Loading...
HomeMy WebLinkAbout1998-123ORDINANCE NO .tia3 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF A CONTRACT FOR PUBLIC WORKS ON IMPROVEMENTS FOR INSTALLATION OF GABION STONE CHANNEL IMPROVEMENTS IN NORTH PECAN CREEK AND WILLOW CREEK IN THE AMOUNT OF $208,080 00, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING AN EFFECTIVE DATE (BID # 2185 WILLOW CREEK / GOOD SAMARITAN DRAINAGE, AWARDED TO DBR CONSTRUCTION IN THE AMOUNT OF $208,080 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 SECTION 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 2185 DBR CONSTRUCTION $208,080 00 SECTION II That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furmshmg of performance and payment bonds, and insurance certificate after notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein SECTION IV That upon acceptance and approval of the above 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 day of f/ 1998 JACK WER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY 2185 CONTRACT ORDINANCE ATTACHMENT #1 TABULATION SHEET BID # BID NAME DATE 2185 WILLOW CREEK DRAINAGE IMPRV & SANITARY REPLACEMENT GOOD SAM 3117196 WILLOW CREEK DRAINAGE MIKE ALBERT INC $131,476 00 CRAIG OLDEN $128,270 00 DBR CONST offimalum $112,772 00 1 2 73 ALT 1 WILLOW CREEK SEWER REPLACEMENT $82,471 00 $75,360 00 $41,217 00 GOOD SAMARITAN DRAINAGE $47,813 00 $40,149 00 $38,08.7 00 TOTAL BID AWARD $261,760 00 $243,779 00 $192,076 00 ALTERNATES INCREASE TO 6"CONCRETE BOTTOM (Willow Creek FROM 4" $8,985 00 $6,585 00 $6,050 00 ALT 2 ADDITIONA CONCRETE FLUME MINOR CIRCLE $14,292 00 $15,196 50 $9,954 00 BID BOND YES YES YES 3 CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this 12 day of MAY A.D., 1998, by and between CITY 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 DBR CONSTRUCTION 2301 EIINKLE DRIVE DENTON, TX 76201 of the City of DENTON County of DENTON and State of TEXAS, hereinafter termed "CONTRACTOR" WITNESSETH That for and in consideration of the payments and 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 N 2185 — WILLOW CREEK/GOOD SAMARITAN DRAINAGE in the amount of $2089080.00 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 CA - 1 accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by ENGINEERING DEPARTMENT all of which are made a part hereof and collectively evidence and constitute the entire contract Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and 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 written ATTEST APPROVED AS CITY OF DENTON OWNER BY 4 CONTRACTOR / MAILING ADDRESS -PHONE NUMBER CA-3 PRINTED NAISAE (SEAL) PROPOSAL TO C7 THE CITY OF DENTON, TEXAS FOR THE CONSTRUCTION OF 1) WILLOW CREEK DRAINAGE IMPROVEMENTS AND SANITARY SEWER REPLACEMENTS 2) GOOD SAMARITAN DRAINAGE IMPROVEMENTS l� DENTON, TEXAS The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm or corporation, that he has carefully examined the form of contract, Notice to Bidders, specifications and the plans therein referred to, and has carefully examined the locations, conditions, and classes of materials of the proposed work and agrees that he will provide all the necessary labor, machinery, tools, apparatus, and other items incidental to construction, and will do all the work and furnish all the materials called for in the contract and specifications in the manner prescribed herein and according to the requirements of the City as therein set forth It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids It is agreed that the quantities of work to be done at unit prices and material to be furnished may be increased or diminished as may be considered necessary, in the opinion of the City, to complete the work fully as planned and contemplated, and that all quantities of work whether increased or decreased are to be performed at the unit prices set forth below except as provided for in the specifications It is further agreed that lump sum prices may be increased to cover additional work ordered by the City, but not shown on the plans or required by the specifications, in accordance with the provisions to the General Conditions Similarly, they may be decreased to cover deletion of work so ordered It is understood and agreed that the work is to be completed in full within the number of work days shown on the