HomeMy WebLinkAbout2002-136ORDINANCE NO. c�ODo3_/3,G
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS
CONTRACT FOR THE CONSTRUCTION OF CROSS TIMBERS PARK; PROVIDING FOR
THE EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING AN EFFECTIVE DATE
(BID 2828- CROSS TIMBERS PARK AWARDED TO DEAN ELECTRIC, INC. DBA DEAN
CONSTRUCTION IN THE AMOUNT OF $558,000).
WHEREAS, the City has solicited, received and tabulated competitive bids for the
construction of public works or improvements in accordance with the procedures of STATE law and
City ordinances; and
WHEREAS, the City Manager or a designated employee has received and recommended that
the herein described bids are the lowest responsible bids for the construction of the public works or
improvements described in the bid invitation, bid proposals and plans and specifications therein;
NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS:
SECTION 1. That the following competitive bids for the construction of public works or
improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on
file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto,
are hereby accepted and approved as being the lowest responsible bids:
BID
NUMBER CONTRACTOR AMOUNT
2828 Dean Electric, Inc. $558,000
dba Dean Cosnstruction
SECTION 2. That the acceptance and approval of the above competitive bids shall not
constitute a contract between the City and the person submitting the bid for construction of such
public works or improvements herein accepted and approved, until such person shall comply with all
requirements specified in the Notice to Bidders including the timely execution of a written contract
and furnishing of performance and payment bonds, and insurance certificate after notification of the
award of the bid.
SECTION 3. That the City Manager is hereby authorized to execute all necessary written
contracts for the performance of the construction of the public works or improvements in accordance
with the bids accepted and approved herein, provided that such contracts are made in accordance
with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms,
conditions, plans and specifications, standards, quantities and specified sums contained therein.
SECTION 4. That upon acceptance and approval of the above competitive bids and the
execution of contracts for the public works and improvements as authorized herein, the City Council
hereby authorizes the expenditure of funds in the manner and in the amount as specified in such
approved bids and authorized contracts executed pursuant thereto.
SECTION 5. That this ordinance shall become effective immediately upon its passage and
approval.
PASSED AND APPROVED this the /01 day of ,2002
eAvz�?L
EULINE BROCK, MAYOR
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
APPROVED AS TO LEGAL FARM:
HERBERT L,PKDUTY, CIT)I ATTORNEY
IC
3-ORD- BID 2828
CONTRACT AGREEMENT
STATE OF TEXAS
COUNTY OF DENTON
THIS AGREEMENT, made and entered into this 10 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
of the City of Cedar Hill, County of Dallas and State of Texas, hereinafter termed
"CONTRACTOR."
WITNESSETH: That for and in consideration of the payments and agreements
hereinafter mentioned, to be made and performed by OWNER, and under the conditions
expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to
commence and complete performance of the work specified below:
in the amount of $558,000.00 and all extra work in connection therewith, under the
terms as stated in the General Conditions of the agreement; and at his (or their) own proper
cost and expense to furnish all materials, supplies, machinery, equipment, tools,
superintendence, labor, insurance, and other accessories and services necessary to complete the
work specified above, in accordance with the conditions and prices stated in the Proposal and
the Performance and Payment Bonds, attached hereto, and in accordance with all the General
Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for
Bids), and Instructions to Bidders, as referenced herein and on file in the office of the
Purchasing Agent, and in accordance with the plans, which includes all maps, plats, blueprints,
and other drawings and printed or written explanatory matter thereof,
CA - 1
n
and the Specifications therefore, as prepared by:
Dunkin Sims Stoffels, Inc.
all of which are referenced herein and made a part hereof and collectively evidence and
constitute the entire contract.
Independent Status
It is mutually understood and agreed by and between City and Contractor that
Contractor is an independent contractor and shall not be deemed to be or considered an
employee of the City of Denton, Texas, for the purposes of income tax, withholding, social
security taxes, vacation or sick leave benefits, worker's compensation, or any other City
employee benefit. City shall not have supervision and control of Contractor or any employee
of Contractor, and it is expressly understood that Contractor shall perform the services
hereunder according to the attached specifications at the general direction of the City Manager
of the City of Denton, Texas, or his designee under this agreement.
