Loading...
1998-032AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF A CONTRACT FOR PUBLIC WORKS OR IMPROVEMENTS FOR CONSTRUCTION OF THE CIVIC CENTER PEDESTRIAN BRIDGE PROJECT IN THE AMOUNT OF $103,472 00, PROVIDING FOR EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE (BID # 2161 - CIVIC CENTER PEDESTRIAN BRIDGE PROJECT FOR $103,472 00) WHEREAS, the City has sohelted, received and tabulated competitive bads for the construction ofpubhc works or improvements an accordance with the procedures of STATE law and C~ty ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the hereto described bids are the lowest responsible bads for the construction of the public works or improvements described in the bad inwtatlon, bad proposals and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SEC~'ION I That the following compet~tive bids for the construction ofpubhc works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file an 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 2161 DBR CONSTRUCTION $103,472.00 ~ That the acceptance and approval of the above competitive bads shall not constitute a contract between the City and the person submitting the bad for construction of such public works or improvements hereto accepted and approved, until such person shall comply with all reqmrements specified an the Notate to Bidders including the timely execution of a written contract and furmshmg of performance and payment bonds, and insurance certificate after notfficatton of the award of the bad ~ That the City Manager is hereby anthonzed to execute all necessary written contracts for the performance of the constmctaon of the public works or Improvements m accordance with the bids accepted and approved herein, provided that such contracts are made m accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conchtlons, plans and speefficat~ons, standards, quantities and specified sums contmned thereto ~ 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 expendature of funds in the manner and m the amount as specified m such approved bads and anthonzed contracts executed pursuant thereto ~ That this ordinance shall become effective tmmedlately upon xts passage and approval ,/ PASSED AND APPROVED this the /7'~---/'/day of/~f~d~/ .1998 JACK ~L~ER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY 2161 CONTRACT ORDINANCE TABULATION SHEET ATTACI~NT # 1 BID # 216t ~ BID NAME CIVIC CENTER PEDESTRIAN~ ARCHITECTURAL JIM BRIDGE PROJECT UTILITIES BOWMAN INC CONST DATE 3.Feb-98 # DESCRIPTION VENDOR VENDOR I CIVIC CENTER PEDESTRIAN BRIDGE PROJECT $119,000 00 $t26,000 00 ALTERNATE #1 DEDUCT DEDUCT For Demolition & Removal of $760 00 $4,500 00 existing bridge ALTERNATES # 2 DEDUCT DEDUCT Eliminating 8 Specified light , fixtures from bridge column $t0,000 00 $4,632 00 ALTERNATES # 3 ~ Remove Utility Lines from under~ ADD ADD existing bridge and relocete $500 00 $2,000 00 under new bridge Base Bid plus Alternate #2 ~ $109,000 00 $121,368 00 ADDENDUM~ YES YES BID BOND YES YES CONTRACT AGREEMENT STATE OF TEXAS S COUNTY OF DENTON S THIS AGREEMENT, made and entered into this ]7 day of FEBRUARY A.D., 19 98 , by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through TED BENAVIDE$ thereunto duly authorized so to do, hereinafter termed "OWNER," and DER CONSTRUCTION ?~Q~ BOX 828 DENTON. TX 76202 of the City of DENTON , County of DENTON and State of TEXAS , hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and ~ndar the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID 2161 - CIVIC CENTER PEDESTRIAN BRIDGE PROJECT in the amount of ~103~472 00 and all exW~ra work in connection ~harewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and ot/~sr drawings and printed or written explanatory matter ~hereof, and ~ha Specifications ~hersfore, as prepared by CITY OF D~NTON PARKS AND R~CREATION DEPARTMENT STAFF all o£ which ara made a par~ hereof and collectively evidence and constitute =he entire contract. Independent Statu~ It is mutually understood and agreed by and between City and Contractor ~/tat Con~raotor is an independent contractor and shall ,ct be dee~ed t of or thbee°r considered an employee of the City of Denton, Texas, purposes of income tax, wi~hholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City e~ployee benefit. City shall not have supervision and control of Contractor or any employee of Con~ractor, and it is expressly understood that Con~ractor shall perform the services hereunder according to the attached specifications at the general direction of ~he City Manager of the City of Denton, Texas, or his designee under this agreement. 