bid tabulation sheet P-1 Accompanying this proposal is a certified or cashier's check or Bid Bond, payable to the Owner, in the amount of five percent of the total bid It is understood that the bid security accompanying this proposal shall be returned to the bidder, unless in case of the acceptance of the proposal, the bidder shall fail to execute a contract and file a performance bond and a payment bond within fifteen days after its acceptance, in which case the bid security shall become the property of the Owner, and shall be considered as a payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder Owner reserves the right to reject any and all bids Owner may investigate the prior performance of bidder on other contracts, either public or private, in evaluating bid proposals Should bidder alter, change, or qualify any specification of the bid, Owner may automatically disqualify bidder The undersigned hereby proposes and agrees to perform all work of whatever nature required, in strict accordance with the plans and specifications, for the following sum or prices, to wit P - 2 FRONT CITY OF DENTON FAX NO.4 1941134YI3U4 Willow Creek Drainage BID TABULATION SHEET Jr ♦� sv _ Work Days_20_ Bid No PO Item Aescr lion Quanti Unit Unrt Price 1 21 Contractors Warranties andUnderstandin s - L 5 $4z20 oo'L S S 4 g1lar Unit Pnce in Words *Four Thousand Two Hundred Twent2 24-A Gabion Mattress 1750 S Y $ 45 odSYS Unit Pnce In Words *PoYE Five Dollara* 3 Remove Concrete Florae 4 S Y $ 25 OOS Y iS 100 00 Unit Price In Words *Twent Five Dollars* 3 1 Pre Aration of Ri bt of Way L S $4z2o dL S $ Unit Price In Words *Four Thousand Two pry Qn3larsl 3 3 Unclassified Excavation 49G C Y S off Y S Unit Pnce In Words *Ten Dollars* 21 C Y $ Y$ 2 i___ n on 37 Can acted Fill_ ce In Words Unit Pnee *n Do *Ten1 200 S Y S 2 00/S Y IS 400 00 3 10 7 H dromulch Unit Pnce In Words o Dollars* *Tw L S $ 1000 04 g $ 1000 00 3 12 Tem orary Erosion Control *One Thousand Dollars* Unit Pnce In Words L S S 1000 QQ S S l000 00 81 $amcades, Warnin Si and Detours - Unrt Pncc iri Words *One Thousand Dollars* L S $ 1000 OY1i, S S 1000 00 814 miscall aneous Fence Unit Price IIl WOrdS *One Thousand Dollars* 8 15-A Concrete RI -Rap Channel 4" 600 S Y $ z7 ntR Y $16200 00 Unit Pr1Ce In Words *Twenty Seven Dollars* 6 L F $ 2 o0L F S 12 00 Sp-2 Connote Saw Cut Unit Price In Words *Two Dollars* 50 C Y $ l0 OdC Y $ 500 00 SP-10 Rock Excavation TTnIt Price In Words *Ten Dollars* REVISED 03-11-58 ADDENDUM #1 P 3 ---------------------- ----------- - -- - -- - - 07-11-1 FRO 111 CITY OF DENTON FAX NO 1 19403497302 Work Days_-N - ,, �,,, , , BID TABULATION SHEET FROM+ CITY OF DENTON FAX NO.1 19403497302 Willow Creek Drainage BID TABULATION SHEET 03-11-98 12150P P 04 Work Oays-20_,_- Bid No - PO Pnoe In REVISED 03-II-qS ADDENDUM #1 P4 1 I EA IS 2oo. *Two Hundred Dollars* S 112.7 --- - --------- FROM CITY 0F DENTON FAX NO 1 19403497302 03-11-3t' 1_ " P F Willnw r mak 4nwar MIM reol 11 ArI^kl eucer Ulnry r)n"e 7n FROMI CITY OF DENTON W ilow Creek Sewer Replacement FAX NO.1 19403497302 BID TABULATION SHEET 03-11-36 1: 51P P MIX Days-20_ Bid No PO Item Deser tion uanti Untt Unit -Price Frice Total 121 Contractors Warranties and Understandings L S $1s26 off S $ 1526 00 Unit Price In Words 20ne Thousand Five Hundred Twen SJZ D ' 2 12-A I8" S=tmy Sewer 277 L F $ 50 ooL F S 13850 00 Unit Pnce In Words Fiftv Dollars* 2 12-B 8" Sanitary Sewer 57 L F $ 40 dL F $2280.00 Unit Pnce In Words *Fortv D 31 P oration of Ri&bt of Wa L S ' $ 1526 Oa S 1 $ 1526 00 *One Thousand Five Hundred Twenty Six Dol Unit Pnce In Words L S $ 1000 00, g $ 1000 00 3 12 Tem o Erosion Control Unit Pnce In Words *One Thousand Dollars* 2 EA $2000 OQ$A $ 4000 00 7 6 - B 5' Dro Manhole Unit Pnce In Words *moo Thousand Dollars* 4 EA $200 A $ 7 6 - C 5' Manhole - *Two Thousand Dollars* Unit Pnce In Words L S $ 1000 Ojx $ $ 1000 00 8 I Barricades, Wamirt Si sand Detours Unit Pnco In Words *One Thousand Dollars* 50 C Y $ 10 0C Y $ 500 00 SP-10 Rock Excavation Urut Price In Words *Ten Dollars* 120 L F $ 5 001E F $ 600 00 SP-37 Excavation Protection Unit Pnce In Words *Five Dollars* SP-40 Cut and Piu Eatistin Satlit Sewer 7 EA $ 500 oo /EA S 3500 00 Unit Price In Words *Five Hundred Dollars* SP-49 Remove Existm Sanit Sewer