Loading...
1997-303AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the C~ty has sohclted, received and tabulated competitive bids for the constructmn of pubhc works or ~mprovements m accordance w~th the procedures of STATE law and C~ty ordinances, and WHEREAS, the C~ty Manager or a designated employee has received and recommended that the here~n described b~ds are the lowest responsible bids for the construction of the pubhc works or ~mprovements described m the b~d invitation, bid proposals and plans and specfficat~ons there~n, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECIiO3S~ That the following competitive b~ds for the construction of pubhc works or ~mprovements, as described ~n the "Bid Inwtataons", "B~d Proposals" or plans and spemficat~ons on file in the Office of the Clty's Purchasing Agent filed accor&ng to the b~d number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID N1 IMBER ~IOR AMOUNT 2103 DBR CONSTRUCTION $193,875 00 SECTION II That the acceptance and approval of the above competmve bids shall not constitute a contract between the C~ty and the person submitting the b~d for construction of such pubhc works or improvements herem accepted and approved, until such person shall comply with all reqmrcments spemfied ~n the Not,ce to Bidders mcludmg the t~mely execution of a written contract and furmshmg of performance and payment bonds, and insurance certfficate after nonficatmn of the award of the b~d SECTION III That the City Manager ~s hereby anthonzed to execute all necessary written contracts for the performance of the constmctton of the pubhc works or ~mprovements m accordance w~th the b~ds accepted and approved herein, prowded that such contracts are made ~n accordance vath the Not,ce to Bidders and B~d Proposals, and documents relating thereto specifying the terms, con&tlons, plans and specfficatmns, standards, quantities and specffied stuns contmned therein SRCTION IV That upon acceptance and approval of the above competmve bxds and the execution of contracts for the pubhc works and xmprovements as authorized herexn, the C~ty Counml hereby anthonzes the expenditure of funds m the manner and ~n the amount as specffied ~n such approved b~ds and authorized contracts executed pursuant thereto SEC. LIIOI2X That thts ordinance shall become effective ~mme&ately upon its passage and approval PASSED AND APPROVEDthxsthe6~/ dayof ~_~/~/~'~4~ ,1997 JACK MILLER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY 2 DATE OCTOBER 21, 1997 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Kathy DuBose, Assistant Clty Manager of Finance SUBJECT ' BID # 2103 - LOWER PEC-4 CHANNEL IMPROVEMENTS RECOMMENI]ATION: We recommend this bid be awarded to the single bidder, DBR Construction in the amount of$193,875 00 w~th completion by January 16, 1998 SUMMARY: This bid is for the furmshmg of all materials, labor, tools and equipment necessary for the construction of improvements to the drainage channel extending from Bradshaw Street (lust south of Prairie Street), east and north to the confluence vath Pecan Creek This section of drainage channel is referred to as Lower PEC-4, The orojeet consist of pipe barrier gates, grading, stone transition, concrete channel lining, protective fencing, erosl~on eontrdls and hydromulehlng of exposed areas The project was designed by Teague Nall and Perkins under the guidance of City of Denton Staff Bid notices were sent to 64 prospective bidders and only one response was received The project must be completed by January 16, 1998 or the 404 Permit required by the U S Corp of Engineers will expire PROGRAMS: D~PARTMENT~q OR C. ROLTPS AFFECTED: Citizens in the general project location area, City of Denton Engineering Staff EiSCAI,~A~LT~ Funds for thm project vall come from the 1997-98CIP program Project#81084, Pecan Creek Tributary Improvements (PEC-4) Attactuncnts Tabulation Sheet Memo from David Salmon, Engineering Administrator Letter date 9-27-97 from Teague Null & Perkins Respectfully submitted ~itliJc~_u~se Assistant City Manager of Finance Approved CFM Title Purchasing Agent 944 AGENDA 3 BID NAME LOWER PEC-4 DBR CHANNEL IMPROVEMENTS IOPEN DATE 25, SEPTEMEBER 1997 -~-- QT~ Di~SCRIPTION VENDOR VEN~_ OR I LS BASE BID $193,875 00 BID BOND YES 4 MEMO DATE September 30, 1997 TO Tom Shaw, Purchasing Agent FROM David Salmon, Eng~neerln~ Administrator SUBJECT B~d for Lower