Loading...
HomeMy WebLinkAbout2004-071ORDINANCE NO. W "0 w AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR AN ANNUAL PRICE AGREEMENT FOR CHIP SEALING OF CITY STREETS; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING AN EFFECTIVE DATE (BID 3143-ANNUAL PRICE AGREEMENT FOR CHIP SEALING AWARDED TO JOE SULLIVAN, INC. IN THE ANNUAL ESTIMATED AMOUNT OF $310,000). 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 1. 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 3143 Jim Sullivan, Inc. AMOUNT $2.054/sq.yd. SECTION 2. 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 ofperformance and payment bonds, and insurance certificate after notification of the award of the bid. SECTION 3. 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 4. That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto. SECTION 5. That this ordinance shall become effective immediately upon its passage and approval. a PASSED AND APPROVED this the ,,) Zday of 2004. &64�� I�U4— EULINE BROCK, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY BY. *-. o,-"' APPROVED AS TO LEGAL FORM: HERBERT L. PROUTY, CITY ATTORNEY BY: 3-ORD-Bid 3143 CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 71 day of March A.D., 2004, by and between City of Dentin of the County of Denton and State of Texas, acting through Mike, Conduff, City Manager —thereunto duly authorized so to do, hereinafter termed "OWNER," and Ine Cnllivan, Inc of the City of Melicca , County of and State of 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: in the amount of $2. 054 per .Square Yard for an annual estimated amrnmt of .$310,000 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in CA-1 accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by: all of which are made a part hereof and collectively evidence and constitute the entire contract. Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA-2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. AST: APPROVED AS TO FORM: �U/U-F�A �s,-��.�c-c�,v �1,✓ CITY ATTO EY X41=1 0 68 (SEAL) �JDE S0LLiL) CONTRACTOR --'�6D. "�K 3 �. 8 0CL155A; —Fx ij4SS� MAILING ADDRESS /72- 5V-Z- 72 3� PHONE NUMBER 972- S/.Z- d,300 FAX NUM Fit BY: TITL JOE �. Su LL�UAti PRINTED NAME (SEAL) BOND #22717804 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Tne Rnllivan TncVo;�11 whose address is hereinafter called Principal, and Western Surety Cowan a corporation organized and existing under the laws of the State of Texas and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafte led Ow r, in the penal sum of Three Hundred Ten Thousand and 011 On nOLLA 31 n non 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 2004_071 , with the City of Denton, the Owner, dated the 23rd day of March A.D. 2004 , a copy of which is hereto attached and made a part hereof, for Rid 3143 Annual Price Agreement for (hip.Seali z 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 4 copies, each. one of which shall be deemed an original, this the 23RDclay of MARCH 2O04v'� ATTEST: BY: X � ✓ SECRETARY PRINCIPAL Joe Sulli Inc. BY: - P IDENT SURETY Western SuWjy Company BY: ATTORNEY -IN -FACT Davie Mac Costin The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: Ramey and King Insurance Associates, Inc. STREET ADDRESS: 510 N. I-35 East, Denton, TX 76205-5567 (NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) PB-2 Western Surety Comparrr Know All Man By These laws of the State of South Dal make, constitute and appoint POWER OF ATTORNEY - CERTIFIED COPY Bond No. 22717804 that WESTERN SURETYCOMPANY!@ corpmabon duly organized and existing under the !vim its ip_" tapom Sioux Falls, South Dakota Cabs "Company"). dose by those presents its true and lawful afrmroey(e}in fad, with full power axed authority hereby coaferad, to execute, acknowledge and deliver for and an its behalf se Surety, bonds for �® Principal: Joe Sullivan, Inc! Obligee; City of Denton Amount; $310, 000. 00W0%11' and to bind the Company lboreby we fully and tothe same extent an if such hands warn signed by the Executive Vim President, sealed with the corporate Pool of the Company and duly attested by its Secretary, bereby ratifying and roaftming all that the said auorney(a}in-fact may do within the above stated limitations. Said appointment is made under mid by authority of the fPSuwing bylaw of Western Surety Company which remains in full form and affect. "Seatim 7. AS bonds. polities, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Tmeamer, or any Vita President or by such Ober of Cara as the Board of Directors may authorise. The President, any Vim President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who @hall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, poScias, undertakings, Powers of Attorney or other. obligations ofthe corporsdma The signature of any ouch IS rand the corporate seal may be printed by fimimilo.