HomeMy WebLinkAbout2001-424ORDINANCE NO AQQ/- `fa`7'
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS
CONTRACT FOR CONSTRUCTION OF A 20 INCH WATERLINE ON BERNARD/JAMES
STREET, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND
PROVIDING AN EFFECTIVE DATE (BID 2722 — BERNARD/JAMES 20 INCH WATERLINE
AWARDED TO PATE AND PATE, LLC IN THE AMOUNT OF $1,130,294 80)
WHEREAS, the City has solicited, received and tabulated competitive bids for the
construction of public works or improvements in accordance with the procedures of STATE law and
City ordinances, and
WHEREAS, the City Manager or a designated employee has received and recommended that
the herein described bids are the lowest responsible bids for the construction of the public works or
improvements described in the bid invitation, bid proposals and plans and specifications therein,
NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I 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
2722 PATE AND PATE, LLC $1,130,294 80
SECTION R 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
SECTIONIII 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 IV That upon acceptance and approval of the above competitive bids and the
SECTION IV 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 V That this ordinance shall become effective immediately upon its passage and
approval
PASSED AND APPROVED this the 6 th day of /G>77.c M1Z6t_ ,2001
ATTEST
JENNIFER WALTERS, CITY SECRETARY
APPROVED AS TO LEGAL FORM
HE Y
�i
ATTORNEY
ORDINANCE
ej� 4'�—
EULINE BROCK, MAYOR
0
/
�i
±
@
2
N
�
q
�
«
±
2
�
�
Q
�
�
U
z
6
n
&
3
�
rill
«
2
±
L
E
k
�] § (
(
}
2
§
S
§
/§(
f
¥
»
»
(
k\
(
§
q
m
n
U)
\
/
\
>
§
w
,
2_
§
w
\
m
m
m
$
k \
)
\
/
\
)
/
k
\
m
m
m
z
_
/
\
\
)
»
/
}
;
\
\
\
[
S
S
§
§
cl
!
»
y
»
>
w
!
§
;
k
§6
/
\
q
n
n
�
(
\
\
>
!
®
§
!)
\
)
m
n
n
\
\
\
§
; (
\
k
§
R
`
k
k
§
§
C
§
§
) §
»
»
»
§
)
(
s
§
n
«
m
$ §
\
\
\
LU
'
R(
-
;
a
,
2
N
\
\
\
j
g
0
%
m
c
§
§
LU
FL
\
-
/
/
(
®
■
U.
)
Bemard/James 20-Inch Water Lme Bid # 2722 CITY OF DENTON
CONTRACT AGREEMENT
STATE OF TEXAS
COUNTY OF DENTON
THIS AGREEMENT, made and entered into this 6th day of November
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
Pate & Pate LLC
of the City of Kennedale , County of Tarrant 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 #2722 Bemard/James 20-Inch Water Line
in the amount of $1,130,294 80 and all extra work in connection therewith, under the terms as
stated in thei 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
Kimley-Horn and Associates, Inc , 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
Bemard/James 20�hich Water Lme Bid # 2722 CITY OF DENTON
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
Beinard/James 20-Inch Water Line Bid # 2722 CITY OF DENTON
IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the
year and day first above written
ATTEST
d d-
APPROVED AS TO FORM
id /A�
CITY
OWNER BY f &,-ADSe-
H�inq
(SEAL)
Pate and Pate LLC
C�TRACTOR
Dougl s Bisballe, Vice -President
780 W. Mansfield Highway
xanneda7_e. Texas 76060
MAILING ADDRESS
817-483-0999
PHONE NUMBER
I:�
.M.15LUMV 1.10;
BY Vice -President
TITLE
lsy"C,
Douglas Bisballe
PRINTED NAME
(SEAL)
Bemard/James 20-Inch Water Line Bid # 2722 CITY OF DENTON
July 31, 2001
NAME OF BIDDER Pate & Pa
DATE Sifpteraber 4, 2001
MS CHRISTY SKIRCHAK
PURCHASING
CITY OF DENTON
901-B TEXAS STREET
DENTON, TX 76209
Dear Ms Skirohak
The undersigned, in compliance with your advertisement for Bids for Bernard/James 20-Inch Water
Line, having examined the Drawings and Specifications, together with the related documents and all
conditions surrounding the work, and having visited the sites of the proposed work, hereby, proposes
to furnish all work in every detail in accordance with the Contract Documents within the time set forth
herein and at the pries stated below These pries shall cover all expenses incurred in performing the
work under the Contract Documents, of which the Proposal is a part
Attached herewith, please find (Cashier's Check) (Certified Check) (Bid Bond) in the amount of
$ , five percent (5%) of the bid
