Loading...
HomeMy WebLinkAbout2001-307FILE REFERENCE FORM 2001-307 X Additional File Exists Additional File Contains Records Not Public, According to the Public Records Act Other Late I nua►s Order Number One - Ordinance No. 2002-211 1 07/16/02 ORDINANCE NO 6-9001 3O AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF A RESTROOM AND CONCESSION STAND FACILITY AT NORTH LAKES PARK, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING FOR AN EFFECTIVE DATE (BID 2690 — NORTH LAKES SOCCER RESTROOM/CONCESSION BLDG, AWARDED TO SENECA CONSTRUCTION, INC, IN THE AMOUNT OF $339,275) WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or unprovements 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 herem 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 therem, 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 N�JMAER CONTRACTOR AMOUNT 2690 Seneca Construction, Inc $339,275 SECTION 2 That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person subrruttmg the bid for construction of such public works or improvements herem 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 furmshnig 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 inprovements 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 specdf mg the terms, conditions, plans and specifications, standards, quantities and specified sums contained therem. 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 'f%l day of EULINE BROCK, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY BY L — APPROVED AS TO LEGAL FORM HERBERT L PRWTY, CITY ATTORNEY m 2690 - ATTACHMENT TABULATION SHEET BID # 2690 Date 8/2/01 NORTH LAKES PARK SOCCER RESTROOM/CONCESSION BUILDING PROJECT # 2 No I Oty I DES RIPTION VENDOR VENDOR VENDOR DBR SENECCA CONSTRUCTION CONTRACTING, THATEN INC Principle Place of Business DENTON,TX DENTON, TX DENTON, TX GRAND TOTAL BASE BID $387,586 $335,275 $369,339 1 2 ADDENDUM 1 YES YES YES BID BOND YES YES 31 YES 4 BID ALTERNATE 1) POST TENSION $5,000 $4,000 ($2,000) FOUNDATION 2) STANDING SEAM ROOF $23,000 $7,500 $9,700 3) DESERT WILLOW - 10 EACH $4,009 $5,500 $4,010 4) DEDUCT SANITARY SEWER LIFT STATION ($19,000) ($10,000) ($16,800) 5) DEDUCT SANITARY SEWER LINE ($12,000) ($6,500) ($12,360) m CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this _day of September A D , 2001, 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 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 in the amount of S339 2,75 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement, and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in CA-1 accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by all of which are made a part hereof and collectively evidence and constitute the entire contract Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract CK.WJ IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written ATTEST 44; L �� APPROVED O FORM CITY A OWNER• BY I I �'7S-'� CONTRACTOR 5e fVt COL, 049k,72n t-M WG (20 P, 0 Boy- 14--70 7 6 �jTo tJ --1 k Aa Z o — 14-70 MAILING ADDRESS 94.0- 56 S - ( 14-1 PHONE NUMBER 94-0-387- -o9so FAX NUMBER BY P i2.E5, O t N i TITLE f{Axe 4 LOTNR-166s PRINTED NAME CA-3 (SEAL) BASE BID Base Bid Item No 1 - Grading/Survey/Demolition Base Bid Item No 2 - Concrete Site Work Base Bid Item No 3 - Landscape Base Bid Item No 4 - Architecture Grand Total Base Bid Bid Alt Items Grand Total Base Bid with Alternates 00 Dollars ($ 50 ' ) 0 Dollars ($ 5q')) Dollars($ 000 -) p o6 Dollars ($237, 0 00 0 1 00 Dollars ($3,3575 ) ao UF- 1) UC.T Dollars ($� 3 5 0 0 00 Dollars ($ 33 �775 -1 UNIT COST In the event that greater or lesser amounts of work are required, the unit prices will apply Unit prices cover the cost of work and materials in place, including all materials, equipment, labor, taxes, maintenance, and guarantee based on the enclosed plans and specifications Unit prices will hold for six months after final acceptance Seti,er Chu vT2��i/,uG Co.�p. >w �pntractq� Officer's Signature N 0. 60 u, l4--7 // ' . g.si EJJ57 /LILKINNcr y (NO Ir/AIG phA iZ Je Y M , Lo TN R. iOG E Address Typed or Printed Name 7)e- A.