Loading...
HomeMy WebLinkAbout2002-131ORDINANCE NO. a0Wa_191 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF THE LEATHERWOOD 21" SANITARY SEWER; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING AN EFFECTIVE DATE (BID 2820— LEATHERWOOD 21" SANITARY SEWER AWARDED TO PATCO UTILITIES, INC. IN AN AMOUNT NOT TO EXCEED $130,645.65). 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 AMOUNT 2820 Leatherwood 21" Sanitary Sewer $130,645.65 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 of performance 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. PASSED AND APPROVED this the /64 day of 2002 &&111� EULINE BROCK, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY M. APPROVED AS TO LEGAL FORM: HERBE7 W ORNEY BY: 3-ORD- BID 2820 Leatherwood 21" Sanitary Sewer ATTACHMENT BID # 2820 Date: 4/16/02 LEATHERWOOD SEWER LINE No. DESCRIPTION VENDOR VENDOR VENDOR VENDOR- VENDOR DIG ASSURED CALHAR M-CO CONST. BARSON UTILITIES RYCON Principle Place of Business: Dallas, TX Melissa, TX N.R Hills,TX Dallas, TX Fanners Branch . TX 1 TOTAL BASE BID $152,876.05 $163,368.70 $196,554.05 $256,199.60 $153,428.00 2 BID BOND YES YES YES YES YES No. DESCRIPTION VENDOR VENDOR VENDOR VENDOR i JOHN BURNS PATCO UTILITIES INC. DICKERSON BDF Principle Place of Business: Lewisville,TX Grand Prairie, TX Celina, TX Valley View, TX 1 TOTAL BASE BID $156,875.00 $130,645.65 $168,674.00 $136,916.00 2 BID BOND YES YES YES YES CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this 14" day of May A.D., 2002, by and between City of Denton of the County of Denton and State of Texas, acting through Michael A. Conduff thereunto duly authorized so to do, hereinafter termed "OWNER," and P-ATCO-Utilities, Inc. 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: in the amount of $130,645.65 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, CA-1 and the Specifications therefore, as prepared by: City of Denton Engineering Department all of which are referenced herein and made a part hereof and collectively evidence and constitute the entire contract. Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA-2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: APPROVED AS TO FORM: ITY ATTORNEY City of Denton BY: l( f lot, (SEAL) Patco Utilities. Inc. CONTRACTOR DouglasQpE. Patterson* President 1617 W. Pioneer Pkwy. Grand Prairie. TX 75051 MAILING ADDRESS 972/988-8604 PHONE NUMBER 972/641-8233 FAX NUMBER BY: President TITLE Douglas E. Patterson PRINTED NAME CA-3 (SEAL) I.eatherwood 21" Sanitary Sewer Bid 2820 CITY OF DENTON March 16, 2002 NAMEOF DATE: Ll ` 14 0 ^ D a MS. CHRISTY SKIRCHAK PURCHASING CITY OF DENTON 901-B TEXAS STREET DENTON, TX 76209 Dear Ms. Skirchak: The undersigned, in compliance with your advertisement for Bids for the Leatherwood 21" Sanitary Sewer, having examined the Drawings and Specifications, together with the related documents and all conditions surrounding the work, and having visited the sites of the proposed work, hereby, proposes to furnish all workin everydetatlin accordance a on r� ocum within the -time seTfortlrhereirrand at the prices stated below. These prices shall cover all expenses incurred in performing the work under the Contract Documents, of which the Proposal is a part. Attached herewith, please find (Cashier's Check) (Certified Check) (Bid Bond) in the amount of $ five percent (5%) of the bid. I (or we) acknowledge receipt of the following addenda: ADDENDA #l: (Initial) ADDENDA #2: (Initial) ADDENDA #3: (Initial) I 47 Leatherwood 21" Sanitary Sewer Bid 2820 CITY OF DENTON March 16, 2002 CONTRACT DOCUMENTS: Having examined the Proposal, General Instructions, Materials, Execution, Drawings, and