HomeMy WebLinkAbout2002-133ORDINANCE NO. a 0a?-AJ
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING AN ANNUAL
PUBLIC WORKS CONTRACT FOR THE ACQUISITION OF STREET AND DRAINAGE
CONSTRUCTION PROJECTS AND MICRO SURFACING OF COLLECTOR OR ARTERIAL
STREETS; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND
PROVIDING AN EFFECTIVE DATE (BID 2823- ANNUAL CONTRACTS FOR ASPHALT AND
CONCRETE STREET CONSTRUCTION, ULTRA FLOW AND RCP PIPE, BOX CULVERTS
FOR STORM SEWERS AND MICRO SURFACING, AWARDED AS LISTED IN EXHIBIT A
OF THE ORDINANCE).
WHEREAS, the City has solicited, received and tabulated competitive bids for the purchase
of necessary materials, equipment, supplies or services in accordance with the procedures of STATE
law and City ordinances; and
WHEREAS, the City Manager or a designated employee has reviewed and recommended
that the herein described bids are the lowest responsible bids for the materials, equipment, supplies
or services as shown in the "Bid Proposals" submitted therefore; and
WHEREAS, the City Council has provided in the City Budget for the appropriation of funds
to be used for the purchase of the materials, equipment, supplies or services approved and accepted
herein; NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS:
SECTION 1. That the numbered items in the following numbered bids for materials,
equipment, supplies, or services, shown in the 'Bid Proposals" on file in the office of the City
Purchasing Agent, are hereby accepted and approved as being the lowest responsible bids for such
items:
BID ITEM
NUMBER NO
2823 Concrete Street Section
2823 Asphalt Street Section
2823 Micro Surfacing of Asphalt
Streets Section
VENDOR AMOUNT
Jagoe Public Co. Exhibit A
Jagoe Public Co. Exhibit A
Viking Construction, Inc. Exhibit A
SECTION 2. That by the acceptance and approval of the above numbered items of the
submitted bids, the City accepts the offer of the persons submitting the bids for such items and
agrees to purchase the materials, equipment, supplies or services in accordance with the terms,
specifications, standards, quantities and for the specified sums contained in the Bid Invitations, Bid
Proposals, and related documents.
SECTION 3. That should the City and persons submitting approved and accepted items and
of the submitted bids wish to enter into a formal written agreement as a result of the acceptance,
approval, and awarding of the bids, the City Manager or his designated representative is hereby
authorized to execute the written contract which shall be attached hereto; provided that the written
contract is in accordance with the terms, conditions, specifications, standards, quantities and
specified sums contained in the Bid Proposal and related documents herein approved and accepted.
SECTION 4. That by the acceptance and approval of the above numbered items of the
submitted bids, the City Council hereby authorizes the expenditure of funds therefor in the amount
and in accordance with the approved bids or pursuant to a written contract made pursuant thereto as
authorized herein.
SECTION 5. That this ordinance shall become effective immediately upon its passage and
approval.
PASSED AND APPROVED this /' &#day of , 2002.
EULINE BROCK, MAYOR
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
M.
APPROVED AS TO LEGAL FORM:
HERBERT L. PRQTY, CITY ATTORNEY
BY:
3-ORD-BID 2823 Ann Con ct f sphalt & Concrete Sections
EXHIBIT A
BID 2823 ANNUAL CONTRACT FOR ASPHALT & CONCRETE STREET SECTIONS
ITEM
DESCRIPTION
OTY
UNIT
VENDOR
JAGOE PUBLI C
Principal Place of Business
DENTON, TX
1
CONCRETE STREET SECTIONS
IA
24'STREET 6"THICK
2000
SY
$ 43.65
IS
24'STREET 6'THICK
4500
SY
$ 26.80
2A
31-STREET 6"THICK
2000
SY
$ 52.00
2B
31-STREET 6"THICK
4500
SY
$ 32.00
3A
34'STREET 6"THICK
2000
SY
$ 51.90
3B
34' STEET 6" THICK
4500
SY
$ 32.10
4A
4VSTREET 7"THICK
2000
SY
$ 55.00
Q
41'STREET 7"THICK
4500
SY
$ 34.00
5A
45' STREET 7" THICK
2000
SY
$ 55.00
513
45' STREET T' THICK
4500
SY
$ 34.00
6A
1124 LANE DIVIDED 25' BID S'THICK
2000
SY
$ 50.00
6B
1/24 LANE DIVIDED 25- BIB 8'THICK
4500
SY
$ 34.00
7
INTEGRAL CONCRETE CURB WITH FIBERS
1005
LF
$ 10.00
8
15"CONCRETE EDGE RESTAINT for ESTATE ROADS
1005
LF
$ 12.00
9
6" CONCRETE DRIVEWAY WITH FIBERS
505
SY
$ 36.00
10
4" CONCRETE SIDEWALK WITH FIBERS
505
SY
$ 33.00
11
10'DRAINAGE INLET-10' TRANSITION TO CURB
UPSTEAM AND 5' DOWNSTREAM, 0'-6' Depth
25
EA
$ 2,500.00
12
15' DRAINAGE INLET- 10' TRANSITION UPSTEAM
AND S' TRANSITION TO CURB DOWNSTREAM 0'-6'
Depth
12
EA
$ 3,800.00
13
20' DRAINAGE INLET-10' TRANSITION UPSTEAM
AND 5' TRANSITION TO CURB DOWNSTREAM, 0'-6-
Depth
12
EA
$ 4,500.00
14
5 X 5 JUNCTION BOXES
25
EA
$ 2,250.00
0'-6'FOR STORM SEWER
25
EA
$ 380.00
15
Adjust Manholes and Valves
50
EA
$ 450.00
16
Subgrade Stabilization-6"
3375
SY
$ 3.50
17
Subgrade Stabilization-12"
3375
SY
$ 4.00
18
Lime for Subgrade Stabilization —PH Series
510
TN
$ 88.00
EXHIBIT A
Rln 9R9R ANNIIAI CONTRACT FOR ASPHALT & CONCRETE STREET SECTIONS
ITEM DESCRIPTION CITY
UNIT
VENDOR
JAG OE PUBLIC
Principal Place of Business
DENTON, TX
19
Cement for Subgrade Stabilization—Atterberg Limits
512
TN
$ 90.00
20
Barricading for Project according to the 2000 MUTCD,
Projects up to $100,000
$ 1,500.00
21
Barricading for Project according to the 2000 MUTCD,
Project greater than $100,000 but less than $250,000
LS
$ 3,000.00
22
Two Year Maintenance Bond per Thousand Dollars of Street
Project Value
$low COML
$ 100.00
z JASPHALT
SECTIONS
IA
24-STREET 6" THICK-12" EDGE RESTRAINT BOTH
SIDES
2O00
SY
$ 20.00
1B
24-STREET 6" THICK-12" EDGE RESTRAINT BOTH
SIDES
4500
SY
$ 17.30
2A
31STREET-6" THICK
2000
SY
$ 13.50
2B
31' STREET-6" THICK
4500
SY
$ 11.35
2C
2"PG 76-22 BINDER FOR 31', STREET, 4" PG 64-22 BASE
450D
SY
$ 12.00
3A
34' STREET - 6" THICK
4500
SY
$ 13.50
3B
34' STREET - 6" THICK
2000
SY
$ 11.35
4A
41 - STREET- 8" THICK
3000
SY
$ 15.34
4B
41' STREET- 8" THICK
4500
SY
$ 14.88
5A
45' STREET - 8" THICK
2000
SY
$ 17.00
5B
45' STREET - 8" THICK
4500
SY
$ 14.85
5C
2"PG 76-22 BINDER FOR 45' STREET 6"THICK BASE PG
64-22
4500
SY
$ 15.50
6
'A 4 LANE DIVIDED 25' B/B, 10" THICK
2000
SY
$ 21.00
6B
'A 4 LANE DIVIDED 25' B/B, 10" THICK
4500
LF
$ 18.94
6C
2 PG 76-22 BINDER FOR 1/2 4 LANE DIVIDED 25' B/B
8" THICK BASE PG 64-22
4500
LF
$ 20.00
7
24'CONCRETE CURB WITH FIBERS
1005
LF
$ 9.75
8
15" CONCRETE EDGE RESTRAMT FOR ESTATE
ROADS WITH FIBERS
1005
LF
$ 9.30
9
6'CONCRETE DRIVEWAY WITH FIBERS
505
SY
$ 34.00
10
4' CONCRETE SIDEWALK WITH FIBERS
505
SY
$ 32.00
11
10' DRAINAGE INLET-10" TRANSITION TO CURB
UPSTREAM & 5" DOWNSTREAM, 0'-6' DEPTH
25
EA
$ 2,200.00
EXHIBIT A
BID 2823 ANNUAL CONTRACT FOR ASPHALT & CONCRETE STREET SECTIONS
ITEM
DESCRIPTION
CITY
UNIT
VENDOR
JAGOE PUBLIC
Principal Place of Business
DENTON, TX
12
15- DRAIN INLET-10" TRAN UPSTREAM & 5" TRAN TO
12
EA
$
DSTREAM 0'-6 DEPTH
3,300.00
13
20" DRAIN INLET-10'TRAN UPSTREAM & 5"TRAN TO
12
EA
$ 4,000.00
DSTREAM 0'-6' DEPTH
14
5' X 5" JUNCTION BOXES / 0'-6' FOR STORM SEWER
12
