Loading...
1999-161 O~m~ANCENO qq-/~' I ~ o~CE ^CCEPT~O CO~ETITIVE BIDS A~O AWA~,I~G A ~IC WO~S cosr~cr ~o~ r.~ co~sr~ucr~os o~ r~ ~vi~w ~sc. u~r sra~os, G~VITY SE~R L~E ~ FORCE MA~, PROVID~G FOR THE EXPE~IT~ OF F~S T~FOR, ~ PROLOG FOR ~ EFFECTWE DATE ~D 2355 - L~VIEW ~NCH LWT STATION, G~VITY SE~R LI~ A~ FORCE MA~ AWNED TO DIC~RSON CONSTRUCTION COMPAq, ~C, ~ THE ~O~T OF $269,307 50) ~AS, ~e CI~ h~ sohc~ted, ~d recmved competmve sealed Nds for ~e cons~ctlon of pubhc works or improvements m accord~ce w~ the procedures of STATE law md City ordln~ce~, ~d ~AS, ~e C~ M~ager or a dem~ated employee has mcelv~ ~d reco~end~ ~m the hereto described Nds ~e the lowest respondent for the cons~ctlon of the pubhc works or ~mprovements described ~n the Nd mwtat~on, ~d plus ~d specfficat~ons thermn, NOW, THE~FO~, THE CO~CIL OF THE CITY OF DENTON HE.BY O~A~S SECTION I ~at ~e following competlt~Ve sealed Nd for the cons~ctmn of pubhc works or ~mprovements, ~ described m ~e "Seal~ B~d Invitations", or plus ~d speclficaaons on file ~n the Office of ~e C~ty's P~chamng Agent filed according to the Nd nmber ~s~gned hereto, ~e hereby accepted ~d approved as being ~e lowest responsible Nds B~ ~ER ~ ~O~T 2355 DIC~RSON CONSTRUCTION COMPANY, INC $269,307 50 SECTION II That the accept~ce ~d approval of the above compet~tlve sealed Nd shall not const~te a con~act be~een ~e C~ty ~d ~e person submitting the Nd for cons~ct~on of such pubhc works or :mprovements here~n acc~ted ~d approved, ~tll such person shall comply w:th all reqmrements specffied m the Notme to B~dders ~nclud~ng ~e t~mely execution of a written contract ~d ~shmg of pcrfo~ce ~d payment bonds, ~d ms~ce cemficate a~er notfficat~on of the awed of the b:d ~ That the C:~ M~ger ~s hereby authorized to execute all necess~ written con~acts for ~e p~o~ce of~e com~ct~on of~e pubhc works or ~mprov~ents :n ~cord~ce w:~ the Nds accepted ~d approved here~n, prowded ~at such contracts ~e made ~n accord~ce w:~ ~e Not, ce to B~dders ~d Request for Sealed B~ds, and docments relating thereto spem~:ng the terns, cond~tmns, plus ~d specfficat~ons, st~d~ds, qu~t~t~es ~d spemfied sums contmned thermn SECTION IV That upon acceptance and approval of the above competitive sealed bids and the execution of contracts for the pubhc works and ~mprovements as authorized here~n, the C~ty Council hereby anthonzes the expenditure of funds ~n the manner and m the amount as specified an such approved bads and authorized contracts executed pursuant thereto SECTION V That flus ordanance shall become effective immediately upon its passage and approval P^SSEr~ A~rr~ ~PROVEr~ th~s the /~ day of 6/~/~ ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY BID 2355 - CONTRACTUAL ORDINANCE ATTACHMENT 1 TABULATION SHEET 2355 Date 4/20/99 LAKEVIEW RANCH LIFT STATION,GRAVITY ;EWER LINE & FORCE MAIN No I DESCRIP~!~N VENDOR VENDOR VENDOR VENDOR VENDOR · ' rI ~"'' '~ Dlckerson '" Construcbon Oscar Renda Earth Builders Pate Bros Rad~ch , ~ .... Company, Inc TOTAL BID AWARD $269,307 50 $307,380 00 $365,610 00 $429,638 00 $587,989 50 ATTAC~4ENT 2 LAK'EVIEW RANCH LIFT STATION 8LAGG  .... 6" FORCE MAIN - 253 ~ -- 8" GRAVITY MAIN - 185~ LAKEVIEW RANCH W ~ E _~ I.IFT STATION PROJECT LOCATION ~ ~'aXm'Tme) , ~ I EXHIBIT II CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered ~nto this 18 day of MAY A D, 1999, by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through MICHAEL W JEZ, City Manager, thereunto duly authorized so to do, hereinafter termed "OWNER," and DICKERSON CONSTRUCTION COMPANY, INC. P O. BOX 181 CELINA, TEXAS 75009 of the C~ty of CELINA County of COLLIN and State of TEXAS, hereinafter termed "CONTRACTOR" WITNESSETH That for and m conslderat~on of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed m the bonds attached hereto, CONTRACTOR hereby agrees w~th OWNER to commence and complete performance of the work specdled below BID # 2355 - LAKEVIEW RANCH LIFT STATION, GRAVITY SEWER LINE AND FORCE MAIN m the mount of $269,307 50 and all extra work m connection