, O, BOX 530350 PELHAMt AL 35124 BIRMINGHAM, AL 35253 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: PCL CONTRACT BONDING AGenCY 206 EIR, SUITE 105, LEWISVILL~., TX 75057 AAA0184D Rev. 07/28/94 PB - 4 576998 SUaA C COMa'A PO~R OF ATTO~Y ~ ~ ~ F+~ ~d~tbes,~sofm~n,orV~P~tdeut~dA.,~,th~ 30~yof A~ AD 1993 By ~t~s 30~Yof AD~] ,AD 1~ Q3,~fo~mepe~y~n~ Rob~ J Lamendola ~mor Vt~ P~s~dent ofth~ FIDE~ AN[ CO~A~ ~dt ~ Paul D S ~ A~xs~nt the~d Rober~ J Lamendola ~ Paul ~ew the ~ of ~d ~o~son w~ tach co~ s~ t~ st w~ ~ ~ by o~er of the ~a~ of Da~c~ OUA~ ~S~NCB COMPA~ on S~tem~r 19~ ~ Te~ ~mof I ~w h,munro ~ my ~d ~d ~ ~ oft~Eb~A~ ~U~ ~SU~NCE CO~A~ on ~s 2 0~ d. of AU~ ,19 96. ANCE THE STATE OF TEXAS COUNTY OF DENTON KNOW A?.?. MEN BY THESE PRESENTS: That M. D. HENRY COMPANY, INC. as Principal, and FIDELITY AND GUARANTY INSURANCE 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 sum of EIG~R-~ ~wn~_~aNn ONE HUNnRR~ T~IRT~-','H.~ and 80/100. Dollars ($~ 18,133.80 .), 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 H.D. HKN~y (.~OMP/%I~Y, 1~C. has this day entered into a written contract with the said City of Denton to build and construct BID % 1926 - JIM CHRISTAL RT.~"rKIC SUBSTATION PACKAG~ which contract andthe plans and specifications therein mentioned, ad,ted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporated herein by reference and made a part hereof as though the same were written and set out in full herein, and; WHEREAS, underthe said plans, specifications, and contract, it is provided t-hat 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 ofthe 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 =over all defective conditions arising by reason of defective materials, work, or labor performed bysaid 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 terms and provisions of said contract and this bond. NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said M.D. HENRY COMPANYr INC. as Contractor and Principal, has caused these presents to be executed by PATRICK A. HENRY and the said FIDELITY AND~JARANTYINSURANCEC0MPANY as surety, has caused these presents to be executed by its Attorney-in-Fact PATSY PARRISH and the said Attorney-in-Fact has hereunto set his hand this20TH day of AUfTJST 1996 SURETY: PRINCIPAL: FIDELITY AND ~JARANTY INSURANCE COMPANY M.D. HENRY COMPANY, INC. PATSY P~RRISH PATRICK A. HS~RY ~ PRESIDENT Attorney-in-Fact AAAO184D Rev. 07/28/94 MB - 2 576987 FIDELITY AND GUARANTY INSURANCE COMPANY POWER OF ATTORNEY ~ U S NO 7o~fl ~ In W~t ne~ ~omof, tho ~ld FIDEL~ AND ~ ~S~NCE COMPA~ h~ ~d this ~m~at to ~ ~od ~th I~ ~o~o~ ~ ~ly  ~EL~ ~D GU~ ~SU~CE CO~A~ (S~d) By STA~ OF ~R~ND) % ~ ~ Lamendola ~d Paul described m and ~h g~cu~d the foregoing power of A~omey t~ th~ e~h ~d co~o~on and ~ t~y st~*d ~r n~s ~o b ~mor Vice Pm~ ~d Assl~ S~m~ ~vcly of ~e Co~y MyCo~son~s~e llth d~ A~D 1995 09/06/96 08:29 '~205 663 0718 M,D He]~*~' Co 1~002 P,O. BOX 10~ ~ ~ ......... YO~w BI~INOII~, AL ~O~-02.b AL ~GE~I~ INDE~I~ I~ ;~ I _ ~a~T ~ S 1000000 x i~ ~ -- _ Taxa8 C~_TV ~F DENTON F~I:~ HO = 181758;~7302 99-12-96 12~34P P e2 ~o~ 00/_1/9_ Le,~O ~208 603 6118 ZQ~-Z~Z-ga7 1 A ~T~R~ INDE~!W M D Ngn~y C~I~V Iflo B P 0 B~X 40 ~."' ~;~~ ~,~ , .... 0~.~.., T.... ~.~nl ~.~l~ I/'"~ ) r O0~OOO 027 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 aa 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 b~d award, all insurance reqmrements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract STANDARD PROVISIONS: Without hm~tmg any of the other obhgat~ons or hab~ht~es of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the mlmmum ~nsurance coverage as indicated hereinafter 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 ~nsurance requirements at any time, however, Contractors are strongly adwsed to make such requests prior to b~d opening, since the insurance requirements may not be modified or waived after bid 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 ~nsurance pohc~es proposed or obtained ~n sat~sfactmn of these requirements shall comply with the following general spec~hcat~ons, and shall be maintained ~n comphance with these general specifications throughout the duration of the Contract, or longer, if so noted · Each pohcy shall be issued by a company authorized to do business ~n the State of Texas w~th an A M Best Company rating of at least .