EA
$ 1.750.00
15
ADJUST MANHOLES & VALVES
50
EA
$ 400.00
16
SUBGRADE STABILIZATION-6"
3375
SY
$ 3.50
17
SUBGRADE STABILIZATION-12"
3375
SY
$ 4.00
18
LIME FOR SUBGRADE STABILIZATION - PH SERIES
510
TN
$ 85.00
19
CEMENT FOR SUBGRADE STABILIZATION-
512
TN
$ 90.00
ATTERBERG LIMITS
20A
BARRICADING FOR PROJECT ACCORDING TO THE
I
LS
$ 1,500.00
2000 MUTCD$100,000-city
20B
BARRICADING FOR PROJECT ACCORDING TO THE
I
2000 MUTCD$100,000-tdol
LS
$ 3,000.00
21A
BARRICADING FOR PROJECT ACCORDING TO THE
I
LS
$ 3,000.00
2000 MUTCD GREATER$ 100,000-City
21B
BARRICADING FOR PROJECT ACCORDING TO THE
I
LS
$ 6,000.00
2000 MUTCD GREATER$ 100,000-TXDOT
Two Year Maintenance Bond per Thousand Dollars of
22
Street Project Value
$1,000
$100.00
VIKING
CONSTRUCTION INC
6
MICRO -SURFACING
200000
SY
$2.50
MICRO -SURFACING LEVELUP-1/2" LAYER FOR
RUTTING, PUSHING, ETC.
400o
SY
$3.00
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 Viking Construction, Inc.
Georgetown, TX 78628
of the City of Georgetown , County of Williamson and State of Texas ,
hereinafter termed "CONTRACTOR."
WITNESSETH: That for and in consideration of the payments and agreements hereinafter
mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds
attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete
performance of the work specified below:
Bid 2823- Annual Contracts for Asphalt and Concrete Street Construction, Ultra Flow and RCP
Vie, Box Culverts for Storm Sewers and Micro Surfacing (Section 6-Micro-Surfacing)
in the amount of indefinite quantity with no guaranteed minimums not to exceed $1,000,000.00 at
any time aggregate and all extra work in connection therewith, under the terms as stated in the
General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all
materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other
accessories and services necessary to complete the work specified above, in accordance with the
conditions and prices stated in the Proposal and the Performance and Payment Bonds, attached
hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions,
the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein and
on file in the office of the Purchasing Agent, and in accordance with the plans, which includes all
maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and
the Specifications therefore, as prepared by:
City of Denton Staff
all of which are referenced herein and made a part hereof and collectively evidence and constitute
the entire contract.
CA-1
Independent Status
It is mutually understood and agreed by and between City and Contractor that Contractor is
an independent contractor and shall not be deemed to be or considered an employee of the City of
Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick
leave benefits, worker's compensation, or any other City employee benefit. City shall not have
supervision and control of Contractor or any employee of Contractor, and it is expressly understood
that Contractor shall perform the services hereunder according to the attached specifications at the
general direction of the City Manager of the City of Denton, Texas, or his designee under this
agreement.
Indemnification
Contractor covenants and agrees to and does hereby indemnify, hold harmless and defend, at
its own expense, Owner, its officers, servants and employees, from and against any and all claims or
suits for property loss or damage and/or personal injury, including death, to any and all persons, of
whatsoever kind or character, whether real or asserted, arising out of the Work and services to be
performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or
invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers,
servants, employees, of the Owner. Contractor likewise covenants and agrees to, and does hereby,
indemnify and hold harmless Owner during the performance of any of the terms and conditions of
this Contract, whether arising out of in whole or in part, any and all alleged acts or omissions of
officers, servants, or employees of Owner. The provisions of this paragraph are solely for the
benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise,
to any other person or entity.
Choice of Law and Venue
This agreement shall be governed by the law of the State of Texas and venue for its
construction and enforcement shall lie in the courts of Denton County, Texas.
The CONTRACTOR hereby agrees to commence work on or after the date established for
the start of work as set forth in written notice to commence work and complete all work within the
time stated in the Proposal, subject to such extensions of time as are provided by the General and
Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown
in the Proposal, which forms a part of this contract, such payments to be subject to the General and
Special Conditions of the Contract.
CA-2
IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the
year and day first above written.
ATTEST:
®LJ
APPROVED AS TO FORM:
i 0 ( d aj"
CITY ATTORNEY
City of Denton
OWNER
BY: -N'v
(SEAL)
11<tN GCdN3TRu�-��� �� C-
CONTRACTOR
25 'i-L S)44L% ` R4 ao
MAILING ADDRESS
PHONE NUMBER
*X NUMBER
BY: \V\ -------
TITLE PAS,\ N t
ARR`j, kA ��5 t,,\N N
CA-3
(SEAL)
PERFORMANCE BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That Viking Construction, Inc.
whose address is 2592 Shell Road Georgetown, TX 78628 hereinafter called Principal, and
Federal Insurance company , a corporation organized and existing under the laws of
the State of IN , 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
$1,000,000.00 of the stated penal sum as an additional sum of money representing additional court
expenses, attorneys' fees, and liquidated damages arising out of or connected with the below
identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for
the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs,
executors, administrators, successors, and assigns, jointly and severally, firmly by these presents.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 2002-133 with the City of Denton,
the Owner, dated the 14'b day of May A.D. 2002 a copy of which is hereto attached and made a
part hereof, for Bid 2823- Annual Contracts for Asphalt and Concrete Street Construction, Ultra
Flow and RCP Pine, Box Culverts for Storm Sewers and Micro Surfacing (Section 6) not to exceed
This bid is for an annual price agreement for concrete. No one job is expected to go above
$1,000,000. If it does, the successful vendor will be responsible for acquiring additional bonding if
aggregate jobs are in excess of $500,000.00. Upon receipt of notice of acceptance of this bid,
within thirty (30) days of the date of this proposal, the successful vendor agrees to execute the
formal contract within fifteen (15) days thereafter, and to deliver an INSURANCE certificate, a
SURETY BOND in the amount of $1,000,000 (One Million Dollars) for faithful performance of the
contract and a STATUTORY PAYMENT BOND for $1,000,000 (One Million Dollars).
