Loading...
HomeMy WebLinkAbout2001-439X FILE REFERENCE FORM Additional File Exists 2001-439 Additional File Contains Records Not Public, According to the Public Records Act Other FILE(S) Date Initials Ordinance No. 2002-126 - Change Order Number 1 05/14/02 ) R Ordinance No. 2003-172 - Change Order Number 2 06/17/03 ) R ORDINANCE NO Of 01-4 / AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF THE PECAN CREEK WATER RECLAMATION PLANT EXPANSION, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING AN EFFECTIVE DATE (BID 2734 — PECAN CREEK WATER RECLAMATION PLANT EXPANSION AWARDED TO ARCHER WESTERN CONTRACTORS, LTD, IN THE AMOUNT OF $16,930,000) WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of STATE law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION 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 2734 Archer Western Contractors, Ltd $16,930,000 S C) TION II 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 III 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 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 oud day of bmW�L .'2001 & /';�vci_ EULINE BROCK, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY MEN /..L.' APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY BY & ' r 4 �l.� cC.�. BID 2734 - CONTRACTUAL ORDINANCE Attachment 1 1§5 Of LU Y LU LU MU NI Q W Co LU S g �LO $ 8 8 g 00 $ 8 8 00 00 Co a m r W Co N Cl) N H 0�i (� LL.I FFF-- Co u9 (0 9 b 60 1A V } /q p O O p p O p O O O O N 00 Vi LO O N O Lo O N Co to LUw c 00 w m rn ds 00 6 » >- oW h W S N S pp O o p O Opp O Q M Z z D z N z pOp O O O CO W Z = O n O n gj �» N COLL.I fA vJ w w fn } (z o Z H $ Co O g 00 p O o O p O 00 0 ED W Q N pp n SLO O v_ m W Z C C7 N M r aa H n r O pc O O r :� N H N V r OO U w o z z z $ $ gp g $ o � Co N O CS��� O LU 7 0 K O O if1 Co O W N L OD W "' S 8 8 pp $ o O $ O C. C. Nap p O LULUZ § pp ty Cl)O pCli M 0 N aD M 0 U 61� tO K Q Hf y LLJWLL 0 Z W W Z k� '� m°� JZ O ~ O <2 W aO F m NV OF V WaU yU (L -cc LU W CO Z Om IL V ama � mc� �Oa� �g ��-m auj yaa ZOO J H _j a M IL a : A � a O r E O 6 0 = a U. S LL W O a ►- �'g o a �o 2W50 20 C] F- LU Q m - W - a _ ° c �3 f IL 0 r- N M It LO c0 ti OD O) CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this _-22—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 of the City of Arlington , 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 in the amount of M 6 930,000 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement, and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal and the Performance and Payment Bonds, attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein and on file in the office of the Purchasing Agent, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, CA-1 S \prcMContracts Documenta\Bid 2734 Pecan Creek doc 12/5/01 and the Specifications therefore, as prepared by S,ily ofnentnn a aff - Camp, Dreaaer, and Mane Tile all of which are referenced herein and made a part hereof and collectively evidence and constitute the entire contract Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, mvitees, 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 C \My Aww=U\M3 Offico\Wmwoni\Bid 2734-Pecan Cmek.dw 12/4/01 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written, m (SEAL) Archer Western Contractors, Ltd. CONTRACTOR 2121 Avenue "J", Suite 103 Arlington, T% 76006 MAILING ADDRESS 817/640-3898 LWI 11 F121, Matthew Walsh APPROVED AS TO FORM PRINTED NAME �T��i�wvv�' (SEAL) CITY ATTOliY CA-3 c My Dooumeuts\MS of4cammworMid 2734- Pecan Crack doo 12/4/01 City of Denton, Texas Pecan Creek Water Reclamation Plant Expansion PROJECT IDENTIFICATION THIS BID IS SUBMITTED TO SECTION 00300 BID FORM City of Denton Pecan Creek Water Reclamation Plant Expansion Project Bid No 2734 Purchasing Department City of Denton 901-B Texas Street Denton, Texas 76209 THIS BID IS SUBMITTED BY Archer Western Contractors, Ltd. 2121 Avenue "J", Suite 103 Arlington, TB 76006 (g17) fi4n_IAQA ARTICLE 1 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and famish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in the Agreement and in accordance with the other terms and conditions of the Contract Documents ARTICLE 2 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security This Bid will remain subject to acceptance for ninety days after the day of Bid opening Bidder will sign and submit the Agreement with the Bonds and other documents required by the Contract Documents within fifteen days after the date of OWNER's Notice of Award ARTICLE 3 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that 3 1 Bidder has examined copies of all the Contract Documents and of the following Addenda (receipt of all which is hereby acknowledged) Date 10/3/01 Number 10/22/01 3 10/22/01 4 32 Bidder has visited the site and become familiarized with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work AddNo 3 00300 doc 00300-1 October 2001 City of Denton, Texas Pecan Creek Walter Reclamation