I (or we) acknowledge receipt of the following addenda
ADDENDA 41 (Initial)
ADDENDA #2 Ak (Initial)
ADDENDA #3 (Initial)
Bemard/James 20-Inch Water Lute Bid # 2722 CITY OF DENTON
July 31, 2001
CONTRACT DOCUMENTS Having examined the Proposal, General Instructions, Materials,
Execution, Drawings, and Contract for (Bid # 2722) and Bernard/James 20-Inch Water Line and
having examined the premises and circumstances affecting the work, the undersigned offer
OFFER 1 To furnish all labor, material, tools, equipment, transportation, bonds, all applicable taxes,
incidentals, and other facilities, and to perform all work for the said Bernard/James 20-Inch Water Line
for the following area
BASE BID — Bernard/James 20-Inch Water Line
One million one hundred thirty thousand two
Inwords hundred ninety four dollars and eighty cents $ 1, 130, 294.80
BID TABULATION SHEET
Base Bid
WORKDAYS 120
BID NO 2722
PO NO
SP-3 6"Water Line 685 LF
$ 38J00 $ 26,030 0
Unit Price m Words Thirty eight dollars and no cents
SP-3
8" Water Line
1,589
LF 1
$ 40./00
$ 63,560 00
Unit Price m Words Forty dollars and no cents
SP-3
20" Water Line 1
9,426 1
LF
$ 6 3 /L 5
$ 9 6 ,19 4 50
Umt Price m Words Sixty threes dollars and twenty five cents
Section 02310
36" Bore and Casing
661
LF 1
$ 2 6 4 ./0 0
$17 4 , 5 0 4 00
Unit Pricem Words Two hundred sixty four dollars and no cents
SP-3 I
Standard Water Service
18 1
EA
$ 3 5 0 ./0 0 1
$ 6 , 3 0 0. 0 0
UnitPricemWords Three hundred fifty dollars and no cents
SP-3
Connect to Existing 20" Water
Line
1
1 EA
$ 4 , 2 0 0 ./0 0
$ 4 , 2 0 0. 0 0
Umt Pricem Words Forty two hundred dollars and no cents
20"x6" Connection 1
3
1 EA
$ 1, 950./00
$ 5,850.00
UmtP;icemWords Nineteen hundred fifty dollars and no cents
20"x8" Connection
1
1 EA
$ 2, 2 00 ./0 0
1 $ 2,200 0 0
Unit P;ice m Words Twenty two hundred dollars and no cents
SP-3
8"x6" Tapping Sleeve and
Valve
1
T
1 EA
$ 1,600 /0 0
I
$ 1,600.00
Unit P#ice m Words Sixteen hundred dollars and no cents
SP-3
1 8"x8" Tapping Sleeve and
Valve
1
EA
$ 1, 8 5 0 ./0 0
$ 1,850.00
1lmtPticemWords Eighteen hundred fifty dollars and no cents
SP-3
16"x 16" Tapping Sleeve and
Valve
1
EA
$ 9 , 5 3 0 /0 0
$ 9 , 5 3 0. 0
Unit P�icem Words Ninety five hundred thirty dollars and no. cents
BID TABULATION SHEET
Base Bid Cont
WORKDAYS 120
BID NO 2722
PO NO
SP-3
'6" Gate Valve
3 1
EA
$ 500.00
$ 1, 500. 00
Unit Price m Words Five hundred dollars and no cents
SP-3
8" Gate Valve
4
EA
$ 640.00 1
$ 2,560 00
Umt Price in Words Two hundred fifty dollars and no cents
SP-3
20" Gate Valve and Vault
6
EA
f5 , 3 0 0 d Q
$ 91, 8 0 0. 0 0
Umt Pricem Words Fifteen thousand three hundred dollars and no cents
SP-3 I
Fire Hydrant Assembly
6
EA 1
$ 2, 2 5 0 00
$ 13,500.00
UmtPncemWords Twenty two hundred fifty dollars and no cents
6 7 3(1)(3)
2" Au Release Valve Assembly
3
EA
$4, 300.00
$ 12, 900. 00
Unit Ptice m Words Forty three hudnred dollars and no cents
6 7 3(1)(3)
2" Combination Air Release
Valve Assembly
1
EA
$4, 550 00
$ 4,550.00
UmtPIlcemWords FoFty five hudnred fifty dollars and no cents
SC-40
Saw Cut
16,656
LF
$ 80
$ 13, 3 24 8 0
Umt Pricem Words No dollars and eighty cents
Item 3
Remove Concrete Pavement
83
SY
$ 3.30
$ 273.90
Umt Pricem Words Three dollars and thirty cents
Item 5 8
Concrete Pavement
83
1 SY
$ 51.00
$ 4,233 00
Umt P,ncem Words Fifty one dollars and no cents
SP-3
Grass Seeding w/Erosion
Control Blanket
898
LF
$ 6.70
$ 6,016 60
Umt Price m Words Six dollars and seventy cents
SC-37
I Excavation Protection
1 8,765
1 LF
$ 3. /2 0
1 $ 2 8, 048 00
Umt Pricem Words Three dollars and twenty cents
BID TABULATION SHEET
Base Bid Cont
WORKDAYS 120
BID NO 2722
PO NO
SC-39
Project Signs
2
7EA$ 935 )DO $ 1,870 00
Unit Price in Words Nine hundred thirty five dollars and no cents
Item 8 1
Barricades, Warning Signs, and
Detours
1
LS
$ 7, 7 0 0 b 0
$ 7,700 00
Unit Price m Words Seventy seven hundred dollars and no cents
Item 3 1
Preparation of Right -of -Way
1
I LS
� 1, 7 0 b. 0 d
Unit Price in Words Twenty one thousand seven hudnred dollars and no cent
Item 121
Contractor's Warranties and
Understanding
1
LS
$ 5 0 0.4 0
$ 500 00