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.
LD
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 9th day of August 2002 .
BY: ak scc�/y ecs
SECRETARY
ATTEST:
BY: '!
PRINCIPAL
V,%QC, Cc, ms-z ,U,aN "tN
rl—
BY: � Jr`J PRESIDENIF
SURETY
Federallnsnrance Company
BY
A ORNEY-IN-FACT
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
process is:
NAME: FRANK SIDDONS INSURANCE
P.O. BOX 16401/
AUSTIN, TEXAS 78716
STREET ADDRESS: 51L481-17)7
(NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a
person Is name.)
Chubb POWER Federal Insurance Company Attri Surety Department
KIOF Vigilant Insurance Company 15 Mountain View Road
Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059
Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York
corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Robert C. Siddons,
Steven B. Siddons, Robert C. Fricke, James F. Siddons, Samuel G. Siddons and Linda
Edwards of Austin, Texas ----------------------------------------------------------
each as their true and lawful Attomey-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and
on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory In the nature thereof (other than ball bonds) given
or executed In the course of business, and any instruments amending or ahering the same, and consents to the modification or afteratbn of any
Instrument referred to In said bonds or obligations.
In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each
executed and attested these presents and affixed their corporate seals on this 14 th day of December, 2001
Kenneth C. Wendel, Assistant Secretary Fra k E. Robertson, Vic President
STATE OF NEW JERSEY
County of Somerset
on this 14 tlmay of December, 2001 , before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel,
to me known to be Assktant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the
companies which executed the foregoing Porter of Attorney, and the said Kenneth C. Wendel being by me duly swam, did depose and say that he Is Assistant
Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,
that the seals aifoted to the foregoing Power of Attorney are such carpmate seals and were thereto affixed by authority of the By -Laws of said Companies; and that he
signed said Power of Attomey as Assistant Secretary of saki Companies by like authority; and that he is acquainted with Frank E. Robertson, and (mows him to be
Vice Preed mpanies; and that the signature of Frank E. Robertson, subscribed to said Paver of Attorney is in the genuine handwriting of Frank E.
Robe s subscribed by authority of said By -Laws and in depawnl's presence.
Notaria Q OTAR Y m Karen A. Price I��'^
a
NOary Public State of New Jersey
PUBLIC r 1 Q Q_,
��ppnnNo..yy2��23pp1gg647 rprrr//LLLL�}������},, ��/llt Notary Public
Extract from the By -Laws of FEDERAL INSU�RAuNCf:�CO Pirg ^CE.TT NISURANCE COMPANY, and PACIFIC INDEMNITY COMPANY:
'All powers of attorney for and on behalf of the Company may and shall be executed in the name and an behalf of the Company, either by the
Chairman or the President or a Vice President or an Assistant Vice President, Jointly with the Secretary or an Assistant Secretary, under their
respective designations. The signature of such officers may be engraved. printed or lithographed. The signature of each of the following
officers: Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the
Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or
Attomeyafn-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and
any such pourer of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and
any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with
respect to any bond or undertaking to which it is attached.'
I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY
COMPANY (the'Compantes') do hereby certify that
() the foregoing extract of the By -Laws of the Companies is true and correct,
1ithe Companies are duly licensed and authored to transact surety business in all 50 of the United States of America and the District of
Columba and are autlar¢ed by the U. S. Treasury Department further, Federal and Vigilant are licensed in Puerto Rico and the U. S. Vagtn
Islands, and Federal is ficersed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and
(III) the foregoing Power of Attorney Is true, correct and In full force and effect.
Given under my hand and seals of said Companies at Warren, NJ this 9th day of August 2002
plltMlfr SLIRAw
. �t.a�sVotaG J4`C0
>
—*— u��Y
bSttNS+ e't"EW YOa�e
Kenneth C. Wendel, Assistant Secretary
IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR
NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY
Telephone (908) 903-3485 Fax (908) 903-3656 e-mail: surety@chubb.com
15-n)40225 (Ed. 4-W CONSENT
PAYMENT BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That Viking Construction, Inc., whose
address is 2592 Shell Road Georgetown, TX 78628 hereinafter called Principal, and
Federal Insurance Company , a corporation organized and existing under
the laws of the State of IN 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 $1,000,000.00 in lawful money of
the United States, to be paid in Denton, County, Texas, for the payment of which sum well and
truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and
assigns, jointly and severally, firmly by these presents. This Bond shall automatically be increased
by the amount of any Change Order or Supplemental Agreement which increases the Contract price,
but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price
decrease the penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 2002-133 with the City of Denton,
the Owner, dated the 14th day of May A.D. 2002, a copy of which is hereto attached and made a
part hereof, for Bid 2823- Annual Contracts for Asphalt and Concrete Street Construction, Ultra
Flow and RCP Pipe, Box Culverts for Storm Sewers and Micro Surfacing (Section 6) not to exceed
This bid is for an annual price agreement for concrete. No one job is expected to go above
$1,000,000. If it does, the successful vendor must increase his bond to that amount. Upon receipt
of notice of acceptance of this bid, within thirty (30) days of the date of this proposal, the successful
vendor agrees to execute the formal contract within fifteen (15) days thereafter, and to deliver an
INSURANCE certificate, a SURETY BOND in the amount of $1,000,000 (One Million Dollars) for
faithful performance of the contract and a STATUTORY PAYMENT BOND for $1,000,000 (One
Million Dollars).
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.
mim
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 9th day of August 2002 .
ATTEST:
PRINCIPAL
BY:
C-
SECRETARY BY: '--�
PRESIDE14T
ATTEST:
SURETY
&'e ral Y s ►rance panyA7T,C
BY S
ORNEY-IN-FACT = -
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
process is:
NAME:
FRANK SIMONS INSURANCE
STREET ADDRESS: P.O. 13OX 164077
AUSTIN, TEXAS 78716
512-481-1733
(NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation,
give a person's name.)
Chubb
POWER
Federal Insurance Company
Aftn.: Surety Department
Sure
OF
Vigilant Insurance Company
15 Mountain View Road
ATTORNEY
Pacific Indemnity Company
Warren, NJ 07059
Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York
corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Robert C. Siddons,
Steven B. Siddons, Robert C. Fricke, James F. Siddons, Samuel G. Siddons and Linda
Edwards of Austin,
each as their true and lawful Attomey-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and
on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory In the nature thereof (other than ball bonds) given
or executed in the course of business, and any Instruments amending or altering the same, and consents to the modification or alteration of any
Instrument referred to in said bonds or obligations.
