Loading...
2000-185 ORDINANCE NO AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF WESTWOOD AREA WATERLINE, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING AN EFFECTIVE DATE (BID 2482-WESTWOOD AREA WATERLINE AWARDED TO JAGOE PUBLIC COMPANY IN THE AMOUNT OF $175,401) WHEREAS, the City has sohmted, and received competitive sealed bids for the constmctmn of pubhc works or improvement m accordance w~th the procedures of STATE law and C~ty ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest respondent for the construction of the pubhc works or improvements described m the bid invitation, and plans and specifications therein, and WHEREAS, Section 271 905 of the Local Government Code allows the City to award a contract to a bidder having its pnnclpal place of business in the City if its b~d ~s within three per cent of the lowest bid price received from a nonresident b~dder writing, that the local bidder offers the C~ty the best combination of price and additional economm development opportunities for the C~ty created by the contract award, ~ncludlng the employment of residents of the City and increased tax revenues to the C~ty, and WHEREAS, the City Manager or a designated employee has reviewed the here~n described bids for ~e materials, equipment, supplies or servmes as shown in the "Bid Proposals" submitted therefore and represents to the City Council that the herein described local bidder's bid is within three per cent of lowest bid price received from a nonresident bidder, and WHEREAS, the City Council has provided in the City Budget for the appropriation of ftmds to be used for the purchase of the materials, eqmpment, supplies or services approved and accepted herein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive sealed bid for the construction ofpubhc works or improvements, as described m the "Sealed Bid Invitations", or plans and spemfications on file the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, and, The City Council hereby determines that the vendor set forth below has its pnnc~pal place of buslnes~ in the City of Denton, Texas, its bid is w~thln three per cent of the lowest bid price received from a nonresident bidder and such local bidder offers the City the best combinat~on of price and additional economic development opportumtles for the C~ty created by this contract award The following numbered b~d for construction of a pubhc works project from the below described local bidder and as shown in the "B~d Proposals" on file ~n the office of the City Purchasing Agent, are hereby accepted and approved BID NUMBER CONTRACTOR AMOUNT 2482 Jagoe Pubhc Company $175,401 SECTION II That the acceptance and approval competitive sealed bid shall not constitute a contract between the C~ty and the person submitting the b~d for construction of such pubhc works or ~mprovements herein accepted and approved, until such person shall comply w~th all requirements specffied in Not,ce to Bidders including the timely execution ofa wmten contract and furmsh~ng of performance and payment bonds, and insurance certificate after notfficatlon 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 ~n accordance w~th the Notice to Bidders and Request for Sealed Bids, and documents relating thereto specifying the terms, conditions, plans and specfficatlons, standards, quantities and specified sums contained therein SECTION IV That upon acceptance and approval ofthe above competitive sealed bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expendature of funds ~n the manner and in the mount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V This ordinance shall become effective ~mmedlately upon its passage and approval PASSED AND APPROVED thru ~ day of ~.. ,2000 EULINE BROCK, MAYOR ATTEST~ JENNIFER WAL~TERS, CI3~Y SECRETARY APPROVED AS TO LEGAL FORM HERBE~TTORNEY ATTACHMENT 1 TABULATION SHEET BID # 2482 BID NAME Westwood Area Waterlines H & W UTILITY P~pe Con, Inc Whizeon Jagoe Pubhc Utilities Company )ATE 319/00 Prlrlclpal Place of Business Lake Dallas, TX Irving, TX Arlington, TX Denton, TX I Total Bid Award $274,619 10 $t72,467 00 $258,923 00 $175,401 00 Bid Bond YES YES YES YES Price less hypothetical 3% Local Preference Amount $170,138 97 CONTRAC.T AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 6 day of ~,,ne A D , 2000, by and between C.y nf Dentnn of the County of Dentan and State of Texas, aeUng through l~eh.e! W lc7 thereunto duly authorized so to do, hereinafter termed "OWNER," and Jagoe l:h~hhe Camp.ny 3(39.0 Ft ¥1/nrth Dr 13~ntcm. T~ 769.