Loading...
2003-125ORD N CE NO. AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF THE LOOP 288 EAST TEMPORARY TTRAFFIC DIVERSION; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING AN EFFECTIVE DATE (BID 3014-LOOP 288 EAST TEMPORARY TRAFFIC DIVERSION AWARDED TO AUSTIN BRIDGE AND ROAD, LP IN THE AMOUNT OF $185,292.16). 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. That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids: BID NUMBER CONTRACTOR AMOUNT 3014 Austin Bridge and Road, LP $185,292.16 SECTION 2. That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution ora written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid. SECTION 3. That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein. SECTION 4. That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto. SECTION 5. That this ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the //,fl ~---~ dayof ~ ,2003. EULINE BROCK, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM: HERBERT L. PROUTY, CITY ATTORNEY 3B-oY/~D-Bid 3014~~ CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 13th day of May A.D., 2003, by and between City of Denton of the County of Denton and State of Texas, acting through Michael A. Conduff thereunto duly authorized so to do, hereinafter termed "OWNER" and Austin Bridge and Road, LP 11143 Goodrdght Lane Dallas, TX 75229 of the City of Dallas, , County of termed "CONTRACTOR." Dallas and State of Texas , hereinafter WlTNESSETH: 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 3014 - Loop 288 East Temporary Traffic Diversion in the amount of $185,292.16 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal and the Performance and Payment Bonds, attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein and on file in the office of the Purchasing Agent, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by: City of Denton 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 th~ services her~finder 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 IN WITNESS WHEI~OF, the parties of these presents have executed this agreement ia the year a~d day ~st above written. City of Denton ATTEST: CONTRACTOR Bridge & Road, eoodnlght Lano Dallas~ T®xa8 7622e APPROVED AS TO FORM: CITY ATTORNEY MAn,lNG ADDRESS PHONE NUMBER BY: FAX NUMBER Austin Bdd~e & Rood, lie, GenerAl P,.rtner PRINTED NAME CA - 3 PERFORMANCE BOND Bo~a no: BA 3907 STATE OF TEXAS COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Austin Bridge and Road, LPv~'~ whose address is 11143 Goodnight Lane, DaJlas, TX 75229 hereinafter ealled Principal, and British American Insurance Company ~, a corporation organized and existing under the laws of the State of Texas , and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of One Eighty Five Thousand, Two Hundred & Ninety Two DOLLARS and _Sixteen Cents,,'"' $185,292.16 ),plus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and hquidated damages arising out of or connected with the below identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the payment o f which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, admirdstrators, 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 2003-125 , with the City of Denton, theOwner, datedthe 13th dayof May A.D. 2003 ~/', a copy of which is hereto attached and made a part hereof, for Bid 3014 - Loop 288 East Traffic Diversion. v/ NOW, THEREFORE, if the Principal shall well, truly and faithfiflly perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with t he Plans, Specifications a nd Contract Documents during t he original t erin t hereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by the Owner; and, if the Principal shall fully indemnify and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. PB ~ 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 teniis 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, Vemon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in 4. ~opies, each one of which shall be deemed an original, thisthe 13th dayof May , 2003 ~.~ . ATTEST: SECRETARY (Assistant) Alan Stakem, Assistant Secretary Austin Bridge & Road, Inc., It's General Partner ATTEST: PRINCIPAL AUSTIN BRIDGE & ROAD, LP BY:~~~~l~lesiden ~,/ k(~tin Bridge& Road, SURETY General Pnrtner BRITISH AMlgRICAN INSUI~CE COMPANY Witness BY ATTORN/EY-IN-~ACT Daniel T. Howard ~ : ~- The Resident Agent of the Surety in Denton County, Texas for delivery of notice and ser¢i~e of the process is: :: Daniel T. Howard STREETADDRESS: 3535 Travis, Suite 300 Dallas, Texas 75204 (NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) PB - 2 PAYMENT BOND ~ond no: BA 3907 STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Austin Bridge and Road, LPt, whose address is 11143 Goodnight Lane, Dallas, TX 75229, herein'after Called Principal, md British American Insurance Company¥~a corporation organized and existing under the laws of the State of Texas , 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 Hundred EighW Five Thousand, Two Hundred Ninty Two DOLLARS and Sixteen Cents~'~ 185,292.16)~fi:~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 