HomeMy WebLinkAbout1998-033ORDINANCE NO 9&-w
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD
OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS FOR CONSTRUCTION OF
EVERS PARK T-BALL FIELD LIGHTING TO TRICO ELECTRIC, INC IN THE AMOUNT OF
$69,000 00, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND
PROVIDING FOR AN EFFECTIVE DATE (BID # 2168 — EVERS PARK T-BALL FIELD
LIGHTING PROJECT FOR $69,000 00)
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
S C TION I 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 CONTRACTOR AMOUNT
2168 TRICO ELECTRIC, INC $ 69,000 00
SACTION II That the acceptance and approval of the above competitive bids shall not
constitute a contract between the City and the person submitting the bid for construction of such
public works or improvements herein accepted and approved, until such person shall comply with
all requirements specified in the Notice to Bidders including the timely execution of a written
contract and furnishing of performance and payment bonds, and insurance certificate after
notification of the award of the bid
SSFCTION III That the City Manager is hereby authorized to execute all necessary written
contracts for the performance of the construction of the public works or improvements in accordance
with the bids accepted and approved herein, provided that such contracts are made in accordance
with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms,
conditions, plans and specifications, standards, quantities and specified sums contained therein
SECTION IV That upon acceptance and approval of the above 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 V That this ordinance shall become effective immediately upon its passage and
approval
PASSED AND APPROVED this the Lf day of ,1998
JAC LER, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
BY � //FJ. ZA-,
2168 O'C NTRACT ORDINANCE
TABULATION SHEET
BID #
2168
CBS
GOIN
WALDRUM
BID NAME
EVERS P ARK T-BALL FIELDS
MECHANICAL
ELECTRIC
LIGHTING &
LIGHTING PROJECT
SIGNS
DATE
5-Feb-98
#
DESCRIPTION
VENDOR
VENDOR
VENDOR
BASE BID
$72,000 00
$82,024 00
$87,994 00
BID BOND
YES
NO
YES
CONTRACT AGREEMENT
STATE OF TEXAS § q
COUNTY OF DENTON § CAI
THIS AGREEMENT, made and entered into this 17 day of
PF.RRUARY A.D., 1998 , by and between
PTTY OF DENTON
of the County of DENTON and State of Texas, acting
through TED BENAVIDES
thereunto duly authorized so to do, hereinafter termed "OWNER," and
TRICO ELECTRIC. INC
P.O. BOX 1554
AZLE, TX 76098
of the City of AZLE , County of
PARKER
and State of TEXAS , hereinafter
termed "CONTRACTOR."
WITNESSETH: 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 #2168 - EVERS PARK T-BALL FIELD LIGHTING PROJECT
in the amount of $69,000 00 and all extra work in
connection therewith, under the terms as stated in the General
Conditions of the agreement; and at his (or their) own proper cost
and expense to furnish all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and other
accessories and services necessary to complete the work specified
above, in accordance with the conditions and prices stated in the
Proposal attached hereto, and in accordance with all the General
Conditions of the Agreement, the Special Conditions, the Notice to
Bidders (Advertisement for Bids), Instructions to Bidders, and the
Performance and Payment Bonds, all attached hereto, and in
accordance with the plans, which includes all maps, plats,
CA - 1
blueprints, and other drawings and printed or written explanatory
matter thereof, and the Specifications therefore, as prepared by
all of which are made a part hereof and collectively evidence and
constitute the entire contract.
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.
Contractor shall and does hereby agree to indemnify and hold
harmless the City of Denton from any and all damages, loss, or
liability of any kind whatsoever, by reason of injury to property
or third persons occasioned by any error, omission or negligent act
of Contractor, its officers, agents, employees, invitees, and other
persons for whom it is legally liable, with regard to the
performance of this Agreement, and Contractor will, at its cost and
expense, defend and protect the City of Denton against any and all
such claims and demands.
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 agreement in the year and day first above wr ten.
