Loading...
2002-242ORDINANCE NO. AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF THE SPENCER SWITCH STATION STRUCTURE AND EQUIPMENT; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING AN EFFECTIVE DATE (BID 2868-SPENCER SWITCH STRUCTURE AND EQUIPMENT AWARDED TO ERNEST P. BREAUX, INC. IN AN AMOUNT NOT TO EXCEED $134,000). WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of STATE law and City ordinances; and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 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 2868 CONTRACTOR Ernest P. Breaux, Inc. AMOUNT $134,000 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 of a written contract and famishing 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 day of ~f ,2002 EULINE BROCK, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM: HERB~~I~Y ATTORNEY BY: ~ 3-ORD- BID 2868 ~ ~EQUIPMENT A~tachmen~ 1 Spencer Switch Station Steel Structure and Equipment Instollatio:n Bid N~mher Bidder~ ~> Red Simpsoa E.P. Bzeaax Ten3~s '~ ~on ~d ~md!~ $72,~0.00 $28,000.00 ~t ~ 114,~0.00 S3g,000.00 No bid~ B~wot ~fion $29,200.00 $~,~0.00 ~d Bid ~ $136,400.00 S134,000.00 ~ to ~Q~ No No ~ ~ Meet ~e for ~mC Y~ CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 6th day of 'August A.D., 2002, 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 Ernest P. Breaux Electrical P.O. Box 11640 New Iberia, LA 70562-1640 of the City of New Iberia, Louisiana , County of Iberia Parish and State of Texas , hereinafter termed "CONTRACTOR." 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 2868 - Spencer Switch Structure and Equipment Installation Specification in the amount of $134,000.00 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, toels, 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 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 enfomement 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 WHEREOF, the parties of these presents have executed this agreement in the year and day first above 'written. ATTEST: / APPROVED AS TO FORM: Ci~, of Denton .O (SEAL) CONTRACTOR MAILING ADDRESS PHONE NUMBER FAX NUMBER TITLE PRINTED NAME (SE L) CA- 3 BID PROPOSAL To: City of Dent0n, Texas Purchasing Department 901-B Texas S~reet Denton, Texas 76209 For Bid Number: 2868 Project Title: Spencer Switch Structure and Equipment Instnllntion Specification From: Company Name: ERNEST P. BREAUX ELECTRICAL, INC. Mailing Address: P.O. BOX 11640 City, Sta~e, Zip: NEW IBERIA. LA 70562-1640 Telephone: 337-364-8183 Fax: 337-364-8231 We offer the bid price stated on the following page in accordance with the specification for the above referenced project with materials to be delivered and work to be completed on the Spencer Utility Site in Denton, Texas. In subraitting the attached bids, ERNEST P. BREAUX ELECTRICAL, INC. (company name) agrees that acceptance of any or all items by the City of Denton, Texas within 60 days constitutes a contract. The complete bid proposal must be properly priced, signed, · and returned. Bidder: ERNEST P. BREAUX ELECTRICAL, INC. (,~ JOHN P. 'BYROIq, JR. Title: VICE-PRESIDENT Date: JULY 10, 2002 Pag~ 1 of 2 BID PROPOSAL Spencer Switch Structure and Equipment Installation City of Denton Bid Number: 2868 Supplier: ERNEST P. BREAUX ELECTRICAL. INC. Did Summary: Item Price Structure Installation and Groundin~ 28,000.00 Equipment Installation 38 ~ 000.00 Buswork hL~t~llmtion 24,000.00 Termination of Lines 51 ~ 000.00 Totalbidpficeinwords: ONE HLrNDRED THIRTY FOUR THOUSAND AND NO CENTS Dollars Conslmction can be completed between October 1, 2002 and Novemb~ 22, 20027 X Yes No Am t~m any exceptions to the specifications? ~ If tlm'e are exceptions to the specifications, explain all such exceptions (attach additional page ff necessary). Page 2 of 2 Bond No. 81889109 PERFORMANCE BOND STATE OF TEXAS COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Ernest P. Breaux Electrical, Inc. whose address is P.O. Box 11640, New Iberia, LA 70562-1640 hereinafter called Principal, and Federal Insurance Company , a corporation organized and existing under the laws of the State of Indiana , 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 Hundred & Thirty Four Thousand DOLLARS ($134,000.00) plus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages arising out of or connected with the below identified Contract, in lawful money of the United States, to be paid 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 2002- 242 , with the City of Denton, the Owner, dated the 6th day of August A.D. 2002 ., a copy of which is hereto attached and made a part hereof, for Bid 2868 Spencer Switch Structure and Equipment Installation Specification. 