(3'~i of the City of l~entnn , County of I~enic~n and State of Texas , hereinafter termed "CONTRACTOR" WITNESSETH That for and m constderatlon of the payments and agreements 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 aM complete performance of the work specified below in the amount of ~17'~,4.~11 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 furmsh all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, m accordance with the conditions and prices stated in the Proposal and the Performance and Payment Bonds, attached hereto, and m accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced here~n and on file in the office of the Purchasing Agent, and in accordance with the plans, whxch ~nclndes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, CA- 1 and the Specifications therefore, as prepared by Denton l~nglneerlng ~ntt Tran?ortatmn D~partrnent all of which are referenced herein and made a part hereof and collectively ewdence and constitute the entire contract Independent Status It ~s mutually understood and agreed by and between C~ty and Contractor that Contractor ~s an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of ~ncome tax, w~thholdlng, social security taxes, vacation or s~ck leave benefits, worker's compensation, or any other C~ty employee benefit C~ty shall not have superws~on and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder accorthng to the attached specfficat~ons at the general direction of the C~ty Manager of the C~ty of Denton, Texas, or his designee under th~s agreement Indemnfficat~on Contractor shall and does hereby agree to mdemmfy and hold harmless the City of Denton from any and all damages, loss, or habthty of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or neghgent act of Contractor, ~ts officers, agents, employees, mwtees, and other persons for whom it Is legally hable, with regard to the performance of th~s Agreement, and Contractor will, at ~ts cost and expense, defend and protect the C~ty of Denton against any and all such clmms and demands Choice of Law and Venue Th~s agreement shall be governed by the law of the State of Texas and venue for its constructton and enforcement shall he m the courts of Denton County, Texas The CONTRACTOR hereby agrees to commence work on or after the date estabhshed for the start of work as set forth m written not~ce to commence work and complete all work within the time stated m the Proposal, subject to such extensions of time as are prowded by the General and Special Cond~nons The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown m the Proposal, which forms a part of th~s contract, such payments to be subject to the General and Special Conditions of the Contract CA - 2 IN WITNESS WHEREOF, the part~es of these presents have executed th~s agreement in the year and day first above written ATTEST (SEAL) r [ CONTRACTOR ~Co. Denton, Tx 76202 MAILING ADDRESS PHONE NUMBER Main #(940) 382-2581 Fax #(940) 382-9732 FAX NUMBER TITLE APPROVED AS TO FORM ] ~ PRINTED NAME CITY ATTORNEY CA - 3 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That lagc~e lh~hhc Company whose address is qOg.~ ]~t Wc~rth l'}r~v~ ]3t~ntcm T~( 7fi~ hereinafter called Prmclpal, and aS$OCI~kDIN~EMNITYCORPORATION ' a corporation organized and existing under the laws of the State of Texas and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a mumclpal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of (}ne l-lnndr~d ,qeventy Flv~ Thcm~and l~ca]r 14'l]ndr~d l'3n~ and no/lO(} DOLLARS ($ 17q,4(~1 ) plus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages arising out of or connected with the below identified Contract, m lawful money of the United States, to be paid m Denton County, Texas, for the payment of wfuch sum well and truly to be made, we hereby bind ourselves, our heirs, executors, admnnstrators, successors, and assigns, jointly and severally, firmly by these presents This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but m 