-70AJ %11 7in0-OZ-14-70 &{/0?✓�o j City, State, Zip Date 94-0 - % S- r 14-: Telephone G14-o--382— rAX � 27 01 (FRI) 15 14 %tTT> Tf'F 27 CITY OF DENTON PURCHASING 94E0 3�'f9'�730Q i � r i r I, C� zf tt ti / i IT N + l �i o- BID ITEM NO 3 -• LANDSCAPE gee sheet T A-n i FACE 5/7 Itcm No Cont[aotor' 6 Dacnotaon Um[ Unl[ cmt T 1 I o0o IIeTm "Hydf=Wv-h !;F 000 i SMOTAL BID ITEM NO 3 w I d/ 01 1 nlJ ib 12d GI Ub UhN1UN YUHUMAb1NG �940 • r ho yy 14 BID rr?-m 4 T we ®a A•63 k No Coatrmeter' a , '' � Unl{ i 9 h Dvocn ✓don U01T Cost Tnta 1 Cn1170g6iOn}wtldlag LS 7(" Y Y C S O t 0� SUBTOTAL, BLb T7 EM NOt 4_ ',I a Y UM AT T TTQAAfC PAGE 6/7 i 6 1 t 0 No Comte MT 6 n(y DM6Ti doe UWI urdt Cwt Total 1 N )61 1=Mou FouU400n ar C OUMBIOn awwrig - au Twang, 0 Algw spoor, and inuW1dt10a to Uo 'ovtdoll w111 iW. 1 L 5 t}. 0 00— $ al� 000 _ 2 £leading Saam Roof L 5 7 00— $ - $ 0 �— i Laren willm EA 0 -- oa 4 I V"t "Utaly 5awor Lift Station LS 0 0 10 0 000 — s 0 00 - I;putt Switay Sower One LS 0) 00' SUET A L B[D A[ T LTEMS 0 S 3 5 00 e7 urn TTT.M NC) I- Cm AT)INC; I STTRVFY I T)EMOLITION see sheets DM-01, GR-01 Item No Contractor's Quantity Description Unit Unit Cost Total 1 Stockpile & grade native topsoil C Y $ 2 Erosion control fenci g F $ 3 Demolition & re post and cable fencm L S $ q mfied Survey L S $ TOTAL BID ITEM NO 1 $ TIM TTPKA VC) ') _ C OWC`.RF.TF. STTF. WORK see sheets LA-01, LC-01 Item--- No -- — — Contractor's Quantity --- - - Description Unit Unit Cost Total 1 10' Concrete walk (6" thick), light broom finish . I S F ; $ 2 12' Concrete walk 6' k), broom finish S F $ 3 Speci vmg S F $ OTAL BID ITEM NO 2 $ nTn TTPM Mn Z _ T.ANTICCAPF, see sheet LA-01 Item No Contractor's Quantity Descrmtmn Uni Unit ost Total 1 Bermuda Hydrom S F $ S BID ITEM NO 3 $ BID ITEM NO 4 — ARCHITECTURE see sheet A-03 Item No Contractor's OvantitY Description Un ost Total I Concession building L S $ AL BID ITEM NO 4 $ RIT) AT.T ITF.MS Item No Contractor's Quantity Description Unit Unit Cost Total 1 Post Tension Foundation for Concession Building — all testing, ' l design, specs, and installation to b fj provided by contractor L S $ 2 Standing Seam Roof L S $ 3 Dese i low EA $ OTAL BID ALT ITEMS $ PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § :• • .--1 04 KNOW ALL MEN BY THESE PRESENTS That Seneca Construction Inc. whose address is PO Box 1470 2513 Fact McKinney Denton TX 76202.-1470 hereinafter called Principal, and Uute l States Ddel ty & a=aty gulp= a corporation organized and existing under the laws of the State of MmIlard 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 Three Hundred Thirty Nine Thousand Two Hundred Seventy Five and no/100 DOLLARS ($-1 2,2Z5-) 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 2001-307 with the City of Denton, the Owner, dated the _ 4 day of September A D 2001- a copy of which is hereto attached and made a part hereof, for Bid 2690 - North 1 akec Soccer Restroom/Concession Bldg. 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 PB-1 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 day of September 2001. ATTEST Q PRINCIPAL f S21vecx, d. COUT AUTIU6 Co BY SECRETARY BY Z u " Zn PRESID NT ATTEST SURETY Uuted tes Fidelity & 0-ma ity Gmpany BY l � /.� �1.�9. B ATTORNEY -IN -FACT Staci. Gross The Resident Agent of the Surety in Denton County, Texas for delivery of notice and servi,e of the process is NAME _ PCL Agency STREET ADDRESS slaw Rim Street Suite 105,., Lewiqville, TX 75067 (NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give a person's name ) PB-2 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That Seneca Construction Inc. whose address is PO Box 1470 2511 Fast McKinney Menton TX 76202-1470 hereinafter called Principal, and lln.ted States Fvbli-n' & 0-comity Carperiy a corporation organized and existing under the laws of the State of MRylal�i 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 Three Hundred Thirty Nine Thousand Two Hundred Seventy Five and no/100 DOLLARS ($-339.