In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each
executed and attested these presents and effxed their corporate seals on this 14th day of December, 2001
Kenneth C. Wendel, Assistant Secretary Fra k E. Robertson, Vic/President
STATE OF NEW JERSEY l
ss.
Count' of Somerset J.
On this 14 thday of December, 2001 , before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel,
to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the
companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel being by me duly swum, did depose and say that he is Assistant
Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,
that the seals alfoad to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By -Laws of saki Companies; and that he
signed said Power of Attorney as Assistant secretary of cold Companies by like authority; and that he Is acquainted with Frank E. Robertson, and knows him to be
Vice Preald mpanies; and that the signature or Frank E. Robertson, subscribed to mid Power of Attorney is in the genuine handwriting of Frank E.
Robertso s subscribed by authority of said Bylaws and in deponents presence.
Notada OTAR y m Karen A. Price Ih�,
PUBLiO �
Notary Public State of New Jersey ► IJ�A 0 t Q Q_,
�iBjI I�N1o..j(2p23p1g6,L4w/7��.{/�,�[I Notary Public
Extract from the By -Laws of FEDERAL INSURAfdC�'CONIPANY, VIGIUiNSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY:
'All powers of attorney for and on behalf of the Comparry may and shall be executed in the name and on behalf of the Company, either by the
Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their
respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following
officers: Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the
Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or
Atomeys-in-Fad for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and
any such power of attorney or certificate baring such facsimile signature or facsimile seal shall be valid and binding upon the Company and
any such power so executed and certified by such facsimile signature and facsimile sal shall be valid and binding upon the Company with
raped to any bond or undertaking to which it Is attached.'
I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY
COMPANY (the'Compan[W) do hereby certify that
() the foregoing extract of the By -Laws of the Companies Is true and correct,
(it) the Companies are duly licensed and authortaed to transact surely business In all 50 of the United States of America and the District or
Columba and are aWhorbod by the U. S. Treasury Department further, Federal and Vigilant are ficersed in Puerto Rico and the U. S. Virgin
Ishrhds, and Federal is licensed In American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and
(it) the foregoing Power of Attorney Is true, correct and in full force and effect. .
Given under my hand and seats of said Companies at Warren, NJ this 9 th day of August 2002.
RA"'°e
O `�S
�'OIAlU' . fhsross+ �Ew iroat-
J-� /_ '/�sr�
- V�Kenneth C. Wends, Assistant Secretary
IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR
NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY
Telephone (908) 903-3485 Fax (908) 903-3656 e-mail: surety@chubb.com
15-15:6D (Ed. 4-W) CONSEW
IMPORTANT NOTICE
TO OBTAIN INFORMATION OR MAKE A COMPLAINT:
YOU MAY CONTACT THE TEXAS DEPARTMENT OF
INSURANCE TO OBTAIN INFORMATION ON COMPANIES,
COVERAGES RIGHTS OR COMPLAINTS AT:
1-800-252-3439
YOU MAY WRITE THE TEXAS DEPARTMENT OF INSURANCE:
P. O. BOX 149104
AUSTIN, TX 78714-9104
FAX# (512) 475-1771
You may also write to:
FEDERAL INSURANCE COMPANY
at:
Attn: Claims Department
15 Mountain View Road
Warren, NJ 07059
Fax No.: 908-903-3656 or 908-903-3485
ATTACH THIS NOTICE TO YOUR BOND. This notice is for information
only and does not become a part or a condition of the attached document and
is given to comply with Section 2253.048, Government Code, and Section
53.202, Property Code, effective September 1, 2001.
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below. It is highly recommended that bidders
confer with their respective insurance carriers or brokers to determine in advance of Bid submission the
availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent
low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from
award of the contract. Upon bid award, all insurance requirements shall become contractual obligations,
which the successful bidder shall have a duty to maintain throughout the course of this contract.
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall
provide and maintain until the contracted work has been completed and accepted by the City of
Denton, Owner, the minimum insurance coverage as indicated hereinafter.
As .soon as practicable after notification of bid award, Contractor shall file with the Purchasing
Department satisfactory certificates of insurance, containing the bid number and title of the project.
Contractor may, upon written request to the Purchasing Department, ask for clarification of any
insurance requirements at any time; however, Contractors are strongly advised to make such
requests prior to bid opening, since the insurance requirements may not be modified or waived after
bid opening unless a written exception has been submitted with the bid. Contractor shall not
commence any work or deliver any material until he or she receives notification that the contract
has been accepted, approved, and signed by the City of Denton.
All insurance policies proposed or obtained in satisfaction of these requirements shall comply with
the following general specifications, and shall be maintained in compliance with these general
specifications throughout the duration of the Contract, or longer, if so noted:
• Each policy shall be issued by a company authorized to do business in the State of Texas
with an A.M. Best Company rating of at least A.
• Any deductibles or self -insured retentions shall be declared in the bid proposal. If
requested by the City, the insurer shall reduce or eliminate such deductibles or
self -insured retentions with respect to the City, its officials, agents, employees and
volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
• Liability policies shall be endorsed to provide the following:
•• Name as additional insured the City of Denton, its Officials, Agents, Employees
and volunteers.
•• That such insurance is primary to any other insurance available to the additional
insured with respect to claims covered under the policy and that this insurance
applies separately to each insured against whom claim is made or suit is brought.
The inclusion of more than one insured shall not operate to increase the insurer's
limit of liability.
• All policies shall be endorsed to read:
"SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERIALLY
CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO
THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR
NONPAYMENT OF PREMIUM IN WHICH CASE IO 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 (XCU) 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 $500,000 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 i
[X] Worker's Compensation Coverage for Building or Construction Projects for
Governmental Entities
A. Definitions:
Certificate of coverage ("certificate ")-A copy of a certificate of insurance, a certificate of
authority to self -insure issued by the commission, or a coverage agreement (TWCC-81,
TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation
insurance coverage for the person's or entity's employees providing services on a
project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project
until the contractor's/person's work on the project has been completed and accepted by
the governmental entity.
Persons providing services on the project ("subcontractor" in §406.096) - includes all
persons or entities performing all or part of the services the contractor has undertaken to
perform on the project, regardless of whether that person contracted directly with the
contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers,
owner -operators, employees of any such entity, or employees of any entity which
furnishes persons to provide services on the project. "Services" include, without
limitation, providing, hauling, or delivering equipment or materials, or providing labor,
transportation, or other service related to a project. "Services" does not include
activities unrelated to the project, such as food/beverage vendors, office supply
deliveries, and delivery of portable toilets.
B. The contractor shall provide coverage, based on proper reporting of classification codes
and payroll amounts and filing of any overage agreements, which meets the statutory
requirements of Texas Labor Code, Section 401.011(44) for all employees of the
Contractor providing services on the project, for the duration of the project.
C. The Contractor must provide a certificate of coverage to the governmental entity prior to
being awarded the contract.
D. If the coverage period shown on the contractor's current certificate of coverage ends
during the duration of the project, the contractor must, prior to the end of the coverage
period, file a new certificate of coverage with the governmental entity showing that
coverage has been extended.
E. The contractor shall obtain from each person providing services on a project, and
provide to the governmental entity:
(1) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for
all persons providing services on the project; and
(2) no later than seven days after receipt by the contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project.
F. The contractor shall retain all required certificates of coverage for the duration of the
project and for one year thereafter.
G. The contractor shall notify the governmental entity in writing by certified mail or
personal delivery, within 10 days after the contractor knew or should have known, of
any change that materially affects the provision of coverage of any person providing
services on the project.
