Loading...
2008-206ORDINANCE NO. ~OO~`~DIU AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF A 48" SANITARY SEWER LINE; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (BID 4114-STATE SCHOOL INTERCEPTOR I AWARDED TO THE LOWEST RESPONSIBLE BIDDER MEETING SPECIFICATION, TEXAS UNITED EXCAVATORS, L.L.C. IN THE AMOUNT OF $1,261,971.44). 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 1. 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 4114 Texas United Excavators, L.L. C. $1,261,971.44 SECTION 2. The acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid. SECTION 3. The City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein. SECTION 4. Upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto. - SECTION 5. This ordinance shall become effective immediately upon its passage and approval. 2008. PASSED AND APPROVED this the day of &7 qMA BU GH , MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: APPROVED AS TO LEGAL FORM: JOHN M. KNIGHT, INTERIM CITY ATTORNEY BY: 3-ORD I. CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 16th day of September A.D., 2008, by and between City of Denton of the County of Denton and State of Texas, acting through George C. Campbell thereunto duly authorized so to do, hereinafter termed "OWNER," and Texas United Excavators L.L.C. 1451 Halsey Way Carrollton TX 75007 of the City of Denton, County of Denton and State of Texas , hereinafter termed "CONTRACTOR." WITINTESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: Bid #4114-State School Interceptor I in the amount of $1,261,971.44 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 all local, state and federal laws; and plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by: City of Denton Utility and CIP Eni2ineering all of which are referenced herein and made a part hereof and collectively evidence and constitute the entire contract. CA-1 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 covenants and agrees to and does hereby indemnify, hold harmless and defend, at its own expense, Owner, its officers, servants and employees, from and against any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of the Work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers, servants, employees, of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner during the performance of any of the terms and conditions of this Contract, whether arising out of in whole or in part, any and all alleged acts or omissions of officers, servants, or employees of Owner. The provisions of this paragraph are solely for the benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise, to any other person or entity. 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 Right to Audit The OWNER shall have the right to audit and make copies of the books, records and computations pertaining to this agreement. The CONTRACTOR shall retain such books, records, documents and other evidence pertaining to this agreement during the contract period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents and other evidence shall be available, within 10 business days of written request. Further, the CONTRACTOR shall also require all Subcontractors, material suppliers, and other payees to retain 311 books, records, documents and other evidence pertaining to this agreement, and to allow the OWNER similar access to those documents. All books and records will be made available within a 50 mile radius of the City of Denton. The cost of the audit will be borne by the OWNER unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the CONTRACTOR which must be payable within five business days of receipt of an invoice. Failure to comply with the provisions of this section shall be a material breach of this contract and shall constitute, in the OWNER'S sole discretion, grounds for termination thereof. Each of the terms "books", "records", "documents" and "other evidence", as used above, shall be construed to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document. CA-3 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: - if AJTST: APPROVED AS TO FORM: ~ XTY ATTO EY City of Denton OWN BY: (SEAL) CONTRACTOR N ft'E~ V~TOt~LC.L, O . t'3ox 11152o CRrfot6 \ -D, 9501k MAILING ADDRESS 9-12 - y qb -2500 PHONE NUMBER 972-y4to-01cei FAX NUMBER BY: Z I l - I~ l TITLE ulS (ZI 1 E PRINTED NAME (SEAL) CA-4 PERFORMANCE BOND STATE OF TEXAS § Bond No. 929448629 COUNTY OF DENTON KNOW-ALL MEN BY THESE PRESENTS: That Texas United Excavators.. L.L.C whose address is 1451 Hal Way Carrollton, TX 75007 hereinafter called Principal, and Continental Casualty Company a corporation organized and existing under the laws of the State of Illinois, 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 ~orgaruzed-and existing under the laws of the State of Texas, hereinafter called. Owner, in the* penal sum of One Million Two Hundred.