Plant Expansion 33 Bidder has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as Bidder considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraphs 4 02 and 4 03 of the General Conditions, and no additional examinations investigations, explorations, tests, reports or Similar information or data are or will be required by Bidder for such purposes 34 Bidder has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraphs 4 04 of the General Conditions 35 Bidder has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents 3 6 Bidder has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to Bidder 37 This Bid is genume and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation, Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid, Bidder has not solicited or induced any person, firm or corporation to refram from bidding, and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER ARTICLE 4 Bidder will complete the Work in accordance with the Contract Documents for the following lump sum price(s), as specified in text form, and numerically 41 BIDDERS BID AMOUNT A Base Bid Item A —This lump sum item consists of furnishing all supervision, labor, materials, tools, equipment, incidentals and related items required for construction of the Pecan Creek Water Reclamation Plant Expansion as shown in the Plans and stated in the Specifications This bid item includes all improvements and any other item not specifically covered by another bid item Lump Sum Bid 'FI>:T'�>rN 1''Ciu.Llnt,..l Stec 4iu�lAF�,� 7- R 0 Jsq Hipp `l- %4 o GE r4 T 5 dollars ($ is001000. Addxo 3-00300 doc 00300-2 October 2001 City of Denton, Texas ' Pecan Creek Water Reclamation Plant Expansion Item B — Proprietary Equipment Purchase Lump Sum Bid This lump sum item consists of furnishing four Sludge Collection Rings, for Secondary Clarifiers No 1, 2, 3 and 8 as stated in Specification Section 11350 and identified in the letter of guarantee appearing in the Appendix Lump Sum Bid Item C — Proprietary Equipment Purchase Lump Sum Bid This lump sum item consists of furnishing two double disc sludge pumps as stated in Specification Section 11218 and identified in the letter of guarantee appearing in the Appendix Lump Sum Bid Twenty thousand and six hundred and fifty dollars and zero cents ($20 650 00) Item D — Proprietary Equipment Purchase Lump Sum Bid This lump sum item consists of furnishing Ultraviolet (UV) Disinfection Equipment as stated in the Appendix Lump Sum Bid Six hundred and seventy-nme thousand and eight hundred dollars ($679 800 00) Item E — Raw Sewage Pump Station No 1 Wet Well Modifications Unit Price Bid This unit price item consists of furnishing all supervision, labor, materials, tools, equipment, incidentals and related items required to remove deteriorated concrete and repair concrete surfaces at the interior of the influent wet well for Raw Sewage Pumps Station No 1 This item includes placement of repair materials up to 2 inches thick on the walls, floors and overhead surfaces Estimated Quantity 400 square feet Total Cost for Estimated Quantity (Unit price x 400 square feet) = AddNo 3 00300 doe 00300-3 October 2001 City of Denton, Texas Pecan Creek Water Reclamation Plant Expansion B Bid Alternatives Item F —Roadway Construction Lump Sum Bid This lump sum bid item consists of furnishing all supervision, labor, materials, tools, equipment, incidentals and related items required for modifications to Roads A, Al, A2, C and G, including paving and grading as shown in the Plans and stated in the Specifications A L M k I- >AD _ /L/ _ �u .� r 6 (s �r coo, 00 1 Item G — RAS/WAS Pump Station No 2 Motor Replacement to VFDs Lump Sum Bid This lump sum items consists of removing the four (4) existing motors on the RAS and WAS pumps in pump station and all associated electrical appurtenances and furnishing and installing, complete and ready for operation two (2) variable frequency drives on the RAS pumps and two (2) variable frequency drives on the WAS pumps /G�TY 25FI/� /f�-1.11&0 . 4i1��r WRM MTWIPNMI,. . Item H1— Proprietary Equipment Purchase Lump Sum Bid This lump sum item consists of furmshing one Single Stage Centrifugal Air Blower as stated in Specification Section 11371 and identified in the letter of guarantee appearmg in the Appendix Lump Sum Bid Item H2 — Installation of Proprietary Equipment Purchase Lump Sum Bid This lump sum item consists of furnishing all supervision, labor, materials, tools, equipment, incidentals and related items required for installation of one Single Stage Centrifugal Air Blower, complete and ready for operation, as shown on the Plans and as stated in Specification Section 11371 T% k;V1kV (/a dollars AddNo 3 00300 doc 00300-4 October 2001 City of Denton, Texas Peon Creek Water Reclamation Plant Expansion The Pecan Creek Water Reclamation Plant Expansion Project will be awarded to the lowest bidder for the Work to be included The Work to be included will