Loading...
2002-153ORDINANCE NO. AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF MAYHILL ROAD BOX CULVERTS AND DRAINAGE IMPROVEMENTS; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING AN EFFECTIVE DATE (BID 2843- MAYHILL ROAD BOX CULVERTS AND DRAINAGE IMPPROVEMENTS AWARDED TO DBR CONSTRUCTION IN THE BASE BID AMOUNT OF $78,157.25 AND ALTERNATE 1 IN THE AMOUNT OF $38,766.50 FOR A TOTAL BID AWARD OF $116,923.75). WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of STATE law and City ordinances; and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids: BID NUMBER 2843 CONTRACTOR DBR Construction AMOUNT $116,923.75 SECTION 2. 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 3. 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 4. That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto. SECTION 5. That this ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the c~/~--5~day of ~P~ ,2002 EULINE BROCK, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM: HERB~TORNEY z Z g ~ ~ 0 WW ~ o z w ~ ~ ° CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 21 day of May A.D., 2002, by and between City of Denton of the County of Denton and State of Texas, acting through Michael A. Conduff thereunto duly authorized so to do, thereinafter termed "OWNER," and DBR Construction Company 2301 l-linkle Dr. Denton, TX 76201 of the City of Denton , County of Denton and State of Texas , hereinafter termed "CONTRACTOR." WlTNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: Bid 2843- Mayhill Road Box Culverts and Drainage Improvements in the amount of $116:923.75 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 CA - 1 accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by: City. staff of which are made a part hereof and colleclively 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. 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 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 claim.q 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 Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreemem in the year and day first above written. ATTEST: BY: A/~EST: (SEAL) CONTRAct. OR ' _ ,~ / APPROVED AS TO FORM: MAILING ADDRESS ~o~) ._~o~._~ -._~9~ 7 NUMBER ~FAX t~M~ER ~ PRINTED NAME (SEAL) CA - 3 B(/ND EXECUTie23 IN FOUR ORIGINALS BOND ~ 796603 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRE~ENTS: That DRR Conamacfion Company whose address is 2301 Hinkle Drive. Denton TX 76201 hereinafter called Principal, and Caps i-n] lprlomnl ~.y C_orr~rak±on , a corporation orgsni~ecl and existing under thc laws of the State of Wisconsin , and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bo,mi{ unto the City of Denton, a municipal corporation orgsniTed and existing under the laws of the State of Texas, hereln~fter called Owner, in thc penal sum of One lJundred 5ixteen Thounand Nine Hundred Twenty Three and 75/100 DOLLARS ($_].llk9.23.3.~ plus ten percent of the stale4 penal $~m as an additional sum of money represent additional court expenses, attorneys' fees, and liquidated damages arising out of or connected with the below identified Contract, in lawful money of the United States, to be paid i. Denton County, Texas, for the payment of which sum wel~ 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 inereased by the amOnnt of any Change Order or Supplemental Ag~cement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Conmict price decrease the penal sum of this Bond, THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, thc Principal entered into a certain Contract, identified by Ord;-a,,ce Number 2002- 153 , with the City of Denton, the Owner, dated the ~ day of May ~ ._.2iX)~, a copy of which is hereto atr,~ched and made a part hereof, for {:lid 11843- Msyhill l~oad [lox Culvert and Drains_oe Im?rovement.q NOW, THEREFORE, if thc Principal shall w¢li, Iruly and faithfully perform ~.a fulf~ all of the undertakings, covenants, terms, conditions and ag~eoments of said Contract in accordance with the Plans, Specifications and Contract Doc~nents during the origins! 