-Sixty One Thousand Nine Hundred Seventy One and' . 44/100 DOLLARS-CS l 261 971.44~us ten percent of the stated- penal sum as an additional slim -of money representing additional court expenses, attorneys' fees, and liquidated- damages.aiising out of or connected with the below identified Contract, in lawful money of the United States; to ,be paid in' Denton County, Texas, for the payment of which sum we* 11 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 shallautomatically 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 2008-206, with the City of Denton, the O er, dated the 16th day of September A.D. 2008, or Bid 4114-State School Interceptor. 17 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract. in accordance with the Plans, Specifications and Contract Documents during the original, term thereof and any extension thereof which may be granted by the Owner, with or without n9tice to the Surety, and during the life of any guaranty or warranty required under this Contract,. and shall also well and truly -perforni and fulfill' all the undertakings, covenants, terms, conditions :.and agreements of any and all. duly authorized modifications of said Contract that may hereafter be- made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to: faulty materials and workmanshiRthat appear within a period of two (2) years from the date of final completion and final acceptance of the Work:by. the Owner; and, if the Principal shall fully indemnify and save harmless the Owner from all `costs. and damages which Owner may suffer by reason of failure to so-.perform herein and shall ' fully reimburse and repay Owner all outlay and expense which. the Owner may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in foil force and effect. PB - 1 PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings; .etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice. of any such change, extension. of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. This Bond is given pursuant to the provisions of Chapter. 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in four copies, each one of which shall be deemed an original, this the 16`h day of September, 200&u_~ ATTEST: - BY: ECRET Y PRINCIP. TEXAS UNI'9ED EXCAVATORS, L.L.C. BY: ATTEST: BY: R,, mL~_, SURETY CONTINENTAL CASUALTY COMPANY BY: A ORNEY-IN-FACT Michele Degnon The Resident Agent of the Surety in Dallas County, Texas for delivery of notice and service of the process is: NATO: McQueary Henry Bowles Troy, LLP STREET ADDRESS: 12700 Park Central Dr., 17th Floor, Dallas, TX 75251 (NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name) PB-2 G)~ \Oi6 PAYMENT BOND STATE OF TEXAS § Bond No. 929448629 COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That Texas United Excavators L.L.C ✓ whose address is 1451 Halsey Way Carrollton, TX ' 75007, hereinafter called . Principal, and Continental Casualty CoMPanyn/ , a corporation organized and existing under the laws of the State of Illinois and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to, in the penal sum of One N i'llion Two Hundred Sixty One Thousand Nine Hundred Seventy One and 44/100 DOLLARS✓✓($1,261,971.44m lawful money of the United States, to be paid in Denton, County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 2008-206 with the City of Denton, the Owner,. dated the 16th day of September A.D. 2008, r Bid #4114-State School Interceptor I. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie in Denton County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby. waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. PB-3 This Bond is given pursuant to the provisions of Chapter 2258 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..,s-the Resident Agent in Denton. County to whom any requisite notices may be delivered and on who service of process may be had in matters arising out of such surety, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in four copies, each one of which shaU*be deemed an original, this the 16th day of September, 2008.t✓ ATTEST: I/ Y7 /7 BY: ECRET Y ATTEST: ar R(21-A, N..,LL~ SURETY / CONTINENTAL CASUALTY COMPANY BY: U i h ATTORNEY-IN-FACT Michele Degnon The Resident Agent of the Surety in Dallas County, Texas for delivery of notice and service of the process is: NAME: McQueary Henry Bowles Troy, LLP STREET ADDRESS: 12700 Park Central Dr., 17th Floor, Dallas, TX 75251 (NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name) PB-4 tvxo Y., ,0 se POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That Continental Casualty Company Illinois corporation, National Fire Insurance Company of Hartford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation (herein called "the CNA Companies"), are duly organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Kae Perdue, Michele Degnont,/John D Fulkerson, Donnie D Doan, Tom P Ellis III, Debbie Smith, Individually of Dallas, TX, their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Senior Vice President and their corporate seals to be hereto affixed on this 29th day of December, 2005. MRPORAre A 5 ~trC a+4T~. al 0o SEAL i ruts I. t e9~ `k ►raa ` • Aev Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania Michael Gengler Sent/ r Vice President State of Illinois, County of Cook, ss: On this 29th day of December, 2005, before me personally came Michael Gengler to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Chicago, State of Illinois; that he is a Senior Vice President of Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of Hartford, a .Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation described in and which executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the aci and deed of said corporations. 'OFFICIAL SEAL' ; MARIA Mt MM MA i My cw ftsian E~ins 3115=': 0006 - ' My Commission Expires March 15, 2009 Maria M. Medina Notary Public CERTIFICATE I, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of Hartford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By-Law and Resolution of the Board of Directors of the corporations printed oupe reverse hereof is still.' force. testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporations this Jl0 day of ~f (5y - CASttr, _R Continental Casualty Company National Fire Insurance Company of Hartford e°~POi TF 0 9K S .rc 0~r~ American Casualty Company of Reading, Pennsylvania ZO < Mr 31, ~ • ✓ v SEAL 2 ?Sol • Mary A. ika kis Assistant Secretary Form F6853-11/2001 IDIL~bn 5 Authorizing By-Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the Company. "Article IX-execution of Documents ve, Senior or Group Vice Section 3. Appointment of Attomey-in-fact The Chairman of the Board of Directors, the President or any Executi President may, from time to time, appoint by written certificates attomeys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thererto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attomey-in-fact" This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17'h day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article DC of the By-Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the Company. "Article VI--Execution of Obligations and Appointment of Attorney-In-Fact Section 2. Appointment of Attorney-in-fact The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attomeys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. ' Such attomeys-in-fact,.subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Executive, Senior or Group Vice President may at any time revoke all power and authority previously given to any attorney-in-fact" This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17`s day of February, 1993. "Resolved,' that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power'of attorney granted pursuant -to Section 2 of Article VI of the By-Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17, 1993 by the Board of Directors of the Company. `RESOLVED: That the President, an Executive Vice President, or any Senior or Group Vice President of the Corporation may, from time to time, appoint, by written