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 proper~y or third persons occasioned by any error, omission or negligent act of Con,rector, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance oft his 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 e~censlons of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CO~'£~ACTOR in currant funds the price or prices shown in the Proposal, which forms a part of this con~raot, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of theee presents have executed this agreemen~ in the year and day first above written. ATTEST: ~ DBR CONSTRUCTION CONTRACTOR glLING ~DRESS ~HON~ ~ ~LE ~ PRINTED ~E APPROVED AS TO FOP~M: (SEAL) City Attorn~ AAA0184D Rev. 04/05/96 CA - 3 THE STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS That DBR CONSTRUCTION, whose address is P O BOX 828 DENTON, TX ?6202, hereinafter called Pnnclpal, and , a corporation orgarnzed and exmting under the laws of the State of TEXAS, and fully authorized to transact business m the State of Texas, as Surety, are held and firmly bound unto the C~ty of Denton, a mumclpal corporation orgamzed and exlstmg under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furmsh matenals for, or perform labor upon, the bmldlng or nnprovements hereinafter referred to, m the penal sum of ONE HUNDRED THREE THOUSAND FOUR HUNDRED SEVENTY TWO and no/100-- ($103,472.00) m lawful money of the Umted States, to be prod m Denton County, Texas, for the payment of winch sum well and truly to be made, we hereby bind ourselves, our hexrs, executors, adrmmstraturs, successors, and assigns, jointly and severally, firmly by these presents Tins Bond shall antomattcally be increased by the amount of any Change Order or Suppl~nental Agreement winch increases the Contract pnce, but m no event shall a Change Order or Supplemental Agreement winch reduces the Contract pnce decrease the penal sum of tins Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Pnncipal entered into a certain Contract, identified by Ordinance Number 98-032, with the City of Denton, the Owner, dated the 17 day of FEBRUARY, A D 1998, a copy of winch is hereto attached and made a part hereof, for BID # 2161 - CIVIC CENTER PEDESTRIAN BRIDGE PROJECT. NOW, THEREFORE, ~fthe Pnncipal shall well, truly and fmthfully perform its duUes and make prompt payment to all persons, firms, subcontractors, corporations and clmmants supplying labor and/or material in the prosecution of the Work provided for in smd Contract and any and all duly authonzed mod~ficaUons of sand Contract that may hereafter be made, notice of winch modifications to the Surety being hereby expressly wmved, then tins obhgation shall be void, otherwuse ~t shall remmn in full force and effect PROVIDED FURTHER, that if any legal action be filed on tins Bond, exclusive venue shall lie in Denton County, Texas AND PROVIDED FURTHER, that the smd Surety, for value received, hereby stipulates and agrees that no change, extension of tune, alteration or adcht~on to the terms of the Contract, or to the Work performed thereunder, or to the Plans, Specifications, Drawings, etc, accompanying thc same, shall ~n anywise affect its obligation on this Bond, and ~t does hereby wmve notice of any such change, extension oft~me, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc PAYMENT BOND - Page 1 This Bond as gaven pursuant to the pmvmons of Chapter 2253 of the Texas Government Code, as amended, and any other appheable statutes of the State of Texas The undersigned and desagnated agent as hereby desagnated by the Surety hereto as the Resxdent Agent m DENTON County to whom any requmte noUees may be dehvered and on whom serwee of process may be had m maRers arising out of such suretyship, as proxaded by ArUele 7 19-1 of the Insurance Code, Vemun's Annotated Cavil Statutes of the State of Texas IN WITNESS WHEREOF, flus instrument as executed m 4 copses, each one of wlueh shall be deemed an original, flus the 17 day of FEBRUARY 1998. ATTEST PRINCIPAL BY BY SECRETARY PRESIDENT ATTEST SURETY BY BY ATTORNEY-IN-FACT The Resadent Agent of the Surety m Denton County, Texas for