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 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 ail 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 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, Vemon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in 4 shall be deemed an original, this the 6th day of August ~ 2002 __copies, each one of which ATTEST: PRINCIPAL ATTEST: Ernest P. Brea~x Electrical, Inc. BY: ~" /~'"~ ~RESiD~s,.~ - ~ SURETY Misty Wrigh[ ~ -- X BY: ATTO~lgE~ Beverly(A. Iz The Resident Agent of the Surety in Denton County, Texas for process is: m~¢k Co~l~ any ~ .IN-FACT ~land of notice and service of the STREET ADDRESS: Bryan Tower, 2002 Bryan St., Ste 3400, Dallas, Texas 75201 (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 STATE OF TEXAS COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Ernest P. Breaux Electrical, Inc. whose address is P.O. Box 11640, New Iberia, LA 70562-1640 , hereinafter called Principal, and Federal Insurance Company , a corporation organized and existing under the laws of the State of Indiana ., 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, fn'ms, 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 & Thirty Four Thousand DOLLARS ($ 134,000.00 ) in lawful money of the United States, to be paid in Denton, County, Texas, for the payment of which sm 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 2002- 242 , with the City Of Denton, the Owner, dated the 6th day of August A.D. 2002 , a copy of which is hereto attached and made a part hereof, for Bid 2868 - Spencer Switch Structure and Equipment Installation Specification 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 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 surety, as provided by Article 7.19-1 of the Insurance Code, Vemon's Annotated Civil Statutes of the State of Texas. 1N WITNESS WHEREOF, tkis instrument is executed in 4 shall be deemed an original, thisthe 6th dayof August , 200~2 copies, each one of which ATTEST: PRINCIPAL BY: 'PRESI EI E~ [ ATTEST: SURETY AT~( Bever The Resident Agent of the Surety in Denton County, Texas for deliver, process is: ,I~-F~'~CT Ireland of notice and service of the STREET ADDRESS: Bryan Tower, 2002 Bryan St., Ste. 3400, Dallas, Texas 75201 (NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) PB -4 Chubb POWER OF Sursty A'I-rORN£Y Federal Insurance Company Vigilant Insurance Company Pacific indemnity Company Attn.: Surety Department 15 Mountain View Road Warran, NJ 07059 Know A]lbyThesa~asents, T hatFEDERALINS~E COMPANY, ~ IncFB~accqx3-~dcn, V',GILANTINSURANCE COMPANY, a New Yo~ ~rpomtoa, andPAC]FiCIN[~'~NrrfcOMPANY, a Wisco~in ~rporation, do eschhem~ ~n~eandap~i~ Marc W. Boots, Joy Hajovsky, Morris D. Plagens, Jr., Amy Sustaire, James R. Donnelly, Jr. and Beverly A. Ireland of Houston, Texas--= ........................................ each as their true and lawful Attorney-in-Fact to execute under such designation in their names and ts affix their coficorate seals to and delive~ for and on their behalf as surety thereon or othenvias, bonds and undertakJflgs and other writings obligatory In the nature thereof (oth~ than bail bonds) given or e~'ecuted in the course of business, and any instrumen~ amending or altering the asme, and consents to the modification or alterefien of any iastrumenl referred to in said bonds or obflgstJons. In W]tneas Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANI3E COMPANY, and PACIFIC INDEMNITY COMPANY have each executedandattestodtheseprasentoandaffixedthetrcoq3orateasalsonthis 3rd dayo~' May, 2002 STATE OF NL~'W JERSEY On~,~, 3rd da¥1~' MaT~ 2002 ,before ma.a Natalypublk=of NewJe~,pee~onallycame Kermelh C. Wend~, ~ ~ ~ ~L~ to ~e for~ol~ ~r ~m~ am ~ ~le ~b and ~re ~er~o a~ ~ a~had~ ~ the B~ ~ ~id Coming; and ~t he ~ t~B~2~ ~ FEDE~L INSU~NCE COMPAq. ~GI~NT INSU~NCE COMPAq, a~ PACIFIC INDEMNI~ COMPAq. ms~e ~ig~tbm. The sig~tum si su~ o~ ~y ~ engrave, ~t~ ~ ~m~. ~ s~m of ~ of ~e fol~g A~mF~ for pu~ on~ of ~ng and ~ ~ and ~s and ~ ~ngs o~ig~ ~ ~e ~re ~r~f, a~ aw ~ch ~r ~ ~ and ~ ~ s~h ~imile ~lure ~ ~imile ~1 ~all ~ ~lid a~ bi~ing u~ ~ ~m~ny ~ I, ~ C. Wendal, A~ S~ of FEDE~L INSU~NCE COMPAq, ~GI~ INSU~NCE COMPAq, a~ PACIFIC INDEMN~ Gb~ ~ ~ h~d ~d ~als o~ ~ Com~ ~ Waff~, NJ ~ls 6 Eh ~y ~ ~u~us t 2002 Kenneth C. Wer~ls-V'-Asslstant Secreta~/ 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 projecL 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 shah 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 __. 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: o· 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 liability. · Ali policies shall be endorsed 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 PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED". Should any of the required insurance be provided under a cla'uns-made form, Contractor shall maintain such coverage confmuously 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, 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: A. General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000,000 shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. 