PEC-4 Channel Improvements Bids were opened on the above mentioned pro3ect on September 25, 1997 DBR Construction was the only b~dder Their b~d was $193,875 00 This pro3ect was designed for the City by Tea~ue, Nall and Perklns Consultlng Engineers They estlmated the pro3ect would cost $196,909 whlch ls wlthln 1 5% of the bid (letter from Teague, Nall and Perkins attached) As explained ~n their letter, the City has a short time frame to complete th~s project due to the exp~ratlon of the 404 permit required by the U S Corps of Engineers We have spoken w~th the contractor and ~t is h~s intention to complete the pro3ect by the January 16, 1998 deadline barring unforeseen, uncontrollable c~rcumstances DBR Construction has performed many s~mllar projects for the C~ty of Denton ~n the past wlth satlsfactory results Jerry and I both concur w~th the consultant that th~s b~d should be awarded to DBR Construction Please schedule th~s b~d for the October 21st~C~ty Council meeting D~9~d ~a~n ,~ E AEE00936 5 TEAGUE AN D PERKINS C O N ~ U L ~' N 0 I N E ~ ~ ~ $~;, 29, 1997 Mr ~.y Clark, P E. Dir~t0r of Engtnoormg and Ttamponadon D~pt City o~ Danton 221N. ]3int St. Demon, TX 76201 RE: Lower PRC-~ Constr. Cost E~tfmate TNP No DEN97125 Att~c~ed pioas~ find our revised Opmmn of Probable Co~, wtuch reflects bcttcr umt pncc from several independent sources. I have con~ it to the bid prices sub~mucd by DBR Consm~et~on As you cen se~. th~ bid pnc~ subnnucd looks re~somble I would normally not use a l~ contingency ~t this sta~c of the project, but ~ven ~he generally hcavy work ioed of most cm~'actors, and thc Ught co~ln~c~on schedule r~luLrcd, I did ~ f~ com/'or~hie m quandf~m8 d~se fltctors in any other way. As you ~u~ aware, ttm~l¥ compi~ion of ~us pro$~ct ts ~scnt~l under ~h~ ~ of the Corps of Engmeer~ 404 Pmmc In ~he Oenerel Provisions of ~he bid docmncn~, page 0-2. ~c ~me ~llot~,d for consuuc~on ,~ addressed. I sug~st ~t you mec~ wi~h ~he comracmr and ensure that he wdl ~ to the complouon ds~e shown thar~ which ~s Sanuary 16, 1998 This de~lhnc must ~ prect~,~ over r/ac work~ d~ys su~r~ in ~!~ contr~tor's bid While we would obvtousl¥ p~ferned edthtton~l bidders. I feel th=t ~1~ r~L$ODabl~ bid pnc~ and th~ Ughi[sedt~dul~ r~qmml do not jmtify bidding th~ project again P~l fr~o to cai! if you h~ve any qu~ttons, or ~f you n~d ftmhor m~ormanon Sm~rely, TEAGUE NAIL AND ~, INC. O~ L. Vinery, P E ~J~ No 71§2§ GLV iv ISAX Ig17~ 336 ~13 MITRO (97a! 2S1 1627 PAX (972) 261~8 TEAGUEiNAL~ AND PERK.S OPINION OF PROBABLE COST ;)WNER' City of Denton PAGE. 1 of 1 =ROJECT. I.o~er PEC-4 Channel Improvements DATE. 9/24/~7 ITEM i PROJECT #DENg?125 UNIT NO DI~$CRIPTION OF ITEMS QTY UNIT PRICE COET 1 PrepedngRight-of-W,¥ 1'LS 13.200 O0 13200 2Uncl. Chanr :loa nel Exoavatl n 27300 CY 4 00 109200 3 Embankment 10000FA, 1.2! 12500 4 Concrete Aooe~a Ramp 1 LS 8,000 00 8000 5 Re, hie Brae (Crushed 8tone) 70 SY 7,50 525 6. Pipe Barrier Gate 1L8 800.00 800 7 Erosion Controls 1 LS 1,500 O0 1500 8 Hydromuioh 32000 LS 0.50 16000 g Remove Existing Sanitary Sewer I LS 3,000.00 3000 10 Contraotor's Warmntle~ & Undemtandlng$ I LS 5,500.00 5500 11 Barrieade~, Detoum & Wamlng Signs 1aLS 1,000 O0 1000 PREPARED BY' SU.~¥rJTAL CONST COST' ~1717='~ REVIEWED & APPROVED ' PLUS 15% CONT. $25,684 i TOYAL E~¥iN~'FED COST $198t50~ CONTRACT AGREEMENT STATE OF TEXAS S COUNTY OF DENTON S THIS AGREEMENT, made and entered into this 21 day of OCTOBER A.D., 19 97 , by and between T~E CITY OF DENTON of the County of DENTON and State of Texas, acting through TED BENAVIDES thereunto duly authorized so to do, hereinafter termed "OWNER," and DBR CONSTRUCTION 2301 ~L~ DR DENTON, TX 76201 of the City of DENTON , County of DENTON and State of TEXAS , hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete perfor~ance of the work specified below: BI~ # 2103 - LOWER PEC-4 CHANNEL IMPROVEMEN~ in the amount of ~193f875.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at hie (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 other drawings and printed or written e~lanatory matter thereof, end the Specifications therefore, as prepared by CITY ENGINEERING DEPARTMENT all of which are made a part hereof and collectively evidence and constitute the entire contract. Indenendent 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. Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Ve~u~ 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 CONTI~ACTOR 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 w~th~n the tame 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 CONTI~ACTOR 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 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST CONTRACTOR MAILING ADDRESS NUMBER AX'NUMSER PRINTED N~E APPROVED AS TO FORM: (SEAL) /City -Attorney ~ AAA0184D Rev. 04/05/96 CA - 3 WORK DAYS BID NO PO NO BID TABULATION SHEET I rrEM DRSCRIPTION UNIT ~ PRICE TOTAL B-1 1 L.S. 23,000 / 00 $ Umt Price m Words' J B-2 Unclasmfied Channel 27,300 C.Y $ 3 / 50 $ 95,550 Excavation Umt PAce m Words. Three Dollars and Fifty Cents* I B-3 l~mbankment C Y. $ 3 / oo $ Umt Price un Words B-4 Concrete Access' I L S $ 6,0oo Umt Pnce m Words: Six Thousand Dollars* B-5 Flexible Base 70 S Y $ lO / 0o $ 700 Umt Price in Words' Ten Dollars* i m One Thousand Dollars* Pnce Words I B-7 IEromonControls 1 [ L.S. [$ 5oo/oo [$ 500 0C Umt Price in Words' iiv~ g,,ndrod Do] l Unit ~ce m Wor~' 'ifCy Cents* ~ B-9 I,~mov~Exi,~,*'~don,d 1 [LS [$ 3.0oo/o0 $ 3.o0o.oc Umt Pnco m Wor~ ~ree ~ousand Dollars* Unde~..di.~ ~ U~tP~e m Wo:~. Seventeen ~ousand Six Hundred ~en:y Five Del .ars* Umt Price m Wor~. Five Hundred Dollars* ~ TOT~ BASE BD [ $193,875.00'* TOT~ WO~G DAYS 9o Days BID SUMMARY TOTAL BID PRICE IN WORDS BASE BID *one Hundred Ninety Three Thousand Eight Hundred Seventy Five Dollars* ALTERNATE NO 1 none ALTERNATE No 2 none In the event of the award of a contract to the undersigned, the underslgned will furmsh a performance bond and a payment bond for the full amount of the contract, to secure proper comphance with the terms and provisions of the contract, to insure and guarantee the work until final compleuon and acceptance, and to guarantee payment for all lawful clanns for labor performed and materials furmshed m the fulfillment of the contract It m understood that the work proposed to be done shall be accepted, when fully completed and finished m accordance with the plans and specifications, to the sausfacuon of the Engineer The undermgned cerUfies that the bid prices contained m flus proposal have been carefully checked and are subrmtted as correct and final. Umt and lump-sum prices as shown for each item listed m tlus proposal, shall control over exterl~lons DBR Construction Corapan.y Company,Ine Don Richards / President 2301 Hinkle Dr. Street Address Denton,TX 76201 Cl~ and State Seal & Authonzauon (If a Corporauon) 940/383-3007 Telephone bOND PREMIUM BASED ON FIHAL CONTRAC'T PRICE EJi~,EJ~,MA,~T~E~,I~ THE STATE OF TEXA~ , BOND NO 729559 BOND EXECUTED IN FOUR (4) ORIGINALS COUNTY OF DENTON , Ii. OW ALL MEN BY THESE PRIISENTS That DBR CONSTRUCTION, whose addr~si m 2301 UINKLE Dl~, DENTON, TX 7~101, herchidter called Pnnmpal, end Capitol Indeumity _Corporation, a corporation orsan~d and existiuS under thc laws of the State of~ TEXAS, end fidly authom~d to trens~ busmces m ~e .~tete of Texas, es Surety, arc held and fk, mly bound unto the City of Denton, a maniclpel corpemuon org~uzed and existing under the laws ofltbe State of Texes. hereinafter culled Owner, in the ~ sum of ONE HUNDRED NINETY THREE 'tHOUSAND EIGHT HUNDRED SEVENTY FIVE and noir00 - ($193,g?~.00) plus 10 peweat of the stated penal sum as an adchUonal sum of moncy tcpresettting addltzonal court expenses, attorneys' f~es, and liquidated dam~s msmg out of or cun- ~'tsd With the below identified Conlract, hi lawful moncy of the Umted States, to be prod m Dt:ntun Cotmty~ Texas. for btm payment of whch sum well and truly to be made, we hereby brad oursclvcs, our heirs, exccutors, administrators, successors, and asmF~s. ~omtly ~ severally, ~/nnly by these presents This Bond shall automatioally be increased by thc amount of any Chan~e Ordcr or Supplemental Aigecmcnt whch mm~tses thc Contract pr/~, but m no cvcnt shall a Change Ordcr or Supplemental Agmemant whch reduces the Contract price decrease the penal sum of this Bond. THE OBLI(]ATION TO PAY SAME tm ~ona,uoned as follows Wher~es, the Pnu~lpal en~ into a certain Contract, ~dentified by Ordinance Namber 97-303, xwth thc City of Danton, thc Owner, da._~d the 21 day of O~tolmr A D 19~7, a copy of whch is hereto attached and made a pm hereof, for BID # 2103 - LOWER PEC-4 CHANNEL IMPROVEMENT. NOW. THEREFORF~ if thc Prmclpal shell well, mdy and fmthfully perform and fulfill all of the