APPROVED AS TO FORM:
AAA01840
Rev. 04/05/96
CA- 3
TRICO ELECTRIC, INC
CONTRACTOR
P 0 BOX 1554
AZLE, TEXAS 76098
MAILING ADDRESS
817-444-5371
PHONE NUMBER
817-444-0571
FAX NUMBER
BY PRESIDENT
TITLE
GARY MENZIES
PRINTED NAME
(SEAL)
FORM OF PROPOSAL
DATE 2-5-98
PROJECT BID rY 2168
EVERS PARK T-BALL LIGHTING PROJECT
EVERS PARK, 3300 EVERS PARKWAY, DENTON, TEXAS
PROPOSAL OF TRICO ELECTRIC, INC
(hereinafter called "Bidder"), TRICO ELECTRIC, INC
a corporation, TRICO ELECTRIC, INC a partnership,
an individual doing business as
TO CITY OF DENTON
% PURCHASING AGENT
901-B TEXAS STREET
DENTON, TEXAS 76201
The Bidder, in compliance with your Advertisement for Bids for the above referenced project,
having beconie thoroughly familiar with the terms and conditions of the proposed contract
documents and with local conditions affecting the performance and cost of the work at the place
where the woik is to be completed and having fully inspected the site in all particulars, hereby
proposes and agrees to fully perform the work with 70 calendar days upon Notice to
Proceed, and instrict accordance with the proposed contract documents, for die following sum of
money
BASE BID;
SIXTY NINE THOUSAND AND N0/100 DOLLARS
($ 69,000 00 )
The Bidder further proposes and agrees to commence work under dus contract within ten (10)
days after the date established in a written Notice to Proceed and to fully complete all work
theheunder as set forth in the Form of Proposal
PARKADMIEIDIEVERSCONCESSION 113 - 4
The Bidder further agrees, and acknowledges that the followmg addenda have been received and
that the portions pertaining to the section(s) that he is bidding on have been incorporated into tlus
proposal
No One, dated No Two, dated
No Three, dated No Four, dated
Signed and notarized affidavit form is attached
Respectfully submitted
(If corporation, attest and
Af6onzed Si afx a Corporate Seal)
PRESIDENT
Title
For
TRICO ELECTRIC, INC By STATE OF TEXAS - CHARTER #0110518100
Name of Contracting Firm
Bidder's Corporate Charter
P 0 BOX 1554 AZLE, TEXAS 76098
Address
817-444-5371
Telephone
Page 2 of 2
ihitirr 1 exas Family Code, section 14 $2, a sole proprietorship, partnership, corporation, or other entity In which s
i role proprietor, partner, a majority shareholder of a corporation or an owner of 109E or more of another business
entity H 10 do) s or more delhu)uenl in pa) ing child support under a court order or a written repayment agreement is
not eligible to bid on or rectite a state contract. I comply with settlon N 32, the affidavit below must be signed b)
the person who is authorised to sign and submit a bid oil behalf of a business entity that Is subject to section 14 52, and
thereby bind the bidder the affidavit must be returned with this bid. ANY CORPORATION, INCLUDING A
NON-PROFIT CORPORA1ION, 1IIAT DOES NOT HAVE A MAJORITY SHAREHOLDER WHO IS A
NATURAL PERSON CAPABLE OF BEING A CHILD SUPPORT OBLIGOR, AND GOVERNh1ENTAL ENTITIES
ARE NOT SUBJECT TO SECTION 14.52 OF THE TEXAS FANIILY CODE IF A BIDDER IS SUCH A
CORPORATION, PLEASE CHECK BELOW.
Corporation without Natural Person -Majority Shareholder ❑
AFFIDAVIT
FAILURE OF AN ENTITY SUBJECT TO SECTION 14.52 OF THE TEXAS
FAMILY CODE TO SIGN AND RETURN THIS AFFIDAVIT WITH THIS BID
WILL RESULT IN THE DISQUALIFICATION OF THE BID.