certificates, Attomeys-in-Fact to act in behalf of the Corporation in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such Attorney-in-Fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Corporation by their signature and execution of any such instrument and to attach the seal of the Corporation thereto. The President, an Executive Vice President, any Senior or Group Vice President or the Board of Directors may at any time revoke all power and authority previously given to any Attorney-in-Fact- This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17t° day of February, 1993. "RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Corporation. Any such power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Corporation:" IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact C N A Surety for information or to make a complaint at: C N A Surety 333 South Wabash Chicago, IL 60604 (312) 822 5000 Toll Free (877) 672 6115 Fax (312) 755-7276 You may contact the Texas Department of Insurance to obtain information on companies, coverages, right or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252 -3439 Fax: (512) 475-1771 Web: http://www/tdi.state.tx.us Email: ConsumerProtection@tdi.state.tx.us 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(f), Government Code, and Section 53.202, Property Code, effective September 1, 2001. 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 certificates and endorsements as prescribed and provided herein. If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract. Upon bid award, all insurance requirements shall become contractual obligations, which the successful bidder shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid. Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the 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. CI-9 • 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. • Cancellation: The City requires 30 day written notice should any of the policies described on the certifccate be cancelled or materially changed before the expiration date. • Should any of the required insurance be provided under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. • Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. • Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, temvnate this agreement effective on the date of the lapse. CI - 10 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: [X ] A. General Liability Insurance: General Liability insurance with combined single limits of not less than S1,000,000.00shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. • Coverage B shall include personal injury. • Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least: • Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures. • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000.00 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. CI - 11 [X] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Worker's Compensation Commission (TWCC). [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the 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. Cl - 12 [ ] Commercial Crime Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this coverage should be written on a "blanket" basis to cover all employees, including new hires. This type insurance should be required if the contractor has access to City funds. Limits of not less than each occurrence are required. [ ] 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. Cl - 13 ATTACHMENT I [X] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificate")-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as foodibeverage 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 period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: CI - 14 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. 1. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4) obtain from each other person with whom it contracts, and provide to the contractor: a) 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; CI - 15 5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier 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. CI - 16 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a Date Received person doing business with the governmental entity. By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1 Name of person who has a business relationship with local governmental entity. I3 131. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7"business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) ffN ame of local government officer with whom filer has an employment or business relationship. Name of Officer This section, (item 3 including subparts A, B, C & D), must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income from the , filer of the questionnaire? 0 Yes 0 No S. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? 0 Yes 0 No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes 0 No D. Describe each affiliation or business relationship. 4 Signature of person doing business with the governmental entity Date CIQ - I Adopted 06/29/2007 BID No. 4114 PROPOSAL TO THE CITY OF DENTON, TEXAS FORTHE CONSTRUCTION OF STATE SCHOOL INTERCEPTOR 1 IN DENTON, TEXAS The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm, or corporation; that he has carefully examined the form of contract, Notice to Bidders, specifications and the plans therein referred to, and has carefully examined the locations, conditions, and classes of materials of the proposed work and agrees that he will provide all the necessary labor, machinery, tools, apparatus, and other items incidental to construction, and will do all the work and furnish all the materials called for in the contract and specifications in the manner prescribed herein and according to the requirements of the'City as therein set forth. It is understood that the_ following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. It is agreed that the quantities of work to be done at unit prices and material to be furnished may be increased or diminished as may be considered necessary, in the opinion of the City, to complete the work fully as planned and contemplated, and that all quantities of work whether increased or decreased are to be performed at the unit prices set forth below except as provided for in the specifications. The contractor shall provide the numeric unit price. and the unit price in words for each quantity. Unit. price in words governs over the numeric fa price given. It is further agreed that lump sum prices may be increased to cover additional work ordered by the City, but not shown on the plans or required -by the specifications, in accordance with the provisions to the General Conditions. Similarly, they may, be decreased to cover deletion of work so ordered. It is understood and agreed that the work is to be completed in full within the number of workdays shown on the bid tabulation sheet. P-1 Accompanying this proposal is a certified or cashier's check or Bid Bond, payable to the Owner, in the amount of five percent of the total bid. i It is understood that the bid security accompanying bidder, unless in case of the acceptance of the proposals thepbidder shall fai led to the execute a contract and file a performance bond and a payment bond within fifteen days after its acceptance, h case the bid security shall become the property of the Owner, and shall be considered as a payment for damages due to delay and other inconveniences suffered -by the Owner on account of such failure of the bidder. Owner reserves the right to reject any and all bids. Owner may investigate the prior performance of bidder on other contracts, either public or private, in evaluating bid proposals. Should bidder alter, change, or qualify any specification of the bid,. Owner may automatically disqualify bidder. The undersigned hereby proposes and agrees to perform all work of whatever nature required, in strict accordance with the plans and specifications, for the following sum or prices, to wit: g f P-2 Project Name State School Interceptor I Work Days 120 Bid No. 4114 P.O. No. BID TABULATION SHEET 'I Item Description Quantity Unit Unit Price Total 103.1 Contractors Warranties and Understandings I LS $ Z77 500 / LS $ 2750 0 Unit Price In Words SE-~/G-+J TNOI►Shl3b 1 tk--SA Yft\ c~o~~p•(S 507-A 8" PVC SDR35 Sanitary Sewer Pipe - Unpaved 126 LF $ -35c>Q / LF FS4,4-13-ob Unit Price In Words -rR. Q VE oL. -"P o..-atl G 507-B 10" PVC SDR35 Sanitary Sewer Pipe- Unpaved 10 LF T $ 3LP.St7 / LF $ 3 5.400 Unit Price In Words TRtWN SkX pot..l.t s p a0 T-tr-N CE- rM 507-C 27" Sanitary Sewer Pipe - Unpaved 45 LF $ r15.00 / LF $33'1$og Unit Price In Words Ste( FNE DOLS.