Loading...
HomeMy WebLinkAbout1997-303ORDINANCE NO �(—A� AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE 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 2103 DBR CONSTRUCTION $193,875 00 SECTION II That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein SECTION iV That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SE .TION V That this ordinance shall become effective immediately upon its passage and approval /� PASSED AND APPROVED this the��day of _Q v�,1997 ATTEST JENNIFER WALTERS, CITY SECRETARY BY APPROVED AS TO LEGAL FORM HERBER,T L PROUTY, CITY ATTORNEY 0 MV 2 k JACK MILLER, MAYOR /;Zty,L 144 /z� DATE OCTOBER21, 1997 TO Mayor and Members of the City Council FROM Kathy DuBose, Assistant City Manager of Finance SUBJECT BID # 2103 - LOWER PEC-4 CHANNEL IMPROVEMENTS RF.COMMR1$DATION; We recommend this bid be awarded to the single bidder, DBR Construction in the amount of,$193,875 00 with completion by January 16, 1998 SUMMARY; This bid is for the furnishing of all materials, labor, tools and equipment necessary for the construction of improvements to the drainage channel extending from Bradshaw Street Oust south of Prairie Street), east aid north to the confluence with Pecan Creek This section of drainage channel is referred to as Lower PEC-4, The project consist of pipa barrier gates, grading, stone transition, concrete channel lining, protective fencing, erosion controls and hydromulching of exposed areas The project was designed by Teague Nall and Perkins under the guidance of City of Denton Staff Bid notices were sent to 64 prospective bidders and only one response was received The Project must be completed by January 16, 1998 or the 404 Permit required by the U S Corp of Engineers will expire PROGRAM& DEPARTMENTS OR GROUPS AFFECTED: Citizens in the general project location area, City of Denton Engineering Staff FISCAL IMPACT: Funds for this project will come from the 1997-98 C I P program Project # 81084, Pecan Creek Tributary Improvements (PEC-4) Attachments Tabulation Sheet Memo from David Salmon, Engineering Administrator Letter date 9-27-97 from Teague Null & Perkins Respectfully submitted a Sf at =u se Assistant ity Manager of Finance Approved Name Tom 0 Shaw, Title Purchasing Agent 944 AGENDA BID # 2103 BID NAME LOWER PEC-4 DBR CHANNEL IMPROVEMENTS OPEN DATE SEPTEMEBER 25,1997 # -- QTY -_ DESCRIPTION -- VENDOR _ VENDOR I LS BASE BID 1193,875 00 BID BOND YES 4 M E M 0 DATE September 30, 1997 TO Tom Shaw, Purchasing Agent FROM David Salmon, Engineering Administrator SUBJECT Bid for Lower PEC-4 Channel Improvements Bids were opened on the above mentioned project on September 25, 1997 DER Construction was the only bidder Their bid was $193,875 00 This project was designed for the City by Teague, Nall and Perkins Consulting Engineers They estimated the project would cost $196,909 which is within 1 5k of the bid (letter from Teague, Nall and Perkins attached) As explained in their letter, the City has a short time frame to complete this project due to the expiration of the 404 permit required by the U S Corps of Engineers We have spoken with the contractor and it is his intention to complete the project by the January 16, 1998 deadline barring unforeseen, uncontrollable circumstances DBR Construction has performed many similar projects for the City of Denton in the past with satisfactory results Jerry and I both concur with the consultant that be awarded to DER Construction Please schedule October 21st City Council meeting av d 5a on, E AEE00936 this bid should this bid for the 5 TEAGUE NALL AND PERKINS C 0 N S U L 7 I N 0 a N 0 1 N P C a a Sept. 29, 1997 Mr Jerry