HomeMy WebLinkAbout2006-051ORDINANCE NO.
AN ORDINANCE APPROVING A JOB ORDER CONSTRUCTION CONTRACT
THROUGH AN INTERLOCAL AGREEMENT WHICH THE CITY OF DENTON,
TEXAS HAS WITH DENTON COUNTY, TEXAS, WITH JAMAIL CONSTRUCTION
COMPANY FOR THE DESIGN -BUILD CONSTRUCTION OF A HOUSEHOLD
HAZARDOUS WASTE BUILDING PROCESSING CENTER AT THE DENTON
LANDFILL; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR;
PROVIDING AN EFFECTIVE DATE (FILE 3465; NOT -TO -EXCEED $572,793).
WHEREAS, pursuant to Court Order 03-0586, Denton County, Texas has
solicited, received and evaluated competitive sealed proposals for building construction
and remodeling services in accordance with the procedure of state law on behalf of the
City of Denton pursuant to an Interlocal Agreement between the City and the County
dated October 20, 1998 (the "Interlocal Agreement'); and
WHEREAS, Jamail Construction Company was selected as the offeror providing
the best value based on the selection criteria contained in the request for competitive
sealed proposals; and
WHEREAS, the City Manager or a designated employee has reviewed and
recommended that a construction contract be awarded under the Interlocal Agreement to
Jamail Construction Company for the design and building of a Household Hazardous
Waste Building Processing Center; and
WHEREAS, the City Council has provided in the City Budget for the
appropriation of funds to be used for the proposed expenditures; NOW THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS:
SECTION 1. The findings and recitations contained in the preamble of this
ordinance are incorporated herein by reference.
SECTION 2. In accordance with the Interlocal Agreement the City Council
approves the design -build contract with Jamail Construction Company for the
construction of a Household Hazardous Waste Building Processing Center at the Denton
Landfill for a not to exceed amount of $572,793 as more particularly described in Exhibit
"A" attached hereto and made a part hereof by reference (the "Budget').
SECTION 3. By the acceptance of the Budget, the City accepts the prices
submitted by Jamail Construction Company to Denton County contained in the
competitive sealed proposal documents and related documents filed with Denton County,
which prices are set forth in the Budget.
SECTION 4. The City Council hereby authorizes the City Manager, or his
designee to enter into an agreement with Jamail Construction Company consistent with
this approval and is hereby authorized to make the expenditures provided for herein, and
to make such change orders (not to exceed $25,000) he may later deem advisable.
SECTION 5. This ordinance shall become effective immediately upon its
passage and approval.
PASSED AND APPROVED this 7-�/t day of J kh2006.
EULINE BROCK, MAYOR
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY:
APPROVED AS TO LEGAL FORM:
EDWIN M. SNYDER, CITATTORNEY
Page 2
\\Ch-asWOLI\shared\dept\fn\Agenda Item Shared\2006 Agenda Folders\Fcbrnary 2006Tebruary 7-2006\File 3465-Household
I azardous Waste Facility\5-ORD-File 3465.DOC
Exhibit A
CITY OF DENTON HOME CHEMICAL COLLECTION and PROCESSING CENTER
ROUGH ORDER OF MAGNITUDE
CSI Item O i Unit Price Total Notes
Road,
1
Parking, site worn
Civil, Survey and site 21ans
1
Isum
49,000.00
$49,000
1
Testing, ermittin
1
Isum
4,200.00
$4,200
2
General Conditions
12
wk
3,000.00
$36,000
2
Sitework
5000
sf
1.00
$5,000
3
Asphalt and striping
11640
sf
10,00
$116,400
V thick, Hi h stren th
3
Concrete Driveway and Parkin
8000
sf
5.00
$40,000
6" thick, striping
11
Landsca e
1
Isum
10,000.00
$10,000
Subtotal
$260,600
Building
3
Concrete Slab
3600
sf
7.00
$25,200
3
Foundation Grade Beams
32
c
175.00
$5,600
4
S lit Face and smooth GM U Block
3451
sf
9.50
$32,785
6
6
Wood Composition Joists
Wood Deck & Subfloor
80o
1200
If
sf
3.00
2.00
$2,400
$2,400
6
Millwork
10
If
150.00
$1.500
7
Insulation
1283
sf
1.50
$1,925
8
Doors & Hardware
5
doors
1,250.00
$6,250
8
Storefront Windows and Doors
450
sf
80.00
$36,000
9
Ceilin Tile
1100
sf
3.50
$3,850
9
Paint CMU and s/r
3653
sf
2.00
$7,306
9
9
2 part Epox paint, floors
G Ceilin
2330
256
sf
sf
3.00
5.50
$6,990
$1,408
9
Rubber Base
840If
2.00
$1,680
9
Terrazzo
1200
sf
20.00
$24,000
10
Restroom Accessories
5
ea
200.00
$1,000
10
Card Access for Ent doors
6
ea
11200.00
$7,200
13
13
Metal gate , ladder
Bollards
1
10
Isum
each
18;000.00
400.00
$18,000
$4,000
13
Metal Buildin
1
Isum
48,000.00
$48,000
15
HVAC w/ Ductwork
5
ton
2;000.00
$10,000
15
15
16
Plumbing Fixtures
Plumbing Rough In Sup I & Drain
4" Conduits electric service
4
300
150
ea
If
If
1,250.00
65.00
80.00
$5.000
$19,500
$12,000
Plumbing to 60' Outside of Building
Conduit to existin transformer 150'
16
Oscillatin Wall Fans
3
ea
600.00
$1,800
16
16
16
Li ht Fixtures Exterior
Light Fixtures Interior
Main Power Distribution
6
25
1
ea
ea
Isum
450.00
300.00
7,000.00
$2,700
$7,500
$7,000
Sodium and flourescents
16
Receptacles
20
ea
250.00
$5,000