I GARY MENZIES, PRESIDENTam authorized to sign this bid on behalf of TRICO ELECTRIC, INC
(Naine and 1 ale) (Name of Bidder)
a CORPORATION I certify that no
(type of business i e , sole proprietorship, partnership, corporation or other) (sole proprietor for sole
_ MAJORITY SHAREHODER FOR A CORPORATION
proprietorship or partner for a partnership, or majority shareholder for a corporation or 10% or more owner for other entit) )
is 30 days or inive delinquent in child support payments required by court order or written repayment agreement
2-5-98 / "�—
Date alure �/
SWORN AND SUBSCRIBED to before nee the undersigned notary on
FEBRUARY 5 19 98
11kh-L4 ( r% fiyLl&
olary Signature
300cm.gall.2-26-98
Cheryl Nicklas
Notary Public
STATE OF TEXAS
(SEAL)
IF AFFIDAVI r IS REPRODUCED OR FAXED, 711E NOTARY SEAL MUST BE LEG III LE TO BE
CONSIDERLD. 8/ 16/94
BOND NO. TX 3823930 00
PERFORMANCE BOND
THE STATE OF TEXAS
*614Qf!tCORI
KNOW ALL MEN BY THESE PRESENTS That TRICO ELECTRIC, INC, whose
address is P O BOX 1554, AZLE, TX 76098, hereinafter called Principal, and
UNIVERSAL SURETY OF AMERICA , 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 into the City of Denton, a municipal corporation organized and existing under the
laws of the State of Texas, hereinafter called Owner, in the penal sum of
SIXTY NINE THOUSAND and no/100 -- ($69,000 00) plus 10 percent of the stated penal sum
as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated
damages ansng out of or connected with the below identified Contract, 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,
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
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 98-033, with the City of Denton,
the Owner, dated the 17 day of FEBRUARY A D 1998, a copy of which is hereto attached and
made a part hereof, for BID # 2168 — EVERS PARK T-BALL FIELDS LIGHTING PROJECT
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all
of the undertakings, covenants, terms, conditions and agreements of said Contract in 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 life
of any guaranty or warranty required under this 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, 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 which 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 in full force and effect
PERFORMANCE BOND - Page 1
PROVIDED FURTHER, that if any legal action be filed upon tlus 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, 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 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 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 ansing 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, this instrument is executed in 4 copies, each one of which shall
be deemed an original, this the 17 day of FEBRUARY, 1998
ATTEST PRINCIPAL i
TRICO EIACTRIC, INC.
BY SE BY —
C TAR / , RESIDENT
ATTEST
BY
UNIVERSAL SURETY OF AMERICA
BY lk4.,,�Z 4.dt1J
ATTORNEY -IN -FACT
PAULINE L LESCH
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and si-rvice of the
processes
NAME PCL CONTRACT BONDING AGENCY
STREET ADDRESS
206 ELM ST., #105, LEWISVILLE, TEXAS 75057
(NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a
corporation, give a en rson's name )
PERFORMANCE BOND - Page 2
BOND NO. TX 3823930 00
.. 041C
THE STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS That TRICO ELECTRIC, INC, whose
address is P O BOX 1554 AZLE, TX 76098, hereinafter called Principal, and
UNIVERSAL SURETY OF AMERICA , 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 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 improvements hereinafter
referred to, in the penal sum of SIXTY NINE THOUSAND and no/100-- ($69,000.00) 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, 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 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 98-033, with the City of Denton,
the Owner, dated the 17 day of FEBRUARY, A D 1998, a copy of which is hereto attached and
made a part hereof, for BID # 2168 — EVERS PARK T-BALL FIELD LIGHTING PROJECT
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 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 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 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
PAYMENT BOND - Page 1
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 suretyslup, as provided by Article 7 19-1
of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas
IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall
be deemed an original, this the 17 day of FEBRUARY 1998
ATTEST PRINCIPAL
TRICO ELECTRIC, INC.