uadertahngs, covenants, terms, con&fions and agrecraents ofsaid Contract m accordance vath the Plato, Specifications and Contract Docunumts during thc original tern1 thereof and amy extc~lon thereof Which may be granted by thc Owner, vath or w~thout notic~ to the Surety, and dunng the hfc of any guaranty or wan'anty required under this Con~ract, and shall also well and truly perform and fulfill ~11 the undettshngs, covenants, terms, conditions and agreements of any and all duly authonzed modifica~ous of smd Contract that may hereafter be made, notice of wiuch modificauons to the Stucty being hereby wmved, and, if the Principal shall repan' and/or replace all defects duc to faulty matenals and workman$lup flint appear within a penod of one (I) year from the date of final comple~lon and final acceptance of the Work by the Owner;, and. if the Pnnclpal shall fully mdemn|fy and save harmless the Owner from all costs and damages whwh Owner may suffer by reason of failure to so perform here~n and shall fully r~imbur~ and repay Owner all outlay and expense which thc Owner may incur ut wa~!~g good any default or dcficiency, then this obligation shall belvoid, otherwise, it shall remain m full force and effect PROVIDED FURTHER, that if any legal action be filed upon flus Bond, exclusive venue shall lie in Denton County, Statc of Texas. PERFORIeJ~Ii~E BOND - Pac~e 1 AND PROVIDED FURTHER, that thc smd Surety, for value recetvcd, hereby stipulates nnd agrees that no dmnge, extension of tune, alteration or nddltmn to the terms of the Contract, or to the Work to be perEozmed thercunder, or to the Plans, Speciflcemons, Drawings, etc, aceompanyms the sam. c, shall In anywise affect its obligation on thru Bond. and it does bercby waive not~ce ofeny such chengc, ~xtension of time, alt~[#aon or addition to thc tcrm~ of the Contract, or to tho Work to bc pcn%rmed thereunder, or to the Plans, Spemficafions, Drawings, etc This Bond is stven pursuant to the prov~mons of Clmpter 2253 of the Texas Government Code, aS nmended, and any other nppilcable statutes of thc State of Texas The undersigned and dcmgnated agent fs hereby demgnated by the Sumt~ hereto as thc Resident Agent in DALLAS Cotmt~ tO w~om eny l~m~ltc not~ may be delivered nnd on whom service ofprocess nmy be had m mntters anmng out of such suretyship, ns provlded hy Amclc 7 lg-1 of the Insurance Code, Vernon's Annoteted C~wl Stemtes of thc State o£Texes IN WITNESS WHEREOF, this ins~ument is executed in 4 comes, each one of winch slmll be deemed an original, this the 21 day of OCTOBER~ 1997. ATTEST: PRINCXPAL ~ SECRET~iRY '" ~ ~ /;cPRESIDENT / Don R'{ehards ATTEST. SURETY Kathy R Zacharek The Resident Agent of the Sul~y m {~ounty, Te~s for dehvery of notice and service of the process is: NA~I~:, ¥ R Dami. ano, J~ STREETADDRES$. 17774 Preston Road, Dallas, TX 75252 (NOTE Date of Pcrformaac~ Bond mu~t be date of Conh~act IfRemdent Agent m not a co~omflon, g~ve a ~e~on's name ) PERFORMANCE BOND - Page 2 BOND PREMIUM BASED ON FINAL CONTRACT PRICE TIO~STATEOFTEXA8 , BOND NO 729559 CO~OFD~TON ' BOND EXECUTED ~N FOUR (~) ORIGIN~S ~OW ~L ~ BY ~SE P~S. ~t DBR CONS~U~ION, w~ ~ss is 2301 ~E, DE~N, ~ 76201, h~ ~1~ P~cip~, Ca~it~ ~demnity Corporation ~ a C~O~ org~d ~d em~ ~dcr ~c hM of thc S~ of~, ~ ~ly ~on~ ~ ~ bmin~ m ~e S~ ofT~, ~ S~, ~ held ~ of ~ Sm~ of T~, h~t~ cdl~ O~, ~d ~to ~ ~, ~ ~d ~mtions w~ my ~sh m~s for, ~ p~o~ l~r ~o~ ~ b~g or ~pmv~en~ h~r ~fe~d,~, m ~e ~ s~ of ONE ~D NINE~ T~E THOUS~D ~GIIT ~D SE~ ~ and n~ (~1~7S ~) m la~ money of ~ ~ p~d m Denton Co.W, Tc~, ~r ~ ~t of w~ s~ ~il ~d ~y ~ ~ ~dc, wc h~by b~ o~[~s, o~ he~, cx~u~, ~tms~to~, s~s~, ~d ~signs, jointly ~d ~e~ly, ~y ~ ~ ~, ~s ~ shall a~ly ~ ~c~d by C~o ~er or $uppl~ A~ ~ mc~ ~e Co~t pn~, but tn no cyst sl~l a C~ge Or~r or S~plem~ A~mcnt w~ ~u~ ~e Con. ct ~ce d~e s~ of~,$ Bond T~ OBLIGA~ON TO PAY S~ is ~ndmon~ ~ follo~ ~=~, cn~d into a cern Con.t, tden~f~ by O~n~ Nm~r 97-303, ~ ~e C~U of D~n, · e O~, ~t~ ~ 21 ~y of Ot~r, A D 1~7, a copy of whch ts h~W a~ed ~d m~c a ~ he.f, for B~ ~ 210~ -- LO~R PEC~ C~EL ~PROVEME~. NOW, ~O~ if~ ~zp~ ~1 ~11, ~ly ~ fm~ly ~o~ i~ du~es ~d ~e p~mpt pa~cnt to gl ~, fl~, su~c~, ~o~tm~ ~d c~ ~pplytng h~r ~or mate~ m ~c pms~u~on of ~ Wo~ pmvtd~ for m ~id Con~ ddy authored m~tfi~ao~ of ~d Con.ct ~at ~y h~fler ~ m~c, noa~ of which m~fi~tio~ ~ ~e S~W ~mg he.by ~p~s~y ~v~ ~en ~s obhgatlon ~1 bc void, o~ it ~1 ~mmn m ~I fore ~ PROV~ED FUR~ ~t iffy Icgl ~on ~ fild on ~s Bon~ cxclmive vc~ sh~l he m ~n~n Co~, Tc~. ~ PROV~ED ~R~ ~t ~ ~d S~, for v~ue ~v~ ~wby stt~at~ ~d ~ ~ no ~c, ~t~on of~e, ~t~tion or addthon to ~c t~s of ~e Con~ or to Wo~ ~o~ed ~d~, orW ~c P~ S~ifi~o~, Dm~gs, ~, ~mp~ sh~! ~ ~zse aff~t its obligalon on ~s ~nd, ~d ~t d~s he.by ~vc nohcc of ~y s~h c~ge, ~enszon of time, Mtcm~on or addition m ~c te~s of thc Con.t. or to ~c Work to bc ~ ~e~under, or ~ ~e Pl~s, S~ifi~ho~, Drawings, ctc PAYMENT BOND - Page 1 This Bond m given purmtmt to lhe proves,OhS of Chapter 2253 oflhe Texas Government Code, as amended, and any oth~ applicable statutes of the State of Texas The andcrmgned and designated silent Is ltereby designated by the Surety hereto as the Resident Agent in ~ DALLAS COHllty to whom nny reqtumte noti~em may be delivered end en whom servi~e ofin~eess may be had tn rmute~ ~slnl{ out of suoh suretyshtp, as provided by Article 7 19-1 of the Insurance Code, Vemon's Annotated Civil Statutas of the State of Texas IN WrrNESS WHEREOF, th,s msmmm~nt ~s executed m 4 copies, e~ch one of which shsll be deemed an original, this the 21 day of Oetober, 1997. ATTEST: PRINCIPAL .D.BR Construction Company, Inc B~~y~. ~ By~~ R~ Ri~chichar ds ATTEST SURETY ~apitol Indemni. ty Corp~.ration ATT~I~Y-I .~ACT Kathy R Zacharek The Resident Agent of the Surety in ]~?ounty, Texas for dehwry of noUce ~d service of the process m. NAMF.: ¥~. Damian.o~ Jr. STREETADDRE$$. 17774 Preston Road, Dallas, Texas ?5252 (NOTE Date of Payment Bond must be date of Contract If Remdcnt Aient is not a corporation, give a pezso~ name ) PAYMENT BOND - Page 2 IMPORTANT NOTICE To obtain mformat~on or make a complaint You may contact the Texas Department of Insurance to obtain ~nformabon on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance P O Box 149104 Ausbn, TX 78714-9104 Fax #(512) 475-1771 PREMIUM OR CLAIM DISPUTES Should you have a d~spute concerning your premium or about a claim, you should contact the agent or the company first If the dispute ~s not resolved, you may contact the Texas Department of Insurance ATTACH THIS NOTICE TO YOUR POLICY This nobce is for informabon only and does not become a part or condition of the attached document INDEMNITY CORPO TION 4610 UNIVERSITYAVENUE SUITE 1400 MADISON WISCONSIN 53705 0900 PLEASE ADDRESS REPLY TO P O BOX 5900 MADISON WI 53705 0900 PHONE (608) 231 4450 FAX (608) 231 2029 POWER OF ATTORNEY No 4 5 5 9 4 2 a!l men by heae. Pre'nfs, That the CAPITOL INDEMNI~ CORPORATION, a cor~rahon of the State of ~s¢~nsm~ na~ng ~ts principal ~[ces tn ~he Cl~y of Madison, W~sc~nsin, does make, constitute and appoint ~D~I~NO, ~,,~S V, D~I~O, C~AC~ D~I~O, .................... tS ~ue apd lawful ~!ne~iS),in-f~t, .W m~e~ execote, so, land dehver for ~nd on ~ts ~ehalf, as surety, and as ~ act and deem any and~e0~, ~deaa~ngs a~ C~tra~ts o~ suretyship, pro~oed that no oond or undeaa~ng or contract of suretyship exec~t~a~oe~ ~IS auth~lty sh~[ exce~dln amount the sum or EX.SD .......................... Th~s Power ~ the authonty of the following a meeting duly called and ~ }nd~wdually or othe~se be a~ they hereby are granted · e ~wer of e~utmg and aties~ng bonds a~ un~kl~s an~ ether writings ol ~ secretaries and attorney(s) in fact e~h appointee to have the ~wers ute of su~ officers and seal of the Oompany may be affixed f su~ power of at~orney or ce~lflcate baaing such f~csim~le t p so executed and ce~lhed by facsimile signatures and ~ se~l shall be to b~nd or undeRak~ng or other wnhng obhgato~ ~n the nature thereof to which ~ [~ by any o~ said officem, at any time IN WITNI has caused thee presents ~ be s~gned by its duly a~ested by ~ts Secretary, th~s Ist day of june~ 1993 ~ CAPITOL INDEMNITY CORPORA~ON COUN~ Of DAN~ On the 1 s{ ~ of JU~, A D, 1993, before me personalty came Goose A Fait, to me known~ who bemgby me duly sworn, did deposited ~y' that ~ res,d~ m ~he~ Oeun~ of .Da~e, Sta~e ?f ~sconsm, t~at ~ is the .President o~ CAPITOL INDEM~ CQBPOR~TIO~, t~ ~oratlon aescriDeo in ano wmcn eXecuted me a~ve ~ns~ument, that he knows the seal[~ the ~td co,crafteR, that ~ seal affixed to said instrument ~s such corpor~e ~al~ that it was so afflxe~ by order or,he ~a~ of D~re~ors of sa~d ~?~rabon and that he s~gneo n~s name thereto by ~lke omar STATE OF WISC~NS!