HomeMy WebLinkAbout2001-361ORDINANCE NO O?��/"3�0 /
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS
CONTRACT FOR THE REMOVAL AND DISPOSAL OF LEAD BASE PAINT & ASBESTOS
AT THE NEW CENTRAL FIRE STATION, PROVIDING FOR THE EXPENDITURE OF FUNDS
THEREFORE, AND PROVIDING FOR AN EFFECTIVE DATE (BID 2727 — REMOVAL AND
DISPOSAL OF LEAD BASE PAINT & ASBESTOS AT THE NEW CENTRAL FIRE STATION,
AWARDED TO SOUTHWEST CONSTRUCTORS, INC, IN THE AMOUNT OF $28,728)
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
SF,CTION 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
2727 Southwest Constructors, Inc $ 28,728
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 ordmance shall become effective immediately upon its passage and
approval
L� >
PASSED AND APPROVED this the day of 2001
Ik
EULINE BROCK, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
BY w d�
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
m
2727
Removal and Disposal of Asbestos - Containing Bid # 2727 CITY OF DENTON
Roof Materials and Lead Based Paint at Old Power Plant/ August 17, 2001
New Central Fire Station
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 18 day of September A D , 2001, by and
between City of Denton of the County of Denton and State of Texas, acting through Mike Conduff
thereunto duly authorized so to do, hereinafter termed "OWNER," and
Southwest Constructors, Inc
P 0 Box 50469
Austin TX 78753
of the City of Austin, County of Travis and State of Texas, hereinafter termed "CONTRACTOR "
WITNESSETH That for and in consideration of the payments and agreements hereinafter
mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds
attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete
performance of the work specified below
Bid # 2727- Removal and Disposal of Asbestos Containing Roof Matenals and Lead Based Paint at
Old Power Plant/New Central Fire Station
in the amount of $28,728 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, and the
Specifications therefore, as prepared by
Ray Easley Easley Consulting Enterprises and City of Denton Staff
All of which are referenced herein and made a part hereof and collectively evidence and constitute the
entire contract
CA-1
71
Removal and Disposal of Asbestos - Containing Bid # 2727 CITY OF DENTON
Roof Materials and Lead Based Paint at Old Power Plant/ August 17, 2001
New Central Fire Station
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
72
Removal and Disposal of Asbestos - Containing Bid # 2727
Roof Materials and Lead Based Paint at Old Power Plant/
New Central Fire Station
CITY OF DENTON
August 17, 2001
IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the
year and day first above written
ATTEST
04t.t�.��i� .«
M
•
BY
�Afff, /c
MAILING ADDRESS
r 40
PHONE NUMBER
FAX NUMBER
BY l—VfAgt ilt MAr.l14G+E
TITLE
PRINTED NAME
CA-3
(SEAL)
73
Removal and Disposal of Asbestos - Containing Bid # 2727 CITY OF DENTON
Roof Materials and Lead Based Paint at Old Power Plant/ August 17, 2001
New Central Fire Station
CONTRACT DOCUMENTS Having examined the Proposal, General Instructions, Materials,
Execution, Drawings, and Contract for (Bid # 2727) and Removal and Disposal of Asbestos -
Contaimng Roof Materials and Lead Based Paint at Old Power Plant/New Central Fire Station, and
having examined the premises and circumstances affecting the work, the undersigned offer
OFFER 1 To f irmsh all labor, material, tools, equipment, transportation, bonds, all applicable taxes,
incidentals, and other facilities, and to perform all work for the said Removal and Disposal of Asbestos
- Containing Roof Materials and Lead Based Paint at Old Power Plant/New Central Fire Station for
the following area
Please check below to indicate local vrreference A bidder must request local preference consideration
by checking the box below The City will determine per State Law the bidder's qualifications as a
local business By not marking the box below, the bidder waives his right to the 3% local preference
rule
❑ Apply 3% Local Preference Due being a qualified local business as deternnned by the City of
Denton in accordance with State Law
Note Write "No Bid" in the appropriate total column, if not bidding that Item (Umt Price Bid is
required when bidding that item
UNIT PRICE BID
ESTIMATED
QTY
PER UNIT
PRICE
ITEM A Lead Based Paint Removal
1,000 LF
1.�6 IMLF
ITEM B Asbestos Abatement
750 Sq Ft
p 00
.Sq Ft
TOTAL A -Lead Based Paint Removal ^^jµa„�,,.,a t,I7uE. UuNour� $4Z.9
ec
In Words SitV -ago i
TOTAL -Asbestos Abatement _ ! Iouaw.+pSEVEA1 V6JWXuArTVT
In Words
TOTAL A and B
In Words 11
NO OF
DAYS
UNIT
PRICE
TOTAL
INCREASE/DECREASE
C Add/Deduct For Reduction in Proposed
Schedule
$
$
57
Removal and Disposal of Asbestos - Containing Bid # 2727
Roof Materials and Lead Based Paint at Old Power Plant/
New Central Fire Station
CITY OF DENTON
August 17, 2001
TOTAL EVALUATED BID (A, B & C�iell,Y7SGFT9.Oo�EI/fi�lfD $ 2 P,?Z8 °Q
In Words
MATERIALS
;�.