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 shah also well and truly perform and fulfill all the llndcrt~kln~s, Coven,-tS, 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 shM1 repair and/or replace all defects due to faulty materials and worlcma-~hip 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 pnd shall fully reimburse and repay Owner all outlay sna 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. PB - 1 PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, exte~ion of time, alteration or addition to the tenm of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the same, shal! in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extemion 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. This Bond is given 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 designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Aanotated Civil Statutes of the State of Texas. LN WITNESS WHEREOF, this iusUauncnt is executed in. 4 which shall be deemed an original, this the ~.~-day of ~av copies, cach oae of , 2002 . PRINCIPAL DBR Construction Compaffy, Inc. ATTEST: SURETY' Cap,to.1 Indemnity Corporation Cheryl L. Humphrey The Resident Agent of the Surety in Denton County. Texas fur delivery of notice and service of the process is: NAME: Surety Solutions Agency, ~'nc. STREET ADDl~ES~:621 Winding Creek Rd., Prosper, TX 75078 (NOTE: Date of Performance Bond must be date of Contract. corporation, give a person's name.) PB - 2 If Resident Agent is not a B(kND # 796603 PAYMENT BOND STATE OF T~KAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That DRR Con~tn.tction Company whose address is 2301 Hinkle Dr Denton. TX , hereafter c~led PHncipal, and Capitol Indemnity Corporation a corporati6n orgsniTed and existing under the laws of the State of Wisconsin , and fully authorized to transact business in the State of Texas, as Surety, are held and firmdy bound unto the City of Denton, a municipal corporation organized and existing under the hws of the State of Texas, here. lnafter cai[ed Owller, and nnto ali per$oi~, fil~, and corporations who may furnish materials for, or perfoml labor upon, the buildin~ Or hnprovements hereinafter referred to, in the penal slim of One Hundred Sixteen Thou~nna Nine lc[nndred Twenty Three and 75/l 00 DOLLARS ($ 116~0~ 7~ ) 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, joimly and severally, fimaly by these presents. This Bond shall automatically be increased by the amouat 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 20ff2- 153 , with the City of Denton, the Owner, dated the ~ day of May A.D. ~ ., a copy of which is hereto attached and made a part hereof, for Bid 784."4- Mayhill Road Box Culvert~ and Draina~e NOW, THEREFORE, ff the Principal shall well, truly and faitlffully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations ann clai~tnts 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 it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on thio 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 to be performed thereunder, or to thc Plans, Specifications, Drawings. etc.. accompanying the same, shah 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. This Bond is gi¥cn pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, nnd any other applicable statutes of the State of Texas. Tlxe undersigned and designated agent is hereby desig~mted by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered un~ on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of thc State of Texas. IN WITNESS WHEREOF, this inslrument is executed in 4 copies, each one of which shall be deemed an original, this the 21st: day of May , 2002 PRINCIPAL DBR Construction Company, Inc. ' P~P~SI~EN{E ATTEST: SURETY The Resident Agent of thc Surety in Denton County, Texas for delivery of notice and service of the process ia: Surety Solutions Agency, Inc. STREET ADDRESS: 1621 Winding Creek Road, Prosper, TX 75078 (NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, gtve a person'$ name.) PB - 4 INDEMfllTY CORPORATIO 4610 UNIVERSITY AVENUE, SUITE 1400, MADISON, WISCONSIN 53705-0900 PLEASE ADDRESS REPLY TO P.O. BOX 5900, MADISON, WI 53705-0900 PHONE (608) 231-4450 · FAX (608) 231~2029 POWER OF ATTORNEY No: 6 2 10 6 3 Know all men by these Presents, That the CAPITOL INDEMNITY CORPORATION, a corporation of the State of Wisconsin, having its principal offices in the City of Madison, Wisconsin, does make, constitute and appoint -- SHANE A. HUMPHREY, CHERYL L. HUMPHREY OR KATHY R. ZACHAREK ---- its true and lawful Attorney(s)-in-fact, to make, execute, seal and deliver for and on its behalf, as surety, and as its act and deed, any and all bonds, undertakings and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of NOT TO EXCEED $4,000,000.00. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of CAPITOL INDEMNITY CORPORATION at a meeting duty calted and held on the 5th day of May 1960: "RESOLVED, that the President, and Vice-President, the Secretary or Treasurer, acting individually or otherwise1 be and they hereby are granted the power and authorization to appoint by a Power of Attorney for the purposes only of executing and attesting bonds and undertakings, and other writings obligatory in the nature thereof, one or more resident vice-presidents, assistant secretaries and attomey(s)-in-factl each appointee to have the powers and duties usual to such offices to the business of this company; the signature of such officers and seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking or other writing obligatory in the nature thereof to which it is attached~ Any such appointment may be revoked, for cause, or without cause, by any of said officers, at any. time." ~. IN WITNESS WHEREOF, the CAPITOL INDEMNITY CORPORATION has caused these presents to be signed by its officer undersigned and its c,orpo.!ate seal to be hereto affixed duly attested bY its Secretary, this 1st day of June, 1999. STATE OF WiSCONSiN "~ '.:~:, COUNTY OF DANE f · " ' CAPITOL INDEMNITY CORPORATION On the 1st day of June, A.D., 199~,.before me personally came George A F~i~i to me known, who being by. me duly sworn, did depose and say: that he resides in the County of Dane, State of Wisconsin; that he is the President of CAPITOL INDEMNITY CORPORATION, 'the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to said instrument is.such corporate seal; '~hat it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. COUNTY OF DANE ---- * * ~ Jane F. Endres · ~ ~ Notary Public, Dane Co., WI CERTIFICATE I, the undersigned, duly elected to the office stated below, now the incumbent in CAPITOL INDEMNITY CORPORATION, a Wisconsin Corporation, authorized to make this certificate, DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force. Signed and sealed at the City of Madison. Dated the~tta[l~/e..2'[st ....... day of_,~,, _ ..~__~y_ ___ . ~. COgPOn^?E ~//~;.~:SEAL ~ Pa Treasurer This power is valid only if the power of attorney number pdnted in the upper right hand corner apears in red. Photocopies, carbon copies or other reproductions are not binding on the company. Inquiries concerning this power of atlorney may be directed to the Bond Manager al the Home Office of the Capitol Indemnity Corporation. 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 low 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 provide and maintain until the contracted work has been completed and accepted by the C2ty of Denton, Owner, the minimum insurance coverage as indicated hereinafier. As soon as practicable after notification of bid award, Contractor shall file with 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 bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with 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 in 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 in the State of Texas with an A.M. Best Company rating of at least A. Any deductibles or self-insured retentions shall be declared in the bid proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the City, its officials, 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: Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers. That such insurance is primary to any other insurance available to the additional insured with respect to claims 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 READ: "SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERL4LLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLF~D FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED". Should any of the required insurance be provided under a form of coverage that includes a general annnal 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 obtain Owners and Contractors Protective Liability Insurance. Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in 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 In.qurance: General Liability insurance with combined single limits of not less than $500:000 shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. · Coverage B shall include personal injury. · Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include 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 injury liability and broad form property damage liability. IX ] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500:000 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 arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for: · any auto, or · all owned, hired and non-owned autos. IX ] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and role 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 times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy Baming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under this contract. Coverage shall be on an "occurrence" basis, and the policy shall be issued by the same insurance company that ear'des the Contractor's liability insurance. Policy limits will be at least __.combined bodily injury and property damage per occurrence with a aggregate. Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than each occurrence are required. Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions ia connection with professional services is required under this Agreement. Builders~ Risk ln,~urance Builders' Risk Insurance, on an All-Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. Additional Innurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. ATTACHMENT [ x] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificate")-A copy of a certificate of insurance, a certificate of authority to self-insure issued 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 entity's employees providing services 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 unt'fl the contractor's/person's work on the project 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 directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, Or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. The contractor shall provide coverage, based on proper reporting of classification codes and payroll mounts and filing of any overage agreements, which meets the statutory reqni~ements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 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, ~e a new certificate of coverage with the governmental entity showing that coverage has been extended. Go The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (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. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. The contractor shall notify the governmental entity in writing by certified mail 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. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of 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; 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 showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Jo (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 a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period 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) notify the governmental entity in writing by certified mail 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 (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. 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 provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll mounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles 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. ADDENDUM # 1 ADDENDUM CITY OF DENTON, T]EXAS BID NIL:M#KR ~4.~ * ^dd(;ndun~ 0' ~ PURCIIA$1NG DEPARTMENT I~q~t'RUCTION$ TO BIDDERS hid oPet'~.ll~ r~UL~iW May. 2, ~302 ,mi 2';0U p.m., hul {into. Bids ~all I~c l]lu, iniy m~rk~d u ~o die bid. number, ,)at*~ie O( t{~ bid, ~z~ hid ~{'d~t~ (,n ~e o~gude ul ~m~plc~ly 4. $. 0. bid~ r~uz~n m fD~Ce ~Of { Mxly (60) day ~ei'lad alter {?{w:tmii3g Of '~/itil award i,~ made; ~,md/or qtt¢$flo{l{ y~'tilininl~ m ~hl$ bid Ihall ))~ ,li,.c. uM,d lo irl~ Cily of rJc~mtt PUf¢II~ A{~I. ACgNOWI.~I~;X~UNT ~ BE RF.C~VED AT THE PLACE D~I~NA3'I!L) C~R THF. ~.(CEI~ O~ IUL)S President May 2,2002 230I Hinkle Dr. Denton,TX 76201 940/383-3007 WORF,.DA ¥$ 25 BID NO. 2843 PO NO, BID TABULATION SHEET Item 12,!2.3-B" .12.3.C 12,12,3 2-B j C.ontractor~ Wan. at es and U ~derstandlngs ,~our,,,~housand ~t~ll 18" Class Ill RCP Strum Sewer Thirteen Dollars ~umish and Strum Scwor ghd~ Pd*c ht Words lnetall 36" Class Iii RCP ~ Qunntlly - MAYHILL ROAD C LII.,VERT Price 47 lO Unit Price In Word~ Thirty Nine Dollars & lll~t0ll 54" Clatm rll RCP Storm 8cwcrl ' -:~ ..... Unit Price La Word~ One Hundred Four Dollars Lastall 8' x 8' Bu~ 'C. ulvcrI ' -'~ LJnlt ~;ie-e Tn Words Two Hundred Seventy Six Dollar Rcmo~o 72" CMP Forty Dollars Unit Price h~ Word~ Retllov¢ 24" RC/I~ 301 Unit Prko bi Words Ten Dollars - Remov~ 18" RCt' Uml Price In Words Five Dollars Prep~alion of Right u f Way (Init ¢rlcc In Words Four Thousand Dollars Uncla~silicd Exeuva 72 6~ 42 4~ J 39.25 04.00 ILF I$ 4000.00 611.00 400.00 7488.00 J 17940.00 1680.00__.. SSO.O0 230.00 4000.00 100.00 4/26102 P- ] ADDEiqDUiq 1 p ao...,~ -c 4 Li~fit I~'ice In Word~ Ten Dollars 'L'e~pora~y Five Hundred uoz±ars Class A Concrete for 25 -- 8' by. 8' b.