BY BY
SECRETARY PRESIDENT
ATTEST SURETY
UNIVERSAL SURETY OF AMERICA
BY C BY VgEhZg&dxrt/ _
ATTORNEY -IN -FACT
PAULINE L. LESCH
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
processes
NAME PCL CONTRACT BONDING AGENCY
STREET ADDRESS 206 ELM ST., #105, LEWISVILLE, TEXAS 75057
(NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a
corporation, give a erp son's name )
PAYMENT BOND - Page 2
UNIVERSAL SURETY OF AMERICA
IMPORTANT NOTICE
To obtain information or make a complaint
You may contact Sam Sicola, Vice President of Operations, whose direct dial number is
713-722-4660 You may also fax us information at 713-722-4601 You may also call Universal
Surety of America's toll -free telephone number for information or to make a complaint at
1-800-392-9697
You may also write to Universal Surety of America at P O Box 1068, Houston, Texas
77251-1068 You may contact the Texas Department of Insurance to obtain information on
companies, coverages, rights or complaints at
1-800-262-3439
You may also write the Texas Department of Insurance P O Box 149104, Austin, Texas
78714-9104 Fax #512-475-1771
PREMIUM OR CLAIMS DISPUTES Should you have a dispute concerning your premium or
about a claim you should contact the 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
950 Echo Lane Suite 250 Houston, Texas 77024 713 722.4600 Fax 713.722-4601
Mailing Address PO Box 1068 Houston, Texas 77251 1068
UNIVERSAL SURETY OF AMERICA
P 0 BOX 1068 -Houston, Texas 77251-1068
GENERAL POWER OF ATTORNEY - CERTIFIED COPY
Agmy
nferniation
PCLlInsuran GPAu
8003225 TX 3823930 00
PCL Insurance Agency, Inc
i
Know All Men by These Presents, That UNIVERSAL SURETY OF AMERICA, a corporation duly organized and existing under the laws of
the State of Texas, and having its pncipal office in Houston, Texas, does by these presents make, constitute and appoint
Gary Matula Clem F Lesch Pauline L Lesch
Steven 3 Zinecker
of Lewisville and State of Texas its true and lawful Attorney(s) in -Fact, with full power and authority hereby
conferred in its name, place and stead, to execute, acknowledge and deliver
Bonds not to exceed $250,000 00 unless such is accompanied by letter of
authority signed by the President, Secretary or Executive Vice President
of Universal Surety of America
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the
Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s)-m Fact may do within the stated
limitations, and such authonty is to continue in force until 12/31/1999 Said appointment is made under and by authority of the
following resolution adopted by the Board of Directors of Universal Surety of America at a meeting held on the 1 lth day of July, 1984
'Be It Resolved, (hat the President, and any Vice President, Secretary or any Assistant Secretary shall be and is hereby vested with full power
and authority to appoint any one or more suitable persons as Attomey(s) in Fact to represent and act for and on behalf or the Company "
"RESOLVED that the signature of any officer of the corporation, and the seal of the corporation may be affixed or printed by facsitnihe to any
power of attorney of the corporation, and that such printed facsimrhe signature and seal shall be valid and binding upon the corporation "
In Witness Whereof, Universal Surety of America has caused these presents to be signed by Its President, John Knox, Jr and its
corporate seal to be hereto affixed this 30th day of September, A D ,1996
^""".ro UNIVERSAL SURETY OF AMERICA
�eRrr� �"hd
State of Texas 1 as S
as. `
0�3� roar �f Jo ioz 7r V Prevden[
County of Harris
On this 30thl day of September, In the year 1996, before me, Rhonda Kay Wilke, a notary public, personally appeared John Knox,
Jr, personally known to me to be the person who executed the within Instrument as President , on behalf of the corporation herein
named and acknowledged to me that the corporation executed it
L/t/)Nota Public
ry
4
I, the undersigned Secretary of Universal Surety of America hereby certify that the above and foregoing is a full, true and correct copy of the
Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in effect
GIVFN under my hand and the seal of said company, at Houston, Texas, this 1 7 th day ofFebruary . 19-9-6-
Assistant Secretary
Any instrument issued in excess of the penalty stated above is (orally void and without any validity
For verification of the authority of this power you may telephone (713) 722-4600
3926-3975/050
f< t t
, s F :t <_ ttst t F tFij F' F' F t
Ii>{II`, fl 3 1 ii s # t islli' rfsflf :3 r< 1 F 3 DATE IM MIODIYYI
;2sf Ef)�i['
s
srrr r >s�>f# #`# #£
< ii,, 02/27/98
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
HIGGINBOTHAMI 6 ASSOC., INC.