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 2000-185, with the City of Denton, the Owner, dated the 6 day of hme A D Caot)~ a copy of which is hereto attached and made a part hereof, for md # 24R2 - Wentwcwtd Waterhne NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of sad Contract m accordance with the Plans, Specfficattons and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, condmons and agreements of any and all duly authorized modifications of said Contract that may hereafte~ be made, notice of which modifications to the Surety being hereby waived, and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by the Owner, and, if the Principal shall fully indemnify and save harmless the Owner from all costs and damages wfuch Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligation shall be void, otherwise, it shall remain m full force and effect PB - 1 PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie m Denton County, State of 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 the Plans, Specfficat~ons, Drawings, etc, accompanying the same, shall in anywise affect its obligation on th~s Bond, and ~t does hereby wmve notice of any such change, extension of time, alteration or addmon 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 prows~ons of Chapter 2253 of the Texas Government Code, as amended, and any other apphcable 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 reqms~te notices may be dehvered and on whom serwce of process may be had m matters arising out of such suretyship, as prowded by Article 7 19-1 of the Insurance Code, Vernon's Annotated C~vll Statutes of the State of Texas IN WITNESS WHEREOF, th~s instrument is executed in 4 copies, each one of which shall be deemed an original, th~s the 6 day of June ATTEST PRINCIPAL SECRE~,~RY V'~E PRESIDENT ATTEST SURETY ~ATTORNE~-IN-F~CT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process ~s NAtaE STREET ADDRESS I'~r~ k,~-~£ ~/'); ,qt/FF£ L/~O; (NOTE Date oS PerSormance Bond must be date oS Contract lS Reszdent Agent ts not a corporation, g~ve a person's name ) PB - 2 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That l,a~ne Pnhhe Chin?ny ~ whose address is '109.O l~'t Wnrth Dr,vn I~ontnn TX 7690~ hereinafter called Principal, and 'AS~01N/~n~C0~Am~ ' a corporation orgamzed and existing under the laws of the State of Te'~a~ , and fully authorized to transact business m the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporatmns who may furnish materials for, or perform labor upon, the building or Improvements hereinafter referred to, in the penal sum of f)ne I-l'nndre~d ,¢l~venty l~'lve Thnnqand gnnr 14nndrecl One and nn/10f) DOLLARS ($175;lOl ) in lawful money of the United States, to be paid in Demon, County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, admlmstrators, successors, and assigns, jointly and severally, firmly by these presents This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Comract price, but in no event shall a Change Order or Supplemental Agreemem which reduces the Contract price decrease the penal sum of this Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Prlnmpal entered into a certain Contract, identified by Ordinance Number 20/10-1 g'i, with the City of Denton, the Owner, dated the 6 day of hme A D 200~. a copy of which is hereto attached and made a part hereof, for la,ri ')4R2 - Weetwc~nd Waterhne NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcomractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any, and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void, otherwise it shall remain in full force and effect PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall he 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 the Plans, Specifications, Drawings, etc, accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notme 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 PB - 3 This Bond ~s given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other apphcable statutes of the State of Texas The undersigned and des~guated agem ~s hereby designated by the Surety hereto as the Resident Agent m Denton County to whom any reqmslte notices may be dehvered and on whom serwce of process may be had m matters arising out of such suretyship, as