consist of the Total Base Bid and any Bid Alternatives that the City chooses to include based on the Project budget 42 MANUFACTURERS This Bid is based upon furnishing and installing major items of Equipment by the following manufacturers No Item Specification Section Manufacturer 1 Vertical Turbine Pumps 11215 Fairbanks orse Flowserve (IDP) Patterson 2 Dissolved Air Flotation Unit 11239 rAa <�mlth and Loveles-s) M-Tee vironmental Walker Process Equipment 3 Filament Wound Fiberglass Tanks 11244 sta Fiber las Ershmgs 4 Sluice Gates 11281 odney Hunt Co Waterman Industries 5 Slide Gates, Weir Gates and Stop Plates 11282 R�v Hunt t Waterman Industries Whipps 6 Dry Pit Submersible Pumps 11312 Flowserve (IDP) Model 12MSX21A ABS Model AFP 3002 IT Flygt Model CT33O6 7 Chopper Pumps 11314 Vaughan Com any, Inc ayward Gordon 8 Combination Boiler/Heat Exchanger 11315 US Filt r Walker Process Equipment 9 Submersible Pumps 11319 1TT Flygt F owserve (IDP) A 5$ 10 Bar Screens 11331 HQadworks Inc US Filter Envirex AddNo 3-003QO doe 00300-5 October 2001 City of Denton, Texas Pecan Creek water Reclamation Plant Expansion 11 Screening Press 11332 uber Technology Headworks Inc Headwor Waste -Tech, Inc /FSM 12 Chemical Metering Pumps 11345 US Filter Envirex Wallace and Trem Mi ton- oy Prominent Fluid Controls Pulsafeeder 13 Clarifier Equipment 11350 tgtttearx Apo orr- rver US Filter Envirex Enviroquip, Inc Walker Process M-Tech Environmental 14 Digester Mixing System 11370 Vau han Com an Inc squid Dynamics Corp 15 Aeration Equipment 11376 &11377 Samtaire US F1 ter Envirex * 16 Shaftless Screw Conveyor 14551 pirac, Inc ea works, Inc Waste -Tech, Inc /RotoSieve * Indicates an "or equal' manufacturer is acceptable for write-m 43 PROPOSED SUBCONTRACTORS The following mformation gives the name, business address, and portion of work (description and dollar amount of work to be done) for each subcontractor that will be used in the work in the Bidder is awarded the Contract No subcontractor doing work in excess of 3 percent of the total amount of the Bid who is not listed below shall be used without the written approval of the OWNER Additional supporting data may be attached to this page Each page shall be sequentially numbered and headed "Proposed Subcontractors," and shall be signed List of proposed Subcontractors and supporting data must be submitted no later than 2 15 p in on October 30, 2001 Firm Name Business Address Description of Work Dollar Amount I)UrJal/[X-L3rtnMdM ROarIogei Tx R(Y/03330 PoM5 CoAr)465 QAP_aoLL ,Jr 77C N,4riiJ6 t L,10 000 12XMc FAI-kovr;TX 464a ir, 2135000a -ap- AddNo 3-00300 doc 00300-6 October 2001 City of Denton, Texas Pecan Creek Water Reclamation Plant Expansion 44 PROCESS INSTRUMENTATION & CONTROL SYSTEM SUBCONTRACTOR (PICSS) The list of approved subcontractors for the Process Instrumentation and Control System is included in Section 13300 The Bidder shall identify the subcontractor which Bidder expects to perform the work Only approved subcontractors will be allowed to perform the specified work, therefore, Bidder shall not write, in or add unapproved subcontractors PICSSName uOE12E L^or moi- Sysrgt5 ARTICLE 5 Bidder agrees that the Work will be completed within the following time(s) 5 1 Bidder agrees to be Substantially Completed with all contracted Work within 730 calendar days from the date when the Notice to Proceed is issued, and completed and Ready for Final Payment with 30 calendar days after Substantial Completion in accordance with Article 14 of the General Conditions The Project shall be completed and ready for final payment within 760 calendar days after the date when the Contract Time commences to run 5 2 Bidder accepts the provisions of the Agreement as to Liquidated Damages in the event of failure to complete the Work within the times specified in the Agreement ARTICLE 6 The following documents are attached to and made a condition of this Bid 6 1 Required Bid Security in the form of a certified check or a Bid Bond in the amount of 5% of the total Bid price 6 2 Nonoollusion Affidavit ARTICLE 7 Communications concerning tlus Bid shall be addressed to the following address Ms Dawn R. Anderson Camp Dresser & McKee, Inc 8140 Walnut Hill Lane, Suite 1000 DaII4, TX 75231 Phone (214)346-2800 Fax (214) 987-2017 ARTICLE 8 The terms used in this Bid which are defined in the General Conditions or Instructions to Bidders will have the meanings assigned to them AddNo 3-00300 doo 00300-7 October 2001 City of Denton, Texas Pecan Creek Water Reclamation Plant Expansion SUBNOTTBD on October 30 12001 Approved By -0- (Authorized Sigma Attested By Authorized,Signature) John P. Slattery Seal (If a Corporation) State of Incorporation: Illinois Corporate Address: 1500 NW 62nd St. Suite 417 Ft. Lauderdale, FL Archer Western Contractors Ltd. (Name of Bidder) QI President (Title) 2121 Avenue "J", Suite 103 (Address) Arlington, TX 76006 (City and State) (817) 640-3898 (Telephone Number) (817) 640-8734 (Facsimile Number) 33309 Note If the Bidder is a corporation, indicate state of incorporation under signature and affix corporate seal, if a partnership give full name and residential addresses if different from business address Addxo 3 ss3po doe 00300-8 October 2001 PERFORMANCE BOND STATE OF TEXAS § Bond No 8 SB 103698366 BCM COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS That Archer Western Contrartnrs LTD whose address is 1121 Avenue r quite, 103 Arling nM TX 76209, hereinafter called Principal, and�r Casualty and Surety Cwwwnv of p-cx corporation organized and existing under the laws of the State of Connecticut 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 Sixteen M ll,nn Wine Hundred Thirty Thousand and 0/100 DOLLARS ($ 16 930 000) 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 inDenton 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 winch increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract puce 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 Ordmance Number 2001.439, with the City of Denton, the Owner, dated the _97 _ day of himmher AD 2001, a copy of which is hereto attached and made a part hereof, for Rid 4 7734 Pecan (reek Water Reclamatinn Plant Enan.gion- NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertalungs, 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 winch 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 iand truly perform and fulfill all the undertakmgs, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of winch 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 winch 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 C NY DooumonuWS olBoeiwmworMid 2734-Posen croak doo IV4101 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 ansing out of such suretyslup, as provided by Article 7 19-1 of the Insurance Code, Vemods Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this instrument is executed in J_ copies, each one of which shall be deemed an original, this the _21_-.day of November , znnt the s s SURETY Mr Travelers Casualty and Surety Cqmpa4y of Americv �~ - kfr6RAXJ14-FA&---/ Gina M Damato, Attorney -In -Fact The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME Christopher H Noble STREET,ADDRESSu, (NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give aperson's name) PB-2 c Xty Do umebts S ot600%Wmword\Bjd 2734-Peden cmok.doo 12/4101 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEYS) -IN -FACT KNOW ALL PERSON$ BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly orgamzed under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint Dwight F. Miller, David C Banks, Janice B Kaplan, Kevin P Nagel, Lorraine Pozezinskl, Eileen Lucia, Carol F. Tasctotti, Evonne Brown, Adele M Korczak, Grace Villarreal, Gail Schroeder, Craig Goesel, Rebecca L. Dauparas, Barbara J. Bailey, Chad Berberich, Cindy Gensiinger, Gina M. Damato, Meredith C. Covelli, Thomas A. Pictor, Erik Janssens, Jane Bronson, Carrie M Roder, Michael Damewood, Ginny Rockett, James L. Forshey, Rosemary Muliere, Kathleen M. Anderson, Vaenessa Sims, Lulsa Catalano, Robert W Speer, David Donovvn-Schager, of Naperville, Biinois, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s) by his/her sole signature and act, any and all bonds, reoognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and All consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorriey(s)-m-Fact, pursuant to the authority herein given, are hereby ratified and confirmed This appointment is made under and by authority of the following Standing Resolutions of said Companies, winch Resolutions are now in full force and effect STATE OF ILLINQIS ) ) ss COUNTY OF Coo =,SWO L" `T of 11Inels 71 6 004 S.2429 (07 97) I EILEEN LUCITT a Notary Public in and for said County and State, do hereby certify that Resident Vice President, and Resident Assistant Attorney -in -Fact, Secretary, GINA M DAMATO of TRAVELERS CASUALTY AND SURETY COMPANY OF ANWRICA, who is personally known to me to be the same person _ whose name subscribed to the foregoing instrument, appeared before me this day in person, and acknowledged that _ he _signed, sealed and delivered said instrument, for and on behalf of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, for the uses and purposes therein set forth Given under mly hand and notarial seal, this 97 rh day Of Notary Public COMPANY, which Resolution Is now in full force and effect. VOTED That the signature of each of the following officers President, any Executive Vice President, any Semor Vice President, any Vice President, any Assisfarit Vti�a6 Pr014 a any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any �ernficats mlaUng thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-m-Fact for purposes only of executing AAAnnnddd attesting bonds sail undartakings and other writings obhgatory m the nature thereof, and any such power of attorney or certificate bearing