=) 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 2001-307 , with the City of Denton, the Owner, dated the 4 day of September A D 2001 , a copy of which is hereto attached and made a part hereof, for Bid 2690 - North Lakes Soccer Restroom/Concession Bldg, 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 September 2001 ATTEST BY A, ` W - SECRETARY ATTEST : �,rL A� /.I • y� PRINCIPAL ,5e-" C.O UT 11-A a 0 WJ 6 CO . i�....� PRESIDENT SURETY The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME FM STREET ADDRESS 206 E3m Street ante 105 Ijsw v lle. TK 75067 (NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a corporation, give a person's name ) , CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract Upon bid award, all insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract STANDARD PROVISIONS Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time, however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted • Each policy shall be issued by a company authorized to do business in the State of Texas with an A M Best Company rating of at least A • Any deductibles or self -insured retentions shall be declared in the bid proposal If requested by the City, the insurer shall reduce or eliminate such deductibles or self -insured retentions with respect to the City, its officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses • Liability policies shall be endorsed to provide the following •• Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers •• That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought The inclusion of more than one insured shall not operate to increase the insurer's limit of liability • All policies shall be endorsed to READ • "SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED" • Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance • Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted [X] General Liability Insurance. General Liability insurance with combined single limits of not less than $500 000 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 IX1 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 Automobile Liability Insurance Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than MQ-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 arismg out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract Satisfaction of the above requirement shall be in the form of a policy endorsement for any auto, or all owned, hired and non -owned autos [X] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406 096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensation Commission (TWCC) [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under this contract Coverage shall be on an "occurrence" basis, and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate [ ] Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building Limits of not less than each occurrence are required [ ] Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement [ ] Builders' Risk Insurance Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be provided Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications ATTACHMENT 1 [XI Worker's Compensation Coverage for Budding 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 furmshes 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 401011(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 sigmng 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 C!P%TP.