Unit Price m Words Five hundred dollars and no cents
Section 02010
LPST Site Work
1
LS
/
$ 27,500 0 0
UnitPricemWords Twenty seven thousand five hundred dollars and no cen
UPRR Contractor's Right of
Entry Agreement Fee
1
LS
$ 500/00
1 $500 00
Unit Price m Words Five hundred dollars and no cents
s
Bernard/James 204nch Water Lme Bid # 2722 CITY OF DENTON
July 31, 2001
Bemard/James 20-Inch Water Line
IS/•yY�li/\tfy
TOTAL
411,480.79
$ 1,130,294.80
EXAMINATION OF SITE By sigmng 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 limits set forth below subject to additional days that may be added due to inclement weather
and/or other justified and reasonable extensions or time as may be approved by the Owner
Contractors that are awarded contracts shall be prepared to immediately sit down with the City of
Denton Representatives and present a plan that will illustrate how progression of work is to take place
to insure completion of all work within specified time limits The time limits areas follows
All work is to be started and completed within 40 (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
11
Bemard/James 20-Inch Water Line Bid # 2722 CITY OF DENTON
July 31, 2001
A working day is defined as a calendar day, in which weather or other conditions not under the control
of the company will permit the performance of the pnncipal units of work underway for a continuous
period of not less than seven (7) hours between 7 00 A M and 6 00 P M
The undersigned agrees that the Owner may retain the sum, as prescnbed in the North Texas Council
of Governments General Provisions, from the amount to be paid to the undersigned for each calendar
day that the work contemplated remains incomplete beyond the time set forth, Sundays and holidays
INCLUDED This amount is agreed upon as the proper measure of liquidated damages which the
Owner will sustain per day by failure of the undersigned to complete the work at the stipulated time,
and is not to be ponstrued in any sense as a penalty
Payment will be made to the contractor within thirty (30) days after receipt of proper invoice and
written acceptance of project from the Owner's representative, all required material invoices,
documentation, etc and all wntten warranties from both contractor and manufacturer
I (or we) agree to promptly furnish a correct and current financial statement of condition with a list of
owned equipment and an experience record of completed projects for examination by Owner and
architect, if same is required
SEAT (If by Corporation) RESP
E
C
T
F
ULLY SUBMITTED BY
(Name)
Vice -Prey dent
(Title)
780 W. Mansfield Highway
(Address)
Kennedale, Texas 76060
12
Bemard/James 20-Inch Water Lme Bid # 2722 CITY OF DENTON
PERFORMANCE BOND
STATE OF TEXAS
COUNTY OF iDENTON
Bond #SF0932
KNOW ALL MEN BY THESE PRESENTS That Pate & Pate, LLC whose address is
780 Wl Mansfield Highway, Kennedale, TX 76060 hereinafter called Principal, and
Fidelity and Guaranty Insurance Underwriters Inc. , a corporation organized and
existing under the laws of the State of Wisconsin , and fully authorized to transact
business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a
municipal corporation organized and existing under the laws of the State of Texas, hereinafter called
Owner, in the penal sum of One Million, One Hundred & Thirty Thousand, Two Hundred and
Ninety Four DOLLARS and Eighty Cents ($1,130,294 80 ) 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- 424, with the City of Denton,
the Owner, dated the 6t' day of November A D 2001 , a copy of which is hereto attached and
made a part hereof, for Bid # 2722 Bernard/James 20-Inch Water Line
NOWT 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 workmanphip 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 - I
Bemard/James 204nch Water Lme Bid # 2722 CITY OF DENTON
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 6th day of November , 2001
ATTEST
BY(
Diann R Caldwell
Assistant Secretary
A&UHX WITNESS
BY
sine Lewis, Witne
PRINCIPAL
Pate V7Pate, LLC
BY A&LA 6944,
Douglas Bisballe
Vice -President
SURETY
Fidelity and Guaranty
Insurance Underwriters, lnc.