Indemnification
Contractor shall and does hereby agree to indemnify and hold harmless the City of
Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of
injury to property or third persons occasioned by any error, omission or negligent act of
Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally
liable, with regard to the performance of this Agreement, and Contractor will, at its cost and
expense, defend and protect the City of Denton against any and all such claims and demands.
Choice of Law and Venue
This agreement shall be governed by the law of the State of Texas and venue for its
construction and enforcement shall lie in the courts of Denton County, Texas.
The CONTRACTOR hereby agrees to commence work on or after the date established
for the start of work as set forth in written notice to commence work and complete all work
within the time stated in the Proposal, subject to such extensions of time as are provided by
the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the price or prices
shown in the Proposal, which forms a part of this contract, such payments to be subject to the
General and Special Conditions of the Contract.
CA-2
IN WITNESS WHEREOF, the parties of these presents have executed this agreement
in the year and day first above written.
ATTEST:
CIS �� /2A / /I -, 0
APPROVED AS TO FORM:
CITY ATTO EY
CA-3
City of Denton
(SEAL)
Dean Electric, Inc. dba Dean Construction
CONTRACTOR
PO Box 70
Argyle, Texas 76226
MAILING ADDRESS
940 241-2257
PHONE NUMBER
Marty W. Halpern
PRINTED NAME
(SEAL)
A'FZ.02,,:2002 07:27 940 349 7302 CITY OF DENTON PURCHASING
#0845 P.012/028
EXHIBIT 'C'
Addendum #2
Cross Timbers Park
Denton, Texas
SECTION 00300 - PROPOSAL (BID) FORM
MS, CHRISTY SKIRCHAK
PURCHASING
CITY OF DENTON
901=B-TEXAS-STREET
DENTON, TX 76209
Dear Ms. Skirchak:
The undersigned, in compliance with your advertisement for Bids for Cross Timbers Park, having
examined the Drawings and Specifications, together with the related documents and all conditions
surrounding the work, and having visited the sites of the proposed work, hereby, proposes to
fumish all work in every detail in accordance with the Contract Documents within the time set forth
herein and at the prices stated below. These prices shall cover all expenses incurred in performing
the work under the Contract Documents, of which the Proposal is a part.
Atta Ted a with, please find (Cashier's Check) (Certified Check) (Bid Bond) in the amount of
$ . five percent (5%) of the bid.
I (or we) acknowledge receipt of the following addenda:
ADDENDA #1: (Initial)
ADDENDA #2: (Initial)
ADDENDA
00300 -1
CONTRACT DOCUMENTS: Having examined the Proposal, General Instructions, Materials,
Execution, Drawings, and Contract for (Bid # 2822) Cross Timbers Park and having examined the
premises and circumstances affecting the work, the undersigned offer.
OFFER: 1. To furnish all labor, material, tools, equipment, transportation, bonds, all applicable
taxes, incidentals, and other facilities, and to perform all work for the Cross Timbers Park, Outdoor
Improvements:
Total Materials Incorporated into the Project*
Total Labor. Supervision and Materials Not
Incorporated into the Project*
*Sum of these two lines equal Total Base Bid for all Parks.
ALTERNATES:
$ Zo✓�62��=t
Alternate #1 - - Add — Construct all elements of the concrete hike and bike trail from Clear River
Lane to Seven Oaks Lane, reference sheets SG-01 and SLE(s
�� a- D
Total Aftem a #1
*Total Materials Incorporated into the Project
*Total Labor. Supervision and Materials Not Incorporated
into the Project
* Sum of these two lines must equal the Total Alternate #1 Cost
00300 - 2
APR.02.20.i 07:27 940 349 7302
CITY OF DENTON PURCHASING #0845 P.014/028
UNIT PRICES:
The undersigned agrees that the following unit prices will apply to adjust quantities of materials
Indicated on drawings. Prices are for materials fumished and installed. It is further agreed that the
quantities of work to be done at unit prices and material to be furnished may be increased or
diminished, as may be considered necessary in the opinion of the Owner's Representative, and
that all quantifies of work, whether Increased or decreased, are to be performed at the unit prices
set forth below except as provided for in the specifications. All unit prices are for addition or
deletion.
PAVING COMPONENTS (FURNISH & INSTALL):
6" reinforced concrete paving
6" standard curb & gutter
5" reinforced trail, 8' wide
5" reinforced concrete flatwork
0
Dollars per S.F.
Dollars per L.F.