Contract for (Bid # 2820) Leatherwood 21" Sanitary Sewer and having examined the premises and circumstances affecting the work, the undersigned offer: OFFER: 1. To furnish all labor, material, tools, equipment, transportation, bonds, all applicable taxes, incidentals, and other facilities, and to perform all work for the Leatherwood 21" Sanitary Sewer. Total Bid Amount InwordsOIJ9 WAAked 41'k-L 4nwiflazd �i1L�iuvc�2F� trw Y—$1-9lo,'r 91'uE da11A045 + 5i -o P've See AAtttached Breakdown of Bid EXAMINATION OF SITE: By signing the Proposal Form, contractor acknowledges he is an authorized representative and has examined the site and is aware of all field conditions, which may affect the work. TAXES: Tax shall not be included in your bid. Upon receipt of notice of'acceptance of this bid. within thir_yt _(30days of the date of this proposal, I (or we) agree to execute the formal contract within ten (10) days thereafter, and to deliver an Insurance Certificate, a SURETY BOND in the amount of ONE HUNDRED and TEN PERCENT (110%) of the contract price for the faithful performance of the contract, and a ONE HUNDRED PERCENT (100%) STATUTORY PAYMENT BOND. The undersigned agrees to complete all work shown on the drawings and in the specifications within the time limits set forth below subject to additional days that may be added due to inclement weather and/or other justified and reasonable extensions or time as may be approved by the Owner. Contractors that are awarded contracts shall be prepared to immediately sit down with the City of Denton Representatives and present a plan that will illustrate how progression of work is to take place. If a contractor is awarded the project, the project must be completed within the dates shown above or the contractor will be subject to liquidated damages as set forth in the North Texas Council of Governments General Provisions. A working day is defined as a calendar day, in which weather or other conditions not under the control of the company will permit the performance of the principal units of work underway for a continuous period of not less than seven (7) hours between 7:00 A.M. and 6:00 P.M. The undersigned agrees that the Owner may retain the sum per the North Texas Council of Governments General Provisions from the amount to be paid to the undersigned for each calendar day that the work contemplated remains incomplete beyond the time set forth, Sundays and holidays INCLUDED. This amount is agreed upon as the proper measure of liquidated damages, which the Owner will sustain per day, by failure of the undersigned to complete the work at the stipulated time, and is not to be construed in any sense as a penalty. Payment will be made to the contractor within thirty (30) days after receipt of proper invoice and written acceptance of project from the Owner's representative, all required material invoices, documentation, etc and all written warranties from both contractor and manufacturer. 91:1 Project Name Leatherwood Sanitary Sewer BID TABULATION SHEET Work Days 60 Bid No. 2820 P.O. No. Item Description Quantity I Unit I Unit Price Total 1.21 Contractors Warranties and Understandings I LS $ as / LS I $ ? 