TOTAL
EXAMINATION OF SITE By signing the Proposal Form, contractor acknowledges he is an
authorized representative and has examined the site and is aware of all field conditions, which may
affect the work
TAXES Tax shall not be included in your bid
Upon receipt of notice of acceptance of this bid, within thirty (30) 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
The undersigned agrees to complete all work shown on the drawings and in the specifications within
the time luruts set forth below subject to additional days that may be added due to inclement weather
and/or other justified and reasonable extensions or time as may be approved by the Owner
Contractors that are awarded contracts shall be prepared to immediately sit down with the City of
Denton Representatives and present a plan that will illustrate how progression of work is to take place
to insure completion of all work within specified time limits The time limits are as follows
All work is to be started and completed within 10 (forty) work days Work days are defined in the
Supplementary Conditions
If a contractor is awarded the project, the project must be completed within the dates shown above or
the contractor will be subject to liquidated damages as set forth below
U-1
Removal and Disposal of Asbestos - Containing Bid # 2727 CITY OF DENTON
Roof Materials and Lead Based Paint at Old Power Plant/ August 17, 2001
New Central Fire Station
PERFORMANCE BOND
STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS That Southwest Constructors, Inc, whose
address is P O Box 50469 Austin Tx 78753 hereinafter called Principal, and,
Gulf Insurance Companv a corporation organized and existing under
the laws of the State of Missouri , 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 TWENTY EIGHT THOUSAND SEVEN HUNDRED TWENTY EIGHTDOLLARS ($28 728 00
plus ten percent of the stated penal sum as an additional sum of money representing additional court
expenses, attorneys' fees, and liquidated damages ansing 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 bmd 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 2001-361, with the City of Denton,
the Owner, dated the 18`i' day of September A D 2001, a copy of which is hereto attached and made a
part hereof, for Bid # 2727 Removal and Disposal of Asbestos — Containing Roof Materials and Lead
Based Paint at Old Power Plant/New Central Fire Station
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
74
Removal and Disposal of Asbestos - Containing Bid # 2727 CITY OF DENTON
Roof Materials and Lead Based Paint at Old Power Plant/ August 17, 2001
New Central Fire Station
PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall
he 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 ansing 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 anoriginal, this the 25thday of September 2001
��• it �`�i� u\�
ATTEST
/
t 1�37�►�17fi
i �/���l��hg'V
�, rr •D I
SURETY
Gulf Insurance Company
BY --OFATTORNEY-IN-FACT
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
processis
NAME Thomas M
7,P lP
STREET ADDRESS 4600 Fuller Dr. Irvina TX 75038
(NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation,
give a person's name )
PB-2
75
Removal and Disposal of Asbestos - Containing Bid # 2727 CITY OF DENTON
Roof Materials and Lead Based Paint at Old Power Plant/ August 17, 2001
New Central Fire Station
PAYMENT BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That Southwest Constructors Inc, whose address
is P 0 Box 50469 Austin, TX 78753 hereinafter called Principal, and
Gulf Insurance Comnanv , a corporation organized and existing under the laws of
the State of Missouri , 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 TWENTY EIGHT THOUSAND SEVEN HUNDRED
TWENTY-EIGHT DOLLARS ($28 728 00) in lawful money of the United States, to be paid in
Denton, County, Texas, for the payment of which sum well and truly to be made, we hereby bind
ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by
these presents This Bond shall automatically be increased by the amount of any Change Order or
Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or
Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 2001-361, with the City of Denton,
the Owner, dated the 18th day of September A D 2001 , a copy of which is hereto attached and made a
part hereof, for Bid #2727 Removal and Disposal of Asbestos — Containing Roof Materials and Lead
Based Paint at Old Power Plant/New Central Fire Station
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
76
Removal and Disposal of Asbestos - Containing Bid # 2727 CITY OF DENTON
Roof Materials and Lead Based Part at Old Power Plant/ August 17, 2001
New Central Fire Station
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 ansing out of such surety, 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 onginal, this the 25th day of September , 2001
rlk,111000111 1, "m 15114 M-1=1�
ATTEST
PRINCIPAL
S St •.'� •.:
ctors Inc.