therewith, under the terms as stated m the General Conditions of the agreement, and at his (or their) own proper cost and expense to furmsh all materials, supplies, machinery, eqmpment, tools, superintendence, labor, ~nsurance, and other accessories and services necessary to complete the work specified above, ~n accordance with the cond~tions and prlces stated ~n the Proposal attached hereto, and ~n accordance with all the General Condmons of the Agreement, the Special Cond~tions, the Not~ce to Bidders (Advertisement for B~ds), Instructions to B~dders, and the Performance and Payment Bonds, all attached hereto, and m CA- 1 accordance w~th the plans, which ~ncludes all maps, plats, bluepr~ms, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by WATER/WASTEWATER ENGINEERING all of which are made a part hereof and collectively ewdence and consUtute the entire contract Independent Status It ~s mutually understood and agreed by and between C~ty and Contractor that Contractor ~s an ~ndependent contractor and shall not be deemed to be or considered an employee of the C~ty of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacatton or s~ck leave benefits, worker's compensation, or any other City employee benefit C~ty shall not have supervision and control of Contractor or any employee of Contractor, and ~t ~s expressly understood that Contractor shall perform the serwces hereunder according to the attached specd~cat~ons at the general d~rect~on of the C~ty Manager of the C~ty of Denton, Texas, or his designee under th~s agreement Indemmficatton Comractor shall and does hereby agree to ~ndemmfy and hold harmless the Ctty of Demon from any and all damages, loss, or habthty of any kind whatsoever, by reason of tnjury to property or third persons occasioned by any error, omission or neghgent act of Contractor, ~ts officers, agents, employees, mv~tees, and other persons for whom ~t ~s legally hable, w~th regard to the performance of th~s Agreement, and Contractor w~ll, at ~ts cost and expense, defend and protect the Ctty of Denton against any and all such claims and demands Choice of Law and Venue Th~s agreement shall be governed by the law of the State of Texas and venue for ~ts construction 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 notice to conunence 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 Conditions The OWNER agrees to pay the CONTRACTOR in currem funds the price or prices shown m the Proposal, which forms a part of tfus 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 m the year and day first above written ATTEST , } ".-( "If/" (~7 ' (SEAL) ATTEST (~'~&J~ ~ ' '"-~--'"~'-- CONTRACTOR MAILING ADDRESS PHONE NUMBER 9.[2 3~z FAX NUMBER TITLE APPROVED AS TO FOR~ P~NTED NA~ (SEAL) CIT~ ~O~NEY / / CA - 3 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.O BOX 149104 AUSTIN, TEXAS 78714-9104 FAX # (512) 475-1771 PREMIUM OR 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 OR CONDITION OF THE ATTACHED DOCUMENT PERFORMANCE BOND STATE OF TEXAS § BOND NO 61BCSAC4794 COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That DICKERSON CONSTRUCTION COMPANY, INC., whose address ~s P.O. BOX 181, CELINA, TX 75009, hereinafter called Principal, and HARTFORD FIRE INSURANCE COMPANY a corporation organized and ex~st]ng under the laws of the State of TEXAS, and fully authorized to transact business m the State of Texas, as Surety, are held and firmly bound unto the C~ty of Denton, a mumclpal corporation orgamzed and existing under the laws of the State of Texas, hereinafter called Owner, m the penal sum of TWO HUNDRED SIXTY NINE THOUSAND THREE HUNDRED AND SEVEN and 50/100 DOLLARS ($269,307.50) plus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and hqmdated damages arising out of or connected with the below ~dent~fied Contract, m lawful money of the Umted States, to be paid m Denton County, Texas, for the payment of which sum well and truly to be made, we hereby b~nd ourselves, our he~rs, executors, adrmmstrators, successors, and assigns, jointly and