such facmndle signature or facsimdle seal shall be valid and binding upon the Company and any such power so executed and certified by such facsmule signature and facsimile we shall be valid and binding upon the Company in the future with respect to any bond or undertakmg to which it is attached (11.00 standard) puog 'tiejejoeS;ue;slssV uosuegor W NoN A8 cee `F�'�1 yu'+p 4tMl qii TO OZ' aagmanoN 3o keP q-)L Z snit poleQ laonoouuoJ;o ole1S 'PJOJMH JO k'D ogi ut 'Sitedmoo agl;o aoluO am0H ag11e POINS PUB Paul'S aaio; ut Mou 0n `AluoglnV do ole*WM oql ul quo3 las su 'immna jo quwg aqi ,io suouniosag OuipuinS aql IMP 'atotiuoging pue 'PaKonaz uaaq lou seg pus amo3 Ilgi ul MFe= fgpoglny;o aleoyi 213 PUB 6au1011V 3o iaMod pagoeuu pue 8u'OgwOJ agl ietp AALLI HJ kmrdm OQ 'inogaauuoJ 3o oielS oql ;o suopemd>oo tiools'ANVd]KOJ A.L'IVIISVJ NOZONIN UVA Pue ANVdW0J ALMS QNV Al IVfISVJ SHZi'IaAVIU 'VJIiIMKV 00 ANVdEQOJ A.LZHflg (INV AZIVfISVJ SUTIZfAVIU JO .Gelaiaag iueisissV 'paugpmpun agl 'I UVJLUM ilnea�ial � el�eW ollgnd kBION 90oZ 'oe aunt sesldxe uolssiwwoo AW *Tmvra% -j q7m 0 ;oazagl suotinlosag 5ulpue4S aqi iapun aolgo iaq/slq 30 64limpne dq suopwodwo a p do jpgo l uo luamtuisui pass oqi poumn ogs/oq imp pus '91m a)eiodioo goes an ivamiulsul PPs oqi of p mw spree mp imp 'seollwodtoo Plm 3o spm aql sMoun ags/oq imp 'loam uwq aeoge M palnoaxa gaigM Pee ul Paglmp suopeaodioo agl 'ANVdNIOJ AZ'IVfISVJ NOIDNIARIVd Pug ANVdINOJ A,LzRas QNV A,Lwam SH8'nAvai 'VJIiumv d0 ANVdNIOJ A.L: uas a" AZ'IVIISVJ suzgzAVlLL 3o isapisaad aaiA Aola s sl ogs/oq iegl des Pus asodap Pip luzoMs ditip om dq Smaq'ogM'uMousl am 01 NOSMOH.L'M Z9iI0Z9 cum AIlei mad am aaq;oq IOOZ',(Inf.io fxp gtVZ iM u0 ivaPlsaad ealA aoluaS wedwogl *M e6.soeg ANVdM03 AZ'IVASVJ N0Z5NII1IHVff ANVdIK03 A.L$NfIS QNV AZ'IVfISVJ SHrISAVIL VJIiIll W HO AWcEK03 A. nO.S QNV AZ'IVnSVD SHrIZAVILL as* Crdod.LWVH d0 A.i.Knoo PIOJMH SS( lIIMA�co"-•AAULi I ooZ Alnf .io Aup iptZ snit paxlge monq aq of slues almodloo ilotp pue iaapisaad 231A aolaaS Jtagl Aq pausis aq of luoumnsut spp Pwneo O"q AW&K03 Al'IVASVJ NO,LJNIINiIVd Puu ANVdlgOJ A.LRHnS (INV A,L'IVIISVJ SHTIIIAViLL 'VJIHZW 10 )LNVdNIOJ A.LZHaS (INV AJVIVIlM SHRIaAVNZ '801iIXHM SSIMM M 0 I PAYMENT BOND STATE OF TEXAS Bond No 8 SB 103698366 BCM COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS That Ar hPr West= Contrrantnra T.M , whose address is 11 ? 1 Avenue 7 Silite 103 Arligtn_n TX 76006 - hereinafter called Principal, and ,Travelers rasualt-47 and surawx ComnepX of Amerim corporation organized and existing Milder the laws of the State ofc— nec t is Md 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 famish materials for, or perform labor upon` the building or improvements hereinafter referred to, in the penal sum of Sixteen Million Nrjundxed T3i__M Thnuaand Dnllars and 0/106 DOLLARS ($16,930,000) in lawful money of the United States, to be paid in Denton, County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, suocessors4 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 _2061- N withthe Cityof Denton, the Owner, dated the 27 _ day of November A D _2001., a copy of which is hereto attached and made a part hereof, for Bided.- Pecan Cr & Water Replamatrnn Plant 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 Vol( 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 nonce 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 c \r Doo,m11nuliwis0isoa\w,wo,dleia 2734. Pcm Cmekdou 42/4/01 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 b copies, each one of which shall be deemed an original, this the _27 _ day of November, , _20U A302f& Witness SURETY Travelers Casualtv and Surety Company of America BY ���� J'4 � k BY� \ ATT Y- -F Gina M Damato, Attorney -In -Fact 215 Shuman Blvd , Naperville, IL 60563 The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME Christopher H Noble STREETADDRESS 7920 Belt Line Road, Dallas, TX 75420 (NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a corporation, give apersonIs name) �I C \My Dmumanb\Ms 0f9w\Wmwwd&d 2734- Pawn Cmkdw IV4101 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Compames") hath made, constituted and appointed, and do by these presents make, constitute and appoint Dwight F. Miller, David C. Banks, Janice B. Kaplan, Kevin P Nagel, Lorraine Pozezinski, Eileen Lucitt, Carol F. Tasciotti, Evonne Brown, Adele M Korczak, Grace Villarreal, Gall Schroeder, Craig Goesel, Rebecca L. Dauparas, Barbara J. Bailey, Chad Berberich, Cindy Genslmger, Gina M. Damato, Meredith C Covelli, Thomas A. Pictor, Erik,Janssens, Jane Bronson, Carrie M Roder, Michael Damewood, Ginny Rockett, James L. Forshey, Rosemary Muliere, Kathleen M. Anderson, Vaenessa Sims, Luisa Catalano, Robert W Speer, David Donovan-Schager, of Naperville, Illinois, their true and lawful Attorney(s)-m-Fact, with full power and authority hereby conferred to sign, execute and acknowledge. at any place within the United States, the