16
Switches
10
ea
300.00
$3,000
16
Water Heater
1
ea
1,200.00
$1,200
Subtotal
$312,193
Grand Total :
$572,793
Cf.»i'r1►]
CONTRACT AGREEMENT
STATE OF TEXAS
§ COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 7 day of February A.D., 24 by
and between City of Denton of the County of Denton and State of Texas, acting
through Howard Martin thereunto duly authorized so to do,
hereinafter termed "OWNER," and
Grand Prairie, TX 75050
of the City of Grand Prairie, County of Dallas 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:
File 3465-Design-Build Construction of Household Hazardous Waste Building Processing Center
in the amount of $572,793 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 and the Performance and Payment Bonds,
attached hereto, and in accordance with all the General Conditions of the Agreement, the Special
Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as
referenced herein and on file in the office of the Purchasing Agent, and in 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:
City staff and Jamail Construction Comnan
r,
I7 all ol�-which are referenced herein and made a part hereof and collectively evidence and constitute
cthe entire contract.
L;j c
� m
M:— W a:: CA -I
W,h
cE. •c,
:_�
J
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 covenants and agrees to and does hereby indemnify, hold harmless and defend, at
its own expense, Owner, its officers, servants and employees, from and against any and all claims or
suits for property loss or damage and/or personal injury, including death, to any and all persons, of
whatsoever kind or character, whether real or asserted, arising out of the Work and services to be
performed hereunder by ,Contractor, its officers, agents, employees, subcontractors, licensees or
invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers,
servants, employees, of the Owner. Contractor likewise covenants and agrees to, and does hereby,
indemnify and hold harmless Owner during the performance of any of the terms and conditions of
this Contract, whether arising out of in whole or in part, any and all alleged acts -or omissions of
officers, servants, or employees of Owner. The provisions of this paragraph are solely for the
benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise,
to any other person or entity.
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 th
year and day first above written.
A TT77 C T-
City of Denton
OWNER
BY: kjI/�IC,c
(SEAL)
A
��AL A
O CTOR
t 2�3 ��a,�►� 1.,,u�
l4ou5-roo _T� -M(3:s p
....N T-- K
CITY A
CA-3
MAILING ADDRESS
PHONE NUMBER
2! - 8- q - 19gY-
FAX NUMBER
BY: / F.
�TITLE
2Ec-oe��t !r�4
PRINTED NAME
(SEAL)
PERFORMANCE BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That Jamail Construction Company✓
Whose address is 2009 108a' St. Ste 905 Grand Prairie, TX 75050 hereinafter called Principal,
and , a corporation organized and existing under the
laws of the State of 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 Five Hundred Seventy Two Thousand Seven Hundred Ninety Three and 0/100 DOLLARS
572 793 plus ten percent of the stated penal sum as an additional sum of money representing
additional court expenses, attorneys' fees, and liquidated damages arising out of or connected with
the below identified Contract, 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 2006-051, with the City of Denton,
the Owner, dated the 7 day of February A.D. 2006, a copy of which is hereto
attached and made a part hereof, for File 3465 Design -Build Construction of Household Hazardous
Waste Building Processing Center.
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.
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 herein as the
Resident Agent in Denton County to whom any requisite notices may be delivered and on whom
service of process may be had in matters arising out of such 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 copies, each one of which
shall be deemed an original, this the day of
ATTEST:
BY:
SECRETARY
ATTEST:
BY:
BY:
PRESIDENT
SURETY
BY:
ATTORNEY -IN -FACT
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
processis:
NAME:
STREET ADDRESS:
(NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a
person's name.)
PAYMENT BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That Jamail Construction Company
whose address is 2009 108`h St. Ste 905 Grand Prairie, TX 75050 , hereinafter called Principal,
and , a corporation organized and existing under the
laws of the State of 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 Five Hundred Seventy Two Thousand
Seven Hundred Ninety Three and 0/100 DOLLARS ($572,793) 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 2006-051, with the City of Denton,
the Owner, dated the 7 day of February A.D. 2006 , a copy of which is hereto attached and
made a part hereof, for File 3465 Design -Build Construction Of Household Hazardous Waste
Building Processing Center.