prowded by Artmle 7 19-1 of the Insurance Code, Vernon's Annotated Clwl Statutes of the State of Texas IN WITNESS WHEREOF, th~s instrument ~s executed m 4 cop~es, each one of which shall be deemed an original, this the 6 day of hme , '2000 ATTEST PRINCIPAL SECRETARY BY qtc~_ PRESIDENT ATTEST SURETY A$SOC,~TED iNDFMNITY CORFOg, ATION ,~TORNEY-I~-FkCT The Resident Agem of the Sure~ ~n Denton County, Texas for dehvery of notme ~d serwce of the process ~s NAME WILLI~ O~ TEXgS, ~ (NOTE Date of Payment Bond must be date of Contract If Restdent Agent ts not a corporatwn, gtve a person's name ) PB - 4 FIREMAN'S FUND INSURANCE COMPANY NATIONAL SURETY CORPORATION ASSOCIATED INDEMNITY CORPORATION THE AMERICAN INSURANCE COMPANY AMERICAN AUTOMOBILE INSURANCE COMPANY GENERAL POWER OF ATTORNEY NOW ALL MEN BY THESE PRF3ENTS That FIREMAN S FUND INSURANCE COMPANY a Cabfomm corgorauon NATIONAL SURETY CORPORATION K ......... ,,.,,, '..m'~m,,'~,"c t'c~MPANY a New Jersey corporation redomes ca ed n Nebraska ASSOCIATED INDEMNITY an I ...... .P. ? ............ .~ ..t=o,,',a~ AUTOMOBILE INSURANCE COMPANY a Missouri corporation (herein collectively called the Compames ) does each hereby appomt ROSEMARY WEAVER AND JOHN R. STOCKTON OE' O.~Ub.%~ '~_.'!. heir lrue and '~wfu[ Atiorney(s/tn Fact w,h full power of authority hereby conferred m their name place and stead to execute sea] acknowledge and debver any and all attested by the Compame~ Secretary hereby ratifying and confirming all that the s ad Attorney(Q m Fact ma~ do ~n the premme~ Tht~ ~ue~ oi attorney I~ granted under and by the authomiy of A~lc[~ VII of the By aw~ of FIREMAN S FUND INSURANCE COMPANY NATIONAL SURETY CORPORATION THE AMERICAN INSURANCE COMPANY ASSOCIATED INDEMNITY CORPORATION ned AMER CAN AUTOMOBILE INSURANCE COMPANY which provisions are now m full force and eBect Tht~ power of attorney s sign~ and sealed under the authority of the follow ag Re~olutma adopted by the Board of D~rectors ot FIREMAN S FUND INSURANCE COMPANY NATIONAL SURETY CORPORATION THE AMER CAN INSURANCE COMPANY ASSOCIATED INDEMNITY CORPORATION ned AMERICAN AUTOMOBILE INSURANCE COMPANY at a meeting duly called and held or by written coasem on the 19th day of March 1995 and smd Re~oluuo~ ha~ not been amended or repealed Compan es may be affixed or pnnted on any power of attorney on any ~vocaaon of any power of a tomey or on any cemficate ~latmg thereto by vahd and binding u~n the Compante~ th,, ~' ~"Vof Deebmber THEAMERICAN INSURANCE COMPANY ~ ~ * * [ ~ s ~ A L ~ I ASSOCIATED INDEMNITY CORPORATION ~ . AMERICAN AUTOMOBILE INSURANCE COMPANY STATE OF CALIFORNIA } ss COU~Y OF MARIN Onm,s 17 dayof D~aember , 1998 ,~foremepersonaliycame M A Mallo~ duly sworn ~,d dsms~ ~3aL 9 }. ................... , corn-an- ~als that thew were so a~xed by order of the Board of D,rectors of sa,d compames and that he signed his name thertto by like order INyITNESSyHE~EOLI hay, he.~nto ~t my h~d a.d ,ffix~ my officml seal ~~ ~,~1 IFICATE NO,~y Pubhc STATE OF CALIFORNIA } ss COUNTY OF MARIN Sec~t~ of each corn ~y DO HEREBY CERTIFY ~ha ho forego ng and attach~ POWER OF A~ORNEY remams m full focce 360789 11 98 IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT YOU MAY CONTACT THE TEXAS DEPARTMENT OF INSURANCE TO OBTAIN INFORMATION ON COMPANIES, COVERAGES, RIGHTS OR COMPLAINTS AT' 1-800-252-3439 YOU MAY WRITE THE TEXAS DEPARTMENT OF INSURANCE P. 0 BOX 149104 AUSTIN, TX 78714-9104 FAX #(512) 475-1771 PREMIUM OF CLAIM DISPUTES: SHOULD YOU HAVE A DISPUTE CONCERNING YOUR PREMIUM OR ABOUT A CLAIM YOU SHOULD CONTACT THE AGENT OR COMPANY FIRST. IF THE DISPUTE IS NOT RESOLVED, YOU MAY CONTACT THE TEXAS DEPARTMENT OF INSURANCE ATTACH THIS NOTICE TO YOUR POLICY: THIS NOTICE IS FOR INFORMATION ONLY AND DOES NOT BECOME A PART OF CONDITION OF THE ATTACHED DOCUMENT. ame¥ & K'lng TnsUrance I ~'~T~C&T~BNOTJ~MEND. EXTENDOR I )enton, TX 7620~-7829 cow,~, I~t tum~(nous Mm' Ext. A 3agoe Pub~c Company, Znc. B B~11 ChHk P 0 Box 2~0 ~n~on, ~ 76202 D CERTI~TE M~Y 5~ 1~8UEO OR ~Y ~RTA~N,~ ~U~E ~ORD~ ~ ~E ~8 ~8~I~D H~N ~ ~E~ TO ALL ~ ' ~ .... a~~ ~s 2~0 ,, , , , ~ ; ~~), '; , ..... l,,, X ~ · 1,~0;0~ k , ~o~ ~P2S42~7 10/01/1999, [ LO/O1/Z~ ,~) ~ ~ ~, ~ ,~,', ~ '~ , "" * ' ...... ~ ' ' '~j~y i, , ~ ~ A~ ~Y' .~~~'"~"-"" r,,,,~ : , ,, t', ',I~ ' ~'t~'t..'A~,, , . ' .