SURETY
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
processis
NAME Thomas M. Zale
STREET ADDRESS 4600 Fuller Dr Irving TX 75038
(NOTE Date of Payment Bond must be date of Contract If Resident Agent as not a corporation, gave
a person's name)
77
Removal and DiVosal of Asbestos - Containing Bid # 2727 CITY OF DENTON
Roof Materials and Lead Based Paint at Old Power Plant/ August 17, 2001
New Central Fire Station
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 camers 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 matenal 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
78
Removal and Disposal of Asbestos - Containing Bid # 2727
Roof Materials and Lead Based Paint at Old Power Plant/
New Central Fire Station
CITY OF DENTON
August 17, 2001
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, NONRENE WED 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
79
Removal and Disposal of Asbestos - Containing Bid # 2727
Roof Materials and Lead Based Paint at Old Power Plant/
New Central Fire Station
CITY OF DENTON
August 17, 2001
operations, independent contractors, contractual liability covering this contract
and broad form property damage coverage
Coverage B shall include personal injury
Coverage C, medical payments, is not required
If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO
Form GL 0404) is used, it shall include at least
Bodily injury and Property Damage Liability for premises, operations, products
and completed operations, independent contractors and property damage resulting
from explosion, collapse or underground (XCU) exposures
Broad form contractual liability (preferably by endorsement) covering this
contract, personal injury liability and broad form property damage liability
[X] Automobile Liability Insurance•
Contractor shall provide Commercial Automobile Liability insurance with Combined Single
Limits (CSL) of not less than $500,000 either in a single policy or in a combination of basic
and umbrella or excess policies The policy will include bodily injury and property damage
liability ansmg 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
Removal and Disposal of Asbestos - Containing Bid # 2727
Roof Materials and Lead Based Paint at Old Power Plant/
New Central Fire Station
CITY OF DENTON
August 17, 2001
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 anse 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 carves
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
81
Removal and Disposal of Asbestos - Containing Bid # 2727
Roof Materials and Lead Based Paint at Old Power Plant/
New Central Fire Station
ATTACHMENT
CITY OF DENTON
August 17, 2001
[X] Worker's Compensation Coverage for Building or Construction Projects for
Governmental Entities
A Definitions
Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of
authority to self -insure issued by the commission, or a coverage agreement (TWCC-81,
TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance
coverage for the person's or entity's employees providing services on a project, for the
duration of the project
Duration of the project - includes the time from the beginning of the work on the project
until the contractor's/person's work on the project has been completed and accepted by the
governmental entity
Persons providing services on the project ("subcontractor" in §406 096) - includes all
persons or entities performing all or part of the services the contractor has undertaken to
perform on the project, regardless of whether that person contracted directly with the
contractor and regardless of whether that person has employees This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers,
owner -operators, employees of any such entity, or employees of any entity which furnishes
persons to provide services on the project Services include, without limitation,
providing, hauling, or delivering equipment or materials, or providing labor, transportation,
or other service related to a project "Services" does not include activities unrelated to the
project, such as food/beverage vendors, office supply deliveries, and delivery of portable
toilets
B The contractor shall provide coverage, based on proper reporting of classification codes
and payroll amounts and filing of any overage agreements, which meets the statutory
requirements of Texas Labor Code, Section 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
014
Removal and Disposal of Asbestos - Containing Bid # 2727