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.
PB-3
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government
Code, as amended, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Denton County to whom any requisite notices may be delivered and on whom
service of process may be had in matters arising out of such surety, 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 _ copies, each one of which
shall be deemed an original, this the day of
ATTEST: PRINCIPAL,
SECRETARY
ATTEST:
M
BY:
PRESIDENT
SURETY
BY:
ATTORNEY -IN -FACT
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
process is:
�1►/-\r�ii�l
STREET ADDRESS:
(NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation,
give a person's name.)
BMW
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 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 read:
"SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR
MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE
BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS
BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10
DAYS ADVANCE WRITTEN NOTICE IS REQUIRED ".
• Should any of the required insurance be provided under a claims -made form, Contractor
shall maintain such coverage continuously throughout the term of this contract and,
without lapse, for a period of three years beyond the contract expiration, such that
occurrences arising during the contract term which give rise to 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.
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:
[X] A. General Liability Insurance:
General Liability insurance with combined single limits of not less than $ 500,000 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 explosion, collapse or underground (XCLI) exposures.
• Broad form contractual liability (preferably by endorsement) covering this
contract, personal injury liability and broad form property damage liability.
[X] Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability insurance with Combined Single
Limits (CSL) of not less than $300,000 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.
[X] 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 11.0.110 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
anoccurrence 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.
[ ] 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.
[ ] ' 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.
[ ] 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.
[ ] Commercial Crime
Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside
the premises, burglary of the premises, and employee fidelity. The employee fidelity
portion of this coverage should be written on a "blanket" basis to cover all employees,
including new hires. This type insurance should be required if the contractor has access to
City funds. Limits of not less than each occurrence are required.
[ ] 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.
ATTACHMENT 1
[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.
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.
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
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
(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.
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 provision; is a breach of contract
by the contractor which entitles the governmental entity t, 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.
Exhibit A
CITY OF DENTON HOME CHEMICAL COLLECTION and PROCESSING CENTER
ROUGH ORDER OF MAGNITUDE
CSI I Item I Qntvj Unitl Price I Total Notes
Road, Parking, Site Work
1
Civil, Surveyand site plans
1
Isum
49,000.00
$49,000
1
Testin ermittin
1
Isum
4,200.00
$4,200
2
General Conditions
12
wk
3,000.00
$36,000
2
Sitework
5000
sf
1.00
$5,000
3
Asphalt and striping
11640
sf
10.00
$116,400
1'thick, High strength
3
Concrete Drivewayand Parkin
8000
sf
5.00
$40,000
6" thick, striping
11
Landscape
1
Isum
10,000.00
$10,000
Subtotal
$260,600
Building
3
Concrete Slab 1
3600
sf
7.00
$25,200
31
Foundation Grade Beams 1
32
cy
175.00
$5,600
4
S lit Face and smooth CMU Block
3451
sf
9.50
$32,785
6
Wood Composition Joists
800
If
3.00
$2,400
6
Wood Deck & Subfloor
1200
sf
2.00
$2,400
6
Millwork 1
10
if
150.001
$1,500
7
Insulation
1283
sf
1.50
$1,925
8 1
Doors & Hardware
51doors
1,250.00
$6,250
8
Storefront Windows and Doors
450
sf
80.00
$36,000
9 1
Ceiling Tile I
1100
sf
3.50
$3,850
9 1
Paint CMU and s/r
3653
sf
2.00
$7,306
9 12
part Epoxy aint, floors I
2330
sf
3.00
$6,990
9
G Ceilin1
256
sf
5.50
$1,408
9
1 Rubber Base
840
If
2.00
$1,680
9
Terrazzo
1200
sf
20.001
$24,000
10
Restroom Accessories
5
ea
200.00
$1,000
10
1 Card Access for Entry doors
6
ea
1,200.00
$7,200
13
Metal gate , ladder
1
Isum
18,000.00
$18,000
13
Bollards
10
each
400.00
$4,000
13
Metal Building
1
Isum
48,000.00
$48,000
15
HVAC w/ Ductwork
5
ton
2,000.00
$10,000
151PIumbing
Fixtures
4
ea
1,250.00
$5,000
151PIumbing
Rough In Supply& Drain
1 300
If
65.001
$19,500
Plumbing to 60' Outside of Building
16
4" Conduits electric service
150
If
80.00
$12,000
Conduit to existing transformer 150'
1610scillating
Wall Fans
3
ea
600.00
$1,800
161
Light Fixtures Exterior
6
ea
450.00
$2,700
16
Li ht Fixtures Interior
25
ea
300.00
$7,500
ISodium and flourescents
161
Main Power Distribution
1
Isum
7,000.00
$7,000
16
Rece tacles
20
ea
250.00
$5,000
16
Switches
10
ea
300.00
$3,000
16
Water Heater
1
lea
1,200.00
$1,200
Subtotal
$312,193
Grand Total :
$572,793
Attachment 2
n'-e•
1 L4'
Jamail Construction Site Plan
228 McCarty, Bldg. 01724. Houston, Te c 77029 Sca1c - V - 20'
I&I
^ Q
713.8421565..F.. 713.674.0914 www.lauailmmtrvctlun.mm Home Chemice I Collection and Processing Center
ti a
EYHIBIT I
y:
El
W.