BY
ATTORNEY -IN -FACT Roy E. Simmons
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
process is
Joe Hale of St. Paul Surety W"
NAME j*fc& Atamk$xlkxm(gxa:Rxgmaxx&xlk=sxkmK=amacax&mat=xxxkRa-
s 75231
STREET ADDRESS
(NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation,
give a person's name )
PB-2
Bemard/James 20•Inch Water Line Bid # 2722 CITY OF DENTON
Bond #SF0932
PAYMENT BOND
STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS That Pate & Pate, LLC , whose address is
780 W, Mansfield Highway, Kennedale, TX 76060 hereinafter called Principal, and
Fidelity and Guaranty Insurance Underwriters, Inc a corporation organized and existing under
the laws of the State of Wisconsin , and fully authorized to transact business in the State of
Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation
organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all
persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or
improvements) hereinafter referred to, in the penal sum of One Million, One Hundred & Thirty
Thousand, Two Hundred & Ninety Four DOLLARS and Eighty Cents ($1,130,294 80) 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 2001-424, with the City of Denton,
the Owner, dated the 6ih day of November A D 2001 , a copy of which is hereto attached and
made a part hereof, for Bid # 2722 Bernard/James 20-Inch Water Line
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
Bernard/James 20•Inch Water Line Bid # 2722 CITY OF DENTON
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 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 original, this the 6th day of November , 2001
ATTEST
BY ah6��C{,(X
Diann R Caldwell
Assistant Secretary
Al'ftft WITNESS
u
BY
aine Lewis, W to ss
PRINCIPAL
Pate Pate, LLC
BY
�. Douglas R. Bisballe
SURETY
Fidelity and Guaranty
Insurance Underwriters, Inc.
BY 41
A TORNEY-IN-FACTRoy E. Simmons
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
process is p .
Joe Hale of St. Paul Surety (�J�
NAME ��BffT�ixax�8x88x8�at3tx8>itsta�sxsxxxaca�xx�cxxxx�cxxxxxxx#xxx
8144 Walnut Hill Lane, Suite 1199, Dallas, Texas 75231
STREET ADDRESS Bi@fSttdx�aaa��x3tt��x3canaxxSuacicuxi8�rxi�a�gasjcx��icaaxStS881
(NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a corporation, give
a person's name)
POWER OF ATTORNEY
mestiftl
Power of Attorney No
Seaboard Surety Company
St Paul Fire and Marine Insurance Company
St Paul Guardian Insurance Company
St Paul Mercury Insurance Company
20816
United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc
Certificate No 94 5 015
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 are corporations duly organized undo
the laws of the State of Minnesota and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland and
that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa and that Fidelity and Guaranty Insurance
Underwriters Inc is a corporation duly organized under the laws of the State of Wisconsin (herein collectnely culled the Companies ) and that the Companies do
hereby make constitute and appoint
Scott D Chapman, Roy E Simmons and Elame Lewis
The Woodlands
Texas
of the City of State _ their fine and lawful Attomay(s) m I• to
each in their separate capacity if more than one is named above to sign its name as surety to and to execute seal and acknowledge any and all bonds undertakings
contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons guaranteeing the
pertormari of contracts and executing or guaranteeing bonds and undertakings 11 tegulsred or permitted many actions or ptoceedmgs allowed by Isw
IN WITNLSS WHEREOF the Companies have caused this Instrument to ie'siggad and sealed this _ 1St clay of December 1999
Seaboard Surety Company United States fidelity and Guaranty ( ompany
St Paul Fire and Marine Insurance Company f rdehty and Guaranty Insurance Company
St Paul Guardian Insurance Coin any Ifidelity and Guaranty Insurance Underwriters, Inc�Cj/7�
St Paul Mercury Insurance Colnp�ay
y R M F
PS! �,pnYORR),.^i^ wrnYalnO
a /927 �saxs f 1 u 19�
State of Maryland /
City of B dumore THOM %S E HUIBRP(9 SE A+vu nit hoi1nq
On this 1st _ day of December _ 1999 before me III, undusigned officer persondly appeared John 1 Phmncy and
Thomas E Hmbregtse who acknowledged themselves to be the Vice President and Asset im Sccrenry respectively of Seaboard Surety Comp my St P nil I in. and
Marine Insurance Company St Paul Guardian Insurance Company St Paul Mercury Insurance Comp ury United States Fidelity and Gu iramy Company Fidclny and
Guatanty Insurance Company and Fidelity and Guaranty Insurance Underwriters Inc and that the seals affixed to the foregoing msb ument an, the coipotete sc ds of
said Companies ind that they as such being authorzed so to do executed the foregoing instrument for the purposes therein coot tined by signing the a unos of the
corporations by themselves as duly authorized officers
�rF'PEAB(FY P�0 AbTggy v
In Witness Whereof, I hereunto set my hand and ofhuul seal a PUe(t
p C
My Commission expires the l3(h dug of July 2002 ''(b� cis VO REBLCCA EASLEY ONOKALA Notary Pubbc
86203 Rev 7 2000 Printed in U S A
This Power of Attomcy is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company St Paul
Fin, ind Marine Insurance Company St Paul Guardian Insurance Company St Paul Mercury Insurance Company United States Fidelity and Guaranty Company
Mdehty and Guaranty Insar Ott t Compiny and Fidelity and Guaranty Insurance Underwriters Int, on September 2 1998 which resolutions are now in full force and
effect reading as follows
RESOLVFD, that in connection with the I dehty and surety msur moe business of the Company all bonds undertakings contracts and other instruments relating
to said business may be signed executed and acknowledged by persons or entities appointed as Attorneys) in Fact pursuant to a Power of Attorney issued in