Clark, P E. Director of Engiaeering and Transportation Dept City of Denton City Hell West 221 N. Elm St. Denton, TX 76201 RE: Lower PEC4 Constr. Cost F,stiiiMe TNP No DEN97125 Dear Jerry. Attached please find our revised Opinion of Probable Cost, which reflects better unit price data from several independent sources. I have compared it to the bid prices submitted by DHR Construction As you can see, the bid price submitted looks reasonable I would normally not use a 14% contingency at this stage of the project, but given the generally heavy work load of most contractors, and the tight constnietton schedule required, I did not feel comfortable in quantifying these fhetors is any other way. As you are aware, timely completion of this project is essential under the terms of the Corps of Engmeers 404 Permit. In the General Provisions of the bid documents, page (1-2. the tune allotted for construction is addressed. I suggest that you meet with the contractor and ensure that he will Ohm to the completion date shown therein. which is January 16, 1998 This deadline must take precedence over the working days submitted in the contractor's bid While we would obviously preferred additional bidders, I feel that the reasonable bid price and the tight 'schedule required do riot justify bidding the project again Feel free to call If you have any questions, or if you need further informanon Sincerely. TEAGUE NALL AND 1 INC. C:�;;2c 1�7 lam. GLV gv Gary L. Vickery, P E No 72626 91 E FLORSNCE STREET 200, w IRVR10 Ewa PORT WORTH TEXAS 70102 IRVM TEXAS 7E061 1617) 38E•E773 PAX 48171 336 2813 19721254178E MEM 19721251 1027 PAX 1972) 2E1.4848 5 6 7 10 11 OPINION OF PROBABLE COST City of Denton Lower PEC-4 Channel Improvements PACE. 1 of 1 DATE. 9/24/97 rrepanng reign[ m-way 1 LS 13,200 00 13200 Und. Channel Excavation 27300 CY 4 W 109200 Embankment 10000 EA 1.25 12600 Concrete Access Ramp 1 LS 8,00000 8000 Flemble Base (Crashed Stone) 70 SY 7,50 525 Pipe Barrier Gate 1 LS 800.00 Boo Erosion Controls 1 LS 1,60000 1500 Hy0romulch 32000 LS 0.50 16000 Remove Existing Sanitary Sawer 1 LS 3,000.00 3000 Contractor's Warranties B Understandings 1 LS 5,500.00 5500 Barricades, Detours 8, Warning Signs 1 LS 1,000 00 10001 CONTRACT AGREEMENT STATE OF TEXAS S COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 21 day of OCTOBER A.D., 19 97 , by and between THE CITY OF DENTON of the County of DENTON and State of Texas, acting through TED BENAVIDES thersunto duly authorized so to do, hereinafter termed "OWNER," and DBR CONSTRUCTION 2301 HINKLE DR 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 # 2103 - LOWER PEC-4 CHANNEL IMPROVEMENTS in the amount of $193,875.00 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 CITY ENGINEERING DEPARTMENT 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, workerfs 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. -m _ 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: {� N Iq K APPROVED AS TO FORM: A City Attorney AAA0184D Rev. 04/05/96 CITY OF DENTON OWNER_ By - (SEAL) DBR CONSTRUCTION CONTRACTOR %6.z IJ.Z MAILING ADDRESS 'PHONE NUMBER CA - 3 PAXAX BY L PRINTED NAME (SEAL) WORK DAYS BID NO PO NO 1 I U i i BID TABULATION SHEET DESCRIPTION 2UAMM UNIT UNIT PRICE TOTAL rMM B-1 Preparing Right -of -Way 1 L.S. $ 23,000 / 00 $ 23,000.0 Unit Price in Words B-2 Unclassified Channel Excavation 27,300 C.Y $ 3 / 50 $ 95,550 0 Unit Price in Words. Three Dollars and Fifty Cents* B-3 Embankment 10,000 Cy. $ 3 / 00 $ 30 , 000 . o Unit Price in Words B-4 Concrete Access Ramp 1 L S $ / $ 6.000 0 Unit Price to Words: Six Thousand Dollars* B-5 I Flexible Base Crushed Stone 70 S Y $ 10 / 00 $ 700 0 Unit Price in Words, Ten Dollars* B-6 I Pipe Barrier Gate 1 L S $ 1, 000 / 00 $ 1, o00 . o Unit Price in Words One Thousand Dollars* B-7 Erosion Controls 1 L.S. 1 $ 500 / 00 $ 500 0 Unit Price in Words * B-8 H dromulch 32 000 S Y $ / so $ 16,000.0 Unit Price in Words- Fiftv Cents* Remove Existing Abandoned SanitarySewer 1 LS $ 3,000/00 $ 3,000.0 Unit Price m Words FB- Three Thousand Dollars* Contractor's Warranties and nderstandin s 1 L S $ 17 , 625 / 00 $ 17 ,625.0 Unit Price in Words. Seventeen Thousand Six Hundred Twenty Five Do B-11 Barricades, Detours and Warning Signs 1 L.S 1 $ 500 / oo $ 500 0 Unit Price in Words. Five Hundred Dollars* TOTAL BASE BID TOTAL WORKING DAYS $ 193 , 875.00** 90 Days P-3 BID SUMMARY TOTAL BID PRICE IN WORDS BASE BID *One Hundred Ninety Three Thousand Eight Hundred Seventy Five Dollars* ALTERNATE No 1 ,.one ALTERNATE No 2 none 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 tetras and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claim 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 fuushed in accordance with the plans and specifications, to the satisfaction of the Engineer The undersigned certifies that the bid pries 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 Company,Inc iCONTRACT R BY Don Richards / President i2301 Hinkle Dr. Street Address iDenton,TX 76201 I City and State Seal & Authorization (If a Corporation) Telephone 940/383-3007 I B-1 L,0'410 PREMIUM BASED ON FINAL CONTRACT PRICE THE STATE OF TEXAS COUNTY OF DENTON BOND NO 729559 BOND EXECUTED IN FOUR (4) ORIGINALS KNOW ALL MEN BY THESE PRE89NTS That DBR CONSTRUCTION, whose address, is 2301 HMKLE DR,, DENTON, TX 76201, hereinafter called Principal, and Capitol Indemnity Corporation, 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 ithe State of Texas, hereinafter called Owner, In the penal sum of ONE HUNDRED NINETY THREE THOUSAND EIGHT HUNDRED SEVENTY FIVE and no/100 — ($193,875.00) plus 10 percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages ansmg out of or con- nected 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 asstgns, Jointly and severally, firmly by these presents This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which mcresses 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 97-303, with the CIty of Denton, the Owner, dated the 21 day of October A D JIM, a copy of which is hereto attached and made a part hereof, for BID # 2103 — LOWER PEC4 CHANNEL IMPROVEMENT. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all ofthe 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 lilt the undertakings, covenants, terms, conditions and agreements of any and all duly authorised modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived, and, if the Principal "I 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 My reimburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligation shall bei void, otherwise, it shall remain in full force and effect PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas. PERFORMANCE BOND - Page 1 90 d 04HL98941e=a1 ANVdW00 Noimon.LBNOO MHO FV 91 !H-tr-Ot AND PROVIDED FURTHER, teat the said Surety, for value received, hereby stipulates and agrees that no change, extension of tune, 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 hi DALLAS County to whom any requisite notices may be delivered and on whom service of process may be had in matters ansuig out of such suretyship, as provided by Article 719-1 of the Insurance Code, Vernotes 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 21 day of OCTOBEI; 1IM. ATTEST: M.