dehvery ofnoUce and service of the process la NAME STREET ADDRESS (NOTE Date of Payment Bond must be date of Contract IfResadent Agent ~s not a eorporaUon, g~ve a person's name ) PAYMENT BOND - Page 2 PERFORMANCE BOND THE STATE OF TEXAS ' COUNTY OF DENTON ' KNOW ALL MEN BY THESE PRESENTS That DBR CONSTRUCTION, whose address is P O BOX 828, DENTON, TX 76202, hereinafter called Pnnclpal, and , a eorporataon orgamzed and existing under the laws of the State of TEXAS, and fully authorized to transact business m the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a mumeipal corporation orgamzed and eyastmg under the laws of the State of Texas, hereinafter called Owner, m the penal sum of ONE HUNDRED THREE THOUSAND FOUR HUNDRED SEVENTY TWO and no/100 - ($103,472.00) plus 10 percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and hqmdated damages arising out of or connected w~th the below ~dentlfied Contract, in lawful money of the Umted States, to be prod m Denton County, Texas, for the payment of winch sum well and truly to be made, we hereby bind ourselves, our heirs, executors, admunstrators, successors, and asstgns, jointly end severally, firmly by these presents Tins Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement winch increases the Contract pnce, but m no event shall a Change Order or Supplemental Agreement winch reduces the Contract price decrease the penal sum of tins Bond THE OBLIGATION TO PAY SAME is con&tinned as follows Whereas, the Pnnclpal entered into a certatn Contract, identified by Orchnance Number 98-032, with the City of Denton, the Owner, dated the 17 day of FEBRUARY A D 1998, a copy of winch is hereto attached and made a part hereof, for BID # 2161 - CIVIC CENTER PEDESTRIAN BRIDGE PROJECT NOW, THEREFORE, if the Principal shall well, truly and fmthfully perform and fulfill all of the nndenakmgs, covenants, te,,as, con&nons and agreements of smd Contract m accordance wath the Plans, Specifications and Contract Documents dunng the original term thereof and any extension thereof winch may be granted by the Owner, w~th or without not,ce to the Surety, and during the life of any guaranty or warranty reqtnred under this Contract, and shall also well end truly perform and fulfill all the undertalangs, covenants, terms, conditions and agreements of any and all duly authorized mochficattons of sa~d Contract that may herealler be made, not,ce of winch mo&ficaUons to the Surety being hereby wmved, and, if the Pnnclpal shall repmr end/or replace all defects due to faulty materials and workmansinp that appear w~thm a penod of one (1) year from the date of final completion and final acceptance of the Work by the Owner, and, ~f the Pnnclpal shall fully lndemmfy and save harmless the Owner from all costs and damages which Owner may suffer by reason of fmlure to so perform herein end shall fully reimburse and repay Owner all outlay and expense winch the Owner may meur m making good any default or deficiency, then tins obhgatlon shall be void, other, vise, it shall remmn in full force and effect PERFORMANCE BOND - Page 1 PROVIDED FURTHER, that if any legal action be filed upon flus Bond, exclusive venue shall he m Denton County, State of Texas AND PROVIDED FURTI4~R, that the smd Surety, for value reemved, hereby stapulates and agrees that no change, extension of tune, alteratmn or adchUon to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Spemficatlons, Drawings, ere, accompanying the same, shall m anyvase affect its obhgatmn on flus Bond, and a does hereby wmve notice of any such change, extenmon of time, alteration or adchUon to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specfficataons, Drawings, etc Thas Bond is given pursuant to the prowmons 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 hereto as the Remdent Agent an DENTON County to whom any reqmstte notices may be dehvered and on whom servaee of process may be had m matters arising out of such suretyslup, as prowded by Artmle 7 19-1 of the Insurance Code, Vemon's Annotated Cavil Statutes of the State of Texas IN WITNESS WHEREOF, flus instrument as executed ~n 4 eop~es, each one ofwluch shall be deemed an onganal, flus the 17 day of FEBRUARY, 1998 ATTEST PRINCIPAL BY BY SECRETARY PRESIDENT ATTEST SURETY BY BY ATTORNEY-IN-FACT The Resident Agent of the Surety m Denton County, Texas for delivery ofnotace and