2era 'es- Dollars per L.F.
i -;r�o Dollars per S.F.
12" ADS N-12 HDPE Swale crossing -triple �SG�2` 22 Dollars per each
Swale Crossing 1-30" & 2-18" ADS N-12 Pipe �G1�Dollars per each
Swale Crossing Double 24"
Swale Crossing — Single 12"
Swale Crossing — Double 12"
Curb Ramp
Multi -Purpose Court Slab
7—1 -mac" Dollars per each
. S Dollars per each
Dollars per each
fib d` Dollars each
Lump Sum
TURF COMPONENTS (FURNISH AND INSTALL):
Drill Seeded Bermuda grass
m C� `L Dollars per S.F.
Hydrocast Seeded Bermuda grass
_�—'3� Dollars per S.F.
Hydromulched Bermuda grass
06; Dollars per S.F.
EROSION CONTROL (FURNISH AND INSTALL):
Siltation Fabric Barrier— Perimeter
Siltation Fabric Barrier — Swale
Stabilized Construction Entrance/Exit
Staked Erosion Control Matting
Dollars per L.F.
Dollars per L.F.
/S Dollars each
Dollars per S.Y_
00300 - 3
APR.02.2j)2 07:27 940 349 7302 CITY OF DENTON PURCHASING #0845 P.015/028
Staked Common Bermuda Solid Sod _� �— Dollars per S.Y.
PLAYGROUND COMPONENTS (FURNISH AND INSTALL):
Playground border 3p Dollars per L.F.
Playground border integral w/walkway �J` Dollars per LF.
Sand Volleyball Court Border 3 a 27 Dollars per L.F.
Playground Access Ramp /<9d Dollars per L.F.
MISCELLANEOUS (FURNISH AND INSTALL)
Pier Casing — 30 Depth
/%_f7 O s
Dollars per each
24' Diameter Pier— Extension
Dollars per LF.
24",Dlameter Pier — Reduction
%U =�
Dollars per L.F.
REM, Inc. #RT Double Drinking Fountain w/$' x 12'
—
Concrete Pad
Dollars per each
1 '/a" Water Line
d
Dollars per L.F.
1" Water Line
Z
Dollars per L.F.
Import and Plans off -site Soil
2 Sri
Dollars per C.Y.
On -site Earthwork
9�'�-
Dollars per eeeW l"
Bench
Dollars per each
Picnic Table
2 ='
Dollars per each
EXAMINATION OF SITE: By signing the Proposal Form, contractor acknowledges he is an
authorized representative and has examined the she and is aware of all field conditions, which may
affect the work.
TAXES: Tax shall not be included in your bid.
Upon receipt of notice of acceptance of this bid, within sixty (60) days of the date of this proposal, I
(or we) agree to execute the formal contract within ten (10) days thereafter, and to deliver an
Insurance Certificate, a SURETY BOND in the amount of ONE HUNDRED and TEN PERCENT
(110%) of the contract price for the faithful performance of the contract, and a ONE HUNDRED
PERCENT (100%) STATUTORY PAYMENT BOND.
00300 - 4
AYK. UB.l UUL ur:�n yav oaa ioua
Yili vl• LL]N �v„ L'VAvau.Y rNv n..... -----
The undersigned bidder hereby declares that he has visited the $ite of the work and has carefully
examined the Contract Documents pertaining to the work covered by the above bid, and he also
agrees to commence work within ten (10) days after date of Written notice to do so and to
substantially complete the work on which he has bid within consecutive calendar days,
subject to such extensions of time as allowed by the specifications.
Contractors that are awarded contracts shall be prepared to Immediately sit down with the City of
Denton Representatives and present a plan that will Illustrate how progression of work is to take
place.
If a contractor is awarded the project the project must be completed within the date stipulated by
the Contractor shown above, or the Contractor will be subject to liquidated damages as set forth
below.
A working day is defined as a calendar day, In which weather or other conditions not under the
control of the company will permit the performance of the principal units of Work underway for a
continuous period of not less than seven (7) hours between 7:00 A.M. and 6:00 P.M.
The undersigned agrees that the Owner may retain the sum of Five Hundred Dollars ($500.00)
from the amount to be paid to the undersigned for each calendar day that the work contemplated
remains -Incomplete -beyond the -time set forth, Sundays -and hod ays INCLUDED. This amount is
agreed upon as the proper measure of liquidated damages, which the Owner wfil sustain per day,
by failure of the undersigned to complete the worts at the stipulated time, and is not to be construed
in any sense as a penalty.