-JOSAIN V, WTE r ATTEST. PRINCIPAL DBR Construction C ny, Inc BY11� SIDF:NT / Don Richards SURETY Capitol Indemnity Corporation BY A7 R-MR�i NEY -FACT Kathy R Zacharek The Resident Agent of the Surety innalCounty, Texas for delivery of notice and service of the processis: NAME: V R Damiano, Jr 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 persons name ) PERFORMANCE BOND - Page 2 90 d 0496989410=0I ANVdWn9 N0ii')njsNo7 mna bb 91 16-1F-ol BOND PREMIUM BASED ON FINAL CONTRACT PRICE THE STATE OF TEXAS COUNTY OF DENTON BOND NO 729559 BOND EXECUTED IN FOUR (4) ORIGINALS KNOW ALL MEN BY THESE PRESENTS. That DBR CONSTRUCTION, whose address is 2301 H,INKLE, DENTON, TX 76201, hereinafter called Principal, and Capitol Indemnity Corporation, a corporation organized and existing under the laws of the State of TEXAS, and billy 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 ONE HUNDRED NINETY THREE THOUSAND EIGHT EMNDRED SEVENTY FIVE and no/100-- ($193,875 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 eondiuoned as follows Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 97-303, with the City of Denton, the Owner, dated the 21 day of October, A D 1997, a copy of which is hereto attached and made a part hereof, for BID # 2103 -- LOWER PEC-4 CHANNEL IMPROVEMENT. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and rAmmants supplying labor and/or material in the prosecution of the Work provided for to said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void, otherwise it shall remain in full force and effect PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall he in Denton County, Texas. AND PROVIDED FURTHER that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work 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 1 110 d 0197995L 16=aI ANVdWO`) N0iS9079N00 N9(1 bb 91 !0-lr 01 This Bond is given pursuant to the provisions of Chapter 2253 of the Texas t:30vernment 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' DALLAS County to whom any requisite notices maybe delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 719-1 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 21 day of October, 1997. ATTEST: ATTEST BY 4 PRINCIPAL DBR Construction Company, Inc _ i �.ATjDonZRichard2 � PRE SURETY Qapitol Indemnity Corporation BY ATT N Y-IA •ACT Kathy R Zacharek The Resident Agent of the Surety in lti County, Texas for delivery of nonce and service of the process is. NAME: V.R. Damiano Jr. STREET ADDRESS. 17774 Preston Road, Dallas, Texas 75252 (NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a corporation, 91 Ve a peraon's name) PAYMENT BOND - Page 2 60 d 049L995L19=01 ANVdWO1 NOiiin.L9N09 An❑ 9b 91 IS-IF-01 IMPORTANT NOTICE To obtain information or make a complaint You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance P O Box 149104 Austin, 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 INDEMNITY CORPORATION 4610 UNIVERSITY AVENUE SUITE 1400 MADISON WISCONSIN 537050900 PLEASE ADDRESS REPLY TO P O BOX 5900 MADISON WI 53705 0900 PHONE (608) 231 4450 FAX (608) 231 2029 POWER OF ATTORNEY No 455942 Kall men by thefile P1ill"tllt8, That the CAPITOL INDEMNITY CORPORATION, acorporation of the State of Wist4ons n3 having its principal offices in the City of Madison, Wisconsin, does make, constitute and appoint _.•.............. » Vr ktPAMIANO, atR+,a JAWS V. DAMIANO, CANDACE DAMIANO- .............. +I A`hFIiY'X ZACHAPSKo �t H ZACHAREK, SHERRI L SCHRAER------ s true and lawful Att{a rtey.�dn-faal, to mat a� execute, seal"and deliver for and on its behalf, as surety, and as its act and deed, any and al ` o� tattdertakinos an Contracts of suretyship, provided that no bond or undertaking or contract of suretyship exact tpluoniger this authority sh l iiaxesed in amount the sum of •................p.