6 00 Unit Price In Words o 4- Nv 3.1 Pr aration of Right of Way I LS 4 $ Q / LS $ D o Unit Price In Words F u K bgtijW A) 6 CC— '( S 2.12 2111- F679 San Sewer Pipe; T-10'deep 1 165 LF $ A q 4 / LF $ q,51.175 Unit Price In Words 2.12 21% F679 San Sewer Pipe; 10'-15'deep 1 1466 1 LF $ Umt Price -In Words -- o 2.12 24" Ductile Iron San S. Pipe; 10'-15'deep 8 LF $ q 9$� / LF $ Unit Price In Words Z; ea �A) 1 t CE✓v 7.6-A 5' Dia. Concrete Manhole (6'dee) 5 1 EA $ % / EA $ Unit Price In Words ljv treEj kl 7.6-A Additional Depth( 5' Dia) ME 1 27 LF $ 50 / LF $ Unit Price In Words n SErJ A) �r r�J 018 1 R 7.7 Break into Existing Manhole 1 EA 00 $ / EA IS Qp' tt Unit Price In Words TW &I Coe-- A A P- SP -15 Break into Existing L.Sta.Wet Well 1 EA 0o $ D �/ EA ro Is p d Unit Price In Words �Fnkmtoikkd d D 12 SP - 37 Excavation Protection 1631 LF $ 0 / LF $ Unit Price In Words 3.12 Tem orary Erosion Control I LS O Is .S / LS s Q $ Unit Price In Words r �G dDlIdI le Project Signs 2 1 EA m / EA $ 6 Is I ZOD, Unit Price In Words --5 D M Project Name Leatherwood Sanitary Sewer BID TABULATIN SHEET Work Days 60 Bid No. 2820 P.O. No. Item Description I Quantity JUritl I Unit Price Total 8.1 Barricades, Waming Signs and Detours I I LS $ 4eO D / LS $ 16 0c9 Unit Price In Words h�PbSE—A.) ke-d d l 4Q 3.10.7 Hydromulch Seeding 2614 SY $ , / SY $ �j Unit Price In Words WS - 24 Post Construction Clean & TV Record 1631 Is j.a5 / LF %5 Unit Price In Words nnLF 2.1.3(4.5) Flexbase 1 50 1 D� SY $ — / SY Co $ p WS - 21 Cut & Plu existing 10" Sewer Line 2 EA $ / EA $ 17 nl/� n Unit Price In Words LITE,— f 1 U E D UR WS - 26 Abandon Existing Manhole S EA ap $ � / EA ®o $ 6D Unit Price In Words _ _ . LI,)E.& 2S SP - 5 Remove and Install Fence 1 1500 FT $ Unit Price In Words 20 SP - 10 Rock Excavation 1 100 ICY Is 2;� / CY $ 3600- UnitPriceInWords TOTAL PRICE IN WORDS LA fQJRRJ A `2IM +'nOtt t-A i R 4fle Leatherwood 2 1 " Sanitary Sewer Bid 2820 CITY OF DENTON March 16, 2002 1(or we) agree to promptly furnish a correct and current financial statement of condition with a list of owned equipment and an experience record of completed projects for examination by Owner and architect, if same is required. SEAL (If by Corporation) RESPECTFULLY SUBMITTED BY 10 (Name) 65� (Title) 1 Io 17QCui� (Address) 51 PERFORMANCE BOND Bond No. 184 49 34 STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That PATCO Utilities, Inc. whose address is 1617 W. Pioneer Parkway, C,rand Prairie TX 75051 hereinafter called Principal, and Insurance Company of the West a corporation organized and existing under the laws of the State of California 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 One Hundred and Thirty Thousand, Six Hundred and Forty Five Dollars and 651100 DOLLARS ($ 130 46h 5.65) plus ten percent of -the stated penal-sum--as-an-additional sum of -money repr-esentingadditional-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 2002-131 , with the City of Denton, the Owner, dated the 10 day of May A.D. 2002, a copy of which is hereto attached and made a part hereof, for Bid 2820- L.eatherwood Sanitary Sewer. 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 Uthay of "" , 20fl2- ATTEST: PRINCIPAL SECRETARY . fV&V. ( witness as to Surety: Patco Utilities, Inc. BY: N POoug as ET Patterson. President SURETY n insuranco t any of the hest BY: 0 Fin M. Myler, Ll BY: 100"NSALT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: Pauline L. Lesch STREET ADDRESS: 206 Elm St., f1050 Lewisville, TX 75057 (NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person Is name.) PB-2 PAYMENT BOND Bond No. 184 49 34 STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That PATCO Utilities, Inc., whose address is hereinafter called Principal, and Insurance Company of the 4ist a corporation organized and existing under the laws of the State of liferne 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 One Hundred and Thirty Thousand Six Hundred and Forty Five Dollars and 65/100 DOLLARS-($-L1Q-6i�)- 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 2002-131 , with the City of Denton, the Owner, dated the 14m day of —May A.D. 2002, a copy of which is hereto attached and made a part hereof, for Bid 2920 - I ea herwand Sanitary Sewer. 