~ .[,, :~' ,~ .... ,, , , ,-~ -~, ~,~,,,~ City cE De~ its o~ie~/s, ~euts, employees and volurtee~s are sho~ as ~ddit/onal shall ~ot be c~ce11~d, zeueved,or gA;~ ;:..:-~g~.. ' I~ ~n ~czce ~zu~ ~xvon to the ~er, ~cepl ~~cr~.. ~ ~ ~e ~oltcy As ~ezuS canc*lle~ for non- Denton, ~ 7bZOl ~ mn~ cE ~e~, in ~ch case lO CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attentton ts dtrected to the tnsurance requtrements below It ts highly recommended that btdders confer wtth thetr respective insurance carriers or brokers to determtne tn advance of Btd submtsston the avatlabdtty of tnsurance certtficates and endorsements as prescribed and provtded herem If an apparent low bidder fads to comply strtctly wtth the insurance requirements, that btdder may be disqualtfied from award of the contract. Upon btd award, all insurance reqmrements shall become contractual obhgattons, which the successful btdder shall have a duty to mamtatn throughout the course of thts contract STANDARD PROVISIONS: Wtthout hmtttng any of the other obhgattons or habthttes of the Contractor, the Contractor shall provtde and ma~ntatn unttl the contracted work has been completed and accepted by the City of Denton, Owner, the mtntmum insurance coverage as tnchcated heretnafter As soon as practicable after nottficatton of btd award, Contractor shall file wtth the Purchasing Department sattsfactory certtficates of tnsurance, contammg the btd number and tttie of the project Contractor may, upon wrttten request to the Purchastng Department, ask for clartficatton of any tnsurance requtrements at any ttme, however Contractors are strongly advtsed to make such requests prtor to btd opening, stnce the insurance requtrements may not be modified or watved after btd opemng unless a wrttten exceptton has been submitted wtth the btd Contractor shall not commence any work or dehver any matertal untd he or she recetves nottficatton that the contract has been accepted, approved, and signed by the City of Denton All msurance pohctes proposed or obtained tn sattsfactton of these reqmrements shall comply wtth the followtng general spectficat~ons, and shall be matntatned tn comphance wtth these general spectficattons throughout the duratton of the Contract, or longer, tf so noted · Each pohcy shall be ~ssued by a company authorized to do bus~ness 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 ehmmate such deductibles or selfqnsured retentions w~th respect to the C~ty, ~ts officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related mvestlgat~ons, clmm admlmstratlon and defense expenses · Llablhty pohcles shall be endorsed to provide the following · o Name as addmonal insured the C~ty of Denton, 1ts Officials, Agents, Employees and volunteers ** That such ~nsurance ~s primary to any other insurance avalable to the additional insured with respect to clams covered under the pohcy and that th~s msurance apphes separately to each insured aganst whom clam is made or suit is brought The inclusion of more than one insured shall not operate to increase the insurer's hmlt of habd~ty All pohcles shall be endorsed to read. "SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED'; · Should any of the required msurance be provided under a clams~made form, Contractor shall mantmn 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 dunng the contract term whmh g~ve rise to clams made after expiration of the contract shall be covered · Should any of the reqmred ~nsurance be provtded under a fom~ of coverage that mcludes a general annual aggregate limit provtdmg for clams investigation or legal defense costs to be mcluded in the general annual aggregate hm~t, the Contractor shall either double the occurrence limits or obtan Owners and Contractors Protective L~abfllty Insurance · Should any required ~nsurance lapse dunng the contract term, requests for payments ong~natmg after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by th~s contract, effective as of the lapse date If ~nsurance ~s not reinstated, City may, at its sole optton, terminate this agreement effective on the date of the lapse SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All tnsurance pohc~es proposed or obtained m sattsfactton of thts Contract shall addtttonally comply