service of the process is NAME STREET ADDRESS (NOTE Date of Performance Bond must be date of Contract IfRemdent Agent m not a corporation, give a person's name ) PERFORMANCE BOND - Page 2 Mr Tom Shaw BID SUMMARY Purchasing Agent Oty of Denton Denton, Texas Mr Shaw Having carefully examined the site, contract documents, plans and speclficat~ons, prepared by the Parks and Recreation Department, I (we) propose to fumlsh all materials, labor, service, and guarantees required to perform and complete the work described for the following CMC CENTER PEDESTRIAN BRIDGE PROJECT BID SCHEDULE Item # Descrlotlon and Price in Words Price m Figure,, ITEM #1 Ciwc Center Pedestrian Bridge Project For furmslung all materials, superwsmn, labor, and eqmpment for the constructmn and mstallatmn of a pedestrian bridge associated ~mprovements accor&ng to plans and speclflcaUoas, complete and in place for the sum of ~/*~,./_f~ ~'~,,~J_C.,~., /~,~,L ~"~-/~ ~_ dollars and ~/o cents ALTERNATES: Bidders arc required to submit Alternate Bids to add work to or deduct work from the Base Bid. Failure to submit Alternate amounts in spaces provided shall be basis for disquahficat~on of the Bid ALTERNATE #1 For demolmon and removal of the existing pedestrian bridge According to plans and speclfica~ons for the sum of ~'~ 7'-~ ~.~,.,~ ~ ~.. ~_~.cc~.,~ dollars and ~'~ cents DEDUCT $.?, ALTERNATE #2 For eliminating eight (8) of the specified hght fixtures on the bridge columns according to plans and spec~ficat~oas for the sum of;7~¢ 7~,~t~/~7~ ~,~_~ ~-~dollars and ~ cents DEDUCT $ ALTERNATE #3 For removal of existing utility lines under emstmg bridge and relocating utflmes under the new bridge in separate conduit, (See Attachment 1 for location & hstmg of utility lines) ['or the sum of/~ ~'~,~,~.. ~_~.~, dollars and /~/" cents ADD ~...~~ - UNIT PRICES The undersigned agrees that the following umt prices will apply to adjust quammes of matenals indicated on drawings Prices ate for matenals furmsbed and installed It xs further agreed that the quanuues of work to be done at umt prices and material to be furnished may be increased or chmlmshed, as may be considered necessary tn the opinion of the Owner's Representauve, and that all quantmes of wotlc, whether increased or decreased, ate to be performed at the umt pncas set forth above except as prowded for xn the specxficauons UNIT PR[CE #1 Funu.~h materials and provide labor to install one (1) square foot of concrete sidewalk according to thc plans and speclficauons complete and in place for the sum of ~--/-~'~ dollars and _ ~'~/~,~.,~ ~ .~/~,~e_ cents $ / (per square foot) UNIT PR[CE #2 Funush materials and provide labor to install one (1) hn~ar foot of concrete dnll piers according to the plans and spec,ficauons complete and m place for the sum of T'~/,~c./ dollars and ,,~..~/,~c,,,- / cents $ J (per linear foot) The undersigned certifies that the bid pace conuuned m thzs proposal have been carefully checked and are submstted as correct and final NOTE Umt and Lump Sum paces mus~ be shown in words and figures for each item listed m this proposal and in the event of chscrepan~y the words shall consol Receipt is hereby acknowledged for the follo~nng addenda to the contract documents Addendum No 1 Dated ./.,~'j~f-' Received r~/~ Addendum No 2 Dated ' / Received /' Addendum No 3 Dated Received Addendum No 4 Dated Received The undersigned agrees to complete m full the Construction of the Civic Center Pedestrian Badge no later than April 23, 1998. Seal if Corporauon S~CCB~bndse doe ~o.~ THII~ OERTIFIOATE I~ [~UE~ A8 A ~fl OF INFO~ON ONlY GONER8 NO A~ U~N ~E CER~CA~ HO~Efl, ~ DO~ N~ A~D. ~ND OR AL~R ~E COVERAGE A~ORDED BY ~E ~A~ & ~NQ INSURANOE ~MOm~ BE~W ~ ~ ~ ~ A GOMPANIE5 A~O~DIN~ ~OVE~A~E ~lS I~ ~O CE~ ~AT ~E POU~I~ OF INSU~CE U~ B~OW HA~ B~EN ISiU~O TO ~t INSURED N~EO ~V~ ~R ~E ~U~ ~RIOD ~CLvSlONS ~O CoNOmONI OF SUCH POUCI~ UMIT~ SH~ MAY ~VE BE~ R~OUCEO BY PAID C~MS BOND EXEC~{~u[ TN FOUR (4) ORIGINALS ~nd ~o. 729579 PEr--CE BO~ ~ STA~ OF ~ ' CO~OFD~ON ' BOND PREM{UM BASED ON FINAL CONTRACT PRICE ~OW ~Lt~ ~ By ~E P~ ~ D~R CONS~U~t~ON, whos~ ~ m P O BOX ~ DE~N, ~ 76202, h~ ~1~ ~p~ ~pico~{ ~nd~i~y Co~.n9?n _, a oo~om~ ~ ~d ~st~ ~ ~ laws of laws o~ S~ ofT~ ~ ~M ~, m ~ p~ ~ of O~ ~UND~D 'l'~E ~OUS~D ~UR ~D SE~N~ ~O ~d n~l~ ~o~ ~ ~, a~om~' ~ ~ hq~d ~ m~ out o~ ~ ~t~ m~ · e b~l~ id~ ~u~ m ~w~ ~n~ of ~e