Payment will be made to the contractor within thirty (30) days after receipt of proper invoice and
written acceptance of project from the Owner's representative, all required material Invoices,
documentation, etc and all written warranties from both contractor and manufacturer.
I (or we) agree to promptly furnish a oorrect and current financial statemen{of condition with a list
of owned equipment and an experience record of completed projects for examination by Owner
and architect, If same Is required.
SEAL (If by Corporation)
ao
RESPECTFU Y SUBMI-TTEgAy-
DEAN AN ONSTRUCTION
V!
(Name) M..W. Halpern
701 Hall St.
(Address)
Cedar Hill, Tx. 75104
00300.5
70 39Vd "1SNOD NG3Q SLOETblOOG 90:01 L00Z/L0/70
PERFORMANCE BOND
STATE OF TEXAS §
COUNTY OF DENTON §
BOND NO. 8156 70 59
KNOW ALL MEN BY THESE PRESENTS: That Dean Electric, inc. dba Dean
Construction whose address is 701 Hall Str., Cedar Hill, TX 75104
hereinafter called Principal, and FEDERAL IBSURMC6 CCHPa6P
a corporation organized and existing under the laws of the State of IPDIaim and
fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound
unto the City of Denton, a municipal corporation organized and existing under the laws of the
State of Texas, hereinafter called Owner, in the penal sum of Five Hundred and Fifty Fight
Thousand Dollars and 0/100 DOLLARS ($ UJ 00.(0) plus ten percent of the stated penal
sum as -an additional -sum of money representing additional court expenses, attorneys' fees; and
liquidated damages arising out of or connected with the below identified Contract, in lawful
money of the United States, to be paid in Denton County, Texas, for the payment of which
sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators,
successors, and assigns, jointly and severally, firmly by these presents. This Bond shall
automatically be increased by the amount of any Change Order or Supplemental Agreement
which increases the Contract price, but in no event shall a Change Order or Supplemental
Agreement which reduces the Contract price decrease the penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the
Principal entered into a certain Contract, identified by Ordinance Number 2002-136 , with
the City of Denton, the Owner, dated the 10 day of May A.D. 2002, a copy of which
is hereto attached and made a part hereof, for Bid MR- Cross Timbers Park.
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 thel4rRday of AAY , 2002
ATTEST:
PRINCIPAL
]CLUCMrc' INC.' ,:: ::
J�/� �/ � I�� ;ice ✓� coffsmucrrCff
-SECRETARY BY:
�/PRESIDENT
Wo
i
SURETY
FEDERAL IRSORARCE CQYPARY
BY-.. a „
ATTORNEY -IN- A
SIEVE RICI3rEBACRER
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is:
NAME: s e S GROUP, INC.
STREET ADDRESS: 9400 R- CEA"1'ARL M 950DALLAS TESAS 75231
(NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a
corporation, give a person's name.)
PB-2
16T.11 �►Y : �7►117
STATE OF TEXAS § BWD No. 8156 70 59
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That Dean Electric, Inc. dha Dean
Construction, whose address is 701 Hall Str. Cedar Hill TX 75104 hereinafter called
Principal, and _FRnxRAT. TmsuWN(B CaIPANY , a corporation organized and
existing under the laws of the State of rsniAsn and fully authorized to transact business
in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a
municipal corporation organized and existing under the laws of the State of Texas, hereinafter
called Owner, and unto all persons, firms, and corporations who may furnish materials for, or
perform labor upon, the building or improvements hereinafter referred to, in the penal sum of
Five Hundred and Fifty Eight Thousand Dollars and 0/100 DOLLARS ($ 55&000) 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 2002-136 , 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 2828 - Cross Timbers Park.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties
and make prompt payment to all persons, firms, subcontractors, corporations and claimants
supplying labor and/or material in the prosecution of the Work provided for in said Contract
and any and all duly authorized modifications of said Contract that may hereafter be made,
notice of which modifications to the Surety being hereby expressly waived, then this obligation
shall be void; otherwise it shall remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue
shall lie in Denton County, Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby
stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications,
Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond,
and it does hereby waive notice of any such change, extension of time, alteration or addition to
the terms of the Contract, or to the Work to be performed thereunder, or to the Plans,
Specifications, Drawings, etc.