severally, firmly by these presents Th~s Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but ~n 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 cond~tloned as follows Whereas, the Principal entered into a certain Contract, ~dentdied by Ordinance Number 99-161, w~th the C~ty of Denton, the Owner, dated the 18 day of MAY A.D 1999, a copy of which ~s hereto attached and made a part hereof, for BID # 2355 - LAKEVIEW RANCH LIFT STATION, GRAVITY SEWER LINE AND FORCE MAIN NOW, THEREFORE, d the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of sa~d Contract m accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the hfe of any guaranty or warranty required under th~s Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, not~ce of which modifications to the Surety being hereby waived, and, if the Principal shall repmr and/or replace all defects due to faulty materials and workmanship that appear w~thm a per~od of one (1) year from the date of final completion and final acceptance of the Work by the Owner, and, ~f 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 hereto and shall fully reimburse and repay Owner all outlay and expense which the Owner may incur ~n making good any default or deficiency, then this obhgat]on shall be void, otherwise, ~t shall remain ~n full force and effect PB-1 PROVIDED FURTHER, that tf any legal action be filed upon this Bond, exclusive venue shall he in Denton County, State of Texas AND PROVIDED FURTHER, that the sa~d Surety, for value received, hereby stipulates and agrees that no change, extension of t~me, alteration or addmon 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 ~t 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 given pursuant to the prows~ons of Chapter 2253 of ~e Texas Govermont Code. as ~ended, ~d any o~er apphcable statutes of the State of Texas The undersxgned and designated agent is hereby designated by the Surety herein as ~e Resident Agent m Denton County to whom any reqms~te notices may be dehvered and on whom serwce of process may be had m matters ar~smg out of such suretyship, as provided by Article 7 19-1 of ~e Insurance Code, Vernon's A~otated C~vfl Statutes of the State of Texas IN WITN~S WHE~OF, ~s instrument ~s executed m 4 cop~es, each one of whxch shall be deemed ~ original, ~ls ~e 18 day of MAY 1999. ATTEST P~NCIPAL BY ~ PRESIDENT ~m WITNESS SURETY HARTFOR~IRE INSU~NC~ COMPAN~ NANCY T~ ~ - ~ATT~NEY-IN-FACTR~0INA M CART[R The Resident Agent of ~e Surety m Denton County, Texas for dehvery of nouce and service of the process ~s NAME ~ c [ I~S~C[ g~cv, I~. STREET ADD.SS ~06 [[~ SlR~I~ Sl[ 105~ ~[~I$~I[[[, I[XgS 75067 (NO~ Date o~ Pe~o~nce Bond must be ~te of Contract If Restdent Agent ts not a corporatton, give a person's name ) PB - 2 PAYMENT BOND STATE OF TEXAS § BOND NO 61BCSAC4794 COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That DICKERSON CONSTRUCTION COMPANY, INC., whose address is P.O BOX 181, CELINA, TX 75009, hereinafter called Prlnc~pal, and HARTFORD FIRE INSURANCE COMPANY , a corporation organized and existing under the laws of the State of TEXAS, 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 corporations who may furnish materials for, or perform labor upon, the building or ~mprovemems hereinafter referred to, in the penal sum of TWO HUNDRED SIXTY NINE THOUSAND THREE HUNDRED SEVEN and 50/100 DOLLARS ($269,307 50) 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, administrators, successors, and assigns, jointly and severally, firmly by these presents This Bond shall automatically be increased by the amoum 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 99-161, with the City of Denton, the Owner, dated the 18 day of MAY A.D 1999, a copy of which is hereto attached and made a part hereof, for BID # 2355 - LAKEVIEW RANCH LIFT STATION, GRAVITY SEWER LINE AND FORCE MAIN NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void, otherwise it shall remain in full force and effect PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie in Demon 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 anywme affect its obhgatlon 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 PB - 3 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 ~s hereby designated by the Surety herein as the Resident Agent ~n Denton County to whom any reqmslte nonces may be dehvered and on whom serwce of process may be had m matters arising out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, th~s ,nstrument is executed m 4 cop~es, each one of which shall be deemed an original, this the 18 day of MAY 1999. ATTEST PRINCIPAL ~)~~)~a~.