Umt~ Sta~ ~ b~ prod m ~on Count, T~ ~ ~ pa~t ofw~h ~ w~ ~ ~y mbu m~, w~ h~y ~ o~lv~ o~ h~ ~ ~h'~, ~ ~ ~ ~omtly ~d ~y, ~y by ~ ~U. ~s ~0~ shall ~e~ly ~ m~ by ~o ~o~t o~ ~y C~ ~ or Su~l~t~ A~t wM~ i~ ~ ~n~t ~, ~t h ~ ~ ,h." a ~ ~ ~ S~I~ ~ OB~OATION ~ PAY ~ m ~dmon~ ~ ~ollows ~ ~ Pnn~p~ t~ ~, ~ ~o 17 day of~BRU~Y ~D 1998, a ~py of w~h m h~ a~ ~ m~e a p~ h~ for B~ ~ 2161 - CI~C ~NTER PEDES~ B~GK PRO{E~. NOW, THERi~ORE. sfthc Prinetpal ~hnl! well, l~uly and ~ly p~ ~ ~flll aH of~e ~F~ ~v~ t~s, ~o~ ~ ~m of~d Con~t m ~ wl~ ~e PI~ ~fi~om ~ ~ D~ d~8 ~e on~ t~ ~f ~ ~y ~on ~fW~ch ~y bu ~ by ~e ~, ~ ~ ~out n~ce ~ ~ S~, ~d ~ ~ l~e of my ~ty ~ m~ ~ ~d~ ~ C~ ~ ~l ~o well ~ ~ly p~ ~d ~fill ~ ~ ~d~p, mv~, t~, ~tto~ md ~ o~ ~y ~d all ~ly ~o~ m~fl~ of md Con~ ~ ~y ~ ~ ~ ~uce ofw~ ~fl~ ~ ~ S~ bei~ h~y ~v~; ~ if~e P~ ~! ~ ~or ~l~e ~1 ~ duo to ~mpl~ ~d fl~ ~ of ~e Wo~ ~ ~e 0~ ~ if ~e ~cip~ ~ ~ly I~ ~ save h~ ~e ~ ~m ~l ~sts ~d d~ges w~ch 0~ may suff~ by ~n of ~l~ to m p~ h~om md ~l ~lly ~mb~c ~ ~y ~r ~l outlay ~ ~p~seJw~ch ~ ~er may ~ in ~g g~ ~y defn~t or ~fict~y, ~m ~s obh~a~ s~l be ]voi~ o~se, it s~l ~fl in ~ll fo~ ~d effect. PERFORMANCR BOND - Page i DBR CONSI~.I~C'E~ON O~/q~/Y~, INC. A~T S~ c ~ ' ' A~O~Y-~-FA~ ~thy R. Zachn~ek ~ ~d~t Ag~t of~ S~ m ~on Co~, T~ for d~v~ of~ ~d ~ice of~e N~;., ~ur~ty Bond Connection ~eney~ ST~ ~DRESS: [777~ Preston ,Rood, Dallas, ~ 75252 ~' DatoofP~om~Bo~m~bc~cof~n~ct. IfRm~t~t~snota P~RFORZ4A~CE BOND - Pa~e 2 BO~) EXES, IN FOUR (4) OR~CII~L~LS Bond No. 729579 ~ STA~ O~ ~ ' BOND PREMIUM BASED ON CO~ OF D~0N ' ~OW ~L ~BY ~~. ~ ~ CONS~ON, w~ ~ ~y ~d ~ ~o ~ o~Dm~ ~ m~ ~on o~ ~d ~s~ who ~y ~h ~nls ~, or p~ ~or ~n, ~ bml~ or ~p~mM h~ ~ to, ;n tho p~ s~ of ONE H~D ~E THOUS~D FO~ ~D by ~e ~ ~ Do~ ~1 nu~ly bo m~ by ~c ~om o~y ~Se or Surinam ~mt w~ch ~ ~ Con~ pncc d~ ~ p~ ,~ o~ ~s Bond. ~ OB~GA~O~ TO PAY S~ ~s ~ndmon~. ~llows' ~ ~ ~. ~, dat~ ~e 17 day o~BRU~Y, ~D 1998, a cop~ o~wh~Gh ~s h~ a~hcd made a pM h=~ ~r BID ~ 2161 - ~c CE~ER PEDE8~ B~GE PRO~. NOW, ~O~ if tho ~ ~1 well, ~y ~ fm~iy p~ m dunes ~d hbor ~or ~ h ~ ~uflon o~ Wo~ pm~d~ ~or m smd Con~t nd ~y ~d duly a~ mo~flc~o~ o~ md ~n~t ~t may h~cr bc m~c, ~U~ o~ w~ch ~fiCa~O~ ~ ~ S~ be~ h~y e~iy w~v~ ~cn ~ obhgatiofl ~1 bo void, lie in Dmmn Coa~, T~n, ~D ~0~ ~ ht ~ n~d ~, for ~ue ~v~, h~by ap~t~ ~ ~ no o~ ~on of brae, d~on ~ ~hou to ~ t~xn~ of~c Cou~ s~l xn ~ ~m t~ obhsn~on on thxs Bon~ ~d fl do~ hereby wave nonce of chqe, ~ion of~me, ~ten~on or ~hon ~ ~c t~ of~c Con.ct, or ~ ~c Work to be PA~N~Tr BOND - Page 1 This Bond is 8tvm pursuant to the provisions of Chaptc~ 2253 of tho Texas Oovcmment Codc~ aa ammided, and any other applicable statutes of the State of Texas. Tho undersignM mid demgnated agent is h=eby dem~at~d by tho Suroty helm aa the l~omd~mt Agmt m DENTON County m whom troy rcclmmm p.~lc~ may bo doliverod and on whom setvlc~ OfM'ootm umY bo hnd m nmtte~ m-mn~ out of such sut~p, as provided by Amcle 719=1 of the Insurance Cod~ Vernon'e Annotated Ci~ Statutes of the State of Texn. IN WITNESS WHEREOF, ~ in~nm~nt ts oxecuted in 4 copms~ each ono ofwluch shn]l bo deemed an on~ml, this the 17 da)- ofFgBRUARY 199& A'I rl~qT. SURETY CAPITOL L~U}~94X~Y CORPO~-'t~ON ' A~I~OR~Y-IN-FACT Kathy R. Zacharek Tha R~ldmt Agent offl~ .qut~ty m De, ton County, Texas for dahvety ofnotic~ and service of the process is: NAL~:. surety Bond Connection Agency, Inc. -qT~J~TADDI~SS. 1.7774 Press'on Road, Dallas~ TX 75252 (NOTE' Date of Payment Bond must be date of Contract lf~emdent Agent ts not a corporaUon, ~ive a ~ name.) PAYMNNT BOND - Page 2 IMPORTANT NOTICE To obtain information or make a complaint You may contact the Texas Department of Insurance to obtain information on companies, coverages, nghts or complaints at 1-800-252-3439 You may write the Texas Department of Insurance P O Box 149104 Austin, TX 78714-9104 Fax #(512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a d~spute concerning your pram~um or about a claim, you should contact the agent or the company first If the dispute is not resolved, you may contact the Texas Department of Insurance ATTACH THIS NOTICE TO YOUR POLICY: Th~s not~ce ~s for ~nformat~on only and does not become a part or condition of the attached document I DEM ITY CORPORATION 4610 UNIVERSITYAVENUE SUITE 1400 MADISON WISCONSIN 53705 0900 PLEASE ADDRESS REPLY TO PO BOX 5900 MADISON WI 53705 0900 PHONE (608) 231 4450 · FAX (608) 231 2029 Bond No. 729579 POWER OF ATTORNEY No Know all men by these Presents That the CAPITOL INDEMNITY CORPORATION, a corporation of the State of W~$constr% having ~ts principal off cea m the City of Madison, W~sconsm, does make, constitute and appoint .