Pie 387 L F $ 5 oolL F $ 1935 00 Unit Price In Words *Five Dollars* 1 EA $ soo 0o fEA S 500 00 WS-27 Remove Manhole *Five Hundred Dollars* Unite Price In Words REVISED o3- rl 9S ADDENDUM #1 P 5 a_ --- --- ----- - -- F FAX NO 194034 Y 73302 FROM CITY O IDS"r'TSawaI LiIU IALiULAIIUNSMtstl Bid No FROM+ C TY OF GENT N FAX NO ' l94 34 0 �Yuluw k, tltlK u4tlwtll k5l IHid LA N Htt I Replacement Break Into Existing Manhole 1 2 Umt Pnce In Words *Five Words Pnce In REVISED 03-11-9'P ADDENDUM #1 um 03-YUIK 1�-Q6 Ua�ryl 1+_41P LUP-0 Bid No PO A IS 500 0o/EA IS l000 oo Dollars* $ / is c 41,217 0( ----------_-- -- -_- Fp% NO 194034973 FROM� CITY OF DENTON 02 i' FROMI CITY OF DENTON FAX NO 1 19403497302 03-11-98 l: 5:P P . Good Samaritan Work Days,15— nBid No — -- REVISED 63-11-9d' ADDENDUM #1 P' -------------------------------- - -- --- FROM i CI-TY-OF-DENTON FAX NO 19403497302 u3-IS- RO t P 9 03-11-98 12133P � P 0E Good Samaritan work Day* _l5 I'1ro (n cnu Imnrm amanta Bid No REVISED 03 ADDENDUM #1 P 8 FPONI CITY OF DEI4TON FAX NO 19403497302 FROMi CITY OF DENTON FAX NO 19403497302 - 03-11-98 12 53P P 09 Willow Creek Drainage Alternate 91 BID TASULAMON SWEET Work Days,20_ Bid No, PO No Item DesciiRdon Qua] Unit U tit Price I Total 8 15-B Concrete Rip -Rai) Channel 6" 600 S Y, IS 36 OOS Y $ 21600 00 U It Price In Words *Thirt Six Dollars* 33 Unclassified Excavation - 561 1 C Y $ 10.0� Y 17 1611 00 Unit?nee In Words *Ten Dollars* Idiom$ I S Ulut Price In Words TCiTAL $ 27,210 00* REVISED 03- //-9d' ADDENDUM #1 P9 - ----------------------------- --------- ----- --- FROM � CI-TY --- OF GENTON FAX NO 19403497302 03-lt-+: - SaP F ��' FROM+ CITY OF DENTON FAX NO 1 19403497302 03-11-98 12154F P Ic Willow Creek Drainage Xtemate #2 BID TABULATION SHEET Work Days,_,_20_ Bid No, PO Item I Descri tion uand nitI Unjt Price Total SP-42•A Romove Concrete Flume 6" 108 5Y $ 15 . oo ISY $ 1620 00 UWt Price It1 Words *Fifteen Dolllars* SP-42.'E R lace Concrete Flume 6" -225 1 Sy $ s6.o01SY $ 8100 00 Unit PnCe In Words*Thirt Six Dol Concrete, Saw Cut a L F IS /L.F, $ SP-2 Unit Price In Words *Two Doll * 3 10 7 H dromulch 113 S Y $ 2. oo �gy g 226 00 U 't Pnce In Words *Two Dollars* TOTAL REVISED 0,3•//-5V ADDENDUM #1 P 10 BID SUMMARY BASE PROJECT WORK DAYS BID 1 Willow Creek Drainage 20 $ 112,772 00 2 Willow Creek Sewer Replacement 20 $ 41,217 00 3 Good Samaritan Drainage 15 $ 38,087 00 TOTAL 55 $ 192,076 00 ALTERNATE PROJECT WORK DAYS BID Alt 1 6" Concrete Bottom (Willow Creek) N/A $ 27,210 00 Alt 2 Additional Concrete Flume (Minor Circle) 10 $ 9,954 00 All three portions of this project will be awarded to one contractor Award of the bid will be based on the base total Willow Creek Drainage, Willow Creek Sewer Replacement, and Good Samaritan Drainage are being separated for bookkeeping purposes only Total work days for the project will be enforced Days will not be kept separately on each section of the project Bids on alternates will not be considered in determining the lowest responsible bidder B - 2 •n TOTAL BID PRICE IN WORDS *One Hundred Ninety Two Thousand Seventy Six Dollars and Zero Cents* In the event of the award of a contract to the undersigned, the undersigned will furnish 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 final completion and acceptance, and to guarantee payment for all lawful claims 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 submitted as correct and final. Unit and lump -sum prices as shown for each item listed in this proposal, shall control over extensions DBR Construction Company,Inc. CONTRACTOR M. Don Richards 2301 Hinkle Dr. Street Address Denton,TX 76201 City and State Seal & Authorization (If a Corporation) 940/383-3007 Telephone I BOND B%BCUT® IN POUR (4) ORIGINALS STATE OF TEXAS § COUNTY OF DENTON § PERFORMANCE BOND BOND NO. 733654 BOND PREMIUM EASED ON FINAL CONTRACT PRICE KNOW ALL MEN BY THESE PRESENTS That DBR CONSTRUCTION, whose address is 2301 HINKLE DR., DENTON, TX 76201, hereinafter called Principal, and Capitol Indemnity Corporation , a corporation organized and existing under the laws of the State of WISCONSIN, and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto 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 TWO HUNDRED EIGHT THOUSAND AND EIGHTY and no/100 DOLLARS ($ 208,080.00) plus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages arismg 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 98-123, with the City of Denton, the Owner, dated the 12 day of MAY A.D. 1998, a copy of which is hereto attached and made a part hereof, for BID # 2185- WILLOW CREEK / GOOD SAMARITAN DRAINAGE. 