~Qs AnJd ZQ: 507-D 36" Sanitary Sewer Pipe - Unpaved 25 LF $ 141 .1 / LF $3 3`1 Unit Price In Words C*,)E t+"De.ED #:,Dgxy n 170 A,#,A 5E%4ENY1 Y Ft VE CER 507-E 48" Sanitary Sewer Pipe - Unpaved 4838 LF I S I1-3. IS / LF I S (102 Unit Price In Words QPDE RvnAyed 5;_-jrtfv3eq -V~1rEE- ckoktars a \ck F~YE 507-F 48" Sanitary Sewer Pipe - Paved ~T 25 - LF $ ' k 19 ,M/ LF A" 'Unit Price In Words CAE %-W~Mt 'SF-'VV* ts~nJe cWtoq(S o^d ~-vE Ct>, s 507-G 48' Ductile Iron Sanitary Sewer Pipe - Unp ved 63 LF $ LH8. 50 / LF $ ~ a Unit Price In Words o,..-r' 6u *-ea Ex f ~ v-~ d p 6(- 5 and 201 Temporary Erosion Control 5087 LF $ I. 1,D5 / LF I SR Unit Price In Words one p o. r v..nd 5z)i Qi vE 202.6.4.2 Broadcast Seeding 311 SY $ . 21J / SY I s (p2,~ 0 0 Unit Price In Words Tu.~C-v-~ C.~rSCS 801.5 Fencing, Gates and Barriers 1 LS J 4Q $ a 2~0 / LS $ Z~.OU Unit Price In Words ~t GASo~ A,,S0 har\Jred 5vi (~O (a.r5 502.1-A 6' 1. D. Concrete Manhole (0-6 ft deep) 19 EA $ 2Rq(P,~/ EA F 55~ 483. 0 11 ~ Unit Price In Words 11-b p~, & (\rp- hVwY f%k Si J06(s ov~d t` -W~- 502.1-B 4' 1. D. Concrete Manhole (0-6 It deep) 1 EA $ 2 222 EA $ 222b 0 Unit Price In Words f io p~ o ~~t d ~W dloUoui-$ 502.1-C Additional Manhole Depth ( > 6 feet) 1 51 VF $ VF $ czo.` 0 1 Unit Price In Words t✓ ~v.ttcl -}In~r ~p do l0-c " 'Rvc 502.9 Concrete Manhole Lining 20 EA $ 2408. / EA Is 53,172 + 0 Unit Price In Words - \Ao A-I-\,uk5 .jl Ri rye 1wx\dred \ dp[IDtL$ ate}, {s P-3 r r r i s t s r Project Name State School Interceptor I- BID TABULATION SHEET Work Days 120 Bid No. 4114 P.O. No. Item Description Quantity Unit Unit Price Total SS02 JAbandon Existing Manhole 23 EA Is 1292.95/ EA $29 1-M Unit Price In Words cwp_ u9" 4um WV~"A .JAj ~uJO c~.o~I~fS i ;.'e. Pqp 801 Barricades, Warning Signs and Detours 1 LS $ 15, 1O0_dC~/ LS $51oo o`'0 Unit Price In Words <r%YE TA0\y5m^fJ rpd c~O~~a.tS 803.3 6" Grouted Riprap 324 SY $ 1 C )O.o~ Unit Price In Words 203.3 Remove Concrete Curb & Gutter 10 LF $ 2.S. '20 / LF $2.50.00 0 Unit Price In Words Z- F.v do1~ 305.1 Concrete Curb & Gutter 10 LF $ Z5.0~ / LF $ 25b, °O O Unit Price in Words T F;VE 40\ko4-S 107.19.3 Excavation Protection 5087 LF $ 3 3~ / LF $177 1".I D Unit Price In Words +%Nme dp~~p,,1-5 {~;r 5 ~r~IZ 107.20. Project Signs 2 EA $ ZMP . °O / EA s'5'52.000 Unit Price In Words p ~1-5 SS06 Bypass Pumping 1 LS T S 8CD.p'/ LS $13 %0 0 Unit Price In Words d0 ( (oxs 203.3 Preparation of Right of Way I LS $ IO ~OOp;!3'~'/ LS $10 OOO . 0 Unit Price In Words p~ U~ S 503 60" Bore and Steel Encasement Pipe 45 LF $ 4390, 00 / LF S Unit Price In Words 504.5 Concrete Encasement 321 LF I S IM 50 / LF SV,21oG 0 Unit Price In Words prw_ V-- tv& G.-A J(z ~Aq UAS SSOI Cut and Plug Existing Sanitary Sewer Line 8 EA $1 6' / EA SV5,f)00 X00 Unit Price In Words pp~c StI .}W•YE 10.YS 502.12:4 Core Into Existing Manhole 3 EA $rj(0p_00 / EA $I ~$O,°O0 Unit Price In Words F%V'E V-#.,v\&reA 5;•~ dp~t s p SUBTOTAL BASE BID 21v~ L i I. 4q 0 P-4 P TOTAL BASE BID PRICE IN WO ~y~So.nnd ~~,ne. Inv~~d~red . ~eu~~14-y - a~~ _ do\~o~r5 In the event of the award of a. contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the.work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials fiunished in the fulfillment of the contract. It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer. The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. Unit and lump sum prices as shown for each item listed in this proposal, shall control over extensions. The undersigned agrees this bid becomes the property of the City of Denton after the official opening. The undersigned affirms that they are duly authorized to execute this contract. Vendor hereby assigns to purchaser any and all claims for overcharges associated with this contract which arise under the antitrust laws of the United States, 15 USCA Section 1 et se q., and which arise under the antitrust laws of the State of Texas, Tex. Bus. & Com. Code, Section 15.01, et seq. P-5 BID SUMMARY Receipt is hereby acknowledged of the f6llowing addenda to the plans and specifications: Addendum No. I dated Received Addendum No. '2 dated Received Addendum No. 3 dated Received Addendum No. 4 dated Received Addendum No. 5 dated Received ~e~~~ eD ~ CAS! a~5 . L.C. CONTRA OR BY 14SI