accordance with these resolutions Said Power(s) of Attorney for and on beh df of the Company may and shall be executed in the name and on behalf of the
Company either by the Ch Orman or the Pieshdcnt or any Vice President or an Assistant Vice President ,jointly with the Secretary or an Assist mt Secretary
undet their respective designations 9 he signature of such officers in ty be engraved printed or lithographed The signature of each of the foregoing officers and
the seal of the Company may be hfttxed by f ¢simile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s) in Fact for purposes
only of executing and uiesnng bonds and undertakings and other writings obligatory in the nature thereof and subject to any limitations set forth thereat any
such Power of Attorney to cei nficate hearing such facsimile signature of facsimile seal shall be valid and binding upon the Company and any such power so exe
cuted and certified by such facsimile signature and facshmde seal shall be valid and binding upon the Company with respect to any bond or undertaking to which
it is validly atlsched and
RESOLVFD FURTHER, that Attomay(s) in Fact shill have the power and authority and in any case subject to the terms and limitations of the Power of
Aromey issued them to execute and dehvei on It .h ill of the Company aid to attach the seal of the Company to any and all bonds and undertakings and other
writings obligatory in the n can, thecof and my Such urstrumam executed by such Attomey(s) in Fact shall be as binding upon the Company is it signed by an
FxecnthVL Officer and , d d and atcstcd m by the Scerel try of the Company
1 Thom is E Hu bregtse Assist att Secret try of Se ibo rid Surety Comp my St Paul Fire and M urine Insurance Company St PSnI (,u inch in Insurance Company
St P oil MCo my Insuh met, Comp my Umtr.d St ties Fidelity nrd Go it any Comp my Fidelity and Guar any Insunnce Company and Fidelity aid Go rarity Insurance
Underwnteh s Inc do hwcby cchnty that the ibovc and foregoing is a true and correct copy of the Posses of Attorney executed by sod Companies which is in full force
and efect and It is not been revoked
IN PFSTIMONY WIIERFOF, I hereunto set my Is and this 6th day of _ November _ 2001
✓ //M NS�U //~_�9 r
1"
927 n 3 ;1 jy,pnroN.o`L) :ys uN'aNwNm C97
xcanvatno
4 w� rM n Sk al '! �} SEAL t 1wa
� Thomas Huhbregtsc Assist in[Sechctuy
Fi
To verify the authenticity of this Power of Itmincy call 1 800 421 3880 and askforthe Power of Attorney clerk Please refer to the Power of Attorney number,
the abate named md,viduals and Use details of the bond to which the power rf atadred''
SlFhul Surety
IMPORTANT NOTICE:
To obtain information or make a complaint
You may contact the Texas Department of Insurance to obtain information on companies,
coverages, rights or complaints at
1-800-252-3439
You may write the Texas Department of Insurance at
P O Box 149104
Austin, TX 78714-9104
FAX# 1-512-475-1771
Your notice of claim against the attached bond may be given to the surety company that issued
the bond by sending it to the following address
Mailing Address St Paul Surety Claim
P O Box 4689
Federal Way, WA 98063-4689
Physical Address St Paul Surety Claim
31919 First Avenue South
Suite 100
Federal Way, WA 98003
You may also contact the St Paul Surety Claim office by telephone at
Telephone Number 1-253-945-1545
PREMIUM OR CLAIM DISPUTES
If you have a dispute concerning a premium, you should contact the agent first If you have a
dispute concerning a claim, you should contact the company first If the dispute is not resolved,
You may contact the Texas Department of Insurance
ATTACH THIS NOTICE TO YOUR BOND
This notice is for information only and does not become a part or condition of the attached
document
Bemard/James 20•Inch Water Line Bid # 2722 CITY OF DENTON
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below It is highly recommended that
bidders conferlwith 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 follo�ing 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
of 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
Beniard/James 20-Inch Water Lme Bid # 2722 CITY OF DENTON
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 POLICYSHALL NOT BE CANCELLED, NONRENEWED OR MATERMLLY
CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO
THE OWNER (CITI) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR
NONPAYMENT OF PREMIUM IN WHICH CASE IO DAYS ADVANCE WRITTEN
NOTICE IS REQUIRED"
• Should any of the required insurance be provided under a claims -made form, Contractor
shall maintain such coverage continuously throughout the term of this contract and,
without lapse, for a period of three years beyond the contract expiration, such that
occurrences arising during the contract term which give rise to claims made after
expiration of the contract shall be covered
Should any of the required insurance be provided under a form of coverage that includes a
general annual aggregate limit providing for claims investigation or legal defense costs to
be included in the general annual aggregate limit, the Contractor shall either double the
occurrence limits or obtain Owners and Contractors Protective Liability Insurance
• Should any required insurance lapse during the contract term, requests for payments
originating after such lapse shall not be processed until the City receives satisfactory
evidence of reinstated coverage as required by this contract, effective as of the lapse date
If insurance is not reinstated, City may, at its sole option, terminate this agreement
effective on the date of the lapse
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS
All insurance policies proposed or obtained in satisfaction of this Contract shall additionally
comply with the following marked specifications, and shall be maintained in compliance with
these additional specifications throughout the duration of the Contract, or longer, if so noted
[X] A General Liability Insurance.