H. The contractor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all persons
providing services on the project that they are required to be covered, and stating how a
person may verify coverage and report lack of coverage.
I. The contractor shall contractually require each person with whom it contracts to provide
services on a project, to:
(1) provide coverage, based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements, which meets the statutory
requirements of Texas Labor Code, Section 401.011(44) for all of its employees
providing services on the project, for the duration of the project;
(2) provide to the contractor, prior to that person beginning work on the project, a
certificate of coverage showing that coverage is being provided for all employees
of the person providing services on the project, for the duration of the project;
(3) provide the contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(4) obtain from each other person with whom it contracts, and provide to the
contractor:
(a) a certificate of coverage, prior to the other person beginning work on the
project; and
(b) a new certificate of coverage showing extension of coverage, prior to the end
of the coverage period, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and
for one year thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on the
project; and
(7) contractually require each person with whom it contracts, to perform as required
by paragraphs (1) - (7), with the certificates of coverage to be provided to the
person for whom they are providing services.
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.
Sri' 'alti T 4'8 .r'a't+{:;'
1 r fi f I $(�' f M f 3r P 1 •CERTIFICATE NUMBER
":-id,,'-5.,�x7�..-u.^.�L;-di. `M".`w:._i Ff-f;,'<,..J...ihd�'"-�e*z� Ez `%i;». ..��ie3,� :�,�V'�ri 9,�1`e .•. �. - � CHI-000843283-00
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
DONNA FENTRESS - FAX (877) 855-7274
NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE
MARSH INC.
POLICY. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE
500 W. MONROE STREET
AFFORDED BY THE POLICIES DESCRIBED HEREIN.
CHICAGO, IL 60661
COMPANIES AFFORDING COVERAGE
COMPANY
A ZURICH AMERICAN INSURANCE COMPANY
INSURED
COMPANY
VIKING CONSTRUCTION INC.
B
ATTN: RUSTY BOWMAN
COMPANY
2592 SHELL ROAD
GEORGETOWN, TX 78628-9255
C
COMPANY
D
�'uei� I�R'AGEB 'n .I / A ),s.n5gw5{' q 4 JRII'� R - iM i5phgjr,7Q J 11 g Y. .1
1.,.._3.Au?"s'§Kfi�J.5.�3�53@d.r.�a• aa��YrP oul._�Pi�&'�,�r��kdPaeti„nt1�1oYe8�tjei4w�_���z"c4.z
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD INDICATED.
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY
PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CONDITIONS AND EXCLUSIONS OF SUCH POLICIES. LIMITS SHOWN
MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE(MM/DD/YY)
POLICY EXPIRATION
DATE(MM/DDIYY)
-
LIMITS
A
GENERAL
LIABILITY
GLC 6821103-10
01/01/02
01/01/05
GENERAL AGGREGATE
$ 2,000,000
PRODUCTS - COMP/OP AGO
$ 2,000,000
X
"t�S'rl
COMMERCIAL GENERAL LIABILITY
XCLAIMS MADE OCCUR
PERSONAL& ADV INJURY
$ 2,000,000
EACH OCCURRENCE
$ 2,000,000
OWNER'S & CONTRACTOR'S PROT
FIRE DAMAGE (Any one fire
$ 100,000
MED EXP (Any one person)
$
A
AUTOMOBILE
LIABILITY
BAP 6821110-08
01/01/02
01/01/05
COMBINED SINGLE LIMIT
$ 1,000,000
A
X
ANY AUTO
MA 6821105-08
01/01/02
01/01/05
BODILY INJURY
(Per Person)
$
A
A
ALLOWNEDAUTOS
SCHEDULED AUTOS
TAP 6821106-08
BAP 8374305-04
01/01/02
01/01/02
01/01/05
01/01/05 -
BODILY INJURY
(Peraccident)
$
A
A
HIRED AUTOS
NON -OWNED AUTOS
BAP 8374302-04
MA 8374301-04
01/01/02
01/01/02
01/01/05
01/01/05
A
A
TAP 8374303-04
BAP 8374304-04
01/01/02
01/01/02
01/01/05
01/01/05
PROPERTY DAMAGE
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
ANY AUTO
OTHER THAN AUTO ONLY:
EACH ACCIDENT
$
AGGREGATE
$
EXCESS LIABILITY
EACH OCCURRENCE
$
AGGREGATE
$
UMBRELLA FORM
-
$
OTHER THAN UMBRELLA FORM
A
A
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
WC 6821108-07 (ADS)
WC 6821104-07(MA,WI)
01/01/02
01/01/02
01/01/05
01/01/05
X I TOWC S RY LIMITS ER
riPkl`a`Iar'r1 'S'
EL EACH ACCIDENT
$ 1,000,000
A
THE PROPRIETOR/ X INCL
PARTNERS/EXECUTIVE
OFFICERS ARE: EXCL
WC 6821159-07(CA)
01/01/02
01/01/05
EL DISEASE -POLICY LIMIT
$ 1.000,000
EL DISEASE -EACH EMPLOYEE
$ 1,000,000
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLESISPECIAL ITEMS (LIMITS MAY BE SUBJECT TO DEDUCTIBLES OR RETENTIONS) -
CITY OF DENTON, ITS OFFICIALS, AGENTS, EMPLOYEES AND VOLUNTEERS ARE INCLUDED AS ADDITONAL INSUREDS UNDER THE ABOVE
REFERENCED GENERAL LIABILITY POLICY, SUBJECT TO ITS TERMS TERMS & CONDITIONS, BUT ONLY FOR THIRD PARTY CLAIMS AGAINST AN
ADDITIONAL INSURED ARISING FROM THE SOLE NEGLIGENCE OF THE INSURED AND ONLY TO THE EXTENT REQUIRED BY WRITTEN
CONTRACT. THE INSURER AGREES TO WAIVE ITS RIGHT OF SUBROGATION AGAINST THE CERTIFICATE HOLDER TO THE EXTENT REQUIRED
jGTcti7(Pltl'ATE*R'O[."tl�t2r,-��vta'•�aL"s,,'r'e•,'s5=s"-..,
:.: nxa.a. w,„2,I x,.t.,,+•�ur,::5�., L �`.n� ".,-�HJ.4»�ha�.'.s�. FtA'!1�
SHOULD ANY OF THE POLICIES DESCRIBED HEREIN BE CANCELLED BEFORE THE EXPIRATION DATE THERE
THE INSURER AFFORDING COVERAGE WILL SN8iSiYdW- M MAIL I_ DAYS WRITTEN NOTICE TO THE
CITY OF DENTON
ATTN:MS. DENISE HARPOOL
CERTIFICATE HOLDER NAMED HEREIN,&YR M
901 B TEXAS STREET
RWX181N(BKXdN(HIR8MIW8RxRXIfP.G4klfi(xMR%d61N6X&&>a
DENTON, TX 76201
xxxxxxXXxXxxXXX�XXXXXXXXXXxxxxxxxXXzxXxxxxxXXxx mxxxxxxx
MARSH USA INC.
BY: KeHn M. Brogan [�1%",�,7
ra
'bWiffio.ev",1 Pit
DATE IMMIDDNYI
PRODUCER I COMPANIES AFFORDING COVERAGE
DONNA FENTRESS - FAX (877) 855-7274 COMPANY
MARSH INC.