~.~ DICKERSON CONSTRUCTION COMPANY, INC PRESIDENT Y#J~""J']~ J~l~ X WITNESS SURETY BY ~ ~L.,.,~..~ ~--~ ' :'-L~---- ~ARTFORD/'RZ RE INSURANCE COMPA(ty, ~ ~NEY-IN-FACT REGINA M CARTER The Resident Agent of ~e Surety m Denton County, Texas for dehvery of nonce ~d serwce of the process ~s NAME P.c.[. INSU~NC[ AGENCY, INC ST~ET ADD.SS Z06 gEM STREET, STE 105, L[WISVILLE, TEXAS 75067 (NOTE Date of Payment Bond must be date of Contract If Res]dent Agent ts not a corporatton, gtve a person's name ) 2355 CONTRACT & BONDS & INSURANCE PB - 4 HARTFORD FIRE INSURANCE COMPANY Hartford, Connecticut POWER OF AI'FORNEY Know all men by theea Pmeanfo, That the HARTFORD FIRE INSURANCE COMPANY a corporebon duly orgamzed under the taws of tho State of Connecticut and having its principal office in the City of Hartford County of Hartford State of Connscbcut does hai'eby make constitute end appoint BRUCI~ C De. HAKe, P. DWARD I. MO01~, P~GINA M CAR~R, £OSALYND and DA VID K GROPPF. LL of HUMBLE, TP. XAS ds true end lawful Attomey(s)-in Fact vath full power and authority to each of said Attomey(s)-~n Fact in their separate capacity if more than one is named above to sign execute and acknowledge any and all bonds and underiakmgs and other writings obligatory in the nature thereof on behalf of the Company in its buslnsas of guaranteeing the fipa[it¥ of persons holding places of pubhc or pnvate trust guaranteeing the performance of contracts other then insurance palidle$ guaranteeing the performance of insurance contracts where surety bonds am accepted by states and municipalhisa and executing or guaranteeing bonds and unde~aklnga required or permuted m all scholls or procead~ngs or by law allowed, and to bind the HARTFORD FrRE INSURANCE COMPANY thereby as fully and to the same extent as If such bonds end undertakings and other w~tlngs obligatory m the nature thereof were signed by an Executive Officer of the HARTFORD FIRE INSURANCE COMPANY end sealed and attested by one other of such Off(em and hereby ratifies and confirms ail that itt said Attorney(s) in-Fact may do In pursuance hereof This power of attorney ~s granted by and under authonty of the following provisions (1) By Laws adopted by the Stockholders ct the HARTFORD FIRE INSURANCE COMPANY at a meebng duly called and hald on the 9th day of March 1971 ARTICLE IV This power of attorney is signed and sealed by facsimile under and by the authority of the following Resal~on adopted by the In Wittteea Whereof the HARTFORD FIRE INSURANCE COMPANY has caused these presents to bo s~ned by its Vice- Prestdent, and its co~pomte ssai to be hereto af~ed, duly attested by its Secretary this lot day of May 1995 Affect: HARTFORD FIRE INSURANCE COMPANY STATE OF CONNECTICUT I COUNTY OF HARTFORD ( ~' Paul L Marabella Vice-Prenldent On this 1st day of May A.D t995 before me pereooaliy came Pau; L Marapalla to me known who being by me duly sworn did depose and say that he resides in the County of Hallford, State of Connecbcut that he ~a the Vice-Preslpant of the HARTFORD FIRE corporation, that the seal affixed to the said ~natmment ia such corporate ssa] that it was ac affixed by order of the Board of D~mctore of said corporetlon end that he signed his name thereto by like order I the undersigned. Sa~'etaty of the HARTFORD FIRE INSURANCE COMPANY a Connecticut Coq3orabon DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked and furthermore that the Resol~ons of the Board of Directors, eat