~ Nola~ Public, Dane Co, WI i ~ My Commtssion Is Permanent CERTIFICATE I, the undersignS, dgl~ elected to the offlce~state~ below, now the ~ncumbent m CAPITOL INDEMNITY CORPORATION, 8 .W Sc0nS~Corporatien, authon~ed to make this ce~flcate DO HEREBY CERTIFY that the foregoing ~ached Power ~Attor~y ~ema{ns m fqll T0rce a~d h~ no, been revoke, and fu~hermore ~at the Reseluhon of the ~eerd of Directors,~S~t fo~h~t~e P~wer of Attet~y is now m ~rce S~ned and se,led,the ~1~ 2tST day of~ OCTOBER ~ 1997 Pa , Treasurer T~s e uppe~ right hand comer appea~ m red Photocopies ~a~n cop~es or other reprod~ctl0ns th~ power of a~orney may be directed to the Bo~ Manag~ at the Home Office et 1 [00 d OSO[ £~ 0~6 I qH£ DN{~ ~ AH~VH £~ 9I (~H~)~6,£I- AON CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS B.dder's attention is directed to the Insurance requirements below. It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent Iow bidder fails to comply strictly with the Insurance requirements, that bidder may be disqualified from award of the contract Upon bid award, all Insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract, STANDARD PROVISIONS: W~thout hm~tang any of the other oblagat~ons or liab~ht~es of the Contractor, the Contractor shall provade and maintain until the contracted work has been completed and accepted by the Clty of Denton, Owner, the m~mmum ~nsurance coverage as indicated hereanafter As soon as practicable after notiflcat.on of b~d award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, conta~mng the b~d number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clar~flcation of any ~nsurance requirements at any t~me, however, Contractors are strongly adwsed to make such requests prior to b~d opemng, since the insurance requarements may not be modafled or waived after b~d opening unless a written exception has been submitted w~th the bad Contractor shall not commence any work or deliver any material until he or she receives notlflcataon that the contract has been accepted, approved, and s~gned by the City of Denton All ~nsurance policies proposed or obtained ~n satasfaction of these requirements shall comply with the following general specifications, and shall be mamtaaned m complmnce w~th these general specifications throughout the d u rat~on of the Contract, or longer, ~f so noted: a Each policy shall be ~ssued by a coml~any authorized to do busaness ~n the State of Texas with an A M Best Company rating of at least "A" a Any deductibles or self-~nsured retentions shall be declared ~n the b~d proposal. If requested by the Caty, the ~nsurer shall reduce or eliminate such deductibles or self-insured retentions w~th respect to the City, ~ts AAA00350 P~'WSED ~o~ ;~g4 CI - 1 Insurance Requirements Page 2 officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related Invest~gat,ons, claim adm~mstration and defense expenses. · Liabihty pohc~es shall be endorsed to prowde the following ®· Name as additional Insured the City of Denton, its Offic~als, Agents, Employees and volunteers. · · That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that th~s ~nsurance applies separately to each insured against whom cla,m ~s made or suit is brought. The inclus,on of more than one ~nsured shall not operate to ~ncrease the insurer's hmit of llab,hW. · All policies shall be endorsed to provide thirty(30} days pnor wntten not,ce of cancellation, non-renewal or reduction in coverage. · Should any of the requ,red insurance be provided under a claims-made form, Contractor shall maintain such coverage cont,nuously 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 ~nsurance be provided under a form of coverage that includes a general annual aggregate limit prowdmg for claims investigation or legal defense costs to be included m the general annual aggregate hm~t, the contractor shall either double the occurrence hmlts or obtain Owners and Contractors Protective Liability Insurance. · Should any required Insurance lapse dur,ng the contract term, requests for payments onglnating after such lapse shall not be processed until the City race,vas satisfactory evidence of reinstated coverage as required by th~s contract, effective as of the lapse date. If insurance is not reinstated, C~ty may, at ~ts sole option, terminate th~s agreement effective on the date of the lapse. AAA00350 REVISED 10112/94 CI - 2 Insurance Requirements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All ~nsurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained m compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: Ix] A. General Liability Insurance: General Liab,hty ~nsurance with combined single l,m~ts of not less then ;~: nnn_nQ~ shall be provided and ma~ntmned by the contractor The pohcy shall be written on an occurrence bas~s either ~n a single pohcy or ;n a combination of underlying and umbrella or excess pohcles. If the Commercial General Llab,llty 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 ~nclude personal ~njury · Coverage C, medical payments, ~s not reciu~red If the Comprehens,ve General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) ~s used, ;t shall ~nclude at least · Bodily injury and Property Damage L~ab~hty for prem;ses, operations, products and completed operat;ons, ~ndependent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures. · Broad form contractual hab;hty (preferably by endorsement) covenng th~s contract, personal injury habll~t¥ and broad form property damage hab~hty. AAA00350 REVISED 10/12/~4 Cl - 3 Insurance Requirements Page 4 Automobile Liability Insurance: Contractor shall provide Commercial Automob,le L,ab,l,ty insurance w~th Comb,ned Single L~mits (CSL) of not less than $1~000r000 either ,n a s,ngle policy or in a combination of basic and umbrella or excess polimes The pohcy w,II ,nclude bodily Injury and property damage liability arising out of the operat,on, maintenance and use of all automobiles and mob,le equipment used in conjunction w,th this contract. Sat,sfactlon of the above requirement shall be m the form of a pohcy endorsement for' · any auto, or · all owned, h,red and non-owned autos. Workers Compensation Insurance Contractor shall purchase and mainta,n Worker's Compensation ,nsurance which, in add,tion to meeting the mimmum statutory requ,rements for issuance of Such ,nsurance, has Employer's L,ab,hty hm,ts of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 pohcy limit for occupational disease. The City need not be named as an "Addlt,onal Insured" but the ~nsurer shall agree to waive all r,ghts of subrogat,on against the C,ty, its offlc,als, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensation Comm,sslon (TWCC). [ ] Owner's and Contractor's Protective Liabdity Insurance The Contractor shall obta,n, pay for and ma,ntain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liabihty ,nsurance policy naming the City as insured for property damage and bodily injury which may ar,se ,n the prosecution of the work or contractor's operations under this contract. Coverage shall be on an AAAO0360 REVISED 10/12J94 CI - 4 Insurance Requirements Page 5 "occurrence" basis, and the policy shall be ~ssued by the same ~nsurance company that carries the contractor's hab~hW ~nsurance. Policy limits w~il 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 L,ablhty ~s not prowded or ~s unavailable to the contractor or if a contractor leases or rents a portion of a C~ty building. Limits of not less than each occurrence are required [ ] Professional L,abllity Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions ~n connection w~th professional services is required under this Agreement [ ] Builders' Risk Insurance Builders' R~sk Insurance, on an AII-R~sk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the C;ty of Denton and all subcontractors as their interests may appear [ ] Additional Insurance Other insurance may be required on an individual bas~s for extra hazardous contracts and specific service agreements If such additional insurance ~s required for a specific contract, that requirement will be descnbed m the "Specific Conditions" of the contract specifications AAAO0350 ~'WSED ~0/~2~4 Cl - 5 Insurance Requirements Page 6 ATTACHMENT I [x] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entitles A. Definitions: Certificate of coverage ("certlficate"}-A copy of a certificate of insurance, a certificate of authority to self-,nsure ~ssued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation ;nsurance coverage for the person's or entlty's employees prowding serwces on a project, for the duration of the project. Duration of the project - ~ncludes the time from the beg,nmng 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 prowding serwces on the project ("subcontractor" in §406.096) - includes all persons or entlt~es 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 ~ncludes, without hmitation, independent contractors, subcontractors, leasing companies, motor carners, 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 serv;ce related to a project. "Services" does not ~nclude activities unrelated to the project, such as food/beverage vendors, office supply dehvenes, and delivery of portable toilets. B The contractor shall prowde coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requ;rements 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 AAA00360 REVISED 10112/94 CI - 6 Insurance Requirements Page 7 C The Contractor must prov,de a certificate of coverage to the governmental entity prior to being awarded the contract D If the coverage per~od ehown on the contractor's current certificate of coverage ends dur,ng the duration of the project, the contractor must. pr,or 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 obta,n from each person prov,d,ng services on a project, and provide to the governmental entity. (1) a certificate of coverage, pr,or to that person beg~nmng work on the project, so the governmental entity w~ll have on file certificates of coverage showing coverage for all persons prov,d,ng services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage show,ng extension of coverage, if the coverage period shown on the current certificate of coverage ends during the durat,on of the project. F The contractor shall retain all required cert,flcates of coverage for the duration of the project and for one year thereafter G The contractor shall notify the governmental entity m writ,ng by certified mail or personal del,very, w,thin 10 days after the contractor knew or should have known, of any change that mater,ally affects the prov,s,on of coverage of any person providing serwces on the project H The contractor shall post on each project s~te a not~ce. ~n the text. form and manner prescr,bed by the Texas Workers' Compensation Comm~ss,on. Informing all persons provid,ng serv,ces on the project that they are required to be covered, and stating how a person may ver,fy coverage and report lack of coverage. AAA00350 ,~-v~sEo ~o~2~ Gl - 7 Insurance Requsrements Page 8 The contractor shall contractually requsre each person wath whom at contracts to provide services on a project, to: (1) provade coverage, based on proper reporting of classaficatlon codes and payroll amounts end filing of any coverage agreements, whach meets the statutory requirements of Texas Labor Code, Sectaon 401.011 (44) for ell of Its employees providing servaces on the project, for the duration of the project; (2) provide to the contractor, praor to that person beganmng work on the project, a certificate of coverage showing that coverage ~s beang provided for all employees of the person provad~ng 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 peraod shown on the current certaficate of coverage ends durang the duration of the project, (4) obtain from each other person w~th whom at contracts, and prowde to the contractor. (al a certificate of coverage, prior to the other person beg~nmng 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 durang the duration of the project; (5) retain all required certificates of coverage on file for the durataon of the project and for one year thereafter; (6) notafy the governmental entity ~n wratang by certafled meal or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the prowsaon of coverage of any person provading servaces on the project; and AAA00350 I~'VIS'~'D 10/12/04 Cl - 8 Insurance Requirements Page 9 (7) contractually require each person w~th whom ~t contracts, to perform as required by paragraphs (1) - (7}, with the certificates of coverage to be prov.ded to the person for whom they are prowding services J By slgn,ng this contract or providing or causing to be provided a certificate of coverage, the contractor is represent.ng to the governmental entity that all employees of the contractor who will provide serv.ces on the project w~ll be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-~nsured, with the commission's Division of Self-Insurance Regulation Providing false or misleading Information may subject the contractor to adm~mstratlve 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 ent~tles the governmental entity to declare the contract void ~f the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. A.A,~0350 ~'V~S~D ~0,2~4 CI - 9