500 W. MONROE STREET E
CHICAGO. IL 60661
COMPANY
F
INSURED
VIKING CONSTRUCTION INC.
ATTN: RUSTY BOWMAN
COMPANY
G
2592 SHELL ROAD
GEORGETOWN, TX 78628-9255
COMPANY
H
CONTINUED FROM DESCRIPTION SECTION:
UNDER WRITTEN CONTRACT WITH THE NAMED INSURED FOR WORKERS COMPENSATION COVERAGE ONLY.
ATTN:MS. DENISE HARPOOL
901 B TEXAS STREET
DENTON, TX 76201
INCLUDES COPYRIGHTED MATERIAL OF ACORD CORPORATION WITH ITS PERMISSION.
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 7agoe Public Co.
250
Denton, TX 76202
of the City of Denton , County of Denton
and State of Texas , hereinafter termed "CONTRACTOR."
WITNESSETH: That for and in consideration of the payments and agreements hereinafter
mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds
attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete
performance of the work specified below:
Bid 2823- Annual Contracts for Asphalt and Concrete Street Construction Ultra Flow and RCP
Pipe, Box Culverts for Storm Sewers and Micro Surfacing (Section 1 - Concrete Street Sections and
Section 2 - Asphalt Street Sections
in the amount of indefinite quantity with no guaranteed minimums not to exceed $1 000 000.00 at
any time aggregate and all extra work in connection therewith, under the terms as stated in the
General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all
materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other
accessories and services necessary to complete the work specified above, in accordance with the
conditions and prices stated in the Proposal and the Performance and Payment Bonds, attached
hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions,
the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein and
on file in the office of the Purchasing Agent, and in accordance with the plans, which includes all
maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and
the Specifications therefore, as prepared by:
CA-1
City of Denton Staff
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 covenants and agrees to and does hereby indemnify, hold harmless and defend, at
its own expense, Owner, its officers, servants and employees, from and against any and all claims or
suits for property loss or damage and/or personal injury, including death, to any and all persons, of
whatsoever kind or character, whether real or asserted, arising out of the Work and services to be
performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or
invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers,
servants, employees, of the Owner. Contractor likewise covenants and agrees to, and does hereby,
indemnify and hold harmless Owner during the performance of any of the terms and conditions of
this Contract, whether arising out of in whole or in part, any and all alleged acts or omissions of
officers, servants, or employees of Owner. The provisions of this paragraph are solely for the
benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise,
to any other person or entity.
Choice of Law and Venue
This agreement shall be governed by the law of the State of Texas and venue for its
construction and enforcement shall lie in the courts of Denton County, Texas.
The CONTRACTOR hereby agrees to commence work on or after the date established for
the start of work as set forth in written notice to commence work and complete all work within the
time stated in the Proposal, subject to such extensions of time as are provided by the General and
Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown
in the Proposal, which forms a part of this contract, such payments to be subject to the General and
Special Conditions of the Contract.
CA-2
IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the
year and day lust above written.
ATTEST:
z
ATTEST:
7�
APPROVE S TO
CITY A
City of Denton
OWNER
BY:
(SEAL)
IT,.(- %//�(0�ec,!,
CONTRAC OR
P.O. B Public Co.
Denton, Tx 76202
MAILING ADDRESS
%AKD 382— - z-ry/ a
PHONE NUMBER
3Y2 - 77 3 z
�FF%AX NUMBER p
BY: fib //T --
TLE
CA-3
gL� c.('ZEwK jjp-.
PRINTED NAME
(SEAL)
PERFORMANCE BOND BOND NO. ST3267
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That Jagoe Public Co. whose address is
P.0 Box 250, Denton, TX 76202 hereinafter called Principal, and ST. PAUL FIRE AND MARINE INSURANCE
a corporation organized and existing under the laws of the State of Minnesota , and fully ' COMPANY
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 $1,000,000.00 of the stated penal sum as an additional
sum of money representing additional court expenses, attorneys' fees, and liquidated damages
arising out of or connected with the below identified Contract, in lawful money of the United States,
to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we
hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and
severally, firmly by these presents.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 2002-133 with the City of Denton,
the Owner, dated the 14' day of May A.D. 2002 a copy of which is hereto attached and made a
part hereof, for Bid 2823- Annual Contracts for Asphalt and Concrete Street Construction,
Ultra Flow and RCP Pipe, Box Culverts for Storm Sewers and Micro Surfacing (Sections 1 & 2) not
to exceed $1,000,000.00 at any time aggregate.
This bid is for an annual price agreement for concrete. No one job is expected to go above
$1,000,000. If it does, the successful vendor will be responsible for acquiring additional bonding if
aggregate jobs are in excess of $500,000.00. Upon receipt of notice of acceptance of this bid, within
thirty (30) days of the date of this proposal, the successful vendor agrees to execute the formal
contract within fifteen (15) days thereafter, and to deliver an INSURANCE certificate, a SURETY
BOND in the amount of $1,000,000 (One Million Dollars) for faithful performance of the contract
and a STATUTORY PAYMENT BOND for $1,000,000 (One Million Dollars).
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 2 day of. August-1 2002
ATTEST:
PRINCIPAL
—7 JAGOE PUBLIC CO.
��Q
SECRETARYBY: /Yl b
V c E PIMSIDENT
04000.16
/ / Yn I' ?fit I V . I kl , ;. /'%
Ma
[.M1111:40
ST. PAUL FIRE AND MARINE INSURANCE COMPANY
Christine Davis BY:
ATTORNEY-IN-F CT
Rosemary Weaver
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
process is:
NAME: Willis of Texas, Inc.
STREET ADDRESS: 13355 Noel Road, Suite 400, Dallas, Texas, 75240
(NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a
person Is name.)
PAYMENT BOND BOND NO. ST3267
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That Viking Construction, Inc., whose
address is 2592 Shell Road Georgetown, TX 78628 hereinafter called Principal, and
ST. PAUL FIRE AND MARINE INSURANCE COMPANY a corporation organized and existing under
the laws of the State of Minnesota 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 $1,000,000.00 in lawful money of
the United States, to be paid in Denton, County, Texas, for the payment of which sum well and
truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and
assigns, jointly and severally, firmly by these presents. This Bond shall automatically be increased
by the amount of any Change Order or Supplemental Agreement which increases the Contract price,
but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price
decrease the penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 2002-133 with the City of Denton,
the Owner, dated the 14th day of May A.D. 2002, a copy of which is hereto attached and made a
part hereof, for Bid 2823- Annual Contracts for Asphalt and Concrete Street Construction, Ultra
Flow and RCP Pipe, Box Culverts for Storm Sewers and Micro Surfacing (Sections 1 & 2) not to
exceed $1,000,000.00 at any time aggregate.
This bid is for an annual price agreement for concrete. No one job is expected to go above
$1,000,000. If it does, the successful vendor must increase his bond to that amount. Upon receipt
of notice of acceptance of this bid,. within thirty (30) days of the date of this proposal, the successful
vendor agrees to execute the formal contract within fifteen (15) days thereafter, and to deliver an
INSURANCE certificate, a SURETY BOND in the amount of $1,000,000 (One Million Dollars) for
faithful performance of the contract and a STATUTORY PAYMENT BOND for $1,000,000 (One
Million Dollars).
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.
PB-3
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 2 day of August 2002
ATTEST:
6 //i«%SECRETARY
/
r40IMS
JAGOE PUBLIC CO.