forth in the Power of Att.'ney are now in force SaShed and sealed at the City of Hartford Dated the 18TH day of I~A¥ 19 99 ACORO. CERTIFICATE OF LIABILITY INSURANCE°A' & i - 05/28/99 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ~-lsey & Assocaates ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Surety/Insurance Ageney, Inc HOLDER THIS CERTIFICATE DOES NOT AMEND EXTEND OR 8820 Wall Claytou Pkw~ ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW H~,m~le TX 77338 COMPANIES AFFORDING COVERAGE COMPANY Edward L Moore A Nataonal Ameracan Insurance Ph0.e No 281-540-15~5 F~No 281-540-7419 INSURED COMPANY B Inc & Lewis D~ckerson, Indiv C P O Box 181 COMPANY Cellna TX 75009 O COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD I CLAJMSMADE ['~ OCCUR PERSONAL&ADVINJURY $ A ~ ANYAUTO AUl1764421 09/01/98 09/01/99 WORKERS COMPENSATION AND I TORY LIMITS I t ER RE Bid #2355FLg~evi~w Ranch Lxft Station. Grav:tv Sewer Lxne and Force Maxn CertafLcate noAaer xs named as Additional Insured This mnsurance as CERTIFICATE HOLDER CANCELLATION 221 N ~.lm ~ Denton, TX 76201 ACORD 25-S (1195) -- -~'~-~-~r~ ~.. a~I~i~v~IR~PPORATION 1988 A CORD,. ~ ................... ~ 5/24/1999 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE EMPLOYERS GENERAL INSURANCE GROUP, INC HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 123 N CROCKETT, STE 600 ~LTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. SHERMAN, TEXAS 75090 COMPANIES AFFORDING COVERAGE COMPANY A OLD REPUBLIC LLOYDS OF TEXAS INSURED DICKERSON CONSTRUCTION COMPANY, INC COMPANY P O BOX 181 B OLD REPUBLIC INSURANCE COMPANY CELINA, TEXAS 75009 COMPANY C COMPANY D THIS IS TO CERTIFY THAT 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 B Y THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS CO POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR TYPE OF INSURANCE POLICY NUMBER DATE (MMIDD/YY) DATE (M MIDD/YY) GENERAL LIABILITY TCP-4464234* 03-05-99 03-05-2000 GENERAL AGGREGATE $ 2,000,000 A ~ COMMERCiAL GENERAL LIABILtTY PRODUCTS COMP/OPAGG $ 2,000,000 I CLAIMS MADE ~] OCCUR PERSONAL & ADV INJURY $ 1,000,000 X OWNER S & CONTRACTOR S PROT EACH OCCURRENCE $ 1,ooo,ooo ~ BROAD FORM PD FIRE DAMAGE (Anyone fire) $ 100,000 ~' XCU EXCL REMOVED WED EXP (Anyone person) $ 5 000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY NON OWNED AUTOS (Per accident) __ PROPERTY DAMAGE $ GARAGE LiABiLiTY AUTO ONLY EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $  UMBRELLA FORM AGGREGATE OTHER THAN UMBRELLA FORM $ WC 8TATU WORKE. E COMPENSA'nON AND WC-1463525 ** 03 05-99 03-05-2000 X I To~VU~TS B EMPLOYERS LIABILITY EL EACH ACCIDENT $ 5--00~000 THE PROPRIETOR/ ~'~ INCL EL DISEASE POLICY LIMIT $ 500000 PARTNER~EXECUTIVE OFFICERSARE EXCL iL DISEASE EA EMPLOYEE $ 5001000 OTHER SHOULD ANY OF THE .BOVE DESCRIBED POLICIE: BE CANCEL] .ED , NON RE EWED OR REDUCTION IN COVERAGE BEFORE TH! EXPIRATION DATE THEREI)F, THE ISSI~ING COMPAN WILL SEND 30 DAYS WRITTEN NOTICE TO 'HE CERTIFICATE HOLDER. DESCRIPTION OF OPERATION SlLOGATIO NI~/VEHiGLE~t S P EGIAL ITEMS POLICIES ENDORSED TO PROVIDE *ADDITIONAL INSURED & **WAIVER OF SUBROGATION IN FAVOR OF THE CERTIFICATE HOLDER IF THERE IS A WRITTEN CONTRACT BETWEEN THE ABOVE INSURED & THE CERTIFICATE HOLDER REQUIRING THE ABOVE BID #2355- LAKEVIEW RANCH LIFT STATION, GRAVITY SEWER LINE & FORCE MAIN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF DENTON, ITS OFFICIALS, AGENTS, EXPIATION DATE THEREOF THE ISSUING COMPANY WiLL ~ MAIL EMPLOYEES & VOLUNTEERS 30 DAYS WRITTEN NOTICETO THECERTIFICATEHOLDERNAMEDTO THE LEFT 215 EAST MOKINNEY DENTON, TX 76201 AUTHORIZED REPRESENTATIVE ~;~--~ GARY J E F F E R I .F-~'~G I O~.