~ · Any deductibles or self-insured 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-~nsured retentions w~th respect to the C~ty, ~ts AAA00350 REVISED 10/12/94 Gl - I Insurance Requirements Page 2 offlc,als, agents, employees and volunteers; or, the contractor shall procure a bond guarantemng payment of losses and related ~nvest~gat~ons, claim admimstratlon and defense expenses · L,ab,hty pohc~es shall be endorsed to prov,de the following ®® Name as additional ~nsured the C~ty of Denton. ~ts Officials. Agents. Employees and volunteers. · · That such insurance ,s pr,mary to any other ~nsurance ava,lable to the add~t,onal ,nsured w,th respect to claims covered under the pol,cy and that th,s ,nsurance apphes separately to each ~nsured against whom cla,m ,s made or su,t ,s brought The ~nclus~on of more than one insured shall not operate to ,ncrease the ~nsurer's hm~t of hab~hty · All pohc~es shall be endorsed to prov,de thirty(30) days pnor wntten not~ce of cancellat,on, non-renewal or reduction in coverage · Should any of the required ,nsurance be prowded under a cia,ms-made form, Contractor shall maintain such coverage continuously throughout the term of th,s contract and, w~thout lapse, for a period of three years beyond the contract expiration, such that occurrences ans,ng dunng the contract term which g~ve ns· to claims made after exp~rat,on of the contract shall be covered · Should any of the required ~nsurance be prowded under a form of coverage that ,ncludes a general annual aggregate hm~t prowd~ng for clmms ~nvest,gat,on or legal defense costs to be ,ncluded ~n the general annual aggregate hm~t, the contractor shall e,ther double the occurrence hm,ts or obtain Owners and Contractors Protect,ye L,ab~hty Insurance · Should any required ~nsurance lapse dunng the contract term, requests for payments originating after such lapse shall not be processed unt,i 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 10/12/94 CI - 2 Insurance Requirements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All ~nsurance policies proposed or obtained in satisfaction of this Contract shall additionally comply w~th the following marked spemf,cations, and shall be malnta,ned in compliance with these additional spec,flcations throughout the duration of the Contract, or longer, ~f so noted' Ix] A General Liability Insurance: General L~ab~hty insurance with combined s~ngle hm~ts of not less than ~lfooofooo shall be prowded and mainta~ned by the contractor The pohcy shall be written on an occurrence bas~s either ~n a single policy or m 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, independent contractors, contractual habdlty 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 Llab~hty form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) ~s used, it shall ~nclude at least · Bodily injury 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 habd~ty (preferably by endorsement) covenng this contract, personal injury hab~hty and broad form property damage hab~hty AAAO0360 REVISED 10112/94 Cl - 3 Insurance Requirements Page 4 Ix] Automobile Liab,l,ty Insurance: Contractor shall prowde Commercial Automobde Llabd~ty insurance with Combined Single Limits {CSL) of not less than sl.ooo.ooo either in a single policy or in a combination of basic and umbrella or excess pohc~es The policy will include boddy injury and property damage hablhty arising out of the operation, maintenance and use of all automobiles and mobde equipment used in conjunction w~th 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 IX] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation ~nsurance which, ~n addition to meeting the m~mmum statutory requirements for ~ssuance of such insurance, has Employer's Llablhty I~m~ts of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 pohcy hm~t for occupational disease The City need not be named as an "Additional Insured" but the insurer shall agree to waive all nghts of subrogation against the City, its 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 with the prowslons of Attachment I in accordance with §406 096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensation Commiss~on (TWCC) [ ] Owner's and Contractor's Protective Lmbility Insurance The Contractor shall obtain, pay for and maintain at all t~mes dunng the prosecution of the work under this contract, an Owner's and