General Liability insurance with combined single limits of not less than $1,000,000 shall
be provided and maintained by the Contractor The policy shall be written on an
occurrence basis either in a single policy or in a combination of underlying and umbrella or
excess policies
If the Commercial General Liability form (ISO Form CG 0001 current edition) is used
• Coverage A shall include premises, operations, products, and completed
operations, independent contractors, contractual liability covering this contract
and broad form property damage coverage
Bemard/James 20-Inch Water Line Bid # 2722 CITY OF DENTON
Coverage B shall include personal injury
Coverage C, medical payments, is not required
If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO
Form GL 0404) is used, it shall include at least
Bodily injury and Property Damage Liability for premises, operations, products
and completed operations, independent contractors and property damage resulting
from explosion, collapse or underground (XCU) exposures
Broad form contractual liability (preferably by endorsement) covering this
contract, personal injury liability and broad form property damage liability
[X] Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability insurance with Combined Single
Limits (CSL) of not less than $500,000 either in a single policy or in a combination of basic
and umbrella or excess policies The policy will include bodily injury and property damage
liability arising out of the operation, maintenance and use of all automobiles and mobile
equipment used in conjunction with this contract
Satisfaction of the above requirement shall be in the form of a policy endorsement for
any auto, or
all owned, hired and non -owned autos
[X] Workers Compensation Insurance
Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to
meeting the mintmum 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
Bemard/James 20•Inch Water Lme Bid # 2722 CITY OF DENTON
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
negligent acts, errors or omissions in connection with
this Agreement
Builders' Risk Insurance
per claim with respect to
professional services is required under
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
Bemard/James 20-Inch Water Lme Bid # 2722 CITY OF DENTON
ATTACHMENT 1
[X] Worker's Compensation Coverage for Building or Construction Projects for
Governmental Entities
A Definitions
Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of
authority to self -insure issued by the commission, or a coverage agreement (TWCC-81,
TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance
coverage for the person's or entity's employees providing services on a project, for the
duration of the project
Duration of the project - includes the time from the beginning of the work on the project
until the contractor's/person's work on the project has been completed and accepted by the
governmental entity
Persons providing services on the project ("subcontractor" in §406 096) - includes all
persons or entities performing all or part of the services the contractor has undertaken to
perform on the project, regardless of whether that person contracted directly with the
contractor and regardless of whether that person has employees This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers,
owner -operators, employees of any such entity, or employees of any entity, which
furnishes persons to provide services on the project "Services" include, without
limitation, providing, hauling, or delivering equipment or materials, or providing labor,
transportation, or other service related to a project "Services" does not include activities
unrelated to the project, such as food/beverage vendors, office supply deliveries, and
delivery of portable toilets
B The contractor shall provide coverage, based on proper reporting of classification codes
and payroll amounts and filing of any overage agreements, which meets the statutory
requirements of Texas Labor Code, Section 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
Bemard/James 20-Inch Water Lme Bid # 2722 CITY OF DENTON
(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
Bemard/James 201Inch Water Lme Bid # 2722 CITY OF DENTON
(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
By signing this contract or providing or causing to be provided a certificate of coverage,
the contractor is representing to the governmental entity that all employees of the
contractor who will provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that the coverage will be based on
proper reporting of classification codes and payroll amounts, and that all coverage
agreements will be filed with the appropriate insurance carrier or, in the case of a self -
insured, with the commission's Division of Self -Insurance Regulation Providing false or
m#sleadmg information may subject the contractor to administrative penalties, criminal