• Aetutbority hereby conferred eball expire and terminate, without notice, unless used beflm midnight as : June 23 but until such time shall be irmwrable and in full foam and eA'mt .: .. In Witness Wkarsa Western Surety Compmy2Y�rr%eaused these Per �t be signed by i� ftutiva Vim President. Stephen T. Pate, a!UORlfpq�to aml to be affixed this day M *Sy�Errc. �O �a WESTER S RETY COM NY Up �NLQ Bull )z � aplrew T. Pave, Executive Vice President ST UT A sill e1 23rd March 2004 On this day of , in the year , before me, a notary public, personally appeared Stephen T. Pate, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the sforaeaid officer of WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary, act and deea�dof idid corp-oraatiow � D. KAELL j IsS %gOYxlt IBprANotary Public - South Dakota 3 My Commlaslmr Expkes November 30, 20M I the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota, do hereby cart* that the attached Powur of Attorney is in full Rene and effeet andis irrevocable, and f nthermom, that Section 7 of the bylaws of the Company as set forth in the Power ofAttoraey is now in force. 7tlarCn ny whereof, I hWAWpunto set my head and oral of Western Surety Company this 2 3 rd day of WESTER 8 RETY COM NY siphon T. Pate, Executive Vim President Poore Favo&s.7oor BOND #22717804 19161- 181►Y1�: STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Tne Snlfivanl0�' whose address is hereinafter called Principal, and Western Surety Company - a corporation organized and existing under the laws of the State of Texas and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to, in the penal sum of DOLLARS ($ 41 n nnn ) 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 9004-071 with the City of Denton, the Owner, dated the 21rd day of March A.D. 9004� a copy of which is hereto attached and made a part hereof, for Rid 4141 Annual Prim 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 suretyship„as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each onp.,of which shall be deemed an original, this the 23RD day of MARCH 2O04V.' ATTEST: BY: SECRETARY AT' M. PRINCIPAL Joe Sullivan, Inc. BY: PfWIDENT SURETY Western Suv610% ComDan BY: ATTORNEY -IN -FA T Davie Mac Costin The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: Ramey and King Insurance Associates. Inc. STREET ADDRESS. 510 N. I-35 East, Denton, TX 76205-5867 (NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) POWER OF ATTORNEY - CERTIFIED COPY Bond No. 22717804 Know All Men By These Promote, that WESTERN SURETY�.jC5OoMPANVK amparation duly organized and existing under the laws of the State of South Dahot5and,IF%' a �inoI o Sioux Falls, South Dakota (the •Company"), does by these Presume make, constitute and appoint *vie c ota in its true and lawful atta may(e)-in-fact, with WD power and aetbmify hereby aoalbrred, to execute, acknowledge and deliver for and on its behalf as Surety, bonds for PriocipaL. Joe Sullivan, Inc.v/ Obligee: City of Dentono Amount: $310, 000.00 iw and to bind the Company thereby as fury and to the more extent an if such bands ware signed by the Executive Vice President, sealed with the corporate seal of the Company andduly attested by its Secretary, hereby ratiWng and confirming all that the said attortay*in-fast any do within the above stated limitation. Said appointment is made under and by authority of the following bylaw of Western Surety Company which remains in full force and effect 'Section 7. All bonds, policies, undertakings. Poems of Attorney or &that obligations of the omporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Sametary, Treasurer, or any Vida President or by such other officers as the Beard of Direcfara may authmim. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have Author* to laze bonds, policies, or undertakinp in the name of the Company. The corporate seal is not summary fir the validity of any bands, policies undertakings, Powers of Attorney or otbar obhlptione of the cerporadan. The signature of sup such officer and the corporate zeal may be printed by faraimile' A tuthmity hereby confarnd shall expire sad torminats,without notice, unless used balls midnight of June 23 but until each time shall be irrevocable end fa. full face and offwL In Whtmm Whereat Western sty u mpagLv3brasdcaused these p�ur �ta be signed by d���utivu Visa Ptasidank Stephen T. be day of WESTER S RE.TyY-+COM NY / . ken T. Pate, Psacutive Vice president A ss On this 23rd dayof March in the year 2004 before me anopublic, personally Stephen T. Pate, wbe