Contractor's Protective Llabd~ty insurance pohcy naming the City as insured for property damage and boddy ~njury which may anse ~n the prosecution of the work or contractor's operations under this contract Coverage shall be on an AAA00350 REVISED 10112/94 Cl - 4 Insurance Requirements Page 5 "occurrence" bas~s, and the policy shall be issued by the same insurance company that carr,es the contractor's I,ablhty insurance Policy hm~ts w~ll be at least comb,ned bodily injury and property damage per occurrence w~th a aggregate. [ ] F,re Damage Legal Liab~l,ty Insurance Coverage is required ~f Broad form General Liab~hty ~s not provided or ~s unava;lable to the contractor or ~f a contractor leases or rents a port~on of a City building L~mlts of not less than each occurrence are required [ ] Professional L,ab,hty Insurance Professional hab~hty ~nsurance w,th hm~ts not less than per claim with respect to neghgent acts, errors or omissions in connection w~th professional serwces is required under th~s Agreement Ix] Builders' R,sk Insurance Budders' R~sk Insurance, on an AlI-R~sk form for 1OO% of the completed value shall be prowded Such pohcy shall ~nclude as "Named Insured" the C~ty of Denton and all subcontractors as their ~nterests may appear [ ] Addit,onal Insurance Other ~nsurance may be required on an ~nd~vldual bas~s for extra hazardous contracts and specific service agreements If such additional ~nsurance ~s required for a specific contract, that requirement wdl be descnbed m the "Specific Conditions" of the contract spec~flcat;ons AAA00350 .EraSED ~0~4 CI - 5 Insurance Requirements Page 6 ATTACHMENT I [ ] Worker's Compensation Coverage for Building or Constructzon Projects for Governmental Entities A. Deflmtlons. Certificate of coverage ("certlflcate")-A copy of a certificate of ~nsurance, a certificate of authority to self-insure ;ssued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or ent~ty's employees providing services on a project, for the duration of the project Duration of the project - includes the time from the begmmng 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 providing serwces on the project ("subcontractor" ~n §406 096) - ~ncludes all persons or ent~t~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 limitation, ~ndependent contractors, subcontractors, leasing compames, motor carriers, owner-operators, employees of any such ent;ty, or employees of any entity which furmshes persons to prowde serwces on the project "Serwces" include, without hmltat~on, prowdmg, hauhng, or dehvenng equipment or materials, or providing labor, transportation, or other service related to a project "Services" does not ~nclude act;wries unrelated to the project, such as food/beverage vendors, office supply dehvenes, and dehvery of portable toilets 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 serwces on the project, for the duration of the project REVISED 10/12/94 Cl - 6 Insurance Requirements Page 7 C. The Contractor must prov,de a cert,flcate of coverage to the governmental entity pr,or to be,ng awarded the contract D. If the coverage per,od shown on the contractor's current cert,flcate of coverage ends dunng the duration of the project, the contractor must. pnor to the end of the coverage per,od, file a new cert,flcate of coverage w~th the governmental entity show, ng that coverage has been extended E. The contractor shall obta,n from each person prov,d~ng serwces on a project, and prov,de to the governmental entity (1) a certificate of coverage, pnor to that person beg,nmng work on the project, so the governmental ent,ty will have on file cert~flca~tes of coverage showing coverage for all persons prowdmg services on the project, and (2) no later than seven days after receipt by the contractor, a new cert,flcate of coverage show,ng extension of coverage, ~f the coverage penod shown on the current cert,flcate of coverage ends dunng the duration of the project F. The contractor shall retain all required cert,flcates of coverage for the duration of the project and for one year thereafter G The contractor shall notify the governmental entity ,n wnt~ng by certified mad or personal dehvery, w~thm 10 days after the contractor knew or should have known, of any change that matenally affects the prows,on of coverage of any person prowdmg services 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 