~ oul%.m'l Unit Price I. Word~ Three Hundred Dollars 7,6.A-1 $' X 5' 4-sidod hllet 1 ? 6 A.2 Two Thousand Five Hundred Doll rs · ~ 4'X4' 4-~id~'t hllel 2 2500 Two Thousand Dollars ...... ooo. o Unit Price m W.rd Two Hundred Dollars :~ t Forty Dollars ' SP.4-B Fifty Dollars SP-10 Dollar Wutm.hne Lowcnng Unit Pri¢,c b~ Words W:,tcrline Lowering Unit ?d~= I~{' Worda -- Unit Prio¢ [n Worth ..... ~.ci'--"Skorci.g ~ ~P'31I Uni! Ptil:e {n Word Excavali(m Protection; -- 500.00 I One Dollar $ 7500.00 2500.00 - 4000.00 2000.00 · +,~oo.o;! 600.00! 20 t.~ '-~"~ ?EiT-' T- '--]' -~ -t- .... : . 50.00 4000.00~ ....... 4/26/02 P-4 kT.IDblN DUI4 1 I.rnii"i~cic~ In Win'ds Five Doll ars ~roj~t SIgfm ~P.43 2 -. - Uait ~r.i¢¢ bt Words One Hundred .~':Ll:ty uox~ars 'A.ph~.lt Saw C.u~ Unit Price h~ Words ~o Dollars Mi~cclla~co~s Sprinkler gya~m ........................... Unit Pric~ ~ Word~ ~o Hundred Dollars Seven Hundred Fifty Dollars Mayhill Road Culvert I'OTA b Seventy Eight Thousand One Hun( !. red Fift 144,00I 78,157.25i Five Cent~ 4/26/02 AS~N~IR~ % 2.1.3 4.6-B ..... MAYIIILL ROAD CULVERT AI,TI~RNA'I'I,3 #i Description Ottautity { Unit [ I Unit Base. 5" for dfivewa~ 306 Unit Price h~ Words! Seven Dollars 975 Five Dollars Seven Dollars C?ompaet~! F, II .sOO Hydmr,mlch 1478 Fifty Cents 6" Lime Tre~U:rneut Of 8ubgtadc ..... l { 38 ........ 0nit ~ h, Wo~ ~lars T~ A Hydroid ~m~ (Slu~y) { 6 One Hundred Dollars~%{~ Pr}~ 5~ Wotd{ 4" ~h~li P~v~t Bam~ ('i'~ A) 975 umt Pn~ la Wo,'d~ ........ Unit Pri~ WOr~ Five Dollars & Fifty Cents i 2" Asphalt Puv~ent ('I'Ve ~ Ba~){'""~ 138 Uni~Pri~ M Wordy Five Dollars & Fifty neats WORKDAYS BID NO, 2843 PO NO. 2142.0~ 3500.0£ /S¥ 739.0£ 3414~ 1600.001 10725.00 5.50. 5362.50 I/$Y .00 !/TON 150.00 Seventy Five Dollars TOTAl. ' .... Thirty Eight Thousand Seven Hundred Sixty Six Dollars & Fifty Cents 4120/02 P-6 ~o~u~ t re: ~10/02 Time: 3:06 PM To: 6kirch&k, Christi ~ 3&9-7302 Page: 001-002 ACORD. CERTIFICATE OF LIABILITY INSURANCE 12/14/2001 PRODUCER (940) 382-9691 Rame¥ & King Insurance 830 South 1-35E, Suite A Denton, TX 76205-7829 INSURED D Don Richards P O Box 828 Denton, TX 76202 COVERAGES FAX (940) 243-1050 THIS CERTIFICATE IS IESUEO AS A MATTER OF INFORMATION ONLY AND CONFERB NO RIGHTB UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERA: Scottsdale Insurance co. INSU~ERB: T~init¥ Lloyds Insurance co. IN~UeERC. Texas Work Cor~ Ins Fund THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THiS CERTIFICATE MAY BE ISSUED OR May PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERM% EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AOCREOATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR 1YPE OF INSURANCE POLICY NUMBER DATE (MMA3D/YY} DATE (MM/OO/Y~ LIMIT8 GENERAL LLa~IL[TY CL421900355 10/23/2001 ].0/23/2002 EACH OCCURRENCE $ 11000~ 000 ~- COMMERCIAL GEd'qERAL LIABILITY FIRE DAMAGE I CLA(M$ M~DE ~ OCCUR MED F-XP laxly erie pemonl A -- PERSC~4AL & ADV SNJURY $ 11000) 00~ )ENERAL AGGREGATE $ 1 GENL AGGREGATE LIMIT APPLIES PER: PRODUCTS AUTOMOBILELIABILrTY TCA6844144 10/23/2001 10/23/2002 COMEiNEDSiNGLELiMiT ~ ANY AL~O (Ea accident) 1,000, B -- -- HIREO ~JTOS BODILY iNJURy $ GARAGE; LIABILFFY AUTO ONLY - EA ACCIOENT $ AUTO ONLY: ~G *M~O~$' m.~lm.~ ~,L. F..A~H ACCLDENT $ 500 C E.L. olse~-~ - ~A E~PLOYE~ $ 500, OOC E.L. DISE~E - POLICY LIMIT $ 5OO ~ O0( DE~P~qON O~ CPERA'~ON~fl. OCA13ON~/VEMICLES/EXCLLL~IONS ADDED BY ENDD R~EMENT/~C~L PRO~flEIONE 'SAID POLICY SHALL NOT BE CANCELLED, NON-RENEWED, OR MATERIALLY CHANGED WITHOUT IO DAYS ADVANCE WRITTEN NOTICE BEING GIVEN TO THE OWNER, EXCEPT WHEN THE POLICY ;S BEING CANCELLED FOR NON-PAYMENT OF PREMIUM, IN WHICH CASE 10 DAYS ADVANCE WRITTEN ~OTICE IS REQUIRED.City of Denton is ~sted as additional insueed/ waiver of subrogation 'avor of Clty of Denton on Workers C~,~ensatlon. CERTIFICATE HOLDER I I ADomoa~. INSU~; tNSU~ ~R: __ CANCELLATION CITY OF DENTON 2301 HINKLE DENTON, TX 76201. ACORD 25~ (7/97) 3eff Kin~ ~ACORD CORPORATION t988 :e: ~!~0/02 Time: 3:06 PM To: Skirohak, Christi ~ 349-7302 ~ Pase: 002-002 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. A statement on this certificate does not confer rights to the certificate ho[der In lieu ct such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the ce~ficate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the Issuing insurer(s), authorized representative or producer, and the ce~flcate holder, not does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-~ (?197)