« _� .,, . �:«„ , ..t NCIT 10 EXCUID ,P,000,000 00 ...... _..... .............. ......... ,...... This Power bf Attorrfi�v�;brantsd-and is >�lgned nds4aled by facsimile under and by the authority of the following Resolution adopted b1`� the Gard of Doeotors of, OA;#OLJNDEMNITY CORPORATION at a meeting duly called and held on the 5th dayfof Nlay i1960 'RESOLVED,4lllot the Pres{dfn6and Vice PreSidpngthewssorptaryorTreasurer,acting individually orotherwise be and the hereby are granted the power and author it to`dopolltt by a€Power of A to py for the purposes only of executing and attesting bonds and undaris inga and other writings obligatory in tit@ nature tffareof, one or mere raslrnt vigp•propidsinte, assistant secrerta fes and attomey(s) In fact each appointee to have the ggwere and dutlos usual to, e?Oh cfflcss to theiousineep of tills mp the signature of such officers and seal of the Company may be affixed to any such power of rnoy or,torvy cenfficial"lating thereto ypfacslr 'o and any such power of attorney or certificate bearing such facsimile signatures or facsimile spal'shall b6 vyalid and binding upogsthtrCoin any, and any such power so executed and certified by facsimile signatures and faosimee seal shall bs slid and binpling upon the+Company In the,fpture with respect to any bend or undertaking or other wring obligatory in the nature thereof to It IB a@anhscf'Any$tich agpQintmemt 1y'ba revokedp4er cause or without cause by any of said oHwers, at arty time IN WITN U1t EF(SrP, the CAYPtTL i I�tIAt�ITY CbRPORA710N has caused these presents to be signed by its officer undersEiSgtind lt; ddrpoxrate sealto �refr afflxstt duly attested by Its Secretary, than 1st day of June, 1993 r� CAPITOL INDEMNITY CORPORATION Attest + x+ s , + S �.•� ,° t1Ull�di �oEMMrr�c� O 4 ` it .Y 5p «1 0 Isgilins M Schulte, Secretary +i co Sim Ara Gact Fait, President STATE OF WISCg4SIN ,r, Wi lot g � d Iflll COUNTY OF DAgi' On the list of ,Tune, A 1) , 1993, before me personalty came George A Fait, to me known, who befng by me duly sworn, did depos sand sal that he resides in tits Crrunty of Dane, State of Wisconsin, that he is the President of CAPITOL INDEM CO PORATION, the o�f� oration described in and which executed the above instrument, that he knows the Seale the Id cor�zoratlon that01,seai affixed to said instrument is such corporate seal, that it was so affixed by order of the Board of Directors of said corporatfon and that he signed his name thereto by like order b r "�, pg11f1111///y�.,. E # r.'^ g4pS@OF WISCp'dSGz STATE OF WISCONSIN COUNTY OF DAN + rnwa * Notary Public, Dane Cc, WI i "tl+a YPWa`` My Commission Is Permanent (ikat H dNllllmn�� CERTIFICATE ! t� I, the undersigned, dyl elected to the.offlcesstate below, now the incumbent In CAPITOL INDEMNITY CORPORATION, wisaon,%Ot Corporatlon, authon;ed to make this certificate, DO HEREBY CERTIFY that the foregoing attached Power of Attorney rgmains in full force and has note been revoked, and furthermore that the Resolution of the Board of Directors,lset forth ttt�the Power of Attorney is now in force Signed and se tfsd at the City of Madison, Dated the 21ST day of OCTOBER 1997 1lgllll rJi vb SS eitAL+, $ ea!li Bra er, Treasurer : 1 5a6I Il�t This power is visli�l-trnl` if the power at attorney numCE@ir[nled in the upper right hand comer appears in red Photocopies canton copies or other reptodugtipns gr 'gis rldin op the4ampanyir,nquillss eonasming this power of attorney may be directed to the Bond Manager at the Home Office of the Capitol in pin cor Oration ,,h < RAMET A I9NO EINDE BBO B. LOOS, SURE A Dada► 7x ismTBBF Don Rbhw11N P0onm Domm► TX 7880E 111! TM* v w■NIINOB POLICY NLOW A' ! x ! t>owWIOPl ar71BAv. uwulr T- „ — i i" 1 CLANvO NwN i X i oOelNt I i f Ow®w A CONWAUF S PROP .