tl~s Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 2003- 125 , with the City of Denton, the Owner, dated the 13th day of May A.D. 2003 ~ a copy of which is hereto attached and made a part hereof, for Bid 3014 - Loop 288 East Temporary Traffic Diversion. ~ 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 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 here'm as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such surety, as provided by Article 7.19-1 of the Insurance Code, Vemon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in _4___ copies, each one o fw hich shall be deemed an original, this the 13th day of May , ~flOq ~/''~ BY: SECRETARY (Assistant) Alan Stakem, Assistant Secretary Austin Bridge & Road, Inc., It's General Partner ATTEST: PRINCIPAL AUSTIN BRIDGE & ROAD, LP BY:~~~~~, ~ ~eat Austin Bridge & Road(lnG, General Partner SURETY BY: {; ~'t~, Witness BRIllO{ AMERICAN lhl.qlll~Wnl~ ..~nl~a~lv Daniel T. Howard The Resident Agent of the Surety in Denton County, Texas for delivery of notice andserv~ce of the pmcess is: " Daniel T. Howard STREET ADDRBSS: 35a5 Travq~: ~,,qr~ ann P~llas. Tex~s 7529': (NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporan'on, give a person's name.) PB - 4 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 insuri~nce certificates at~d endorsements as prescribed dnd 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. .ds soon as practicable after notification of bid award, Contractor shall fde with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the projec~ 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 bitL Contractor shah 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 shah 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 shah 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. 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 habihty. · All policies shhllbe g~/dorsed to read: "SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMITT3~ IN WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED". Should any of the required insurance be provided under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. Should any required insurance lapse during the contract term, requests for payments ori~nating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: IX] A. General Liability Insurance: General Liability insurance with combined single limits of not less than SL000,000 shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liabihty 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 (XCLO 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 L'maits (CSL) of not less than $500,000 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for: · any auto, or all owned, hired and non-owned autos. [X] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the 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 Cityby 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 C ode and rule 2 8TAC 1 10.110 o fthe 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 canS~s the C0nfXaCt0r's liability insurance. Policy lirrrits 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, o n an A Il-Risk form for 100% o f t he completed value s hall b e provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. 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 oecurrance 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. ATTACHMENT1 IX] Worker's Compensation Coverage for Building or Construction Projects for Govern mental 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 CFWCC- 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 be~nnlng of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in {}406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 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. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. If t'he c overage p cried sh own o n t he contractor's current certificate o f c overage 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. The contractor shall obtain fi:om each person providing services on a project, and provide to the governmental entity: (t) 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. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 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. The contractor shall p cst on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll mounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person be~nning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with t he certificates o f coverage t o b e provided t o t he person for whom they are providing services. By signir~g 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 carder 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. 