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. IX] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability 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. IX] 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 sa.me 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 insurauce 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. 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 specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the SpecfficCond~tlons ofthe contract specifications. ATTACHMENT1 ix] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certifmate")-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 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 the coverage petiod 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. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the proj eot; 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 post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 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 beginning work on the project; and Co) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. By 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. 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. ACORD.,. CERTIFICATE OF LIABILITY INSURANCE · 8/27/2002 PRODUCER Bowen, Miclette & Britt, Inc. 1111 North Loop West Suite 400 Houston TX 77008 INSURED Ernest P. Breaux Electrical, Inc. P.O. Box 11640 ~2812 Broken Arrow Rd. 70560 New Iber,ia LA 70562-1640 THIS CERTIFICATE IS ISSUED 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. INSURERS AFFORDING COVERAGE INSURERk Liberty Mutual Ins CO INSURERS: Royal Ins Co Of America INSURERC: American Cas. Co. of Readinq~ INSURER D: INSURER E: COVERAGES Fhe Policies of Insurance listed below have been issued to the insured named above for the policy period indicated. ~otwithstanding any requirement, term or condition of any contracE or other document with respect to which this ;ertificate may be issued or may pertain, the insurance afforded by the policies described herein is subject to all :he terms, exclusions and conditions of such policies. Aggregate llmits shown may have been reduced by paid claims. ;NSR POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POLICY NUMSER DATE IMMIn D/'.~'t ~ATF IMM/DD/YYI UMITS A G__ENERAL LiABiLiTY [G2691004210031 11/1/2001 11/1/2002 EACH OCCURRENCE Sir0001000 )~ COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Any one lire) $ 250; 000 I CLAIMS MADE [~ OCCUR MED EXP (Any one person) $5t000 ' PERSONAL & ADV INJURY $1,000,000 GENERALAGGREGATE $2 · 000, 000 GEN'L AGGREGATE LIMIT APPMES PER: PRODUCTS - COMP/OP AGG $2f000f000 A AUTOMO BILE LIABILITY AS2691004210021 11/1/2001 11/1/2002 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $1~000,000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE (Per acddent) GARAGE LIABILITY AUTO ONLY. EA ACCIDENT  ANY AUTO EAACC $ OTHER THAN AUTO ONLY: AGG $ B EXCESS LIABILITY PHN016469 11/1/2001 11/1/2002 EACH OCCURRENCE $5,000,000 X~ CCCUR [~ CLAIMS MADE AGGREGATE S5,000,000 $  DEDUCTIBLE RETENTION $ $ WC STATU- OTH- C WORKERSCOMPENSATIONAND ~C194319919 11/1/2001 11/1/2002 X ITORYUM~TSI I ER EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $1, 000 ~ 000 E.LDISEASE-EAEMPLOYEE $11000 f 000 E.L DISEASE - POLICY LIMIT $1 ~ 000 ~ 000 OTHER DESCRIPTION OF OPERAT[ON SlLOCATI ON S:VEHIC LE$1EXC L U SIGNS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE: Bid ~2868 Spencer Switch Structure and Equipment InstallaEion Specifications. City of Denton, its Officials, Agents, ~mployees and volunteers are named as Additional Insureds re~arding General biability and Auto where required by written contract. Waiver of Subrogation in favor of City of Denton, its 3fficials, Agents, Employees and volunteers re~arding Workers Compensation where required by written contract. Coverage is Primary. CERTIFICATE HOLDER I I ADDmONAL INSURED; INSURER LETTER: CANCELLATION City of Denton 901 B Texas Street Denton TX 76201 ACORD 25-S (7197) :he expiration date thereof, the issuinE company will C~ XX mail 30 days written notice to the certificate AUTHORIZED REPRESENTATIVE ® ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. A statement on this certificate does not confer rights ~o the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the ce~ficate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the cover.ge afforded by the policies listed thereon. ACORD 25-$ (7/97)