--- V. R. DA~L%NO, /R, ~ES V D~O, C~ACE D~O, ~- ~ ~ R ~ ~ ZA~K, SHB~ L SCaR t~ true and lawful At~rney(s)-m-fact, to make, execute, seal and deliver for and on ~ts behalf, as surety, and as ~ts act and deed, any and at[bonds, a~de~akmgs and contracts of suretyship, prowded thst no bond or unde~aking or contract of suretyship executed under th~s authority shall exceed ~n amount the sum of ................... TO ~X~ $~ - ........... NOT ,~,~ Th~s Power of Attorney ~s granted and ~s s~gned and sealed by facsimile under and by the authoRty of the following Resolution adopted by the Board of D~rectors of CAPITOL INDEMNITY CORPORATION at a meeting duly cal~ed an~ held on the 5th day of May t960, RESOLVED that the President a~d V~ce President, the ~ecreta~ or Treasurer acting mdlwdually or othe~se be and they hereby are grame~ the power and authoriza~on to omt b a Power of A~omey for the purposes on~ of executing and a~estmg bonds and unde~akmgs and other wrmngs obhgatory m the natu~e~reof [ne or more resident w~ presidents assistant secretanes and attorney(s) m fact, each appointee to have the ~wers and duties u~ua to such offices to the business of this company the s~gnature of such ofhcers and seal of the Company may be affixed to any such power of a~rney or to any ce~hcate relating thereto by facslmde and any such power of attorney or ce~#~cate beanng such facstm ~e s~gnatures or facsimile seal shall be valid and binding u~n the Company and any such power so executed and cavilled by facsl~de signatures an~ facslmde seal shall be vahd and binding upon the Company in the future with respect to any bond or unde~ak~ng or other wr~hng obhgatory rn the nature thereof to which it m aaached Any such appointment ~ay be revoked for cause or wdhout cause by any of smd ofhcers at any t~me IN WITNESS WHEREOF, the CAPITOL INDEMNI~ CORPORATION has caused these presents to be s~gned by ~ts officer undersigned and ~ts corporate seal to be hereto aff~xed duly aEested by ~ts Secretary, th~s 1st day of June 1993 CAPITOL INDEMNITY CORPORA~ON COuN~STATE OFoFWISCONSINDA~E }Schutte ~cmlar~ On the 1st day of June, A D, 1993, before me personally came George A Fa~t, to me known, who bemgby me du~y sworn, d~d depose and say that he resides m the Ceun~ of Dane State of W~sconsm, that he ~s the President of CAPITOL INDEMN~Y CORPORATION the corporation descnbed m and which executed the above instrument that he knows the seal of the said corporation, that the seal affixed to sa~d instrument ~s such corporate sea, that ~t was so affixed by order of the Board of D~rectors of sa~d co~orat~on and that he s~gned h~s name thereto by hke order STATE OF WISCONSIN } Notaq Public, Dane Co, WI '~Z~.~.~ ~" My Commission is Permanent CERTIFICATE I, the undersigned, duly elected to the office stated below, now the recumbent ~n CAPITOL INDEMNITY CORPORATION, a W~scons~n Corporation, authorized to make th~s ce~tfl~te, DO HEREBY CERTIFY that the foregoing attached Power ~ Attorney remains m full force and h~ not been revoked and fu~hermore that the Resolutton of the Board of D~rectors, ~t fo~h m the Power of Attorney ~s now ~n force Signed and sealed at the City of Madison Dated the ~ ~ PaulJ 8re~er Treasurer Th~s power m vahd only if the power of attorney number pdnt~ [n the upper nght hand comer appears m red Photocopies carbon cop~es or Off,ce of the Capitol I~demntty Corporation CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below It is h,ghly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance cart~flcatss and endorsements as prescribed and provided herein. If an apparent Iow b~dder fa~ls 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 ma~nts,n throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligat;ons or I,ab,ht~es of the Contractor, the Contractor shall provide and mamta,n until the contracted work has been completed and accepted by the C;ty of Denton, Owner, the mlmmum ~nsurance coverage as ~nd;cated here,halter. As soon as practicable after notification of bid award, Contractor shall file w;th the Purchasing Department satisfactory certificates of insurance, containing