0
z
d
O O O
Bond No.104646521
PERFORMANCE BOND
STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS: That Ismail Construction ✓ _ _ __
Whose address is 2009108a St. Ste 905 Grand Prairie. TX 75050 hereinafter called Principal,
and Travelers Ca alty�ndbure y�ompanW corporation organized and existing under the
laws of a o Connecticut , 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 Five deed ev Two Thous d Seven Hundred Ninety Three and 0/100 DOLLARS ✓
7 3 us ten percent of tha stated pens( sum as an additional sum of money ropresenting
additional court expenses, attorneys' fees and liquidated damages azising out of ar 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, adminishators, successors, and assigns, joimly and severally, &mly by these
presents This Bond shall antonmatically be increased by the amount of any Change Order at .
Supplemental Agreement which incteasas the Conhact price, but in no event shaII 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 2006-051, w�i.th the City of Denton,
the Owner, dated the 7 day of February AD 2006,`Ccopy of which is hereto
attached and made a part hereof, for File 3465 Desiffi-Build Construction of Household Hazardous
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 team thereof and any
extension thereof which may be granted by the Owns, with or without notice to the Surety, and
dining the life of any guaranty or wartanty 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
**THE OBLIGATIONS OF THIS BOND SHALL BE LIMITED TO CONSTRUCTION SERVICES.
ANY LIABILITY OR RESPONSIBILITyFOR OR ARISING OUT OF THE DESIGN SERVICES
IS SPECIFICALLY EXCLUDED.** PB -1
Bond No. 104646521
"THE OBLIGATIONS OF THIS BOND SHALL BE LIMITED TO CONSTRUCTION SERVICES.
ANY LIABILITY OR RESPONSIBILITY FOR OR ARISING OUT OF THE DESIGN SERVICES IS
SPECIFICALLY EXCLUDED."
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, of to the
Work to be performed thereunder, of to the Plans, Specifications, Drawings, etc, accompanying tbo
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 Govemmmt
Code, as amended, and any other applicable statutes of the State of T exas
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Denton County to whom any requisite notices may be delivered and on whom
service of process may be had in matters arising out of such suretyship, as provided by Artrcle'7
1 of the Insmance Code, Vemon's Annotated Civil Statutes of the State of Texas. i".,e �� fr
IN WIINFSS WHEREOF, this instrument is execrated in copies, each <
shall be deemed an original, this the 7th day of February • 2006 z
AITEST:
EN
SECRETARY
r r
Jamail Construction
XlqM: Witness:
���gTy
Travelers Casualty and Surety Company
of America
LupeTa yo
BY hl;on4ii �s
.rr✓
✓
ATTORNEY- -FA Sri{'
Kathleen M. Meeks hA
Kathleen
The Resident Agent of the Surety in
Denton County, Texas for deliveryof notice and set vrs of the
process is:
a a,
NAME: Travelers Casualty and Surety Company of America
STRBETADDRESS: 1301 E. Collins Boulevard, #340, Richardson, TX 75081
(NOIE: Date of Petfotmance Bond must be date of Contract If Resident Agent is not a corporation, give a
petson's name )
PB-2
OL
5
Bond No. 104646521
PAYMENT BOND
STAIE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS: That Damao Construction✓
whose address 's 2 9 m USN 5 Prair' O50 herafnaiter called Principal,
andTreruseas i, corporation organized and existing under the
laws of the State of nnecticut and fully authorized to transact business in the State of
Texas, ae Surety are held and firmly bound unto the City of Denton, a municipal corporation
organized and existing ardor the laws of the State of Texas, hereinafter called Owner, and unto all
persous, firms, and corporations who may famish matoriels far. ar perform labor upon the building
ar improvements hereinafter referred to, in the penal stun f ive red even Tw usand
Seven Hundred Ninety Three and 0/100 DOLLAR$72 793 ]awful 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 T'O PAX SAME is conditioned as follows: Whereas, the principal
entered into a certain Contract, identified by Ordinance Number 2006-051, with the City of Denton,
the Owner, dated the _Z_ day of February AD 2006✓a copy of which is bto attached and
made a part hereof, for File )465 Design -Build Construction Of Housahrrd Hazardous Waste
Building Processing Center.