penalties, civil penalties, or other civil actions
K T) e 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 #2722 — Bemard/James 20-Inch Water Line
ACORD;. C RTIFI ATE OF LIABILITY INSURANCE PACE 1 OF � DATE(MM/DDfY
PRODUCER 86463
Willis of Texas Inc
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
One Riverway
HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
Suite 900
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
Houston TX 77056
COMPANIES AFFORDING COVERAGE
(713) 961 3800
Karen Williams
19372-001 (HOUS)
COMPANY Northern Insurance Company of New York
A
INSURED
19364-001 (HOUS)
COMPANY
B National Standard Insurance Company
26611-001 (HOUS)
PATE BROTHERS CONSTRUCTION, INC
780 WEST MANSFIELD HW
COMPANY Valiant Insurance Company
KENNEDALE TX 76060
COMPANY
D
i{:pYEi1Af#E� £
THIS IS TO CERTIFY THAT 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 LIMITS SHOWN MAY
HAVE BEEN REDUCED BY PAID CLAIMS
CO
LTA
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE(MM/DDIYY)
POLICY EXPIRATION
DATE (MMIDD/YV)
LIMITS
A
GENERAL
LIABILITY
CON69551961
01JAN 2001
01JAN 2002
GENERALAGGREGATE
$ 2,000,000
X
PRODUCTS-0OMPOP AGO
$ 2,000,000
COMMERCIALGENERIAy UIABWTY
PERSONAL B AOV INJURY
$ 1,000,000
CLAIMS MADE [ J OCCUR
EACH OCCURRENCE
$ 1,000.000
OWNER S A CONTRACTOR S PROT
X
FIRE DAMAGE (Any one fire
$ 300 000
XCV
MED EXP (Anyone arson
10.000
B
AUTOMOBILE
X
LIABILITY
ANVAUTO
CON69651993
01JAN 2001
01JAN 2002
COMBINED SINGLE LIMIT
$ 1 000 000
_
BODILY INJURY
(Par Person)
$
ALLOWNEDAUTOS
SCHEDULED AUTOS
X
BODILYINJURY
$
HIRED AUTOS
X
NON -OWNED AUTOS
(Per accident)
PROPERTY DAMAGE
$
GARAGE
LIABILITY
AUTOONLV EAACCIDENT
$
OTHER THAN AUTO ONLY
ANY AUTO
EACH ACCIDENT
$
AGGREGATE
A
EXCESS LIABILITY
CONS8200255
01JAN 2001
01JAN-2002
EACHOCCURRENCE
$ 10,000,000
AGGREGATE
$ 10 000 000
X UMBRELLA FORM
OTHER THAN UMBREL FORM
C
WORKERS COMPENSATION AND
C269551910
01JAN 2001
01 JAN 2002
OTH
X WCS ATU ER
EL EACH ACCIDENT
$ 1,000,000
EMPLOYERS LIABILITY
THE PARTNE SIEXE U X INCL
PARTNERS/EXECUTIVE
OFFICERS ARE EXCL
EL DISEASE POLICY LIMIT
$ 1 000 D00
EL DISEASE EA EMPLOYEE
—
1,000,000
OTHER
DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESISPECIAL ITEMS
SEE ATTACHED
O$L;H'PW"'YEHO1LDEki
OANOIELLA11dN DAPI111OkLwarflun"P"n'
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL X kWW)tO MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT
CITY OF DENTON
KMFAKLaFMKINIKXXXAXNBXIMSKXDUNXNIOBO YM60KMXKUXWXWBRAIN(X%
901 B TEXAS STREET
01X XNXXANNOX X%UX XMXXBKNIWXIDKXXUMWWNWiXXIBBIXX
our o ¢E RePRE
�
DENTON TX 76201
D 2SI 16S 0 10QK
@ ACO AD CORPORATION 1868
Willis
E DATE (MMIDD/YY)
13-NOV-2001
INSURED
PRODUCER
Willis of Texas Inc
One Riverway
Suite 900
PATE BROTHERS CONSTRUCTION, INC Houston TX 77056
780 WEST MANSFIELD HW (713) 961-3800
KENNEDALE TX 76060
Karen Williams
t�+V#RAtiee s 'i
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOC
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 LIMITS MAY HAVE BEEN REDUCED BY PAID CLAIMS
TYPE OF INSURANCE POLICY NUMBER I P..r. Y EwnnTiwE OLICY I PnsTP tuimnnAvw LIMITS
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
RE. Bernard/James 20" Water Line
The above referenced policies have been endorsed to name City of Denton, its
Officials, Agents, Employees and volunteers as Additional Insured on all
policies except Worker's Compensation and provide Waiver of Subrogation on
all policies if required by written contract
Liability policies are primary to any other insurance.
Said policy shall not be canceled, nonrenewed or materially changed without
30 days advanced written notice being given to the owner (City) except when
the policy is being canceled for non-payment of premium in which case 10 days
advance written notice is required
The above referenced policies cannot be cancelled, non -renewed or materially
changed without 30 days advance written notice being given to the owner,
except 10 days for non-payment
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 SU$ROGATION 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
This Certificate of Insurance does not constitute a contract between the
insuring Insurer(s), authorized representative or producer, and the
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL 1900INW) I MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT
CITY OF DENTON
901B TEXAS STREET
DENTON TX 76201
DAT
OF INSURANCE PAGE 3 op 3 n D13 NOV 201
INSURED ----
PRODUCER
Willis of Texas, Inc
One RlvenNay
Suits 900
PATE BROTHERS CONSTRUCTION INC
Houston TX 77056
780 WEST MAINSFIELD HW
)713) 961-3800
KENNEDALE TX 76060
Karen Williams
THIS IS TO CERTIFY THAT 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 LIMITS MAY HAVE BEEN REDUCED BY PAID CLAIMS
EXIRAT
TYPE OF INSURANCE POLICY NUMBER I POLICYDATEIMMIDDI PDA EYIMMPDDIV ON LIMITS
certificate holder, nor does it affirmatively or negatively amend, extend or
alter the coverage afforded by the policies listed thereon.