---I ! ! DQBB NOT AMTpID, PXTEND OR ALTER THE •1 ERAOH •AFFORDED BY ! FOLLCIEs BELOW i COMPANIES AFFORDING COVERAGE { � A BLaWdBYP hulNwrN Ca I OOMR 8 Tdnf Lbik b0 CO 00~I C TIMS Welk cane w PAW � v 0 f LEM �...... I ua1BI 1E INSURED NAMED ABOVE FOR THE POLICY PERIOD OTHER DOCUNEiT wnH RBWWT 70 WHIOH 7M8 SCRIBED HWM m 8UB1WT TO ALL 714E 7ERMS V-PAID CLAIMS. Puma MODAA'1 j SMeptAISSNq _--0d0I1Y7 OOAlIN "_ ` e 1.4dVrAUM - -- j awoewAiiucA7ioN " � " �inBrBT - i-i�nmBe t 'ALL DANBD AUIOs j emmm Amos f x : xL®Aums 11MORQU FORM I NpLOw® AUIOf , t i llMsllR' !- OVER TIIAN LNi1ULA POW i WOw®Ys 001Fw¢N1bN1 C } µ0 ! 8BP10BM7B i i $L/7OY w Uraw !FROMM i Louraft M= I I 99W�ISMON OF Olbls y Calllleab _ e b_RNIMBO Ai ��n NPNye000 OawNl osmireT asro7ne LSNR 7BM= PMMXCMQ WWAOQ. IP T000000 —PF 0M S ACV. CHIVY-- - is -- BOOBOO BAON OCCIffmm 1s 800000 FAO DMAig LMI' aeA LNI I7��— ma Boom LMY Nr pIwOiL dkmDBD LOW 8000 OUIM- --- P'rPLWQ iP HAIRY iS Fapw S PeN--- PRIM.. CAMAW ` — GAW OCG10®10B !0 A001BOM6 omiurt r u0i0__ j « - BA01 Zim i0000O— oNeAee . POLICY LWT is DRUM Baum .if :IHOULD ANY OF 114E ABOVE OBLCKIBED POLICR01 BE CANOEUM BORE 7HE ATION DATE THE ". 7M¢ MSUM COMPANY WILL BNOEAVOR 70 Denton BO DAYB WW1Ei N0110E TO 7HE CERT ICATE HOLDS NAMED TO 114E Awrcky �TomTOm Show BWI FABLRE TO AWL $UCH NO11CS SHALL IMPOSE NO OBWA71ON OR VMS 7L1Iw SBONs LITY OF ANY KIND UPON THE COMPANY, IN AOEi18 OR RIBREWCATNFB Os0t00 7x 7BB01 l� 100 d 0301 £6Z 06 199,L ONIA I ARM £U 91 (fIWL6,£I- AON 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 AAA00350 REVISED 10/12/04 CI - 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 of 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. AAA00360 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: N A. General Liability Insurance: General Liability insurance with combined single limits of not less than s1 nnn nnn 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. AAA00380 REVISED 10/12/94 CI - 3 Insurance Requirements Page 4 Ixl 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 e all owned, hired and non -owned autos. I)d 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 28TAC 110 110 of the Texas Worker's Compensation Commission (TWCC). Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy 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 AAM0360 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 [ I 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 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 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 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 AAA00350 REVISED 10/12/94 Cl - 5 Insurance Requirements Page 6 ATTACHMENT [x] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project 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 entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, Independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 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 10112/94 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. AAA00350 REVISED 10/12/94 Cl - 7 Insurance Requirements Page 8 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, anew 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 end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and AAA00350 REVISED 10/12/04 CI - 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 entities 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. AAAM350 REVISED 10/12/94 C'i - 9