following mstrument(s) by his/her sole signature and act any and all bonds, reoognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by thei duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now to f dl force and effect STATE OF ILLINgIS ) ) SS COUNTY OF C4 ) Notary 9.2429 (07 97) LUCITT State of Illinois 1 EILEEN LUCITT a Notary Public in and for said County and State, do hereby certify that Resident Vice President, and Resident Assistant Secretary, rTij4 m nnMnTp Attorney-m-Fact, of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, who is personally known to me to be the same person _ whose name Is subscribed to the foregoing Instrument, appeared before me this day m person, and acknowledged that _ he _ signed, sealed and delivered said Instrument, for and on behalf of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, for the uses and purposes therein set forth Given under my hand and notarial seal, this 27 th day Of November 200I a.va,u sir. a, wumn J=1knaraou rs now In run rorce Rua cnecr. Notary Public VOTED That the signature of each of the following officers President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any eattlficate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-m-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof; and any such power of attorney or certificate bearing such le signature or facsimile east shall be valid and binding upon the Company and any such power so executed and certified by such facsimile tore and facamile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached (11A0 standard) Puog 'tie gjoes;ue;slssy uosueyor W ltom 'NV • R7 a•'�� • f�` `a te6i �' ww�aeuma 0ims ng ♦er g~ �•' a� Y� �IBV7 "ANY AP"�` IO OZ' aagmanON 3o Aep ga L Z snpPale(i lnonooma jo ole1S 'PtoAmH So Alto oql ui 'Auedwo0 agl;o oolu0 owoH agl le PaleaS Pug PauSTS Quo; ul mou ate'dyuoginV;o oleouwwi alp ul quo; 12s se 'woloaga Io spwog og13o suonnlosag VmpumS agl )egl 'azouuoqu% pue 'poKoeaz uooq lou seq pue aom; Mg w supnuat AluoglnVJO aleollWQO pue Aaw011V 3o tamod Pagoene pug SuloBato; 21D IMP AdLLZIIO AggiIS1I OQ 'inallaaue00 3o alm aql ;o suonetodtoo Rools'ANVdN?00 U'lVfISVD NOJf)MP IVH Fm ANW HOD )UZaIIS QNV Al'IVnSVO S2fl'IZAVIU VOIHRNV HO AMN OD A,LRIIIS QNV Al'IVfISVJ SHTINAVEL JO belaaaag iueialasV 'paulmopun aqi 'I ELVOIaII. IM Aneatlel J elteW ollgnd AieION 900Z 'oe eunr setldxe uolsslwwoo Apy —Y 0 1 jowagl suounlosau SulpuelS og1 spun aolgo taq/slq;o Alpoglne Aq guopsiodtoo agl do jMoq uo luomruwai PPss ogl polnooxo ogspq Iwo pue 'spm aietodioo gars we Huaulwoul PIeS aq1 of paxlge sleds mp legs 'suopetodioo pies 3o spw oq1 amour[ ags/aq legs sio m um "a oqi polnxxo golgm Poe ul pogltosap suopetodtoo am 'ANVdNi00 ArivasVJ NO,LON pma Pue ;Lmvav00 AmmIIS QNV uTvasva Slfm'IzAvaL 'ValHa IV d0 ANVMOa )URHAS G" A.L'IVfISVO SKIWAVN.L 3o ivappaad 031A jopraS sr ogs/aq imp Aes pue asodap Pip 9uoms Alnp am Aq 8umq'ogm 'umouR aw of NOSaMOILL 'M 1!)uol9 awes AAeuowod ow wopq IOOZ'Alnf do Aep gi4Z sM u0 iuePlsetd ealA toluaS uosdwogl M 96toe0 ANVdIQOJ AZ'IVnSVJ NOZJNINIRVil ANVdHOJ AI$NIIS QNV AZ'IVRSVO SUZ71AVILL V3W3XV SO ANVdWOJ A.LZ HIIS QNV AZ'IVaWD S2Ifl'ISAViLL (rdO2LLUVIH AO AJMOJ PtOJtMH SS{ SfIJLLJBNNOJ d0 avis I OOZ Alnf 3o Sep g14Z snp Paxw olmq oq of spear alwodtoo Magi pue luoplsaad aalA ioluaS awgl Aq pauSls oq 01 luaumtlsue slgl Pasneo DAN )LNVd3HOO A.L'IVnSVJ NOZJNIMVH Plm ANVdlgOJ 4uzuaB uNV A.L'IVIISVO SUTIRAVILL 'VORIZNiV 40 AINOV00 A ZHaS (INV )U'IVIISVO SIIZ'IRAVNZ 'AOi HRRM SSZNJLU M Travelers IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT. You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at Travelers Bond Attn Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3130 (267)675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at Texas Department of Insurance P O Box 149104 Austin, TX 78714-9104 (800)252-3439 ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53 202, Property Code, effective September 1, 2001 ..Ian—Lb—Uz 03:16P P.02 ACORD,N CERTIFICATE OF LIABILITY INSURANCE Page 1 ors Ol/15/20D2 PROOULeK THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION 677-945 7372 (DOES ITS OR HOLDERNTH S CERTIFICATE NOT AMON END, EXTEND canter x l,111R sq�viosBlvd L THE COVERAGE AFFORDED BY THE POLICIES BELOW 1F century 05191 Naohvll lq TO 17330R191 INSURERS AFFORDING COVERAGE INOURHU Archer xgetern CpatranrOre, Ltd INUURCRA LuAbereane MUtual CRaualty c-NemY 44977_Oul slit AYRDYR "S• Avenue jp EIIHLRB zurirh AmIrLean rnsuranco CD any of XX!i 775b5-003 ' Ba21R Arlingtoa, TX 76006 1 INBURPNU Old Eepubli0 Insurance COMRSny 24247 UDJ I gURCRD INS(IHHNC _ COVERAGEO I HE poLIL.lES Of INSURANCE LISTFn OhLOW HAVE BEEN IaSUED TO I ANY RFOUIHEMFNT IERM ON CONDITION OF ANY CONTRA(.t OR O MAY PERTAIN THE INSUHAN(,L APFOROCO DY THr POLIOICO OUSCRIF POLICIrS AOORFGAI E LIMITL SHOWN MAY HAVr OhEN RFOU(.EDSYF T It nrl! IIeR POLICY NUMegB�� A aeeepAL LMe IUTr NEZIUTr4z900037 BTX uUMMBnrIAI pCNERAvI 1 �IAlel