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 one of which shall be deemed an original, this the 14thday of May , 2002 . ATTEST: PRINCIPAL Patco Utilities. Inc. BY: SECRETARY BY: P � DENT Douglas E. Patterson SURETY Witness as to Surety: Insurance go4ny of the West BY: BY: / ATTOPNEY4141-FACT Sheryl A. Kiutts The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: Pauline L. Lesch STREET ADDRESS: 206 Elm St., #105, Lewisville, TX 75057 (NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) No. 0004738 ICW GROUP Power of Attorney Insurance Company of the West The Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, The Explorer Insurance Company, a Corporation duly organized under the laws of the State of Arizona, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint JOHN A. MILLER, SR, JOHN A. MILLER, H, SHERYL A. ELUTTS AND K R. HARVEY their true and lawful Attomey(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and amity bonds, undertakings, and other similar contracts of suretyship, and any related documents. IN WITNESS WHEREOF, the Companies have caused these presents to be executed by its duly authorized officers this 16th day of January, 2001. 060) � M6O.. /ryt�C/JAO.\Vt�'7�� � Bpt ■ �,4fa• 4�4V John H. Craig, Assistant Secretary State of California County of San Diego INSURANCE COMPANY OF THE WEST THE EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY John L. Hannum, Executive Vice President On January 16, 2001, before ma, Norma Porter, Notary Public, personally appeared John L. Hammm and John H. Craig, personally known to me to be the persons whose names are subscribed to the within instrument, and aclmowledged to me that they executed the same in then authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. Witness my hand and official seal. NORMA)PORTER COMMNOTARY - #1257540 MyaCom1E61ssion�Expi es . II (�irrn'� .,, M a H 19, 2004 B Norma Porter, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the pars in(s) named as Attomey(s)-in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the mat of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, The Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are full force. IN WITNESS WHEREOF, I have set in, hand this day of John H. Craig, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask fur the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing chime, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130-2045 or call (858) 350-2400. 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_contr_acted.wark.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 $1,000,000 shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. • Coverage B shall include personal injury. • Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least: • Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCiI) 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 $1,000,000 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for: • any auto, or • all owned, hired and non -owned autos. [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 1 [XI 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. Bid 2820 - Leatherwood Sanitary Sewer JUN-03-02 02:05 PM Texa. _Electric 9038933379 P_02 AC.4HD,. CERTIFICATE OF LIABILITY INSURANCE o' I" UCIN THIS CERTIFICATE IS ISSUED AS A NATTER OF RN Hc;ueary Henry Bowles Troy LLP O&T Am CONFEIts No AIOMTs UPON THE Ca 12700 Park Central Drive ALTER TIME THIS CERTIFICATE eE AFFORDEDSOY THE POUGI Suite 1700 AalloN, TX 75251 INSURERS AFFORDING COVERAGE 