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
P. 0. BOX 908
HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
Port Worth, 11X 76101
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
COMPANIES AFFORDING COVERAGE
COMPANY
ASafeco Insurance Cos.
INSURED COMPANY
Trico Electric Inc. BZENITH INSURANCE COMPANY
P.O. Box 1554
COMPANY
Azle, TX 76098 C
COMPANY
D{{
qq EE ff ff ff ff {{ffff jffffff ffF ff ff fff ffff f( t
3 I? 3 ?
THIS 18 TO CERTIFY THAT THE POUCIES OF INSURIWOE UBTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PEROD
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 DESCRBED HEI M IS SUBJECT TO ALL THE TERMS
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE SEEN REDUCED BY PAD CLAIMS
CO
LTR
TYPE Of INSURANCE
POLICYNUMBER POLICYEFFECTIVE
DATEIMMID DIYR
POLICY EXPIRATION
DATEIMMIODIYYI
LIMITS
A
GENERAL
LIABILITY
CP9301464
08/01/97
06/07/98
GENERAL AGGREGATE
$2 000 000
PRODUCTS COMPIOPAGG
t2,000,000
X
MMHERCIALQENERAL IABILITI
CLAIMS MADE ❑X OCCUR
PERSONAL& ADV INJURY
S1,000,000
WNERSACONTRACTORS PROT
EACHOCCURRENCE
tl OOO 000
FIRE DAMAO E(Anywe fire)
S50 000
MEO EXP(Anyweptmwl
S5 OOO
A
AUTOMOBILE
LIABILITY
BA9301464
06/07/97
06/07/98
COMBINEDSINGLE LIMIT
$1,000,000
X
ANYAUTD
BODILY INJURY
f
ALL OW N ED AUTOS
SCHEOULEDAUTOS
(Per PAr,m)
BODILYINJURY
t
HIREDAUTOS
NON OWNEDAUTOS
(Per moldent)
PROPERTY DAMAGE
S
GARAGE
LIABILITY
AUTOONLY EAACCIDENT
f
OTHER THAN AUTO ONLY
ANY AUTO
EACHACCIDENT
`
S
AGGREGATE
S
A
EXCESSLIABILITY
ALPP74259
08/30/97
08/30/98
EACH OCCURRENCE
$1 000 000
AGOREGATE
S1,000,000
X UMBRELLAFDRM
S
OTHER THAN UMBRELLA FORM
I
B
WORKERS COMPENSATION AND
ZN00054302
05/01/97
05/01/98
STATUTORY LIMITS
a `tip <
EACHACCIDENT
EMPLOYERS LIABILITY
$I 000-FOOO
THEPROPRIETOR/ INCL
DISEASE POLICYLIMIT
61,000,000
PARTNERSJEKEOUTIVE
OFFIOERSARE X EXCL
DISEASE EACH EMPLOYEE
t1 00O 000
A
OTHER Contractors
CP9301464
08/29/97
06/07/98
$75,000 Limit
Equipment
Deductible $250
DESCRIPTION OF OPERATI NBILOCATIONSIVEHIOLESISPEOIAL ITEMS
SHOU LD ANYOF THEASOVE DESCRIBED POLICIES BE CANCELLED BEFORE TH E
City of Denton EXPIRATION DATETHEREOF THE ISSUING COMPANYWILL ENDEAVOR TO MAIL
Attn: Bob Tickner J0— DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT
321 East McKinney BUT FAILURE TO MAIL SUCH NOTICES HALL IMPOS ENO OBLIGATION OR LIABILITY
Denton, TX 76201 OF ANY KIND UPON THE COMPANY ITS AGENTS OR REPRESENTATIVES
AUUTHTHOR�G ED REPENTA
1 ,
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 City of Denton, Owner, the minimum insurance coverage as
indicated hereinafter.