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 b*g hereby expressly waived, then this obligation shall be void;
otherwise it shall remain in full farce and effect
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall
lie in Denton County, Texas
AND PROVIDED FURTIRM, that the said Surety, for value received, hereby stipulates and
agrees that no change, extension of time, alteration or addition to the terns 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 of addition to the terms of the Contract, or to the Work to
be performed thereunder, or to the Plans, Specifications, Drawings, etc.
PB-3
"THE OBLIGATIONS OF THIS BOND SHALL BE LIMITED TO CONSTRUCTION SERVICES.
ANY LIABILITY OR RESPONSIBILJTY FOR OR ARISING OUT OF THE DESIGN SERVICES IS
SPECIFICALLY EXCLUDED."
Bond No.104646521
"THE OBLIGATIONS OF THIS BOND SHALL BE LIMITED TO CONSTRUCTION SERVICES.
ANY LIABILITY OR RESPONSIBILITY FOR OR ARISING OUT OF THE DESIGN SERVICES IS
SPECIFICALLY EXCLUDED."
Ibis Bond is given pursuant to the provisions of Chapter 2253 of the Texas Goverumout
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.vibo:.
service of process may be bad in matters arising out of such suzety, as provided by Article 719 1 of
the Insurance Code, Vernon's Annotated Civil Statuks of the State of Texas • r
IN WITNESS WHEREOF, this instnmreat is executed in 2 copies, each ode° of Ulrich y
shall be deemed an original, this the 7th day. of bruary. 2006 ✓a _ a r
ATTEST:
BY:
SECRETARY
XIS Witness:
Lupe Tamayo
PRINCIPAL
'a °
v)
Jamail Construction
ri 9
BY:
PRESID
SURETY
Travelers Casualty and Surety
Company of America
B
TTORNEY IN FACE 4
Kathleen M. Meeks /h r :'
Iho Resident Agent of the Surety in Denton County, Texas for delivery of notice and
process is:
NAME: Travelers Casualty and Surety Company of America
SIREETADDRESS: 1301 E. Collins Boulevard, #340, Richardson, TX 75081
(NOTE. Date of Payment Bond must be date of Contact If Resident Agent is not a corporation,
give a persons name.)
PB-4
4'' Jp
5
Travelers'
IMPORTANT NOTICE,
TO OBTAIN INFORMATION OR MAKE. A COMPLAINT:
You may contact Travelers Casualty & Surety Company of America, Travelers Casualty
& Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company
and/or Farmington Casualty Company for information or to make a complaint at:
Travelers Bond
Attn: Claims
1500 Market Street
West Tower, Suite 2900
Philadelphia, PA 19102
(267) 675-3130
(267) 67 5 -3 102 Fax
You may contact the Texas Department of Insurance to obtain the information on
companies, coverages, rights or complaints at:
Texas Department of Insurance
P.O. Box 149104
Austin, TX 78714-9104
(800) 252-3439
ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and
does not become a part or a condition of the attached document and is given to comply
with Section 2253-021, Government Code, and Section 53.202 Pronerty Code effertivr
September 1, 2001.
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
Hartford, Connecticut 06183-9062
POWFR<ORATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT
KNOW ALL RSONS;BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, RAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, StateofConnecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these
presents make, constitute and appoint: William N- Burke, Michael J. Herrod, WeVy W. Stuckey, Lupe Tamayo, Margaret
Buboltz, Lisa A. Ward, Patti A. Ebarb, U. Theresa Gardner, Kathleen M. Mee and Nancy Thomas, of Houston, Texas, their
true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place
within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of
indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents
incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized
officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and
confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now
in full force and effect:
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Anomeys-in-Fact and
Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign
with the Company's time and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature
of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee
and revoke the power given him or her.
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in
writing and a copy thereof is filed in the office of the Secretary.
VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice
President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant
Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by
one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more
Company officers pursuant to a written delegation of authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by
authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY
COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY
COMPANY, which Resolution is now in full force and effect:
VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Atomeys-in-Fact for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof and any such power of attorney
or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached. -
(02-05) Unlimited
IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS
CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be
signed by their -Senior Vice President and then corporate seals to be hereto affixed this 16th day of January, 2006.
STATE OF CONNECTICUT
}SS. Hartford
COUNTY OF HARTFOKD
.q1N lNU SYNFry 'J! Os9 rGI.SU��fL
V .A\+� -r�br • !� !f S6.`'y"�E.C(F!'aJD
TRAVELERS CASUALTY AND SURETY CMMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
George W. Thompson
Senior Vice President
On this t6th day of January, 2006 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly
swom, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the
corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals
affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by
authority of his/her office under the Standing Resolutions thereof.
c tz�za�
My commission expires June 30, 2006 Notary Public
Marie C. Tetreault
CERTIFICATE
[, the undersigned, Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA,
TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of
the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority
remains. in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth
in the Certificate of Authority,. are now in force.
Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 7 th day of
February 120 06
W
M
Nicholas Seminara
Senior Vice President
tl :,ll
InA
ACaRDrEIRT
"'.a 'irJ"Fc3yy,
!z0 ,�f'AST�I1'i'T,NS
v 'rdu" ,..
; < ; C
DATE(MM DD�.YYYY
oz�zs�zoo6
PRODUCER
- ADO Risk SP,rvi Ces of Texas,Inc
.1330 Post Oak Blvd. -
Suite 900 -
Houston 1X :77056-3089 USA
Pxorvs 866 283-7124" FAX-866 430-1035
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY
AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE
COVERAGE AFFORDED BY THE POLICIES BELOW. " --
INSURERS AFFORDING COVERAGE
NAIC N'
INSURED - - -
..williams& Thomas, Inc. /
dba 7amaiI Construction ✓ -- - O 1 /
16875 Diana Lane - I`Jj
Houston TX 77058 USA 1
INSURER A: Texas Mutual Insurance Company
22945
INSURERB: Admiral. Insurance Company ..-' - -
24856--
INSURER c: American International Specialty Lines
26883.
INSURER D:
INSURER E:
MOVERS"
°.Sr2RRM3
A_. JY,
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY
PERTAIN, THE INSURANCE AFFORDED BY THE POLICES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF. SUCH POLICES.
AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
IN'SR
LTR
WS
TYPE OF INSURANCE
-
POLICY NUMBER
POLICY EFFECT
DATE(MMIDDIYl)
POLICY EXPIRATION
DAT'E(WIMDwnA
- LIMITS
BGENERAL
LIABILITY
COMMERCIALGENERALLNBB.ITY
CLAIMS MADE ® OCCUR
CA00000862501
General Liability
02/28/06.
02/28/07 -
EACH occU NcE
$1,000,000
X
DAMAGETORENTED
PREMISES (Ea occur )
$50,000
ooepersov
E X C 11 e
PERSONAL &ADV INJURY
$1,000,000
GENERAL AGGREGATE
$2,000,000
GENL AGGREGATE LIMA "I'L[ESPER:
❑ POLICY ® IECFAOT- ❑ LCC
PRODUCTB- COMP/OP AGO
$2,000,000
.
-
AUTOMOBILE
LIABILITY
ANY AUTO
ALA: OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS'
NON OWNED AUTOS
..
-
COMBJVED SINGLE LP1R-
(Ea eccmenq..
-
.
77
BODILY INJURY
' -
BODILY INJURY '
(Per occidevU
PROPERTY DAMAGE
(Per eccidcvU
GARAGELIABILITY
B ANY AUTO
-
AUTO ONLY - EA ACCIDENT
OTHERTHAN - EA ACC
AUTO ONLY
AGO
C
EXCESS/IIMBRELLALIABILITY
Elumbrella
OCCUR ❑ CLAIMS MADE
DEDUCTIBLE
RETENTION $10,000
BE9746206
Liability
02/25/06
EACH OCCURRENCESz.UUU'UUU
AGGREGATE
$2,000,000
Products/Comp ops
$2,000,000
A
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
ANYPROPRIETOR/PARTNER/EXECUTIVE
OMCER/ IBER EXCLUDED?
If ye% de=ib under SPECIAL PROVISIONS
b Iow
TSF
Workers compensation
X
WC STATU-
R Iv
OTH
E.L. EACH ACCIDENT
f1,000,000
BLDISEASE-EAEMPLOYEE
$1,000.000
EL DISEASE -POLICY LIMIT
$1,000,000
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
SEE ATTACHED:
City Of Denton
Attn: Tom Shaw
901-B Texas Street
Denton TX 76209 USA
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE_ !UmOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL
30 AYSWRITTENN"T TOTHECER CATEHOIDERNAMEDTOTHELEFT,
BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY RIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE ---
3AGORD•25'2001/08 *`. + a` ,+e- '$' '-+^ •=.+w*L`"x' a '='-'x.='=>�-MIN = 'ACORIYCORP.ORWTIONw7988
Attachment to ACORD Certificate for Williams & Thomas, Inc.
The terms, conditions and provisions noted below are hereby attached to the captioned certificate as additional description of the
coverage afforded by the insurer(s). This attachment does not contain all terms, conditions, coverages or exclusions contained in the
policy.