being to me duly sworn, acknowledged that he signed the above Power of Attorney as the sforma d uffiicca of WESTERN SURETY COMPANY and aeknowbulged said instrument to be the voluntary set end deadof id oorpmation. •»+�+.»»wEw�r».»r� D. KRELLtchs I D O fi081M ataxy Public -Swath Dakota My Commisalen Expires November 30, 2008 1 the undersigned officer of Western Surety Company, a stack corporation of the State of South Dakota, do hereby osrt* that the attached Power of Attorney in in full force and affect andin irrevocable, and furthermaae, that Section 7 of the bylaw* of the Company as set forth in the Power dAttorney is now in force. IRarahtany whereof, I hantTunto set my hand and seal of Western Surety Company this 2 3 rd dry of WESTER S JU RETY C :0) M^ NY T. S ephon T. Pete, Executive Vice President Faun F530e4.$001 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 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: [XI A. General Liability Insurance: General Liability insurance with combined single limits of not less than $1,nno loon 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. V I Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500 nnn 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 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 "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. [ ] 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. [ ] 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 [ ] 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. 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 entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. 04/30/2004 08:08 9725626300 JOE SULLIVAN INC ASDM. CERTIFICATE OF LIABILITY INSURANCE PAGE 02 DATE (MW DONYYY) PRODUCER (903)450-4001 FAX (903)4$0-4158 THIS CERTIFICATE IS ISSUED AS A MAT K It 5 Insurance Agency -Creel ONLY AND CONFERS NO RIGHTS UPON HOLDER, THIS CERTIFICATE DOES NOT P O Box 8397 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, Greenville, TX 75404-8397 Keleigh Green INSURERS AFFORDING COVERAGE NAIC N INSURED Joe Sull1Van, lnc- INSVRERA: Bituminous Casualty Corp P. 0. Box 369 /L INBUREFIR Ohio Casualty Insurance Co. Melissa, TX 75454 (Y\ 7� INSORERC Bituminous Insurance Companies SNBVRER O: NSURER E: COVFRAGFS THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTW ITHSTANDINO ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSVED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSft OD' 'rypE OF INSU NOE POLICYNVMBER P ICY EFFECTIVE POLICY EXPIRATIONATV LIMITS GBNfRAI LIABILITY CLP317968 Ol/01/Z004 Ol/Ol/2005 EgcH OccuRRENCE 3 11000,000 X A)MMERCIALGRNERALLIABILITY DAMAGE TO RENTED $ 100,000 CLAIMS MADE OXOCCUR MED EXP (Any on3 pBnon) $ 5,000 A PERSONAL S AOV INJURY 5 1,000,000 GENERAL AGGREGATE $ 2E000,000. GEN'L AGGREGATE LIMIT APPLIES PER'. PRODUCTS - COMPIOP AGG 3 2 , 000 , QQQ POLICY ECT lOC AVTOMOBILE LIABII�I.TY ANYAUTO CAP3179676 01/01/Z004 01/01/200 COMBINED SINGLE LIMIT PEA+l 3 1,000,000. X BODILY INJURY (Pe, penon) 3 A ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Pr wcidenI S HIRED AUTOS NON-OWNEO AUTOS PROPERTY DAMAGE (Per fvcoent) GARAGE LIABILITY AUTO ONLY. EA ACCiDENT 3 ANY AUTO OTHER MAN _ EA ACC AUTO ONLY AOG S S EXCES3IUMBRELLALIASILITY EX00553156013 01/01/2004 01/01/2005 RACH OCCURRENCE 2,000,000 OCCUR 0 CLAIMS MADE AGGREGATE 3 Z ,000.000 , B 5 3 DEDUCTIBLE RETENTION 3 WORKERS COMPENSATION AND WC311967Q Ol/01/2004 01/01/2005,X 'NG srgru. on+. C EMPLOYERS' LIABILITY ANY PROPRIETORJPARTNERlEXECUTIVE OFFICERIMEMBER EXCLUOE07 E.I. EACH ACCIDENT S 1, OOO,QOO E.L. DISEASE - EA EMPLOYE S 2,000,00 If yFB, Vnda SPECIAL PROVISIONS "low E.L. DISEASE -POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF PERATIONS I LOCATION31y€.IIrLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS he Ctt�v n ^�nEOn, its oftic,als, Agents, Enployeeg and lunteers are named �dir,anal Insured on 11 policies excluding the Worker's Compensation p9lic .The Insured's insurance is primary to any other surance available to the additional insured with respect to claims covered under the policy and this insurance applies seperatley to each insured against whgm claim is made or suit is brought,—ilie- — inclusion of more than one insured shall not operate to increase the insurer's limit of liability. CITY OF OENTON/ 901 B. Texas 5t. Denton, TX 76ZOI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BECANCELLED BEFORE THE €XPIRATIO TE THEREOF. THE ISSUING INSURER WILL NUI,I MAIL 30 GAYS WRITTEN NOTICE TO THE CERTIFICATE MOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. rHORIZEO REPRESENTATIVE n � chard Daiker-1/6REEN W MF ACORO 25(2001/08) FAX: (972)562-6300 BACORD CORPORATION 1998