ITV LLAIMSMAIA r1w � ❑C ILIA , "N L ACORR, Au I IMIT APPI IH] PCR pow Y I U( H Al1TnYnRN F I IAHIUYY BAY350438200 E ANYAUIO BAP350430400 a All MNPU AUTOS TAP350438300 5CNEnuIHOAUT09 I IIRCO ALITCIH W)WOWNCOALM N, eARAoe LIARIUTY _. ANYAUTO ,J OCCUR I I CIAIMOMAOE I*UUCTIBLE _ RETFNIION 6 C WORKeROCOMP6NENTRINANO NWC 1077B300 EXECUTIVE INCLODED Rail OH .... A ProjectL Pecan Creek Water Reclamation Plant Archer Western Sob N201131 City CE Denton 901-D rune. eL,R.p Dent On, TX 76209 I O 23 S (TI971 ) NAMEU ABOVE FOR TFIF POLICY PPNIOD INDILA I EU N(1I W ITHSTANUII4G MENT WITH RESPELI TO WH16H THIS ( ERTIFICATL MAY Or ISSUED ON W 511R IF('T fO ALL THE TERMS EXCLUSIONS AND CONUITION9 OF SUCH 4/1/2001 4/l/2002 EAr4 I(.CURn9N(7 S 2,000, DU(Z FIRE nAMAOC 'Any me m S 100.000_ MCO Exp mCMHYAMI 8 - S.000 PFHM)NALAADVIRIURY S 2,000, OQ0 GENERAI AGOREQAfF a QUU. UUU 4/1/2002 PHUOUCTS (,(IMPIOPA00 COMRINNU 5INGLE(1M11 S 2. 000, QQQ_ 4/l/2001 6 4/1/2001 4/1/2002 (...,.Jell) RouILVINduRY 4/l/2001 4/1/2002 (Pm w1wR) ; 4 sop" "INJURY P9OFPH%YOAMAGE S S A1110ONLY EAAIIIIJHNf OTHPR THAN UA1—„I— AUIOONLY AOC S $11/3000 14/l/2002 SHOULD ANY OF THE ABOVE OESCRIE EO POULIES BE nANCELLEO BE FORE THE EXPIRATION RATE TIIrnCCr THE IRAUIMG 1NFUREP W1.1 PNRPAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAM90 TO THE 1 EFT OUT FAILURE TO DO SO SHALL IMrOSR No OMLIGATICN nR I IARII ITY OF ANY KIND UPON THE INSURER ITS AGENTS OR REPRESHNTATIVEO IUT/IORROOREPROSUNTATIVE Willis of Illinois, Ina ,337474 Tp1,61041 r-rr 1357532 leas Jan-15-02 03:17P P_03 is CFRTIFICATE OF LIABILITY INSURANCEPage Z of 3 obis%coca 077 94s 7777OH�LYCF(NDPCONhtKSSNo RIGHTS S A MUPONR OF HEICCR11FI INFORMATION Willi. serviaa Center HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED @Y THE POLICIES BELOW 26 Century alva v o Box 305191 INSURERS AFFORDING COVERAGE Na811villc TH I12309191 _ Archer western Contractors, Ltd InsURERP Lmubermene Kutual Caouelty Company 27977-001 2121 Avenue do, 2nrich American Lnaur811oe company of i111 77695-002 sulta 103 INOURFnI Old RaDuhlic Insurance Company 29147 001 Arlington TX 16006 InOURERO 'he City Of Denton, its Officials, Agents. Employees, and Volllllleara, aIC ADDITIONAL INSUREDS lertaining to General and Automobile Liability with reapact to liability arising out of the Named :aeured,o eporationa on the raforwnced project :hie insurance will be primary and non-contributory insurance with respect to any other available .nourance CO the ADDITIONAL INOVRRDD fen the negligence, of the Tnanrwd on the referenced project t 30 ced ,aid nolicY shall not he ivolceto the,Ownorai(i.i ty)OWOd oexcept wile++y LLaange policytiauboingdayaneeledDfor written notice being gel lonpaymmnt of premium in which cane 10 days advance written notice is required p Waiver of Subrogation in favor of the ADDITIONAL INSURED$ is included on all pollCies reLerw""d herein 1157532 Jan-15-02 03:17P IMPORTANT page 3 of 3 II tho crrtiticalu holder is all AnDITIONAL INSURED, the pnllcy(les) muat be endorsed A statement on this certificate doss not confer rights to the certificate holder In lieu of such endorsernant(s) If SUBROGATION IS WAIVED sub)ect to the torma and cnnditlons of tha policy, certain politdus uiay requiro an enrlonsernant A statemont on this certificate doom not confer rights to the certificate holder In lieu at such endarsemant(s) DISCLAIMER The Cortlfi6d10 of Insurance on tho reverse side of this form does not constitute a 4nnlitiO barwedn the qtqninta tive or producer and the cartifica affirmatively ore negatively latnend extend harIzed eoraMar [no coverage alln doe by the tpolit icdse listedr doom l the eon r33967a mp1 Finds Care 13575 CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below. It Is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance cerdflcates and endorsements as prescribed and provided herein, If an apparent low bidder fails to comply sMcdy 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 bird Contractor shall not continence any work or deliver any material until he or she receives nodf icadon 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 C \My Dom,mont \MS ofooMmwordMid 2734- Pomu Creek doo warm 00 That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought The inclusion of more than one insured shall not operate to increase the insurer's limit of liability All policies shall be endorsed to read: "SAID POLICY SMALL NOT BE CANCELLED, NONRENEWED OR MATER)ALLY 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 IODAYSADVANCE WRITTENNOTICE IS REQUIRED": Should any of the required insurance be provided under a claims -made form, Contractor shall maintain such coverage continuously throughout the tern 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 msurgnee 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 $_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 cmyDw=etasUSoffloo mwerdSid2734-PeomCre&doa 12/4MI Q If the Commercial