Roof Materials and Lead Based Pamt at Old Power Plant/
New Central Fire Station
CITY OF DENTON
August 17, 2001
(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 penod 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
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,
83
Removal and Disposal of Asbestos - Containing Bid # 2727
Roof Materials and Lead Based Paint at Old Power Plant/
New Central Fire Station
CITY OF DENTON
August 17, 2001
(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 carver 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 2727 — Removal and Disposal of Asbestos — Containing Matenals and Lead Based Paint at Old
Power Plant/New Central Fire Station
84
r+
GULF INSURANCE COMPANY
SST LOUIS, MISSOURI
POWER OF ATTORNEY
ORIGINALS OF THIS POWE ff ATTORNEY ARE PRINTED ON BLUE SAFETY PAPER
WITH TEAL INK DUPLICAT S SHALL HAVE THE SAME FORCE AND EFFECT AS AN
ORIGINAL ONLY WHEN ISS ED IN CONJUNCTION WITH THE ORIGINAL
KNOWN ALL MEN BY THESE PRESENTS That the Gulf Insurance Company a corporation duly
organized under the laws of the State of Missouri having its principal office in the city of Irving
Texas pursuant to the following resolution adopted by the Finance & Executive Committee of the
Board of Directors of the said Company on the loth day of August 1993 to wit
RESOLVED that the President Executive Vice President or any Senior Vice President of the
Company shall have authority to make execute and deliver a Power of Attorney constituting as
Attorney in Fact such persons firms or corporations as may be selected from time to time and any
such Attorney in Fact may be removed and the authority granted him revoked by the President or
any Executive Vice President or any Senior Vice President or by the Board of Directors or by the
Finance and Executive Committee of the Board of Directors
RESOLVED that nothing in this Power of Attorney shall be construed as a grant of authority to the
attorney(s) in fact to sign execute, acknowledge deliver or otherwise issue a policy or policies of
insurance on behalf of Gulf Insurance Company
RESOLVED that the signature of the President Executive Vice President or any Senior Vice
President and the Seal of the Company may be affixed to any such Power of Attorney or any
certificate relating thereto by facsimile and any such powers so executed and certified by or
signature and facsimile seal shall be valid and binding upon the Company in the future with respect
to any bond and documents relating to such bonds to which they are attached
Gulf Insurance Company does hereby make constitute and appoint
BOND NUMBER BE 1837254
NAME ADDRESS
PRINCIPAL CITY STATE ZIP
Southwest Constructors Inc
P.O. Box 50469
Austin, TX 78763
EFFECTIVE DATE
September 18, 2001
CONTRACTAMOUNT
$ 28,728.00
BONDAMOUNT
$ 28,728 00
William Gammon, III Matt Berry Andrea H Peck
its true and lawful attorney(s) in fact with full power and authority hereby conferred in its name place and stead to sign execute acknowledge and deliver in its behalf as surety any
and all bonds and undertakings of suretyship, and to bind Gulf Insurance Company thereby as fully and to the same extent as if any bonds undertakings and documents relating to such
bonds and/or undertakings were signed by the duly authorized officer of the Gulf Insurance Company and all the acts of said attorney(s) in fact pursuant to the authority herein given
are hereby ratified and confirmed
The obligation of the Company shall not exceed five million (5 000 000) dollars
IN WITNESS WHEREOF, the Gulf Insurance Company has caused these presents to be signed by any officer of the Company and its Corporate Seal to be
hereto affixed
aB�PANCF o
J � �taPOggl� °yy
a 2
SEAL
STATE OF NEWYORK SS M,F8o
COUNTY OF KINGS
GULF SURANCE (CCO',�MPAAN.�Y
P
Lawrence P Miniter
Executive Vice President
On this 28th day of July, 2000 A D , before me came Lawrence P Miniter, known to me personally who being by me duly sworn, did depose and say that
he resides in the County of Bergen, State of New Jersey, that he is the Executive Vice President of the Gulf Insurance Company, the corporation described
in and which executed the above Instrument, that he knows the seal of said corporation, that the seal affixed to the said instruments is such corporate
seal, that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order
Op.J\D Jgpa,9
2OT�L
m
STATE OF NEW YORK } SS
COUNTY OF NEW YORK OF Nam,
V�
David Ja�
Notary Public, State of New York
No 02JA4958634