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:
e 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
e 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
Arr+oosAi
aEvum MIM
Insurance Requirements
Page 2
officials, agents, employees and volunteers, or, the contractor shall
procure a bond guaranteeing payment of losses and related
Investigations, claim administration and defense expenses.
Is 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 provide thirtyl301 days prior written
notice of cancellation, non -renewal or reduction in coverage.
• 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 claims made after expiration of the
contract shall be covered
• Should any of the required insurance be provided under a form of
coverage that includes a general annual aggregate limn providing for
claims investigation or legal defense costs to be included in the general
annual aggregate limit, the contractor shall either double the occurrence
limns 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, terrrunate this agreement
effective on the date of the lapse.
APIAM I
ssvu® MUM
Insurance Requirements
Page 3
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:
�q A General Liability Insurance:
General Liability insurance with combined single limits of not less than _
fS00 00_ on 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
AFFW 1
08Vu® 10112 i
Insurance Requirements
Page 4
IN Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability insurance with
Combined Single Limits (CSL) of not less than 5500. 000. —PeRher 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
14 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 rule 26TAC 110 110 of the Texas
Worker's Compensation Commission (TWCC).
I I Owner's and Contractor's Protective Llability Insurance
The Contractor shall obtain, pay for and maintain at all times during the
prosecution of the work under this contract, an Owner's and Contractor's
Protective Liability insurance policy naming the City as insured for property
damage and bodily injury which may arise in the prosecution of the work or
contractor's operations under this contract Coverage shall be on an
AFFMMI
Rsveso 10112w
Insurance Requirements
Page 5
"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 bodily injury and property damage per
occurrence with a aggregate
I 1 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
I 1 Professional Liability Insurance
Professional liability insurance with limits not less than __ per claim
with respect to negligent acts, errors or omissions in connection with
professional services is required under this Agreement
I 1 Builders' 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
I 1 Additional insurance
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
AFFOMAI
REVISED iaiyw
Insurance Requirements
Page 6
ATTACHMENT 1
Worker's Compensation Coverage for Building or Construction Projects for
Governmental Entities
A Definitions:
Certificate of coverage ("certifwate"l-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 until the contractor's/person's work on the project has been
completed and accepted by the governmental entry
Persons Providing services on the project ("subcontractor" in 1406 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 activrtres unrelated to the
Project, such as food/beverage vendors, office supply deliveries, and
delivery of portable toilets.
B. The contractor shall provide coverage, based on proper reporting of
classification codes and payroll amounts and filing of any overage
agreements, which meets the statutory 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
ArwoMi
ssvrs® MUM
Insurance Requirements
Page 7
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 during the duration of the project, the contractor must, prior
to the and of the coverage period, file a new certificate of coverage with
the governmental entity showing that coverage has been extended
E 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
F The contractor shall retain all required certificates of coverage for the
duration of the project and for one year thereafter
G The contractor shall notify the governmental entity in writing by certified
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
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.
AFFUSAi
UV= ia1ur
insurance requirements
Page 8
I. The contractor shall contractually require each person with whom it
contracts to provide services on a project, to:
111 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 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 and 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,
(4) obtain from each other person with whom it contracts, and provide to
the contractor
(a) a certificate of coverage, prior to the other parson beginning work
on the project, and
(b) a nsw certificate of coverage showing extension of coverage, prior
to the and 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;
(8) notify the governmental entity in writing by certified mad 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
Atnasi
asv=,a,zw
Insurance Requirements
Page 9
(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
J. By signing this contract or providing or causing to be provided a certificate
of coverage, the contractor is representing to the governmental entity that
Oil 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 amounts, 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
K 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.