wtth the followtng marked spectficattons, and shall be matntatned tn comphance w~th these add~ttonal spectficattons throughout the duration of the Contract, or longer, ~f so noted [X] A General L~abflity Insurance General Llab~hty insurance with combined single limits of not less than $1 shall be provided and mmntmned by the Contractor The policy shall be written on an occurrence bas~s e~ther ~n a smgle pohcy or in a combination of underlying and umbrella or excess pohmes If the Commercml General Lmblhty form (ISO Form CG 0001 current edition) is used · Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual habday covenng this contract and broad form property damage coverage · Coverage B shall include personal injury · Coverage C, medical payments, ts not required If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) Is used, ~t 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) covenng this contract, personal injury llablhty and broad form property damage hablhty [X] Automobile Llablhty Insurance Contractor shall provide Commercial Automobile Liability ~nsurance with Combined Single Limits (CSL) of not less than 5g! :o00;000 either tn a single pohcy or in a combination of basic and umbrella or excess pohcles The policy w~ll include bodily injury and property damage llablhty arising out of the operation, maintenance and use of all automobiles and mobile eqmpment used in conjunction with this contract Satisfaction of the above requirement shall be tn the form of a policy endorsement for · any auto, or all owned, hired and non-owned autos [X] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation Insurance whmh, in addition to meeting the mlmmum statutory requirements for tssuance of such Insurance, has Employer's Llabdlty limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupattonal d~sease The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured For bmldlng or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensation Commission (TWCC) Owner's and Contractor's Protective Liablhty Insurance The Contractor shall obtmn, pay for and malntmn at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Llablhty insurance policy naming the City as insured for property damage and bodily ~njury which may arise m 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 carries the Contractor's liability insurance Policy limits will be at least __ combined boddy ~njury and property damage per occurrence with a aggregate F~re Damage Legal Liability Insurance Coverage ~s required if Broad form General Liability ~s not provided or is unavmlable to the contractor or ff a contractor leases or rents a portion of a City budding Limits of not less than each occurrence are required [ ] Professional Liablhty Insurance Professional liability insurance w~th hm~ts not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement [ ] Builders' Pdsk Insurance Bmlders' R~sk Insurance, on an All-Rusk form for 100% of the completed value shall be provided Such pohcy shall include as "Named Insured" the City of Denton and all subcontractors as their mterests may appear [ ] Additional Insurance Other insurance may be reqmred on an individual basis for extra hazardous contracts and speeffie serwce agreements If such additional insurance is required for a specific contract, that requirement w~ll be described ~n the "Specific Conditions" of the contract specfficat~ons ATTACHMENT 1 IX] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A Defimtlons Certffieate of coverage ("eertfficate")-A copy of a certificate of insurance, a eertffieate 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' compensaUon insurance coverage for the person's or entlty's employees providing servaees 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 contractors/person's work on the project has been completed and accepted by the governmental entity Persons providing serwees 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 earners, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide servmes on the project "Services" include, without limitation, providing, hauhng, or dehvenng 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 B The contractor shall prowde coverage, based on proper reporting of classification codes and payroll amounts