~L~ CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Btdder's attention ts dtrected to the tnsurance requtrements below It ts htghly recommended that bidders confer wtth thetr respecttve tnsurance carriers or brokers to determine tn advance of Btd submtsston the avadabthty of tnsurance certtficates and endorsements as prescribed and provtded heretn If an apparent low bulder fads to comply strictly wtth the insurance requtrements, that btdder may be dtsquahfied from award of the contract Upon btd award, all tnsurance requtrements shall become contractual obhgattons, whtch the successful btdder shall have a duty to matntatn 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 maintain unttl the contracted work has been completed and accepted by the Ctty of Denton, Owner, the mtntmum tnsurance coverage as indicated heretnafler As soon as practtcable after nottficatton of btd award, Contractor shall file wtth the Purchastng Department sattsfactory certtficates of tnsurance, contatmng the btd number and tttle of the project Contractor may, upon wrttten request to the Purchastng Department, ask for clartficatton of any msurance requtrements at any trine, however, Contractors are strongly advised to make such requests prtor to btd openmg, smce the msurance requtrements may not be mo&fled or watved after btd opentng unless a wrttten exceptton has been submttted wtth the btd Contractor shall not commence any work or dehver any matenal untd he or she receives nottftcatton that the contract has been accepted, approved, and stgned by the City of Denton All tnsurance pohctes proposed or obtatned tn sattsfactton of these requtrements shall comply wtth the followtng general spectficattons, and shall be matntatned tn comphance wtth these general spectficattons throughout the duratton of the Contract, or longer, tf so noted · Each policy shall be Issued by a company authorized to do business ~n the State of Texas with an A M Best Company rating of at least A · Any deductibles or selfqnsured retentions shall be declared ~n the b~d proposal If requested by the City, the ~nsurer shall reduce or ehmmate such deductibles or self-tnsured retentions with respect to the C~ty, ~ts officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related ~nvesngatlons, clmm admm~stranon and defense expenses · Llabthty pohcles shall be endorsed to prowde the following · · Name as additional insured the C~ty of Denton, ~ts Officials, Agents, Employees and volunteers That such insurance is prunary to any other insurance available to the add~tional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom clann Is made or suit is brought The mcluslnn of more than one insured shall not operate to increase the insurer's In-nit of habthty · All pohcies 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 insurance be provided under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to clamas made after expiration of the contract shall be covered · Should any of the requtred insurance be provided under a form of coverage that includes a general annual aggregate hmlt provldmg for claims investigation or legal defense costs to be included m the general annual aggregate lumt, the Contractor shall either double the occurrence hmlts 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, terrmnate this agreement effective on the date of the lapse SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS All tnsurance pohctes proposed or obtatned tn sattsfactton of thts Contract shall addtttonally comply wtth the followtng marked spectficattons, and shall be matntatned tn compltance wtth these addtttonal spectfications throughout the duratton of the Contract, or longer, tf so noted IX] ^ General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000,000 shall be provided and maintained by the Contractor The policy shall be written on an occurrence basis either m a single policy or 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 ~nclude premises, operations, products, and completed operations, independent contractors, contractual habfl~ty covering this contract and broad form property damage coverage · Coverage B shall include personal injury * Coverage C, medical payments, ~s not reqmred If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall ~nclude at least · Bodily injury and Property Damage L~ablhty for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures · Broad form contractual habfllty (preferably by endorsement) covering th~s contract, personal injury liability and broad form property damage habthty IX] Automobile Liability Insurance Contractor shall prowde Commercial Automobile L~abfl~ty ~nsurance w~th Combined Single Lumts (CSL) of not less than $1,000,000 e~ther ~n a s~ngle pohcy or m a combination of basic and umbrella or excess pohcles The pohcy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used m conjunctton with th~s contract Satisfaction of the above requirement shall be ~n 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 insurance which, m addmon to meeting the minimum statutory reqmrements for issuance of such insurance, has Employer's L~abfl~ty hm~ts of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy Innlt for occupational d~sease The City need not be named as an "Additional Insured" but the ~nsurer shall agree to waive all r~ghts 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 w~th the prowslons of Attachment 1 in accordance with §406 096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensation Commission (TWCC) [ ] Owner's and Contractor's Protective Lmbflity Insurance The Contractor shall obtain, pay for and maintain at all t~mes during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the C~ty as insured for property damage and bodily injury 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 hablhty insurance Policy lmlits will be at least combined bodily injury and property damage per occurrence with a aggregate [ ] Fire Damage Legal Liabdlty Insurance Coverage is required If Broad form General Liability is not provided or is unavailable to the contractor or d a contractor leases or rents a portion of a City building Limits of not less than each occurrence are required [ ] Professmnal Llab~hty Insurance Professional liability insurance with lUnlts not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement [ ] Budders' Risk Insurance 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 Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specl£~C service agreements If such additional insurance is required for a specific contract, that reqmrement will be described in the "Specific Conditions" of the contract specifications ATTACHMENT 1 [x] Worker's Compensation Coverage for Budding or Construction Projects for Governmental Ent~t~es A Deflmt~ons Certificate of coverage ("cert~f~cate")-A copy of a certificate of insurance, 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 ~nsurance coverage for the person's or ent~ty's employees providing serwces on a project, for the duration of the proJect Duration of the project - ~ncludes the t~me from the beg~nmng of the work on the project until 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" m §406 096) - ~ncludes all persons or ent~t~es performing all or part of the serwces 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 includes, w~thout hm~tat~on, independent contractors, subcontractors, leasing compames, motor carners, owner-operators, employees of any such entity, or employees of any entity which furmshes persons to prowde serwces on the project "Services" ~nclude, w~thout hm~tat~on, prowd~ng, hauhng, or delivering equipment or materials, or prowdmg labor, transportation, or other serwce related to a proJect "Services" does not include actw~t~es unrelated to the project, such as food/beverage vendors, office supply dehver~es, and dehvery of portable todets B The contractor shall prowde 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 prowd~ng serwces on the project, for the duration of the project C The Contractor must prowde a certificate of coverage to the governmental entity prior to being awarded the contract D If the coverage per~od shown on the contractor's current cert~hcate of coverage ends dunng the duration of the prolect, the contractor must, prior to the end of the coverage per~od, hie a new cert~hcate of coverage w~th the governmental entity showing that coverage has been extended E The