BY: gd
vrrE PRESIDENT
SURETY
ST. PAUL FIRE AND MARINE INSURANCE COMPANY
BY: PD Mo
ATTORNEY -IN- ACT
Rosemary Weaver
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
process is:
NAME: Willis of Texas, Inc.
STREET ADDRESS: 13355 Noel Road, Suite 400, Dallas, Texas 75240
(NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation,
give a person's name.)
POWER OF ATTORNEY
7heStPaul
Power of Attorney No.
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
23335
United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Certificate No. 1311862
KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is it corporation duly organized under the laws of the State of New York, and that
St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under
the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and
that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance
Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collective!), called the "Companies"), and that the Companies do
hereby make, constitute and appoint
Jeff McIntosh, D. Gregory Stilts and Rosemary Weaver
of the City of Dallas , StaleXas , their true and lawful Attomey(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the
performance of contracts and executing or guaranteeing bands and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and sealed this 22nd day of
Seaboard Surety Company United States Fidelity and Guaranty Company
St. Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company
St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc.
St Paul Mercury Insurance Company
FI r'� 4tt�tY
S/ 7927 �' ranorArt �t him
+g 19� & IOHN F PHMNEY, Vicc President
,O.tgr WEAL /// ;i-i Z Oa ��E 1957
State of Maryland
City of Baltimore THOMAS E. HUIHREGTSE, Assistant Secretary
On this 22nd day of May , 2002 , before me, the undersigned officer, personally appeared John F. Phinney and
Thomas E. Huibregtse, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and
Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and
Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of
said Companies; and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the
corporations by themselves as duly authorized officers.
In Witness Whereof, I hereunto set my hand and official seal a pOrgRY
x(o My Commission expires' the 13th day of July, 2002. lb ueuo
REBECCA EASLEY-ONOKALA, Notary Puhlic
qE CRV
86203 Rev. 7-2000 Printed in U.S.A.
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company,
Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters. Inc. on September 2, 1998, which resolutions are now in full force and
effect, reading as follows:
RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating
to said business may be signed, executed, and acknowledged by persons or entities appointed as Attorey(s)-in-Fact pursuant to a Power of Attorney issued in
accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the
Company, either by the Chairman, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary,
under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and
the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey(s)-in-Fact for purposes
only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any
such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall he valid and binding upon the Company, and any such power .so
executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to
which it is validly attached; and
RESOLVED FURTHER, that Attorey(s)-in-Pact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of
Attorney issued them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other
writings obligatory in the nature thereof, and any such instrument executed by such Attomey(s)-in-Fact shall be as binding upon the Company as if signed by an
Executive Officer and sealed and attested to by the Secretary of the Company.
I, Thomas E. Huibregtse, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,
St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance
Underwriters, Inc. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full farce
and effect and has not been revoked. ^/
IN TESTIMONY WHEREOF, I hereunto set my hand this /9 day of _.
19, �9%g Is 1686
�g2[
fdr•.4.0 E .t....tJ�u7
.+a.
�61 AM:^- Neff Thomas E. Huibregtse, Assiar t Secretary
To verify the authenticity of this Power of Attorney, call 1-800-421.3880 and ask for the Power of Attorney clerk. Please refer to the Power of Attorney number,
the above -named individuals and Ore details of the bond to which the power is attached.
SlFhul Surety
IMPORTANT NOTICE:
To obtain information or make a complaint:
You may contact the Texas Department of Insurance to obtain information on companies,
coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance at:
P.O. Box 149104
Austin, TX 78714-9104
FAX# 1-512-475-1771
Your notice of claim against the attached bond may be given to the surety company that issued
the bond by sending it to the following address:
Mailing Address: St. Paul Surety Claim
P.O. Box 4689
Federal Way, WA 98063-4689
Physical Address: St. Paul Surety Claim
31919 First Avenue South
Suite 100
Federal Way, WA 98003
You may also contact the St. Paul Surety Claim office by telephone at:
Telephone Number: 1-253-945-1545
PREMIUM OR CLAIM DISPUTES:
If you have a dispute concerning a premium, you should contact the agent first. If you have a
dispute concerning a claim, you should contact the company first. If the dispute is not resolved,
you may contact the Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR BOND:
This notice is for information only and does not become a part or condition of the attached
document.
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below. It is highly recommended that bidders
confer with their respective insurance carriers or brokers to determine in advance of Bid submission the
availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent
low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from
award of the contract. Upon bid award, all insurance requirements shall become contractual obligations,
which the successful bidder shall have a duty to maintain throughout the course of this contract.
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall
provide and maintain until the contracted work has been completed and accepted by the City of
Denton, Owner, the minimum insurance coverage as indicated hereinafter.
As soon as practicable after notification of bid award, Contractor shall file with the Purchasing
Department satisfactory certificates of insurance, containing the bid number and title of the project.
Contractor may, upon written request to the Purchasing Department, ask for clarification of any
insurance requirements at any time; however, Contractors are strongly advised to make such
requests prior to bid opening, since the insurance requirements may not be modified or waived after
bid opening unless a written exception has been submitted with the bid. Contractor shall not
commence any work or deliver any material until he or she receives notification that the contract
has been accepted, approved, and signed by the City of Denton.
All insurance policies proposed or obtained in satisfaction of these requirements shall comply with
the following general specifications, and shall be maintained in compliance with these general
specifications throughout the duration of the Contract, or longer, if so noted:
• Each policy shall be issued by a company authorized to do business in the State of Texas
with an A.M. Best Company rating of at least A.
• Any deductibles or self -insured retentions shall be declared in the bid proposal. If
requested by the City, the insurer shall reduce or eliminate such deductibles or
self -insured retentions with respect to the City, its officials, agents, employees and
volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
• Liability policies shall be endorsed to provide the following:
•• Name as additional insured the City of Denton, its Officials, Agents, Employees
and volunteers.
•• That such insurance is primary to any other insurance available to the additional
insured with respect to claims covered under the policy and that this insurance
applies separately to each insured against whom claim is made or suit is brought.
The inclusion of more than one insured shall not operate to increase the insurer's
limit of liability.
• All policies shall be endorsed to read:
"SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERIALLY
CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO
THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR
NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTEN
NOTICE IS REQUIRED".
• Should any of the required insurance be provided under a claims -made form, Contractor
shall maintain such coverage continuously throughout the term of this contract and,
without lapse, for a period of three years beyond the contract expiration, such that
occurrences arising during the contract term which give rise to claims made after
expiration of the contract shall be covered.
• Should any of the required insurance be provided under a form of coverage that includes
a general annual aggregate limit providing for claims investigation or legal defense costs
to be included in the general annual aggregate limit, the Contractor shall either double
the occurrence limits or obtain Owners and Contractors Protective Liability Insurance.
• Should any required insurance lapse during the contract term, requests for payments
originating after such lapse shall not be processed until the City receives satisfactory
evidence of reinstated coverage as required by this contract, effective as of the lapse
date. If insurance is not reinstated, City may, at its sole option, terminate this agreement
effective on the date of the lapse.
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS:
All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply
with the following marked specifications, and shall be maintained in compliance with these
additional specifications throughout the duration of the Contract, or longer, if so noted:
[X) A. General Liability Insurance:
General Liability insurance with combined single limits of not less than $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.