(` AC(3RDT" CERTIFICATE OF LIABILITY INSURANCE 10/01/01 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION P.IODUCER Higginbotham & Assoc , Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR DBA Denton Insurance Center ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW INSURERS AFFORDING COVERAGE P O Drawer C Denton, TX 76202 INSURED INSURERA BITUMINOUS INSURANCE CO Seneca Contracting Corporation INSURERS HARTFORD INSURANCE GROUP P O Box 1470 INSURER Denton, TX 76202 INSURER D— NSURERE QUVrHAUC, 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 _ _ I�SR POLICY EFFECTIVE POLICYEXPIRATION TYPE OF INSURANCE POLICY NUMBER D Y ATE 0 LIMITS A GENERAL LIABILITY CLP3115696B 07/01/01 07/01/02 EACH OCCURRENCE _$1, 000, 000 IX COMMERCIAL IFIRE DAMAGE (Any one fire) $ 100,000 _ CLAIMS MADE I-X OCCUR MED EXP (Any one person) $ 5,000 PERSONAL A ADV INJURY $1-000, 000 AGGREGATE - s'2 000,000 GEN L AGGREGATE LIM ITAPPLIES PER _GENERAL PRODUCTS COMP/OPAGG $:� 000, 000 POLICY PROT LOC A AUTOMOBILE LIABILITY CAP3115687B 07/01/01 07/01/02 COMBINED SINGLE LIMIT $1 000 000 ANY AUTO (Ea acmden) - —- - t - - XJ — j r ALL OWNED AUTOS BODILY INJURY_ (Per person) $ _ SCHEDULED AUTOS — --- - X HIREDAUTOS BODILY INJURY (Pereccltlenf)- $ X NON OWNED AUTOS PROPERTY DAMAGE $ L — — — — (Per accident) GARAGE UABWTY AUTOONLY EAACCIDENT $ ANY AUTO OTHER THAN EA ACC $ _ - AUTO ONLY AGG $ BILITY CUP2531302B 07/01/01 07/01/02 EACH OCCURRENCE_ __ $s2 00� _000 _ AGGREGATE $21 000,000 ] CLAIMS MADE TIBLE TION $10000 AND WC3114752 07/01/01 07/01/02 iHCOMPENSATION YL]Mff,$ $WCSTAID FEMPLOYERS LIABILITY ELEACH ACCIDENT $500,000 EL DISEASE EAEMPLOYEE$500,000 E L DISEASE POLICY LIMIT $5 0 0 0 0 0 ontractors 46MSCYQ4875 12/01/00 12/01/01 350,000 Leased or Rented ment DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Contract 2690 - North Lakes Soccer Restroom/Concession Bldg City of Denton, its Officials, Agents, Employees and volunteers are named as Additional Insured "Said policy shall not be cancelled, (See Attached Descriptions) SHOULD ANYOFTH E ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Denton DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYSWRITTEN 901 B Texas Street NOTICETOTHE CERTIFICATE HOLDER NAMED TOTH E LEFT BUTFAILURE TODOSOSHALL Denton, TX 76201 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPONTHEINSURERITSAGENTSOR DACORDCORPORATIONI ACORD25-S(7/97)1 of 3 #S65246/M61082 EAD 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 endorsement(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 certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon 25S(7/97)2 of 3 4S65246/M61082 DESCRIPTIONS (Continued from Page 1) 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 " AMS253(o7/07) 3 of 3 #565246/M61082 the=hut POWER OF ATTORNEY Seaboard Surety Company St Paul Fire and Marine Insurance Company St Paul Guardian Insurance Company St Paul Mercury Insurance Company Power of Attorney No 20290 United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc Certificate No KNOW ALL MEN BY THESE PRESENTS That Seaboard Surety Company is a 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 arc corporations duly organized under the laws of the Slate of Minnesota and that Untied 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 Undeiwntcrs Inc is a corporation duly organized under the laws of the State of Wisconsin (herein collectively tolled the Companies ) and that the Companies do hereby make constitute and appoint Donal Boley, Steve Deal and Staci Gross Wlcluta Falls Texas of the City of State then 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 bond, undertaking, contracts and other written instruments in the nature thereof on behalf of the Companies in then business of guaranteeing the fidelity of persons guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings rf u�ed orparuiitted in any actions or proceedings allowed by law ftsk aIt IN WITNESS WHEREOF the Companies have caused this nisuumpenikliAlitte aad sealed't�i Is 1st day of December 1999 1,N> xl Seaboard Surety Company �« i' ' iy United States Fidelity and Guaranty Company St Paul Fire and Marine Ins amp aria Fidelity and Guaranty Insurance Company St Paul Guardian Insuranebg tmu. a A idelity and Guaranty Insurance Underwriters, Inc. St Paul Mercury Insurance'C""q y $� +gs Nro- (94 01, T k cMr a SEAL I lowp 10%i g t �JOHNPPHINNPY Vice Pteudenr h p A'" it�F 'S State of Maryland / City of Baltimore THOM xS F HUIBREGTSE Assistant Secretary On this tat day of December 1999 before me the undersigned officer personally appeared John F Phnmey and Thomas E Huibregtse who