PB-3
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas
Government Code, as amended, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Denton County to whom any requisite notices may be delivered and on
whom service of process may be had in matters arising out of such suretyship, as provided by
Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of
which shall be deemed an original, this the 4= day of MAY , aoo2
ATTEST: PRINCIPAL
DEAN ELECTRIC, INC.,. DBA DEAN CONSTRUCTION
B.
SECRETARY BY:
PRESIDENT
W-MMOMY, VARG.
SURETY
PEDERAL XMSURANCE CCWANY
BY
ATTORNEY -IN -FA
STEVE RIC%ENBACRRR
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is:
NAME: a e S M", INC.
STREET ADDRESS: 9400 N. CENTRAL EXPRESSWAY, SUITE 950, DALLAS, TEXAS 75231
(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 Ann.: Surety Department
OF 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 Steve Rickenb acher ,
David C. Oxford, Charles R. Miller and Clinton Norris of Dallas, 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 bail bonds) given
or executed in the course of business, and any Instruments amending or sharing 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 affixed their corporate seals on this 5 th day of November, 2001
Kenneth 'C. Werifflirkslilstant Secretary iF E. Robertson, Ida P esident
STATE OF NEW JERSEY 1 L/
County of Somerset
On this 5 th clever November, 2001 before me, a Notary Public of New Jersey, personalty 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 duty swum, did depose and say that he Is Assistant
Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporals seals thereof,
than the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By -Laws of said Companies; and that he
sign r of Attorney as Assistant Secretary of said Companies by like authority; and that he is acquainted with Frank E. Robertson, and knows him to be
M Id Companies; and that the signature of Frank E. Robertson, subscribed to said Paver of Attomey Is in the genuine handwriting of Frank E.
01
n I, m hereto subscribed by authority of said By nrrAl tp fpnenrs presenoe.
riPUBLIC Notary Public State of New Jersey
eR No.2231647 Notary Public
Commission ExpirejOgir. p,
Extract from the By -Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE 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 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
Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory In the nature thereof, and
any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and
any such paver 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'Companies') do hereby certify that
@ the foregoing extract of the By -Laws of the Companies is true and correct,
(IQ the Companies are duty licensed and auhlormed to transact surety business in all 50 of the United States of America and the District of
Cdumbla and are authorized by the U. S. Treasury Department; further, Federal and Vigilant are licensed In Puerto Rico and the U. S. Virgin
Islands, and Federal Is licensed in American Samoa, Guam, and each of the Provtnoes or Canada except Prince Edward Island; and
(IIQ 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 Z4TH day of MAY 2002
�,Sufwv�p �aWrm Ce" `V�r.+ataAxpF
i7 ��,paroty4�� �` COS
�MDIANll, 'r73 MSa� 't'fW
Kenneth C. Wendel, AillsistaW 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
t5-7D0=(Ed. 44M CONSENT
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:
[XI 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 $1,000,000 either in a single policy or in a
combination of basic and umbrella or excess policies. The policy will include bodily
injury and property damage liability arising out of the operation, maintenance and use
of all automobiles and mobile equipment used in conjunction with this contract.
Satisfaction of the above requirement shall be in the form of a policy endorsement for:
any auto, or
all owned, hired and non -owned autos.
[X] Workers Compensation Insurance
Contractor shall purchase and maintain Worker's Compensation insurance which, in
addition to meeting the minimum statutory requirements for issuance of such insurance,
has Employer's Liability limits of at least $100,000 for each accident, $100,000 per
each employee, and a $500,000 policy limit for occupational disease. The City need
not be named as an "Additional Insured" but the insurer shall agree to waive all rights
of subrogation against the City, its officials, agents, employees and volunteers for any
work performed for the City by the Named Insured. For building or construction
projects, the Contractor shall comply with the provisions of Attachment 1 in
accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the
Texas Worker's Compensation Commission (TWCC).
[ ] Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all times during the prosecution of
the work under this contract, an Owner's and Contractor's Protective Liability
insurance policy naming the City as insured for property damage and bodily injury
which may arise in the prosecution of the work or Contractor's operations under this
contract. Coverage shall be on an "occurrence" basis, and the policy shall be issued by
the same insurance company that carries the Contractor's liability insurance. Policy
limits will be at least combined bodily injury and property damage per
occurrence with a aggregate.