Qualified in Kings County
Commission Expires December 30 2001
I, the undersigned, Senior Vice President of the Gulf Insurance Company, a Missouri Corporation, DO HEREBY CERTIFY that the foregoing and attached
POWER OF ATTORNEY remains in full force • - ,/�
�PPNOF J x�r' 1`+ 2010
Signed and Sealed at the City of New York 4se•�PPoggraco,y Dated the /[ �..� day, � x,
o
EAL
S
Geor a Biancardi
Senior vice President
8024 BE (7/2000)
GULF i INSURANCE COMPANY
ST LOUIS, MISSOURI
POWER OF ATTORNEY
ORIGINALS OF THIS POIIII ATTORNEY ARE PRINTED ON BLUE SAFETY PAPER
WITH TEAL INK DUPLICAT S SHALL HAVE THE SAME FORCE AND EFFECT AS AN
ORIGINAL ONLY WHEN ISS ED IN CONJUNCTION WITH THE ORIGINAL
KNOWN ALL MEN BY THESE PRESENTS That the Gulf Insurance Company a corporation duly
organized under the laws of the State of Missouri having its principal office in the city of Irving
Texas pursuant to the following resolution adopted by the Finance & Executive Committee of the
Board of Directors of the said Company on the loth day of August 1993 to wit
RESOLVED that the President Executive Vice President or any Senior Vice President of the
Company shall have authority to make execute and deliver a Power of Attorney constituting as
Attorney in Fact such persons firms or corporations as may be selected from time to time and any
such Attorney in Fact may be removed and the authority granted him revoked by the President or
any Executive Vice President or any Senior Vice President or by the Board of Directors or by the
Finance and Executive Committee of the Board of Directors
RESOLVED that nothing in this Power of Attorney shall be construed as a grant of authority to the
attorney(s) in fact to sign execute acknowledge deliver or otherwise issue a policy or policies of
Insurance on behalf of Gulf Insurance Company
RESOLVED that the signature of the President, Executive Vice President or any Senior Vice
President and the Seal of the Company may be affixed to any such Power of Attorney or any
certificate relating thereto by facsimile and any such powers so executed and certified by facsimile
signature and facsimile seal shall be valid and binding upon the Company in the future with respect
to any bond and documents relating to such bonds to which they are attached
Gulf Insurance Company does hereby make constitute and appoint
BOND NUMBER BE 1837255
PRINCIPAL NAME ADDRESS
CITY, STATE ZIP
Southwest Constructors, Inc
P 0. Box 50469
Austin, TX 78763
EFFECTIVE DATE
September 18, 2001
CONTRACT AMOUNT
$ 28,728100
BONDAMOUNT
$28,728.00
William Gammon, III Matt Berry Andrea H Peck
its true and lawful attorney(s) In fact, with full power and authority hereby conferred in its name place and stead to sign execute acknowledge and deliver in its behalf as surety any
and all bonds and undertakings of suretyship and to bind Gulf Insurance Company thereby as fully and to the same extent as if any bonds undertakings and documents relating to such
bonds andlor undertakings were signed by the duly authorized officer of the Gulf Insurance Company and all the acts of said attorney(s) in fact pursuant to the authority herein given
are hereby ratified and confirmed
The obligation of the Company shall not exceed five million (5 000000) dollars
IN WITNESS WHEREOF, the Gulf Insurance Company has caused these presents to be signed by any officer of the Company and its Corporate Seat to be
hereto affixed
9V RANCE C
J `a p,POAq,. C'r'.o
� cP F i
}
S
SS
STATE OF NEWYORK SS013 `
COUNTY OF KINGS
GULFPNCE C+���
O'MPA��N/Y--
Lawrence P Minter
Executive Vice President
On this 28th day of July, 2000 A D , before me came Lawrence P Miniter, known to me personally who being by me duly sworn, did depose and say, that
he resides in the County of Bergen, State of New Jersey, that he is the Executive Vice President of the Gulf Insurance Company, the corporation described
in and which executed the above instrument, that he knows the seal of said corporation, that the seal affixed to the said instruments is such corporate
seal, that it was so affixed by order of the Board of Directors of said corporation and that he signed his name, thereto by like order
PJ\D JAFp
O ?OTC<9
STATE OF NEWYORK } SSA�s\�o o�
COUNTY OF NEWYORK OFNE`�y
ba'j
David J
Notary Public State of New York
No 02JA495B634
Qualified In Kings County
Commission Expires December 30 2001
I, the undersigned, Senior Vice President of the Gulf Insurance Company, a Missouri Corporation, DO HEREBY CERTIFY that the foregoing and attached