J
KBV= MI Al
MAR-03-98 12:52 AM
P.02
IDucen
%GINSOTBhM 6
ASSOC.P =
TTNME AFFQRGED BY THE t'RI�P��-
Auk TME
O. BOX 909
E
CpMPaNIEsePPaR r'
Ort V7orth, TX
76101
_
�MIaNr
Agafeco
insurance CcB._ _
IYRCD-Trica
BZENITA
INSURAACE CO?�'1 _.---
Electric InC•
P.O. Sox
1554
- - -
Azle, TX
76098
_ - -
- - - - -
ODMMKY
• NRiii' n(WP SwiYiY]`^Y/iFia-•.. H........
N +' THE POL1nE6 OF INSURANCE LIMM W-0 HAVE REBI IB&1 MWT Ix+ OMER DOCUNOW NTH T EWW T7 WHICH 1NI8
D ND(WI GfMDNe ANY F111% JY TERM ON GRIDmDN W P DEO FWT1ER 18 SUBUECT To ALL THE TBNIIB
ATR MAY w� OR WAY rERFAN TNH NSUNANCE APFOMM TIR
7NB/ND ODfIDRIGNsCF aLlGIPDLICO!B WRBSP101Rtt W1YNMIfi_NEB-t 11EDUC®BYPAA CUNAS _
him-ToWLIaYNUMNIR
MN1OLICPfFIBaRVB �ONOY BVFRATONI _ OF INBURANOE pA}6(YM(ODI'M DAT!(MM(DOM'I ,...ew..Ye A7.000.000
R, Arnlr nlm�s1j0�0, 000
BA9301464
06/0 197 06/07/98
OOYVINFDfINOIPLIMIT
O],�ppO, pOp
AUINMONILEL ABILTV
_ —
X 1ARYA0O
— — —
ALLDINFBDAUTOO
tl0O1LYINJJNT
I1=rA 1
O
_
OCNEDUI 11DAUmeHIAROAJMS
NODII Y NJUNY
f
raafn8
NON OW%FDAUTOO
PIIOHFRTY UAMANF
O
—
AUTO ONIT EA ACOIDFN
O s
OAOAOHIIAB LITT
OTHtATHANAU-OONIY
s Ssa
ANYAL IO
EAcp AAOCIDENT
O -
_
AOOREDATP
l
-^ _
ApP74259
08/30/97 08 30 98
FACHOCOUNRDN—OF
611000`000
61 Q00,000.
acwlLlAeLITr
ARRHL4 2
UPABNHI IA fOHM
f
IITIIBN HANUM RBLLAPORM
ANO
8N00054302
05 01 97 05/01/98
OTA u7ONY L1Y1115
s�000, 00
WORAfRO COMPSNOAT10N
EACIAGL DENT
RMPLOYCRO LIABIL ►Y
189A0E FOLICY�IM1•
01LOrpOp
I HyTry6 INOI
DIOfAOF kA IHBMRWkk 01 000 000
PmM•PN
0111ORRO A9R X it
o1HRR Contractors
CP9301969
Q8 J29/97 06 07 98
$75F00 Lim
IAeduotible
t
$250
quipment
Id oHereH,aLwrePcclAL rfMe
lfler is listed as additional insured with respect to the
ity policy.
(_
ONOULD ANYOP TMOAeOV C POSCR D60 POL CI CO OO CANCRLL90 BRFOP6 TNT
City 'DE Denton MRANON CATBTRIRBOF TH61BSU'NO OOMPANVWILL funSAVOR TO MAR
Att[tt Bob Tiakner 3D_wY6WRT*u+NDTaeFT
roTxeeewnfeATBNeIoeRNAMBoroTNelI
321 Enit+t McKinney BUT FA.LURE TO MAIL NCN NDT CPBMALL IMP�BNODBVOAYON OR I#B417T
OP I U N T OD NN TA R
Denton, TX 76201 AUTHORIZEORBF10�L11TA� _