the b~d number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any ~nsurance requirements at any t;me, however, Contractors are strongly adwsed to make such requests prior to bid opening, since the ~nsurance requirements may not be modal, ed or waived after b;d opening unless a written exception has been subm,tted with the b~d. Contractor shall not commence any work or deliver any material until he or she receives noflficat;on that the contract has been accepted, approved, and s,gned by the City of Denton All insurance policies proposed or obta;ned ~n satlsfact;on of these requ;rements shall comply w~th the following general speciflcat;ons, and shall be maintained ~n comphance w~th these general spec;ficatlons throughout the durst;on of the Contract, or longer, if so noted' · Each policy shall be issued by a company authorized to do business ,n the State of Texas w;th an A.M. Best Company rating of at least A · Any deduct,bias or self-insured retentions shall be declared m the b~d proposal. If requested by the City, the ~nsurer shall reduce or eliminate such deductibles or self-;nsured retentions w;th respect to the C;ty, ;ts AAA00350 Insurance Requirements Page 2 officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. · LzablliW policies shall be endorsed to provide the following · · Name as additional ~nsured the C~ty of Denton, its Officials, Agents, Employees and volunteers ® · That such ~nsurance is primary to any other insurance available to the additional ~nsured with respect to claims covered under the policy and that this ~nsurance 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 llab~hty · All policies shall be endorsed to provide thirty(30) days prior written not~ce of cancellation, non-renewal or reduction ~n coverage · 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 ~n the general annual aggregate I~mtt, the contractor shall either double the occurrence I~mits 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 C~ty receives satisfactory evidence of reinstated coverage as required by this contract, effective 8s of the lapse date. If insurance ~s not reinstated, C~ty may, at its sole option, terminate this agreement effective on the date of the lapse. AAA003SO Insurance Reclulrements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained ~n 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: A. General Uability Inaurance: General Liability ~nsurance with combined single limits of not less than ="00~ ,000 - shall be provided and maintained by the contractor The policy s~all be written on an occurrence basts either in a single policy or m a combination of underlying and umbrella or excess policies. If the Commercial General L~ablllty form (ISO Form CG 0001 current edition) is used. · Coversge A ahall 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, .s 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 Propers/ Damage Liab.llty 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 AAAO0350 .EV~E~ ~o.z~4 Cf - 3 Insurance Requirements Page d. Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance w~th Combined Single Lim~ts (CSL) of not less than ssoo.ooo either ~n 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 w~th this contract. Saflsfact;on of the above requirement shall be ~n the form of a policy endorsement for' · any auto, or all owned, hired and non-owned autos Workera Compensation Insurance Contractor shall purchase and matntam Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for ~ssuance of such insurance, has Employer's Lzabllity I~mlts of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy llm;t for occupational disease. The City need not be named as an "Additional Insured" but the ~nsurer shall agree to waive all r~ghts of subrogation against the C~ty, 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 prows~ons of Attachment 1 ~n accordance with §406.096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensation Comm~ssion (TWCC). [ ] Owner's and Contractor's Protective Liabzlity 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 ~nsurance policy naming the C~ty as ;nsured for property damage and bodily injury which may arise m the prosecution of the work or contractor's operations under this contract Coverage shall be on an ,EV.SEO ~on2~4 CI - 4 insurance Requirements Page 5 "occurrence" basis, and the policy shall