[ ] Fire Damage Legal Liability Insurance
Coverage is required if Broad form General Liability is not provided or is unavailable
to the contractor or if a contractor leases or rents a portion of a City building. Limits
of not less than each occurrence are required.
[ ] Professional Liability Insurance
Professional liability insurance with limits not less than per claim with
respect to negligent acts, errors or omissions in connection with professional services is
required under this Agreement.
[ ] Builders' Risk Insurance
Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall
be provided. Such policy shall include as "Named Insured" the City of Denton and all
subcontractors as their interests may appear.
[ ] Additional Insurance
Other insurance may be required on an individual basis for extra hazardous contracts
and specific service agreements. If such additional insurance is required for a specific
contract, that requirement will be described in the "Specific Conditions" of the contract
specifications.
ATTACHMENTI.
[XI Worker's Compensation Coverage for Building or Construction Projects for
Governmental Entities
A. Definitions:
Certificate of coverage ("certificate ")-A copy of a certificate of insurance, a
certificate of authority to self -insure issued by the commission, or a coverage
agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory
workers' compensation insurance coverage for the person's or entity's employees
providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the
project until the contractor's/person's work on the project has been completed and
accepted by the governmental entity.
Persons providing services on the project ("subcontractor" in §406.096) - includes
all persons or entities performing all or part of the services the contractor has
undertaken to perform on the project, regardless of whether that person contracted
directly with the contractor and regardless of whether that person has employees.
This includes, without limitation, independent contractors, subcontractors, leasing
companies, motor carriers, owner -operators, employees of any such entity, or
employees of any entity which furnishes persons to provide services on the project.
"Services" include, without limitation, providing, hauling, or delivering
equipment or materials, or providing labor, transportation, or other service related
to a project. "Services" does not include activities unrelated to the project, such as
food/beverage vendors, office supply deliveries, and delivery of portable toilets.
B. The contractor shall provide coverage, based on proper reporting of classification
codes and payroll amounts and filing of any overage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401.011(44) for all
employees of the Contractor providing services on the project, for the duration of
the project.
C. The Contractor must provide a certificate of coverage to the governmental entity
prior to being awarded the contract.
D. If the coverage period shown on the contractor's current certificate of coverage
ends during the duration of the project, the contractor must, prior to the end of the
coverage period, file a new certificate of coverage with the governmental entity
showing that coverage has been extended.
E. The contractor shall obtain from each person providing services on a project, and
provide to the governmental entity:
(1) a certificate of coverage, prior to that person beginning work on the project,
so the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(2) no later than seven days after receipt by the contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on
the current certificate of coverage ends during the duration of the project.
F. The contractor shall retain all required certificates of coverage for the duration of
the project and for one year thereafter.
G. The contractor shall notify the governmental entity in writing by certified mail or
personal delivery, within 10 days after the contractor knew or should have known,
of any change that materially affects the provision of coverage of any person
providing services on the project.
H. The contractor shall post on each project site a notice, in the text, form and
manner prescribed by the Texas Workers' Compensation Commission, informing
all persons providing services on the project that they are required to be covered,
and stating how a person may verify coverage and report lack of coverage.
I. The contractor shall contractually require each person with whom it contracts to
provide services on a project, to:
(1) provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401.011(44) for all of
its employees providing services on the project, for the duration of the
project;
(2) provide to the contractor, prior to that person beginning work on the project,
a certificate of coverage showing that coverage is being provided for all
employees of the person providing services on the project, for the duration of
the project;
(3) provide the contractor, prior to the end of the coverage period, a new
certificate of coverage showing extension of coverage, if the coverage period
shown on the current certificate of coverage ends during the duration of the
project;
(4) obtain from each other person with whom it contracts, and provide to the
contractor:
(a) a certificate of coverage, prior to the other person beginning work on
the project; and
(b) a new certificate of coverage showing extension of coverage, prior to
the end of the coverage period, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the
project and for one year thereafter;
(6) notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the person knew or should have known, of any
change that materially affects the provision of coverage of any person
providing services on the project; and
(7) contractually require each person with whom it contracts, to perform as
required by paragraphs (1) - (7), with the certificates of coverage to be
provided to the person for whom they are providing services.