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 U-W PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, 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 herem as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, Vernon's 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 12 day of MAY 1998 ATTEST PRINCIPAL DBR CONSTRUCTION 0"ANY1 .r18 . BY 4S"TA4 BY _ Richards ATTEST SURETY CAPITOL 1=12011TY CORPORATION BY AT _T w Y-I ACTI Kathy R. Zacharek The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME V. R. Damian, Jr., Surety Bond Connection Agency, lac STREET ADDRESS 17774 Preston Road, Dallas, Tx 75252 (NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give a person's name ) 2185 CONTRACT & BOND 5 1498 BaM BOND RUCUTO IN POUR (4) ORICiNUS STATE OF TEXAS § COUNTY OF DENTON § PAYMENT BOND BOND NO 733654 BOND PREMIUM BASED ON FINAL CONTRACT PRICE KNOW ALL MEN BY THESE PRESENTS That DBR CONSTRUCTION, whose address is 2301 HINKLE DRIVE, DENTON, TX 76201, hereinafter called Principal, and Capitol Indemnity Corporation a corporation organized and existing under the laws of the State of WISCONSIN, and fully authorized to transact business in the State of Texas, as Surety, are held and 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 TWO HUNDRED EIGHT THOUSAND AND EIGHTY and no/100 DOLLARS ($ 208,080.00) 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 98-123, with the City of Denton, the Owner, dated the 12 day of MAY A.D. 1998, a copy of which is hereto attached and made a part hereof, for BID # 2185- WILLOW CREEK / GOOD SAMARITAN DRAINAGE. 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 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 m7m 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 arismg 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 12 day of MAY, 1995. ATTEST PRINCIPAL DBR CONSTRUMON CONPANY BY pg _ E T BY D Don Richards ATTEST SURETY CAPITOL IIIDBNNITY CDRPORATION BY er BY AT OR Y-I -FACT / Kathy R Zacharek The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME V.R. Damian, Jr., surety Bond Connection Agency, Inc. STREET ADDRESS 17774 Preston Road, Dallas, Tx 75252 (NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a corporation, give a person's name ) 2185 CONTRACT & BONDS 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 OR CLAIM DISPUTES' Should you have a dispute concerning your premium or about a claim, you should contact the agent or 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 V - -- 004W INDEMNITY CORPORATION 4610 UNIVERSITY AVENUE SUITE 1400 MADISON WISCONSIN 53705 0900 PLEASE ADDRESS REPLY TO PO BOX 4900 MADISON WI 53705 0900 PHONE (608) 231 4450 FAX (608) 231 2029 Bond No. 733654 POWER OF ATTORNEY No 47Jo1 1 Know all men by these Presents, That the CAPITOL INDEMNITY CORPORATION, a corporation of the State of Wisconsin, having Its principal offices in the City of Madison Wisconsin, does make constitute and appoint ------------------- V R DAMIANO, JR , JAMES V DAMIANO, CANDACE DAMIANO- -------------------- ------------------KATHY R ZACHAREK, KENNETH ZACHAREK, SHERRI L SCHRAER --------------------- its true and lawful Attorney($) in -fact, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed any and ail bonds, undertakings and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this Authority shall exceed in amount the sum of - - - - - ------ — -------- .._ NOT TO EXCEED $5,000,000 00------------------------------------------- This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of CAPITOL INDEMNITY CORPORATION at a meeting duly called and held on the 5th day of May 1960 RESOLVED that the President and Vice President, the Secretary or Treasurer acting Individually or otherwise be and they hereby are granted the power and authorization to appoint by a Power of Attorney for the purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof one or more resident vice presidents assistant secretaries and