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