General Liability form (ISO Form CG 0001 current edition) is used Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage Coverage B shall include personal injury Coverage C, medical payments, is not required If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures Broad form contractual liability (preferably by endorsement) covering this contract, personal mlury liability and broad form property damage liability Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less thin -3- 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 Workers Compensation hisurance 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 C \My Dmmm b\MS OfficaMmron"id 2934• Pmn Creak de" 12/4/01 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 thei 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 carries the Contractor's liability insurance Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate [ ] Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building Limits of not less than each occurrence are required ( ] Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. [ ] Builders' Risk Insurance Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be provided Such policy shall include as 'Named Insured" the City of Denton and all subcontractors as their interests may appear ( ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications C \My DoouwegtAM8 016oe\Wwwor"id 2734• Pecan Creek dw 12/4/01 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 authonty 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 persons 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 Imitation, independent contractors, subcontractors, leasing companies, motor camers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets B The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all employees of the Contractor providing services on the project, for the duration of the project. C The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract D If the coverage penod 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 C Wy Dwumata%ISOffoe\Www"dWid2734-Pw=Creakdm 12/4/01 E The contractor shall obtain from each person providing services on a project, and provide to the governmental entity (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project, and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project F The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter G The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project H The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage 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 401011(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, C \My Dm=eMelMs Off=\VrmwadUM 2734- Pem Cmk.dm 12/4/01 (4) obtain from each other person with whom it contracts, and provide to the contractor (a) a certificate of coverage, prior to the other person beginning work on the project, and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project, (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project, and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services By sigmng this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance 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 C \My IJoown"\W Office\WmWad\Bid 2734- Pepe¢ Crwk.doo 12/4Po1 •• That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought The inclusion of more than one insured shall not operate to increase the insurer's limit of liability All policies shall be endorsed to xea& "SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTENNOTICE 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 ansing 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 tlus agreement effective on the date of the lapse SPECII IC 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, zf so noted [X] A General Liability Insurance: i General Liability insurance with combined single limits of not less than L151,000,000 -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 S \prch\Contracts DocumentsSid 2734 Pecan Creek doc 1215/01 [X] [X] If the Commercial General Liability form (ISO Form CG 0001 current edition) is used Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage Coverage B shall include personal injury Coverage C, medical payments, is not required If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability 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 ansing 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 Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the mimmum 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 S \prch\Contracts Docuramts\atd 2734- Pecan Creek doe 12/5/01 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 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 carries the Contractor's liability insurance Policy limits will be at least �000,000 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 [ x] 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 S \prch\Contracts Documents\Btd 2734 Pecan Creek doc 12/5/01