attorney(s) in fact each appointee to have the powers and duties usual to such offices to the business of this company the signature of such officers and seal of the Company may be affixed tsignatu essuchorrower of facsimile tsealeshall be or to any and binding ficate aupont theeto Company and anyand such power such so executower of edandcertified by facsimile or certificate such facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking or other writing obligatory in the nature thereof to which It is attached Any such appointment may be revoked for cause or without cause by any of said officers at any time IN WITNES$ WHEREOF, the CAPITOL INDEMNITY CORPORATION has caused these presents to be signed by its officer undersigned and its corporate seal to be hereto affixed duly attested by its Secretary this 1 st day of June 1993 Attest Virgiline M Schulte Secretary STATE OF WISCONSIN COUNTY C DANE CAPITOL INDEMNITY CORPORATION O �;% GenrgC Q tart, President JE SEAL b 111 Niuuniilin�\\yy\C\� On the 1 st day of June, A D , 1993, before me personally came George A Fait to me known, who being by me duly sworn, did depose and say that he resides in the County of Dane State of Wisconsin that he is the President of CAPITOL INDEMNITY CORPORATION, the corporation described in and which executed the above instrument that he knows the seal of the said corporation, that the seal affixed to said instrument is such corporate seal, that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order OY�yA1A1�Itl111111///////Z f �Ii`I4- STATE OFWISCONSINPEEEn N nnNS Peter E H ins COUNTY OF DANE Notary Public, Dane Co WI " My Commission is Permanent "�Gpj/////lllllllllAIAAAAOA�� CERTIFICATE I the undersigned duly elected to the office stated below now the incumbent in CAPITOL INDEMNITY CORPORATION a Wisconsin Corporation authorized to make this certificate DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains in full force and has not been revoked and furthermore that the Resolution of the Board of Directors set forth in the Power of Attorney is now in force Signed and sealed at the City of Madison Dated the 12th day o ����yOUVAAIIIuulu//i/i/i i11 �I1Ilion" 1 \ At f May 1998. Thl pawl I I v vlid only II the power of dlomoy number pnnt(d In III uppl r mg111 11 ind (om( I pl, II III 11 d I "'1 11 upul I uhun I ups, nr uth11 I puu Wr Ilnn u1 riot binding on IhL r nnp my Inquinr 1 u111 4 111111E tll II N(I ul it, III, y n1 iv 111 din I I, III II I'd M in Iq 1 1 ii I lainr OF, t It" [ ynl .I INl( nlndy r wpn1 Ihnn A01FORIV"A'; °RCYY,JCDR IS MA00" OUT6N6 RAMEY ► KING INSURANCE eGO S. Ia61L SURS, A Denton TX TSSXw W NMRED D B R CoruWotlan Do kTo Don RI&Arde P0Sol &a Denton TX 7SE07 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE USTED INDICATED NOTWITHSTANDING My REQUIREMENT TERM OR C CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANC OLCWSIONS AND CONDITIONS OF SUCH POUG190 UMITS SHI 'D TYPE OF INSURANCE PONCY NUMER TO A GENERAL LARLM CLS 0MI X COMMERCIAL GENERAL LIABILITY C.Aro MAIx X awn OYMERS f CONTRACTORS MOT B AUTOMOBLE LIABILITY X ANY ALrm ALL ONNEO AUTOS SCNEOULED Alm X Nram AUKS X NG 4QYAh1) AUTOS GARAGE I.Mtfr'/ EMU LIABILITY V406 LA POW Omw THAN OMIPOLLA Pang WORKER E CAMPI NMTON C AND OAPLOy g L"LITY =•. COMPANY A mDI I B COMPANY C LITER i 00" A" D Lurm COMPANY E Lem COMPANIES AFFORDING COVERAGE socItledele Insurance Ca Trinity Lloyds Ina+ Co Tm* Work Camp Ina Fund BLOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PEAK NDMON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TEAMS ON MAY HAVE BEEN REDUCED BY PAID CLAIMS POLICY VFEOTNE POLICY IXPeATON Lon DATE maw" BATa;MMEGMTT EINDBRIAPPLICATION SBPI00?