J. By signing this contract or providing or causing to be provided a certificate of
coverage, the contractor is representing to the governmental entity that all
employees of the contractor who will provide services on the project will be
covered by workers' compensation coverage for the duration of the project, that
the coverage will be based on proper reporting of classification codes and payroll
amounts, and that all coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the commission's Division
of Self -Insurance Regulation. Providing false or misleading information may
subject the contractor to administrative penalties, criminal penalties, civil penalties,
or other civil actions.
K. The contractor's failure to comply with any of these provisions is a breach of
contract by the contractor which entitles the governmental entity to declare the
contract void if the contractor does not remedy the breach within ten days after
receipt of notice of breach from the governmental entity.
Bid 2828 - Cross Timbers Park
ACORDn CERTIFICATE OF LIABILITY INSURANCE
06/10/2 02
PRODUCER (214) 691-5721 FAX (214) 691-4961
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
K & S Group, Inc.
Southwest Assurance Group, Inc
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
9400 N Central Expwy., #950
Dallas, TX 75231-5044
INSURERS AFFORDING COVERAGE
INSURED Dean Electric, Inc.
INSURER A: Amerisure Insurance Company
Dean Electric, Inc. dba Dean Construction
NSURER B:
701 Hall Street
INSURER C'
Cedar Hill, TX 75104
INSURER D:
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.
HLTR ER
TYPE OF INSURANCE
POLICY NUMBER
DATE VEFMFDDNY)
POLICY EXPIRATION
LIMITS
A
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE rX] OCCUR
CPPI074168
03/31/2002
03/31/2003
EACH OCCURRENCE
$ 1,000,000
FIRE DAMAGE (Any one fire)
$ 300,000
MED EXP (Anyone Person)
$ 10,000
PERSONAL S ADV INJURY
$ 1,000,000
GENERAL AGGREGATE
$ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY X SECT M LOC
PRODUCTS-COMP/OP AGO
$ 2,000,000
A
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
CA1110265
03/31/2002
03/31/2003
COMBINED SINGLE LIMB
(Ea accident)
$ 1,000,000
X
BODILY INJURY
(Per W..n)
$
X
BODILY INJURY
(Per accident)
$
X
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
ANY AUTO
AUTO ONLY -EA ACCIDENT
$
OTHER THAN EA ACC
AUTO ONLY: AGG
$
$
A
EXCESS LIABILITY
X OCCUR CLAIMS MADE
DEDUCTIBLE
RETENTION $
CU0298946
03/31/2002
03/31/2003
EACH OCCURRENCE
$ 3,000,000
AGGREGATE
$ 3,000,000
$
$
is
A
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
WC0783741
03/31/2002
03/31/2003
X I TORVLIMRS ER-
E.L. EACH ACCIDENT
_
$ 500,000
E.L. DISEASE - EA EMPLOYEE
$ SOD, ODD
E.L. DISEASE - POLICY LIMIT
$ 500,000
A
oTa R
Builders Risk (all
risk)
M1067217
03/31/2002
03/31/2003
$4,000,000 per location
$25,000 Transit
$500 Deductible
DESCRIPTION OF OPERATIONWLOCATIONSIVEHICLES/EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
Project: Cross Timbers Park, Denton TX
Page 1 of 2 - see attached
CERTIFICATE HOLDER I I ADDITIONAL INSURED; INSURER LETTER: CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL 149IM0115XI11MMAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
CITY OF DENTON
KYAXX
901-0 Texas Street
X
AUTHORIZED REPRESENTATIVE
Denton, TX 76209
Stephen Rickenbacher SHEREL��-
ACORD 25S (7197) ®ACORD CORPORATION 1988
CITY OF DENTON
Certificate issued to CITY OF DENTON 06/10/2002
Named Insured: Dean Electric, Inc.
Project: Cross Timbers Park, Denton TX
City of Denton, its officials, agents, employees and volunteers are all shown as additional insureds
with regards to the liability policies on a primary basis as required by contract. A waiver of
subrogation is afforded to the same with regards to the Work Camp policy as required by contract.
Said policies shall not be cancelled, nonrenewed or materially changed without 30 days advanced
written notice being given to the owner (city) except when the policy is being cancelled for
nonpayment of premium in which case 10 days advanced written notice is required.