prov,d~ng serwces on the project that they are requ,red to be covered, and stating how a person may verify coverage and report lack of coverage AAA00350 REVISED 10/12/94 Gl - 7 Insurance Requirements Page 8 The contractor shall contractually require each person with whom ~t contracts to provide services on a project, to (1) prowde coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011 (44) for all of its employees providing 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 provided for all employees of the person prowd~ng services on the project, for the duration of the project, (3) prowde the contractor, prior to the end of the coverage per~od, a new certificate of coverage showing extension of coverage, if the coverage per~od shown on the current certificate of coverage ends during the duration of the project, (4) obtain from each other person w~th whom ~t contracts, and prowde to the contractor (a) a certificate of coverage, prior to the other person beg~nmng 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 per~od shown 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) not~fy the governmental entity ~n writing by certified ma~l or personal delivery, w~th~n 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 .EV~ED ~o/~2/~ CI - 8 Insurance Requirements Page 9 (7) contractually require each person w~th whom ~t contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services J By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will prowde services on the project wdl 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 wdl be filed w~th the appropnate insurance carrier or, ~n the case of a self-~nsured, with the commission's Diwslon of Self-Insurance Regulation Providing false or misleading ~nformatlon may subject the contractor to administrative penalties, criminal penalties, CIVIl penalties, or other civil actions 4 K. The contractor's failure to comply w~th any of these prowsions ~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 within ten days after receipt of notice of breach from the governmental entity AAA003Ii0 REVISED 10112/94 Cl - 9 PROPOSAL FOR ELECTRIC SUBSTATION PACKAGE City of Denton, Electnc Ubhty Department, 901 B Texas Street, Denton, Texas 76201 ATTENTION Mr Tom Shaw, Purchamng Agent PROPOSAL FOR Electnc Substation Package BID NUMBER # ].926 GENTLEMEN The undersigned b~dder hawng read and examined these spec~ficatmns and associated contract documents for the above demgnated equipment does hereby propose to furm~h the equipment and provide the servme set forth ~n th~s Proposal All pnces stated hereto are firm and shall not be subject to escalation prowded thru Proposal m accepted w~th~n mxty (60) days The undersigned hereby declared that the following hst states any and all vanat~ons from, and exceptions to, the requirements of the contract documents and that, otherwme, ~t m the intent of thru Proposal that the work be performed ~n strict accordance ~th the contract documents The undersigned b~dder hereby proposes to fummh a complete electric substation package FOB, Denton, Texas, ~n accordance w~th these speclficet~ons and assocmted contract documents hsted ~n GENERAL CONDITIONS, Artmle GC-1, for the firm lump sum pnce of One M,_,~dred Eighty-one Thousand Three Hundred Thircv-eimht Dollars (Price ~n Words) The undermgned hereby declares that only the persons or firms ~nterested ~n the Proposal as pnnclpal or principals are named hereto, and that no other persons or firms that heroin mentioned have any interest in thts Proposal or ;n the Contract Agreement to be entered into, that this Proposal ~s made without connection with any other person, company, or parties likewise submitting a btd or proposal, and that ;t is in all respects for and in good faith, without collusion or fraud If this Proposal is accepted, the undersigned bidder agrees to submit drawings and englneenng data m accordance w~th Section lC and to complete dehvery of equipment and matenals ~n accordance w~th the sh;pp;ng schedule spec;fled The undersigned fully understands that the t~me of drawings and data subm;ttal and equ;pment and materials delivery ~s of the essence Dated at Pelham, aI~ this 24th day of July ,1996 By ~ Patrick A. Henry yj Bus~ness Address of Bidder P. o sox 4o p~l hnm. AT, State of Incorporation A1 Address of Pnnc~pal Office ~;zo Clark street