{11 DES IPTM OF opPeerruwTlEHaLDaTTonNL+TnNKaaa,�Pecw. ITEMS Iy Wwkm ComfdaE dpn pooll�i6 and kSUIP1M1 SreEpoote ONewsl On Cartni ate No U&Wliq End Auto USblllty w►Iv.T of Subr wtW pmklsd BB ruwlb Workem Como/ 10m CXY or Donlon Ann Tom Slur 9018 TuXae Street Denton TX T6401 0L06KIT OS/06II8 GENERAL AGBIdGATI, I TT/TGNT CSATTAIT PRCDUCTS-OCMPAP AGO I PSImCNAI s ADv IN IRA I SACK OCCUEt]NCE 1 FIFE DAMAGE (My NM Mt 1 MED EVINSE (My Err osT ) 1 i 1/tSN1 ' COMBINED SINGLE s LIMIT BODILY WANE f IFK wnm) W016Y INAMY s IN, eoae-n PAOPQRTY DAMAGE f e4ch N mm"CE I , AGOIROA/E i 1000000 1 1000000 800000 500000 s0000 EXCLUDED II".,. STAMORY LMITS 0]/OTII6 EACN ACCIDENT f 500000 DISEASE POLICY L/Art s 0000nO DISEASE EACH EMPLOYEE s 500000 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MNL SO DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIAIIUTY OF ANY VINO UPON THIS COMPANY ITS AGENTS OR REPRESENTATIVES "w DWI � 113M1 <l rl (A33 8h 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: • Each policy shall be issued by a company authorized to do business in the State of Texas with an A M Best Company rating of at least A • Any deductibles or self -insured retentions shall be declared in the bid proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self -insured retentions with respect to the City, its AAAW350 REVISED 10112/94 Cl - 1 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 • 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 thirty(30) 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 cf coverage that Includes a general annual aggregate limit providing for claims Investigation or legal defense costs to be Included in the general annual aggregate limit, the contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. • Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at Its sole option, terminate this agreement effective on the date of the lapse. AAM0350 REVISED 10/12/94 Cl - 2 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: [XI A 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 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 exploslcn, collapse or underground (XCU) exposures • Broad form contractual liability (preferably by endorsement) covering this contract, personal Injury liability and broad form property damage liability. AAAW350 REVISED 10112/94 Cl - 3 Insurance Requirements Page 4 [X) Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability Insurance with Combined Single Limits (CSL) of not less than 1,000,000 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily Injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used In conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for • any auto, or • all owned, hired and non -owned autos [XI 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 $5O0,O0O 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 28TAC 110 110 of the Texas Worker's Compensation Commission (TWCC). [ I Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability Insurance policy 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 AAM0350 REVISED 10/12/94 Cl - 4 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. [ 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 budding. Limits of not less than each occurrence are required [ l 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. [ 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. [ l 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. AW0350 REVISED 10112/94 Cl - 5 Insurance Requirements Page 6 ATTACHMENT 1 (X1 Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificate") -A copy of a.certificate of Insurance, a certificate of authority to self -Insure Issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation Insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - Includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406 096) - includes all persons or entitles 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" InclL.de, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets 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 AAA00350 REVISED 10/12/94 Cl - 6 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 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 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. AAM0350 REVISED 10/12/84 Cl - 7 Insurance Requirements Page $ 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 certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, If the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and !b) a new 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; (6) 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 AAA0o0E0 REVISED 10/12/94 Cl - 8 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 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 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 e6tles 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 AAM0350 REVISED ton Yres Cl - 9