CITY OF DENTON
901BTEXAS STREET
DENTON TX 76201
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL 010VAVO11XXe MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BN:OI KA N1INEXROI MMMK 1Bt00lN NRtGEXANa00X NNARBAI 81DXN NKNtl1Q NNA 7QIK KN�9AMR'A
STATE OF TEXAS
COUNTY OF DENTON
RELEASE DISTRIBUTION OF FUNDS AND HOLD HARMLESS AGREEMENT
PROJECT: City of Denton, Texas — Bernard/James 20-inch Waterline ("Project")
OWNER: City of Denton, Texas ("City")
CONTRACTOR: Pate & Pate, L.L.C. ("Contractor")
SURETY: Fidelity and Guaranty Insurance Underwriters, Inc., a Wisconsin Corporation
("FGIU")
PERFORMANCE BOND: Bid No. 2722 — Dated November 6, 2001 — Issued by Fidelity & Guaranty Underwriters,
a Wisconsin Corporation
PAYMENT BOND: Bid No. 2722 — Dated November 6, 2001 — Issued by Fidelity & Guaranty Underwriters,
a Wisconsin Corporation
AMOUNT OF BOND: $1,130,294.80
Remaining funds currently held by the City of Denton regarding the above Contract: $205,304.22
Less amounts billed by City of Denton incident to completion of the Contract:
Raising valve boxes to grade (August 20, 2002 to January 2, 2003) $7,265.94
Street repairs incurred by the City of Denton (from September 20, 2002 to
November 15, 2002) $13,995.99
$21,261.93
Net remaining available balance on Contract to be paid to FGN by the City,
upon the execution of this Release, Distribution of Funds and Hold Harmless Agreement: $184,042.29
COVENANTS
OF THE CITY OF DENTON AND FGIU INSURANCE
1. That City and FGIU agree that the Contractor, Pate & Pate, L.L.C. wholly abandoned its work on the
Project in the month of August 2002.
2. That City and FGIU agree that the Contractor, Pate & Pate, L.L.C. did not finish the Project. The City and
FGIU agree that FGIU came forward and pursuant to its contractual duties, as Surety, completed the Project. The
City and FGIU also agree that the City spent some $21,261.93 in order to complete the Contract after Contractor's
abandonment of the Project. FGIU is aware of the elements of that claim by the City, has received substantiation
and documentation, and hereby authorizes that the City may be paid the sum of $21,261.93 as a reasonable sum, in
reimbursement for amounts that the City spent to complete the Project, as stated above.
3. The City and FGIU agree that the City holds $205,304.22 in remaining funds owing on the Contract. The
City and FGIU agree that the funds will be distributed by the City as follows: $184,042.29 payable to FGN in full
and final satisfaction of payment of the City's obligation to FGN under the terms of the above stated Payment and
667147.2
Performance Bonds. The balance of $21,263.93 shall be retained by the City for completion expenses regarding the
Contract. The City shall prepare an invoice for that amount and shall pay itself once it mails the check to FGIU's
Texas attorneys, set forth below.
4. FGIU agrees to indemnify and to fully defend the city, and to hold the city, its officials, officers,
employees, and assigns harmless from any claims, losses or liabilities whatsoever regarding obligations that are
brought by anyone, including, without limitation, the contractor or its successors or assigns; any fiduciary respecting
the contractor, his successors or assigns; any valid payment bond claims for unpaid work performed on the project;
any claims brought respecting the contract proceeds by Madisonville State Bank, its successors or assigns, or others;
and any valid payment bond claims brought by materialmen, for unpaid materials used or specially fabricated for the
project. FGIU and the city each recognize that the likelihood of any such claim(s) being brought against the city on
the contract is remote, considering the facts and the applicable Texas statutes of limitation. Provided, however, that
this indemnity and agreement to defend will in no event exceed $184,042.29.
5. Other than those obligations created hereby, the City and FGIU, intend to fully settle and compromise any
disputes or controversies that have arisen between them, by the execution of this Agreement. City shall transmit a
check for the agreed -upon amount to Texas legal counsel for FGIU once it receives an itemized bill for $184,042.29
from FGIU and once this Release, Distribution of Funds and Hold Harmless Agreement is fully executed by FGIU
and the City; City shall transmit the check payable to FGIU, within seven (7) days from the date of final execution
of this Agreement, to FGHTs Texas legal counsel..
6. FGIU and the City each agree that the following described individuals have the power and authority to
legally bind them.
EXECUTED on this the Z AID � day of V UAYE 2005.
APPROVED AND AGREED: APPROVED AND AGREED:
FIDELITY AND GUARANTY
INSURANCE UNDERWRITERS, INC.
By their agent:
Ct. Paul Fire and Marine Insurance Company
/Ir
is
ete Fjells d
Its: t!i[A/M fl.WRf.CV
ATTEST.
j
By `
APPROVED AS TO LEGAL FORM:
CITY OF DENTON, TEXAS
A Texas Municipal Corporation
By:
l
� 1 � 06
AC7lNG
STATTE:
JENNIFER WALTERS, CITY SECRETARY
a
By: dtci Z�.rz. "'
APPROVED AS TO LEGAL FORM:
COATS ROSE YALE RYMAN LEE, P.C. EDWIN M. SNYDER, ACTING CITY ATTORNEY
A Texas Professional Corporation
By: Lk, V l� " �i1 "' i ((� By.
S:\Our Documents\Contracts\05\FGIU Release and Indemnification Bernard -James Water Line.doc
667147.2