RALsE.1 yJ~•! CAxco~~~oa ~TX `lSoo'1 Street Address City and State Seal & Authorization (If a Corporation) `492 -44to- 2500 Telephone P-6 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out-of-state contractors. whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or- services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A below must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the blank in Section B. A. Non-resident bidders in (give state), our principal place of. business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident bidders in (give state), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas: BIDDER: BAs Uri-cc~.►e~xors .G COMPAN BY _ t 45► 4AAS" VJ and Street Address ,ff-o, l~koJ T-4- r1500'1 City and State P-7 . ~ THIS-FORM MUST BE RETURNED WITH YOUR BID. CONTRACTOR COMPLIANCE TO TEXAS SALES TAX CODE Comply with all requirements of the Texas Sales Tax Code. The Contractor hereby certifies that the Contract Amount is divided as follows: Materials incorporated into the Project (resold to the Owner as defined in Tax Code) All other charges and costs Total The.total must equal the total amount of the Contract. I CONTRACTOR: COW BY t CSI F4AAl w Street Address City and State TATC TnDILS Qv . T .,r. $ ` *1 BI 04(p - q>4 5 1b, 205. oo $1.2-9 (P) 2til CONTRACT AND SHALL BE MADE A PART OF THE CO 1 l yr NTItRACT. I P_- 8 AC®RD_ CERTIFICATE OF LIABILITY INSURANCE OPID DEB °A~'N"°'°°""Y'' TEXAS-3 10/13/08 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE IBC Insurance Agency, LTD- SA HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 5300 Walzem Road #200 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. San Antonio TX 78218 Phone:210-646-9870 Fax:210-646-8418 INSURERS AFFORDING COVERAGE NAIC0 INSURED INSURER A- Interstate Fire & Casualty INSURER B: Ohio Casual Insurance Co _ Texas United Excavators, LLC\/ / d-, ' INSURER C: eo"Ico Lloyds Insurance Cc P.O. Box 111520 `Vo INSURER D: Allstate Insurance Co an Carrollton TX 75011-1520 \p II INSURER E: .UVtKAGtS THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOUIREMENT• TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAD CLAIMS. LTR NS TYPE OF INSU CE POLICY NUMBER FPCEICTEFFECTW POLICPFB GATE 4MMIODNY) DATE (MMIDDIM UNITS GENERAL UMLM ' EACH OCCURRENCE $ 1,000,000 A X X COMMERCALGENERALLIABILITY DGL1000302-"* 07/06/08 06/09% 'PREMISES (Eaocacenoe 550,000 CLAIMS MADE U OCCUR' ~ MED EXP (Any ens person) s 51000 X 10,000 Ded. L--'* PERSONAL 8ADVINJURY $1,000,000 GENERAL AGGREGATE S 2 OOO OOO GENLAGGREGATE LIMIT APPLIES PER: PRODUCTS -COMPIOPAGG S2 000,000 J POLICY n PRO- LOC JECT AUT OMOBILE LIABILITY V X ANY AUTO COMBINED SINGLE LIMIT (Ea accident) b 1 000, 000 r ALL OWNED AUTOS O LY INJURY B + D X SCHEDULED AUTOS ✓ 048859500 07/06/08 07/06/09 efQer60n) S _ qXX HIREDAUTOS NON-OWNEDAUTOS BODILY INJURY (Peracciderd) S - - PROPERTY DAMAGE _ i 1 I (Per eteiderd) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT S ANY AUTO OTHER THAN EA ACC S I I AUTO ONLY: AGG I s EXCESSIUMBRELIAUABIUTY EACH OCCURRENCE s5,000,000 B X X OCCUR LcLAIMsMADE EUO(09)53747266 07/06/08 07/06/09 AGGREGATE 35, 000,000 DEDUCTIBLE S I RETENTION S E WORKERS COMPENSATION AND - X TORY LIMITS ER I C EMPLOYERS LIABILITY ANY PROPRIETORlPARTNERIEXECUTNE SRY17984-07 10/11/08 10/11/09 E.L. EACH ACCIDENT S1, 00,01000 OFFICERIMEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE S 1 , 000 , 000 7 I yyees, dearnbe under SPECULL PROVISIONS below E.L. DISEASE - POLICY LIMB s 1 000 00 0 OTHER E Equipment Floater MAC600338602 I 07/06/08 07/06/09 Scheduled 620,087 E BPP MAC600338602 07/06/08 07/06/09 Contents 200,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS RE: State School City of en n is added as additional insured with respect to GL, Auto and Umbrella aiver of Subrogation in favor of City of Denton on all policies✓--' a.CR11rIt,AIr-MULUtK -d 1,_1 GANGtLLAl1UN DENTO-2 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3 O --DAYS WRITTEN j _ NOTICE TO THE CERTIFICATE HOLDER NAILED TO THE LEFT. BUT FAILURE TO DO SO SNAIL City of Denton J "-j 215 McKinney St. IMPOSE NO OBLIGATION OR IJABILJTY OF ANY KIND UPON THE INSURER ITS AGENTS OR Denton TX 76201 i ;jl s -REPRESENTATTVES. enrunoncn ocovcacurarn _ ACORD 26 (20011081 Eddie M Randol C fy-, b«~ _9x nACORD CORPORATION 1988 n