INSURED
Williams & Thomas, Inc.
dba Iamail Construction
16875 Diana Lane
Houston Tx 77058 USA
INSURER
INSURER
ADDITIONAL POLICIES If a policy below does not include limit information, refer to the corresponding policy on the ACORD
certificate form for policy limits.
niSR
LT,R
ADD'L
QJSpp
TYPE INSURANCE
POLICY NUMBER
POLICY DESCRn'1'ION
POLICY
EFFECTIVE
DATE
POLICY
EXPIRATION
DATIE
LNtITS
DESCREFrION OF OPERATIONSR ATIONSNEMCLES/EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
't o ding workers' compensation and Employers'
Liability as required by written contract but limited to the operations of the Insured under said
contract, and always subject to the policy terms, conditions and exclusions. ,/
waiver of subrogation is granted in favor of city of Denton with respects to the General Liability and
Workers Compensation Policies as required by written contract but limited to the operations of the
Insured under said contract, and always subject to the policy terms, conditions and exclusions. ✓
Certificate No : 570016856482
MRR-31-2006 08:21 RON RISK SERVICES
El
r,..,,..R+FI .'�,.•1:. lL 9l'jva%L"^:A�:PJ v7.''r .ur,r,�xcl; •. 1+',�� ;1',.;St% ,k �M;l`.:';7�?Y: •' 03/31
PNODVCEnTHIS
CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
AOn Risk Services Of TeXas,Int
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THI6 CERTIFICA I 'I
1330 Post Oak Blvd.
DOES NOT AMEND, EXTEND OR ALTER THE COVE RAGE AFFORDED BYTI
Suite 900
POLICIES BELOW,'�•II
Houston Tx 77056-3089 USA
�� +
COMPANIES AFFORDING COVERAGE
COMPANYFiremans Fund Ins CO
AINSURED
V
FRONE- 866 AX
283-7124 F- 866 430-1035
COMPANY
..
Williams & Thomas, Inc. F��1'
B
•,', I: ';
COMPANY
dba 7amail Construction✓ V
16875 \p'F
Diana Lane
Houston Tx 77058 USA ,y���@
Cj%•„
COMPANY
D�
^
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR TINE POLICY ➢E710D ` '!
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
LTR
'IYFE OF INSURANCE
POLICYNUMBER
POLICYEFFECTIVE
LILY EXPnLfTIO
COVERED PROPERTY
LIMITS
„I
DATE (I"MDNY)
DATE (,>wryUDDIYY)
PROPERTY
BUII.DMG
CAUSES OF LOSS
PERSONAL➢ROPERTY
BASIC
BUS 10861' INCOME
�i A
BROAD
EXTRA EXPENSE
-
i
SPECIAL
➢LANEET BUILDING
j'
1
EARTHOUAXE
81ANIJiT PEES PROP
FLOOD
DLANXIT HLOG A PP
n
11
1Q
iA
y
ln.
.N
A
INLAND MARNE
09/16/05
08/16/06
X
Any single LOC
Builders Risk
X
51,0
TNW OF POLICY
➢er Disaster
Builders Risk
Earthquake
X
CAUSES OPLOSE
$1,
X
Si,le
Flood Limit
HAMEDrBRus
OTHER
,y
cRWE
TYPE OF POLICY
((j
BORER @ MACHINERY
`
+
OTHER
,
JI
0
AL—
LOCATION OF PREMISES \ DESCRIPTION OF PROPERTY
r
i.
SPECIAL CONDITIONS I OTHER COVEMGES
_f
SEE ATTACHED
11 ,
_ -
lit
it
SHOULD ANYOPTHEABOVE D1iSCR®➢n POLICIes BE CANCELLED BEFORE TH8
! n
city of Denton EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
-
Attn: Tom Shaw 30 DAYS WRTITEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEE,
901-8 Texas
Street BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
Denton TX 76209 USA
I,.
OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESEN'GTTVES.
I{
AOTHO=VP REPRESENTATIVE
.ttu+I`', iZ•ir'>(:.", `}l,?;:4!;n:I''�i,1 fvY.v l'.wl Y';e\, ,�\•;;e,lip,4'1°T'i''�"�,^�Irr,..E,1.:mI)1,'�vl'�1�!R+'.�l1�hF�.,.,trvM. 'n°ti }�(1'�2A4T7' el
IIA
1
MAR-31-2006 08:22 AON RISK SERVICES P.05
Attachment to ACORD Certificate for wi 11 i ams & Thomas, inc.
The terms, conditions and provisions noted below ate hereby attached to the captioned certificate as additional description of the coverage
afforded by the insurer(s). This attachment does not contain all terms, conditions, coverages or exclusions contained in the policy.
INSURED
Williams 6 Thomas, Inc_
dba Samail construction
16875 Diana Lane
Houston TX 77058 USA
COMPANY
COMPANIES AFFORDING COVERAGF.
If a policy below does not include limit information, refer t0 the corresponding policy on the ACORD
ADDITIONAL POLICIES certificate form for policy limits.
CO
Ltr
Type of Insurance
Policy Number
Policy Eff.
Date
Policy
Fxpir.
Limits
LOCATION OF PRPMISZS%DESCRJVfion Or rRoPURTY
Stsc1 CONDITIONS I OTnR COVERAGES
City of Denton is named as an Additional Insured as required by written contract but limited to the
operations Of the Insured under said contract, and always subject to the policy terms, conditions
and exclusions.
waiver of Subrogation is granted in favor of City of Denton as required by written Contract but
limited to the operations Of the insured under said contract, and always subject to the policy
terms, conditions and exclusions.