and fihng of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all employees of the Contractor 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 D If the coverage period shown on the contractor's current certificate of coverage ends dunng the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended E The contractor shall obtmn 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 dunng the duration of the project F The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter G The contractor shall notify the governmental entity In writing by certffied maal 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 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 I 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, (2) provide to the contractor, prior to that person beginning work on the project, a certfficate of coverage showing that coverage is being provided for all employees of the person promding 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 dunng the duration of the project, (4) obtain fi.om each other person with whom it con,'acts, and provide to the contractor (a) a certificate of coverage, prior to the other person begxnmng work on the project, and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends dunng the duration of the project, (5) retmn all reqmred certfficates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity m wntlng by certified mall or personal dchvery, within 10 days after the person knew or should have known, of any change that materially affects the prowsion of coverage of any person providing services on the project, and (7) contractually reqmre each person w~th whom it contracts, to perform as reqmred by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing servmes J By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the govemmental 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 anaounts, and that all coverage agreements will be filed with the appropriate ~nsurance career or, in the case of a self-insured, with the commlss~on's Dlwslon of Self-Insurance Regulation Providing false or m~sleadmg reformation may subject the contractor to admlmstratlve penaltms, criminal penalties, civil penalties, or other civil actions K The contractor's fmlure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract vmd if the contractor does not remedy the breach within ten days after receipt ofnotme of breach from the governmental entity Bid 2482- Westwood Area Waterline - CONTRACT & INS 6-00 BID SUMMARY TOTAL BID PRICE IN WORDS ~-'~ ~ ~ ~ In the event of the award of a contract to the undersigned, the undersigned will furmsh a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until f'mal completion and acceptance, and to guarantee payment for all lawful clanns 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 subnutted as correct and final Unit and lump sum prices as shown for each Item listed in this proposal, shall control over extensions CONTP, A42T~R~ D i // Denton. Tx ?6202 City and State Seal & Authorization (Ifa Corporation) Telephone B-1 Westwood Waterhne Work Days 45 B~d No BID TABULATION SHEET P O No 21 ContractorsWarrantlesandUnderstand]ngs ILS I$ 'ZeS LSI$ 0o 128 Ductile Iron Fittings [ 105 [ LBlS Umt Price In Words ,/,~-o....o~~ ~ Umt Price h Words ~ ~ ~ 216 Water S~loe (Pubhc) I 6a EA Unit Price In Words ~ ~~ Umt Price In Words ~ ~ ~ Umt Price In Words ~ ~ ~~ 9 sod ~ 136 SY $ ~,OO/SY $ Umt Price In Words ~ ~ ~ 312 Tempor~ Erosion Control ] LS $ Umt Pnce In Words ~ ~~c~ 1 Bamcades, Warning S~gns and Detours ] LS $ Umt PncelnWords ~ ~ ~ 3A 4" Concrete Sidewalk ~ 2 SY $ ~,~/SYI $ P3 Westwood Waterhne Work Days 45 Bid No BID TABULATION SHEET P O No Item Description Quantity Omt Price Total SP-2 ,Concrete Saw Cut 8 $ 5'.oo/LF $ t40.OO Umt Price In Words ,.~e~ ~ ~ Rock Excavation 50 $ Um~Pr, c~ In Words ~ ~ ~ Umt Price In Words ~ ~ S~gns 2 $ 5~,oe/EA $ l t~Oo. aa Umt Price In Words ~-ff~,,.e~ '~ · ~L SP-40 Cut and Plug Emstmg Water hne 6 $ qOO. oo/EA ~t~o. oo Umt Price In Words ~.~J ~~ ~_, Umte P.ceIn Words ~ ~ 4q-t~ SP-43 Asphalt Saw Cut 621;" aLF $ t .O°/LF $ Umt Pnce In Words ~ ~ ~ ;P-44 Remove F~re Hydrant 4 $ Umt Price In Words -~g.o.e~ ~ SP-45 MtscellaneousSpnnklerSystemAdjustment [ LS 15 Umt Price In Words ~ ~~ TOTAL 17~ ~ot OO P4