POWER OF ATTORNEY remains in full force
Signed and Sealed at the City of New York `a�pFCR T� p;z Dated the
S
J EAL
M,sso George Biancardi
Senior vice President
8024-BE (7/2000)
CORPORATE RESOLUTION
I, Ross M. Rethaeber. Secretary of Southwest Constructors Services, Inc, a Texas corporation hereby
certify that at a meeting of the Board of Directors of said corporation held on September 1, 2000: the
following resolution was unanimously adopted, and that said resolution remains unchanged and in full
force and effect as of the date below stated
Resolved, that each and any of the persons named below be, and
are hereby authorized and inpowered in the name and on behalf of
this corporation, to execute bids, bid bonds, payment and
performance bonds and/or contracts in regard to transactions
between this corporation and any party for the performance of
construction, demolition, asbestos abatement, lead removal and any
and all other such contracts as may be reasonably necessary for this
corporation to carry out Its business,
NAME
Ellen Rathgaber Miura Oil #A Af Vice President
William J. Post General Manager
In witness whereof I have hereunto set my hand thlsISL day of _, 2000
Subscribed and sworn to before me this _&day of`oX�p� 2000
W
6U `NNE CTARY PUATEOFTomm t two
TE 1
Acow CERTIFICATE OF LIABILITY INSURANCk01WEgA2 DA09/25/01
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
William Gammon Insurance HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
1615 Guadalupe ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
Austin TX 78701 INSURERS AFFORDING COVERAGE
Phone 512-477-6745---
INSURED I INSURER Royal Surplus- Lines -Ins Cc
INSURER B Royal Insurance CO
Southwest
5 s$s ructora, Inc INsuaeRc Southern County Mutual
$ gp48 IINSURERD Texas WC Ins Fund
Austin
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
TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH
MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT
POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS--y�EF
L R TYPE OF INSURANCE POLICY NUMBER
A F•ECTKVE�PDATE (EXFIRA�A LIMITS
D TE MMIDDIYY DATE MWRA_T1
I—
EACH OCCURRENCE
$6,000,000
GENERAL LIABILITY
A IIX�COMMERCIALGENERAL LIABILITY KZE530428
--
05/19/01 05/19/02 1 FIRE DAMAGE (my one fire)
$50,000
CLAIMS MADE X I OCCUR
�MED EXP (Any one person)
$ 5,000
-
PERSONALS ADVINJURY
$6,000,000
"
GENERAL AGGREGATE
$6,000,000
GEN L AGGREGATE LIMIT APPLIES PER
(PRODUCTS COMPIOP AGG
$61000,000
POLICY I I PRO LOG
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT
IEaa"'d-
$ 11000,010
C II ANY AUTO STC543049-0
05/19/01 05/19/02
ALL OWNED AUTOS
1 BODILY INJURY
(Per person)
$
IIf X SCHEDULED AUTOS
I - - — '-
_X HIRED AUTOS
BODILY INJURY
(Per eccldenD
$
X NON OWNED AUTOS
-
PROPERTYGE
$
�
(Peraodtlent)
AUTOONLV EAACCIDENT
$
I GARAGE LIABILITY
EA ACC
$
ANY AUTO
OTHER THAN
AUTO ONLY qGG
$
EACH OCCURRENCE
$ 5,000,000
1 EXCESS LIABILITY
PHAO15772
1 05/19/01 05/19/02 AGGREGATE
$5,000,000
B X (OCCUR CLAIMS MADE
$
$
DEDUCTIBLE
- -
$
RETENTION $
WORKERS COMPENSATION AND
I EMPLOYERS LIABILITY TSF11620702
TORV LIMITS ER
05/19/01 05/19/02 1 EL EACH ACCIDENT
$ 1000000
D
I EL DISEASE EAEMPLOYEEI $ 1000000
EL DISEASE POLICY LIMIT
$ 1000000
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLESIE%CLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
Name of Project City of Denton #2727,
Old Power Plant -Denton, TX
Job Description Removal & Disposal of
Lead & Asbestos
City of Denton, Its Officials, Agents,
Employees and Volunteers are
named as additional insureds on the General Liability Policy
GCF(I II'II,XIC IIVIvcn av 1+���• _. _
CITDE-1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 _ DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
City of Denton REPRESENTATIVES
901E Texas Street
Denton TX 76201
sOWES-2 _ PAGE 2
NOTEPAD:I INSURED'SNAME Southwest Constructors, Inc OP ID GA DATE 09/25/01
This insurance is primary to any other insurance available to the
additional insured with respect to claims covered under the policy
"Said policy shall not be cancelled, nonrenewed or materially change
without 30 days advanced written notice being given to the owner
(City)except whet the policy is being cancelled for non payment of premium
in which case 10 days advance written notice is required
Waiver of Subrogation applies to Workers Compensation for the City of
Denton, its officials, agents, employees and volunteers for work performed
for the City by the named insured