acknowledged themselves to be the Vice President and Assistant Secretary respectively of Seaboard Surety Company St Purl Fire and Marine Insurance Company St Paul Guardian Insurance Company St Paul Mercury Insurance Company United States Fidelity and Guaianty 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 wan 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 ��"a" � 2� ETA *� AAA4 - D�+-It�- In Witness Whereof, I hereunto se[ my hand and official seal m pV& AM P My Commission expires the 13[h day of July 2002 4� ,ti AE Qrx REBCCCA EAST FY ONOKALA Not try Public 86203 Rev 7 2000 Printed in U S A This POWLi of Attorney is grated undo and by the authority of the followml, tesolutioro Idopted by the Boaids of Directors of Seaboard Surety Company St Paul Fire and Marine Insurance ( ompany 9l Paul Guardian Insurance (onspmy St P of Mercury Insurance Company United States Fidelity Ind Go it mty, Compiny Fidelity and Guaranty Insist ante Comp my and I idelsty rail Guaranty Insurance Underwriters Inc on September 2 1998 which resolutions Ire now in full force and eftul ieadmb as follows RFSOLVED that on connection with the hdehty and surety insmancc business of the Conipmy all bonds undermkmgs contracts and other mstiunrents relating to said bosmess may he signal exccmcd aid aeknow lolled by persons or comics appointed is Attorney(%) in Fact purstnnl to a Power of Attorney issued m accordance with these ieso[tit ion, S ad Power(s) of Attorney Ioa and on bell df of the Company in ry and shall be executed in the name and ran bch ilf of the Company either by the Chairman of the President or any Vice President or in Assistant V¢e President jointly with the Secretary or In Assist as Secretary under their respecnve designations The sibn imte of such Otfieen in ty be engraved printed or bthographed The signature of each of the forel,cang offlceos and the seal of the Company m ty be alhxed by t ies ndle to Iny Power of Attomey ot to any culihLate rel lung thereto appointing Attorneys) on Tact for purposes only of executing and ntestimj, bonds and undeitlkmgs and other wilting, obligatory in the nature [hereof and subject to any Iimnation% set torn therein my such Power of Attorney or Let hcate be [rung 'Al t rnimde signature or facsimile seal shall be valid and binding upon the Company and Illy wch power so executed and certified by such I icwnile sign more and faosundc seal shall be valid and binding upon the Company with respect to any bond or undertaking to whwh it I, validly attachul and RP SOI VFD FURTHF R that Attorncy(s) in Fact sh ill have the Powu and authority and in Iny else subject to the terms and limitations of the Power of Attorney issued them to eXLcnte and deliver on bohllt of the Camp my Inc[ to ittach the se d of the Company to my and all bonds and undert lkmgs and other writings obligatory in the n hone lhercol rail my such Irstrumcnt executed by wch Attomey(,) ❑t Pact shall be as binding upon the Company n if signed by an Exewnve Officer and wiled and atieslcd to by the Secrelai of the Company I Thomas E Huibregise Assistant Suietaiy of Se ibo rid Surety ( ompany St Pad Fire and Mlrme Insurnce Company St Paul Guardian Insm once Compiny St Paul Mercury Insmame ( omp my Umtol St ties Fidelity and (Gil nanny Company Fidelity Ind Guaranty insurance Company and Fiddly and Go nary Insurance Underwriters Inc do heroby Lenity that the shove and foregoing is I true and contest copy of the Power of Attomey execuv d by said Companies which IS In full force and effect and his not been ¢voked IN TESTIMONY WHI,RPOP, I hoeunto set my hind this 4th day of September 2001_ ? '<<sc aL+.r.o 19a xmnautro SEAL r Thomas E Hubregtu As, rat Se r nr To verify the authenticity of this Power of Attorney call 1 800 421 Mob and as for th�fe, tiwin. afAttorney clerk Please refer to the Power of Attorney number the above named individuals and the details of the bond to wiluth the pal 6 i9 a[tachetrN.+ t �nt � YI y �a StFhul 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