0 Coverage C, medical payments, is not required.
If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and
ISO Form GL 0404) is used, it shall include at least:
• Bodily injury and Property Damage Liability for premises, operations, products
and completed operations, independent contractors and property damage
resulting from explosion, collapse or underground (XCU) exposures.
• Broad form contractual liability (preferably by endorsement) covering this
contract, personal injury liability and broad form property damage liability.
[X] Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability insurance with Combined Single
Limits (CSL) of not less than $500,000 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
[X] Worker's Compensation Coverage for Building or Construction Projects for
Governmental Entities
A. Definitions:
Certificate of coverage ("certificate ")-A copy of a certificate of insurance, a certificate of
authority to self -insure issued by the commission, or a coverage agreement (TWCC-81,
TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation
insurance coverage for the person's or entity's employees providing services on a
project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project
until the contractor's/person's work on the project has been completed and accepted by
the governmental entity.
Persons providing services on the project ("subcontractor" in §406.096) - includes all
persons or entities performing all or part of the services the contractor has undertaken to
perform on the project, regardless of whether that person contracted directly with the
contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers,
owner -operators, employees of any such entity, or employees of any entity which
furnishes persons to provide services on the project. "Services" include, without
limitation, providing, hauling, or delivering equipment or materials, or providing labor,
transportation, or other service related to a project. "Services" does not include
activities unrelated to the project, such as food/beverage vendors, office supply
deliveries, and delivery of portable toilets.
B. The contractor shall provide coverage, based on proper reporting of classification codes
and payroll amounts and filing of any overage agreements, which meets the statutory
requirements of Texas Labor Code, Section 401.011(44) for all employees of the
Contractor providing services on the project, for the duration of the project.
C. The Contractor must provide a certificate of coverage to the governmental entity prior to
being awarded the contract.
D. If the coverage period shown on the contractor's current certificate of coverage ends
during the duration of the project, the contractor must, prior to the end of the coverage
period, file a new certificate of coverage with the governmental entity showing that
coverage has been extended.
E. The contractor shall obtain from each person providing services on a project, and
provide to the governmental entity:
(1) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for
all persons providing services on the project; and
(2) no later than seven days after receipt by the contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project.
F. The contractor shall retain all required certificates of coverage for the duration of the
project and for one year thereafter.
G. The contractor shall notify the governmental entity in writing by certified mail or
personal delivery, within 10 days after the contractor knew or should have known, of
any change that materially affects the provision of coverage of any person providing
services on the project.
H. The contractor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all persons
providing services on the project that they are required to be covered, and stating how a
person may verify coverage and report lack of coverage.
I. The contractor shall contractually require each person with whom it contracts to provide
services on a project, to:
(1) provide coverage, based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements, which meets the statutory
requirements of Texas Labor Code, Section 401.011(44) for all of its employees
providing services on the project, for the duration of the project;
(2) provide to the contractor, prior to that person beginning work on the project, a
certificate of coverage showing that coverage is being provided for all employees
of the person providing services on the project, for the duration of the project;
(3) provide the contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(4) obtain from each other person with whom it contracts, and provide to the
contractor:
(a) a certificate of coverage, prior to the other person beginning work on the
project; and
(b) a new certificate of coverage showing extension of coverage, prior to the end
of the coverage period, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and
for one year thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on the
project; and
(7) contractually require each person with whom it contracts, to perform as required
by paragraphs (1) - (7), with the certificates of coverage to be provided to the
person for whom they are providing services.
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.
08/28/2002 15:23 FAX 940 382 9732 JAGOE PUBLIC CO
LTC: o/60/U6 "1'101t31 O:JU Yl7 TO: JAUU11 PUbLIU UU, C JM'L—LJ73'L
Page: 002-003
10002
ACORD. CERTIFICATE OF LIABILITY
13ATE(MNMCYy)
INSURANCE I
FROWcut (940) 382-9691 FAX (940) 243-1050
Ramey & King Insurance
830 South I-35E, Suite A
Denton, TX 76205-7829
THIS CERTIFICATE 13133UED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGMTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THIE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
INSURED 7agoe Public Company. Inc.
Bill Cheek
P 0 Box 250
Denton, TX 76202
NSTRERA Travelers Lloyds
"54MER0: Phoenix Insurance
IN3URFRC. Travelers Insurance Co_
NSURIIR Travelers Indemnity of Americ.
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
R
LTRi
TYPE OF INSURANCE
POLICY NUMBER
DATE MAW
PA
LIMITS
A
GFSIERALLABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIM-3 MADE O OCCUR
C04910227A
10/01/2001
10/01/2002
EACH OCCURRENCE
s 1 000 00C
FIRE DAMAGE Wwwa En)
3 100 0
MED EXP 1Arry. m...)
3 5, 00
PERSCUAL A ADY INJURY
i 1 01000
0
GENERAL AGGREGATE
3 2,000,0
GENt AGGREGATE LIMIT APPLIESPER:
POLICY M PEA El LOC
PRODUCTS -COMPIOP AGO
$ 2100010
B
AUTOMOOILC
X
Laaam
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUKS
MIRCDAUTOS
NON-0wNED AUTOS
P49102293
10/01/2001
10/01/2002
COMBINED SINGLELIMIT
IE9090idNdl
3
1,000,000
BODILY INJURY
IPAr PXran)
i
BODILY INJURY
(For cesOml)
i
PROPERTY DAMAGE
{PIA adaid")
i
GARAGE LIABILITY
ANY AUTO
P
RWO ONLY -EAACCIDENT
i
FAACC
OrHERTrIL"y
AUTO ar; Acc
f
i
C
EXCE33 LIABILITY
X OCCUR CLAIMS MACE
DEOUCTIRLE
RETENTION i
CUP49102291
10/01/2001
10/01/2002
EACH OccIJRRENcE
$ 5,000
AGGREGATE
i
i 5,000,0
$
i
D
WORItERE COMFENSATION AND
EMPLOYEW LIMILnY
LIB49ID2256
10/01/2001
10/01/2002
1 aR LIMPS I I ER
E.L, EACH ACCIDENT
s 1100010
E.L. DISEASE -EA EMPLOYEE
i 1,000 000
E.L. DISEASE- FOUCY LIMIT
i 1,000,000
OTHER
DESCRIPTION OF OPERATONSILCCATIONiIVUHICLEBIEXCLUSIONs ADDED BY ENaORsNi4T19PECUL PROVISIONS
City of Denton, its officials, agents, employees and volunteers are shown as additional Insured. Certificate holder is
shown as additional Insured,
Bid 2823 Annual Contract FO Asphalt & Concrete Sections -Ultra Flow Fst RCP Pipe, Box Culverts
for storm sewers 6¢ micro -surfacing
City of Denton
901B Texas St.
Denton, Tx 76201
Said policy slag not be canceled, renewed or matedally changed wllaout
30 days advance written noaee being given to the Owner, except when Ina
policy is being cancelled for nonpayment of premhm, in which case TO
days written notice is regldred.
James E
08/28/2002 15:25 FAX 940 982 9792 JAGOE PUBLIC CO
--- aaaw. a.w srt LV. YAVUG YVpLlI: UU. L- JVZ—`J�Y3Z
lM1!k'1 Ea'Uw
Z001
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement A statement on this certificate does not confer rights to the certificate
holder in lieu of such endoraement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the Issuing insurer(s), authorized representative or producer, and the cartificate holder, nor does it
affirmatively or negatively amend, extend or after the coverage afforded by the policies listed thereon.