be Jssued by the same insurance company that carries the contractor's Itablllty ~nsurance Policy llmlts w~ll be at least combined bodily injury and property damage per occurrence w~th a aggregate [ ] Fire Damage Legal Uability Insurance Coverage ~s required If Broad form General I~ab;hty ~s not provided or ~s unavailable to the contractor or if a contractor leases or rents a port;on of a City building. Limits of not less than each occurrence are required [ ] Professional Liability Insurance Professional liab;llty insurance with I;m~ts not less than per cla,m with respect to negligent acts, errors or omissions in connection with professional services is requ;red under this Agreement. [ ] Bu,idera' Risk Insurance Builders' R,sk Insurance, on an Ali-Risk form for 1OO% of the completed value shall be provided. Such policy shall ~nclude as "Named Insured" the C;ty of Denton and all subcontractors as their ~nterests may appear [ ] Additional Insurance Other ~nsurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance ~s required for a spectflc contract, that requirement w,ll be described in the "Spec,ftc Conditions" of the contract specifications. Insurance Requ,rements Page 6 ATTACHMENT I Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions Certificate of coverage ("certlflcate")-A copy of a certificate of Insurance, a certificate of authority to self-.nsure ~ssued by the commission, or a coverage agreement (TWCC-81, '1%VCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation ~nsurance 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 prowdlng 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 w~th 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, prowdmg, hauhng, or dehverlng equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not ~nclude actlwtles unrelated to the project, such as food/beverage vendors, off~ce 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 AAA003~0 ~.Evlsm ~o/~=m4 Cl - 6 Insurance Requirements Page 7 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, pnor to the end of the coverage period, file a new certificate of coverage w~th the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends dunng 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 ~n writing by certified mall or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the prows~on 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. AAAO0360 ~w== ~on~ Ci - 7 Insurance Requirements Page 8 I. The contractor shall contractually require each person with whom ~t 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, wh,ch meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all of Its employees prowding services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beg~nmng work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person prowd~ng services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage penod, 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 w~th whom ,t contracts, and prowde to the contractor: (a) a certificate of coverage, prior to the other person begtnmng 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 per~od shown on the current certificate of coverage ends during the durstlon 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 ~n writing by certified ma,I or personal delivery, w~thin 10 days after the person knew or should have known, of any change that materially affects the prows~on of coverage of any person providing services on the project; and AAA003E0 ~:v,sm ~o/~;m4 CI - 8 Insurance Requtrements Page 9 (7) contractually requtre each person wtth whom tt contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provtded to the person for whom they are provtdmg servtces. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide servtces on the project be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classtfication codes and payroll amounts, and that all coverage agreements wtll be filed with the appropriate Insurance carrier or, in the case of a self-insured, with the commission's Dtvlslon of Self-Insurance Regulation Providtng false or misleading information may subject the contractor to admtmstrative penalties, criminal penalties, civil penalties, or other ctwl actions. K. The contractor's failure to comply with any of these provtstons ts a breach of contract by the contractor whtch 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. AA~O03~O