contractor shall obtain from each person prowd~ng serwces on a project, and provide to the governmental entity (1) a cert~hcate of coverage, prior to that person beginning work on the project, so the governmental entity wdl have on hie cert~hcates of coverage showing coverage for all persons prowd~ng serwces on the project, and (2) no later than seven days after receipt by the contractor, a new cert~hcate of coverage showing extension of coverage, ~f the coverage per~od shown on the current cert~hcate of coverage ends during the duration of the project F The contractor shall retain all required cert~hcates of coverage for the duration of the project and for one year thereafter G The contractor shall not~fy the governmental entity ~n writing by cert~hed mad or personal dehvery, w~th~n 10 days after the contractor knew or should have known, of any change that mater~ally affects the prows~on of coverage of any person prowdmg serwces on the project H The contractor shall post on each project s~te a notme, ~n the text, form and manner prescribed by the Texas Workers' Compensation Commission, mform~ng all persons prowd~ng serwces 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 w~th whom ~t contracts to provide serwces on a project, to (1) prowde coverage, based on proper reporting of class~hcat~on codes and payroll amounts and hhng of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all of ~ts employees prowd~ng serwces on the project, for the duration of the project, (2) prowde to the contractor, prior to that person begmmng work on the project, a cert~hcate of coverage showing that coverage ~s being prowded for all employees of the person providing 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, ~f the coverage penod 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 penod, ~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, with~n 10 days after the person knew or should have known, of any change that mater~ally affects the prowslon of coverage of any person prowd~ng serwces on the project, and (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 prowded to the person for whom they are prowdmg services J By s~gnmg th~s contract or prowd~ng or causing to be prowded a certificate of coverage, the contractor ~s representing to the governmental entity that all employees of the contractor who w~ll prowde serwces on the project w~ll be covered by workers' compensation coverage for the duration of the project, that the coverage w~ll be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements w~ll be filed w~th the appropriate insurance carrier or, ~n the case of a self-~nsured, w~th the commission's D~ws~on of Self- Insurance Regulation Prowd~ng false or m~sleadmg mformat~on may subject the contractor to adm~mstrat~ve penalties, criminal penalties, c~wl penalties, or other c~wl actions K The contractor's failure to comply w~th any of these prows~ons ~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 w~th~n ten days after receipt of not~ce of breach from the governmental entity DICKERSON CONSTRUCTION CO, INC P O BOX 181 CELINA, TEXAS 75009 972-382-2123 FAX 972-382-2043 April 26, 1999 City of Denton 221 N Elm Denton, Texas 76201 Att Michael Leavttt Ref Bid #2355, Lakevtew Ranch Lffi Statton and Samtary Sewer In regards to tho above referenced bid we would hke to offer the following explanation for the dfl~rence m the written total and the actual total when all items are added tosether Item No 7 - Lffi Station There was an ad&tion of $19,250 00 t~m our pump supplier that we received a short time before closmg our bid, this $19,250 00 was added to our Lump Sum price for the lffi station malong that total $136,750 00, but we faded to add it to our overall total of $249,057 50 malan~ the overall total $269,307 50 We are sorry for the error m the bid, but hope this vail clarify the discrepancy If you have any questtons or I can be of any further asststance, please don't hesitate to contact me Sincerely, Dlckerson Construction Co, Lew~s Dlckerson, President