Certificate Number : 570o17178217
ay;
i
TOTAL P.05
03/31/2006 14:10 2814B23704 - LIGHTHOUSE PAGE 01
iTAT[ fANM
CERTIFICATE OF INSURANCE VL
,n-6b16snrti 1^ s that STATE FARM FIRE AND CASUALTY COMPANY, Bloorr ington, Illinois
STATE FARM GENERAL INSURANCE COMPANY, Bloomington, Illinois
STATE FARM FIRE AND CASUALTY COMPANY, Scarl, emugh, Ontario
STATE FARM FLORIDA INSURANCE COMPANY, Winter Haven, Florida S
STATE FARM LLOYDS, Dallas, Texas
Insures the following policyholder for the coverages Indicated below
Name of policyholder JAMAIL CONSTRUCTION, INC
Address Of policyholder 16875 DIANA IN, HOUSTON, Tx 77058
Location of operations '—
Description of operationsThe policies listed below have been issued to the policyholder for the. policy pedo;s shown The Insurance described in
these policies is subject to all the terms exclusions, and condltiom of those policies The limits of liability shown may have
been reduced by any paid claims.
POLICY NUMBER
POLICY PERIOD
TYPE OF INSURANCE
LIMITS OF LIABILITY
Effoctive Date Exolratlon Data
(at beginning of policy period)
052 9936-C20 53
Comprehensive 03/20/)6 D3/20/(7
_ BODILY INJURYANE
ALL BLRET VEHS
This Insurance
Business Li lit ......:.. __________ ___
-..
PROPERTY DAMAGE
includes:
Products - completed Operations
Contractual Liability
Underground Hazard Coverage
Each Occurrence $ 1M
Personal Injury
Advedlsing Injury
General Aggregate $ 1M
Explosion Hazard Coverage
Collapse Hazard Coverage
Products - Completed $
Operations Aggregate
FLEET AUTO POLICY
EXCESS LIABILITY
POLICY PERIOD
Effective Date I
BODILY INJURY AND PROPERTY DAMAGE
Expiration :_ate
(Combined Single Limit)
Umbrella
Each Occurrence $
Other
A re ata
Pad 1 STATUTORY
Part 2 BODILY INJURY
Workers' Compensation
and Employers Liability
Each Accident $
Disease Each Employee $
--�—
Disease - Policy Limit $
`
—
POLICY NUMBER TYPE OF INSURANCE POLICY PERIOD
LIMITS OF LIABILITY
Effective Date.: ration D tp>
THE GER I WIVATE OF INSURANCE 19 NOT A CONTRACT
(at beginning of policy period)
OF INSURANCE AND PI EITHER
NEGATNE
AFFIRMATIVELY NOR
L.Y AMENDS, EXTENDS ORAL R%�HE Ct
City of Denton, D01 B Te Street. Dante 82tT�. jr
date, State Farm will m ritten notice t c�ifi
r
_
Signature otAuthot five
T'tle AOant
Gate
Agent's Code Stdmp
D, I�AU V1
3337
AFO Code
4OUSTR4 SPAU CENER
F114
RAGE APPROVED BY nNY POLICY DESCRIBED HEREIN.
Of the described policies are canceled. before Its expiration
er 30 days before canc=.Ilallon. t/
j
?
0
»
Oc
\.
RL%
!
*S
§
eE
\}
)§
)
§
E §-
o
i!
k
f§
LQR
0
'
0
F
-
zi
,
�§\LU
Qz
\
Ir
LU
;
k
51
(
(
) )
r
EL
}
B
\
k6
/\
\
\
\
f
'
-
;
>
;
|
#
#
} \\
\
& I�
{
E
!
!
!0
) \\
)
k
�
§
}
\\
§\
k
\)
\
�
'00: W
MATERIALS MANAGEMENT DIVISION
901B TEXAS STREET • DENTON, TEXAS 76201 • 940.349.7100 • DFW METRO 817.267.0042 • FAX 940.349.7302
April 11, 2006
Mr. Scott Creekmore
Jamail Construction Company
2009 108' Street, STE 905
Grand Prairie, TX 75050
Ref: File 3465 — Design Build Construction of Household Hazardous Waste Building.
Processing Center
Dear Scott:
Please accept this letter as your official notice to proceed on the above referenced project.
Enclosed is your fully executed contract and purchase order. Mr. David Dogger, Landfill
Manager will be your primary contact for the City of Denton.
As a reminder, please send copies of all architect and engineering documents including as
built drawings to the Purchasing Office for the project file. Invoicing must follow the
process included in the bid packet.
We greatly appreciate your interest in the City of Denton and look forward to another
successful project.
Sincerely,
Tom D. Shaw, C.P.M.
Purchasing Agent
Cc: David Dogger, Solid Waste
File 3465
Encl: Purchase Order
Contract
Dedicated to Quality Service"
www.cityofdenton.com