'N1ORE0 IINAUgFRA;liprlCh ATRerlCan Ins. CO• Taxes EIeC1T1C Uilllty Construction Inc NSUH6H 8:Xsmper Tnsurance 4013Hwy �M11417N P.O. Box 2211 RTbRkAC �� Sherman, TX 711091 :N1uREH a _. IN9 LHIR E: r: TGT Gl THE Pg1C"DF NWRANCE LISTED aRow HAVE BEEN ISSUED To THE INW10 NAMED ASOYE FORTME POLICY PERIJD NDrATED. NorwrHSTANDNO ANY RE UNN)OW.NT, TERM OR CONOTTION Ti ANY CONTrIAOT OR OTHER DOCUMENT WRH RESPEOT TO NYHRDI THIS CERTIFICATE MAY ME ISSUED OR MAY FERfM1. THE RSUMNCE ArFOROW BY THE POLICIES DESGIaEO HEREN IS SUBJECT TO ALL THE TERMS, E]D.LU90NS AM CONORION9 OF OUCH POUOES. AQQWAATE MIS SONN MAY HAVE BEEN RWUM BY PAD CLAMS. NTH iTPEOf NWNAM6f POUC7 MUMIP TItYEFFWINE LOY - TO LIMITS TKIM no A oIN1RALLAI.LR CON50540054 06/30/01 06/30/02 11,000FOOD WYVc 0A,Ntk•MAL0Mt'_FY . Includes _FACMOCOURAFNOF AIMEDAMAWAIY9191161 1100,000 C.AMINAOF�X OCCJRIContractual MEOFRPIAnra+.P«Pap :5,000 _ . I I-WOUNALAAWINJUHY 1 000 000 f2, 000, 000 IGENEHAL AGeM6GA'6 �.°\': A(Mi•e(iA'e.'M IAW.�65'LW:I PNOOi.0 1I covylopAGO12 OOO OOO — 06/30/01,06/30/02 COMN:YF. 6:N0(FIIMIT Il OOO OOO / r A_Au.TGMolucfuLn CON50540005 i X'A\YA(:'0 IENAmE•n� `•T SOOI&Y INJUP.Y L f0`IF iJ. FO Au" ON f I X,MhJN.:'VS I F(PwFm") YY IIROo XNON OINW)AUTOR IT INJURY 1'PP, ALOCmO f ' I AHOPtO TV OAMAOE f IP.(Wel"MII 'DAAADI LAI LTV IAUTO ONLY MACC1061II f . •ANY AM'O UTgbM 1HAN FA ACC .I AJTO ONLY. AGG I �D(CEEE LAWL TV LEAOMOCOU RAFNOF II w^ 9(1(I..M y i 01 A YN MA'lhI ;I �A(IRHFGATh I f . I �r RFIF\T'0% 6 WORRIAf 09mr MATRON Ano p �T TwO,R,�I:M:Tt R . FMPlO7ixS 4M L d F., 6AOH AOOIUhNI Is - S TEL;016%AIE EA ENPUiY6b �E.L.OIFAfE •FO(IOYIIMIT 1 C'OTRIRCL-equipment RST263250 06/30/02 06/30/02 sch. Lt $1303891,653 'Leased & Rented RST263250 06/30/O1 06/30/02 S167F000 Inst./Rig. Liab. RST263250 06/30/O1 06/30/02 $500,0001000,000 On CR RION OF OPMIAFON9fLOCAY ONElYENIGIAlq{CWI'ON$ ADDICT 17I110ONS IM INTl9FIOAL PROVIt:ON9 The City of Denton, its Officials, Agents, Employees s Volunteers are named additional insured with regard to the liability policies of the insured, but only with respect to and to the extent of the liabilities assumed by the insured under written contract. (See Attached Descriptione) 1NOULOANTOITM[Alell[000N IfOpI:CIQIEGANCFLLiDI[FORE THI EIF MnON CIIyofDenton, Tons DATETHINWF,THIISIVING'xWRERIN4LENOEAVORTOMAiL3O OA7SwRTr6N 901 BTexas SWeet NOOCETO THE CCMITIC►TE HOLOFRNAMEO TO THE LEFT, BUT FAILURE W 00107NAL1 Denton, TX IMP01E MOOILIOATION OR L+O:LITV OP ANTEING UPON TN IINSYNFNdrf AGENTS ON 1 of 3 #1434125 1 - / 1 01 ERC 0 JUN-03-02 02:06 PM Texus—Electric 9038933379 P.03 Fv 'sAa rAXdb2p 40hpyN. FAF a IFe'enY:.► IMPORTANT A the certificate holder is on ADDITIONAL INSURED, the pdity(les) must be endorsed. A ratement an this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). A SUBROGATION IS WANED, subject to the terms and conciltlonsofthe pellcy,certain policies may require an endorsement. A statement on this certificate aces not confer rights to Ate wrIftaw holder In lieu of such endorsement(s), DISCLAIMER The Certificate of Insurance on the reverse side of this form does not eonstllute a contract between the Issuing Insurer(s), authorized representative or producer, and the eertflcete holder, nor does it aMematNely or negatively amend, extend or after the coverage afforded bythe polideslisledthereon. AcaRgee•solarl2 of 3 #m34125 JUN-03-02 02:06 PM Texas —Electric 9038933379 P.04 A:i;Ai .Barr Q.V. a OW.fra 'MOY.i! IAfi DESCRIPTIONS (Cgitt166ed from 'Page 1) Coverage is primary. Said policies shall not be cancelled, nonrenswed or materially changed 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. Am$2&3to?pf 3 of 3 W34125