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. BRITISH AMERICAN INSURANCE COMYANY Corporate Headquar~rs, 3535 Travis, Sulm 300, DalLas, Texas 75204 KNOW ALL PERSONS BY THESE PRESENTS: POWER OF ATTORNEY That BKrrISH AMERICAN INSUI~ANCE C01VII~ANYF~a Texas corporation, does hereby appoint: - - Paul W. Hill, I.E. Schranz, Daniel T. Howaxd,~awn Kulght, Tegist lankowiak: of Dailas, Texas - - its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf bonds, under, kings, reco~i?ance and other contracts of indenmity and writings obligatory in the nature thereof, /ssued in the course of its business, and to bind the company thereby. IN WITNESS WHEPd~OF, British American Insurance Company has executed these presents ~ 5th day of May ,2003. Paul W. Hill, President STATE OF TEXAS § COUNTY OF DALLAS § On this 5th day of May , 2003, before me came the above named officer of British American Insurance Company, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of said corporation thereto by authority of his office. ~' "~;(~ NotarfPubllc, State of Tewas · , Not~E,'y ];~blic In and For the Smtc of Texas CERTIFICATE The appoiu~ment is made under the authori~ of the following resolution, adopmd by the Execu~ye Commkme of the Board of Direcwrs of British American Insurance Company at a meeting held on the 25th of March, 1980. "RESOLVED, that the President shall Im and is hereby vnsted with the full power and authority to appoint any one or more suitable persons as Auomey(s)-in-Fact to represent and act for and on behal~ of the Company subject to the following provisions: 1. Attomey-/n-Fact may be given full power and authority as outli~d fu the Power of Attonmy for and in the name of and on behalf of the Company to execute, 2. The facsimile signatures of the officers and th= seal of the Company shall be valid and binding upon the Company in fu¢ execution, attes'~tion and sealing of an/instx'ument appointing an AIIorney-in. Fact.' I, Dawn Knight, Assistant Secretary of British American Insuranc~ Company, do hereby certify that the above and foregoing is a ~*ue ~ correct copy of a Power of Attorney executed by said Company, which is still m force and ef~cg and, thrthermore, the resolution of the Executive Commi~ee of the Board of Directors, as set forth in the Power of Attorney, is now th force. IN WITNESS WHEKEOF I have hemtmto set my hand and affixed thc seal of the coxporation tiffs __ day of ,20 ' Dawn Knight, Assistant,-~;~cretary BRITISH AMERICAN INSURANCE COMPANY IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact British American Insurance Company for information or to make a complaint at: British American Insurance Company Attn: Daniel T. Howard 3535 Travis Stree~ Suite 300 Dallas, Tax. as 75204 (214) 559-4887 · (214) ~3-5624 ~ax) You may contact the Texas Depa~unent of Insurance to obtain information on companies, cover- ages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austi~ Texas 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253- 021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. ACORD. CERTIFICATE OF LIABILITY INSURANCE 05/13/2003 Serial # 486179 BRITISH AMERICAN INSURANCE COMPANY 3535 TRAVIS STREET - SUITE 300 DALLAS, TEXAS 75204-1466 (214) 859-4887 (800) 964.4242 ~.su.so AUSTIN BRIDGE & ROAD, LP ~ _H NORTH TEXAS DIVISION 11143 GOODNIGHT LANE DALLAS, TX 75229 11972t 241-0690 COVERAGES THIS CERTIFICATE 18 18SUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURER8 AFFORDING COVERAGE ~UREE~ BRITISH AMERICAN INSURANCE COMPANY 1HE POLICIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD INDICATED. NO'I~Nlll-ISTANDING ANY REQUIREMENT, TERM OR CONDI'nON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY RE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUClES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIQNS AND CONI~TIONS OF SUCH POLICIES. AGGREGATE MMITS SHOWN MAy HAVE BEEN REDUCED BY PAID CLAIMS. GENERAL LIABILITY ,-,/ EACH OCCURRENCE $ 2,000,000~-' A -- COMMERCIALGaNBI~ALU.NaUTY CGL-0104203v'''/ 10101/02 10/01/03 V ~'~IREDAMAGE(~tyoneflm) $ 100,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL ^GGREGATE $ 4,000,000 ~ GEN'L AG GREGATE LIMIT APPUEN Pl~;~: PRODUCTS - COMP/OP AGG $ 2,000,000 ^__UTO.OBI~ LIABIUTYv CAL-0104203 10/01/02 10/01/03 '~ COMBINED SINGLE LIMrT A ^NY^UTO (E..~d.,~ $ 2,000,000" $ WORKER$SOMPEN~ATIONAND~// WC-0104203 ~ 10/01/02 10/01/03j X I*O.YUM,T$I A ~.oYERS' U~BIUTY IL ~CH ^CaOE~rr S 1,000,000 a.L. BISEAS~ - EA EMPLOYE~ $ 1,000,000 E.L ~SF.~E - ~UC¥ U~r 1,000,000 RE: AB&R Job 603515 Bid 30t4 - Loop 288 East Temporary Traffic Diversion - Denton, Texas ~ City of Denthn is an addltienal Insured(s) on the AL palicy as mspaofs the mfe~nced contract, t--- Ci~ of Denton is an ad~itionbi insured(s) on the GL paliw to the extent of the c~verage required a~l only in the minimum amount required by contmof, ned only with r _~_ ~,~.~_ _ to liability Bitbing out of werk done et by or on j~nbif of the named Inwared ueder such contmct.t~ of Denton is granted a waiver of subrogation on the werkem' compcmsati~l policy es mspec~ the referenced contraof.~Said poficy shall nat be cancelisd, nonrenewd er materially change without 30 days advanced written notice being given to th Owner (City) except when the policy is being cancelled for nonpayment of p~mlum in iMllrJt case 10 days acl~ance written notice is reduirad.~---- CERTIFICATE HOLDER I J ^rmmENA~. ~NENaED: ~NEN.EN ~.=, ,=.: CANCELLATION CITY OF DENTON 901 B TEXAS STREET DENTON, TEXAS 76201 ACORD 25-8 (7/97) ~ ACORD CORPORATION 1988