Loading...
HomeMy WebLinkAboutContract 51377 Received Date: 10/10/2018 City Secretary Contract# 51377 Received Time: 3:46 p.m. CITY OF FORT WORTH INFRASTRUCTURE CONSTRUCTION AGREEMENT WHEREAS, Fort Worth Southside Development District, Inc. d/b/a Near Southside, Inc. and formerly d/b/a Fort Worth South; Inc., an entity authorized to conduct business in Texas, whose address is 1601 Mistletoe Blvd., Fort Worth, Texas 76104 ("Community Partner ), and the City of Fort Worth, a Texas municipal corporation ("City"), each desire to enter into this Infrastructure Construction Agreement ("Agreement") to make certain improvements as described herein; and WHEREAS, on November 25, 1997 the City Council of the City of Fort Worth , Texas adopted Ordinance No. 13259, establishing Tax increment Financing Reinvestment Zone Number Four, City of Fort Worth, Texas (the "TIF District"), and establishing the tax increment fund of the TIF District; and WHEREAS, on August 30, 1999 the Board of Directors of the TIF District adopted a project and financing plan for the revitalization of Fort Worth's Near Southside which was approved by the City Council on August 31, 1999 pursuant to Ordinance No. 13919; and WHEREAS, Fort Worth Southside Development District, Inc. is a Texas non-profit corporation working to sustain the momentum of the revitalization of Fort Worth's Near Southside under its various doing-business-as names; and WHEREAS, Near Southside, Inc. desires to oversee the preparation of final engineering plans and construction of public street improvements on a portion of West Vickery Boulevard, specifically public parking infrastructure and accessibility facilities at or around 821 West Vickery Blvd in the City of Fort Worth in furtherance of the West Vickery Blvd. Accessibility Update as further described by Exhibit A attached hereto (the"Project"); and WHEREAS, the Board of Directors of the TIF District has approved a Tax Increment Financing Development Agreement with Community Partner (the °TIF Agreement") and agreed to dedicate revenue from the tax increment fund of the TIF District (the "TIF Funds") for the Project; and WHEREAS, Community Partner will publicly procure and retain a contractor ("Contractor")to construct the Project, collectively known as the"Community Facilities"; and WHEREAS, City has approved and authorized the design, construction, and funding of the Project based on the bid of the Contractor in the amount of$209,696.75 (the "Construction Cost"); NOW, THEREFORE, for and in consideration of the above recitals, and covenants and conditions contained herein, the City and the Community Partner do hereby agree as follows: I. General Requirements A. The Policy for the Installation of Community Facilities, dat7r , ed by the City Council of the City of Fort Worth as subsequently amended from time to time by a Mayor and Council Communication adopted by the City Council of the City of Fort Worth, and limited to only the specific sections of the Policy that are listed in this paragraph ("Policy"), is hereby incorporated into this Agreement as if copied herein verbatim. The Policy Sections incorporated herein are: Section I "Definitions" (all definitions); Section II "Procedures for Obtaining a Contract for the Installation of Community Facilities" (Paragraph 2, Paragraph 3, Paragraph 6, excluding subpart B.1.c., Paragraph 7.C, Paragraph 7.D.1-4, Paragraph 8.A, Paragraph 8.B., Paragraph 8.C.1-2, Paragraph 8.C.6-7, Paragraph 8.D. and Paragraph 8.E.); and, as applicable, Section III "Water and Wastewater Installation Policy"through Section X"Policy for Street Name Sign Installations", inclusive. This Agreement shall be deemed to be a "Community Facilities Agreement" as referenced in that Policy. Developer agrees to comply with all provisions of those incorporated sections of the Policy in the performance of its duties and obligations hereunder and to cause all contractors hired by Developer to comply with the incorporated sections of the Policy in connection with the work performed by said contractors, except as otherwise limited by or provided in this agreement. B. Reimbursement and Financial Guarantee. N/A. C. It is understood that the Project may be modified as necessary through the course of construction by written Change Orders prepared by the Engineer on a form that is acceptable to the City, with the Construction Cost and the schedule for construction being adjusted accordingly and reflected in the Change Order, Adjustments to the Construction Cost will be based on the unit prices in the Contractor's bid when those unit prices are applicable to the change. The Construction Cost may be modified only by a written Change Order that has been approved by the City. D. Drainage Component. N/A. E. Roadway Component. N/A. F. Community Partner will submit, upon completion of the Project, an Affidavit of Bills paid signed by its Contractor and Consent of Surety signed by its surety, if any, to ensure the Contractor has paid all sub-contractors and suppliers in full. Additionally, the Contractor will provide in a written affidavit, acknowledgement that the Contractor has been paid in full by Community Partner for all services, labor and materials provided under this contract. G. Community Partner agrees to cause the construction of the improvements contemplated by this Agreement and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and the City-approved construction plans, specifications and cost estimates provided for the Project. H. The following exhibits are attached hereto and made a part hereof: Exhibit A—Paving and Construction Costs I. Community Partner shall award all contracts for the construction of community facilities in accordance with the incorporated Sections of the Policy and the contracts for the construction of the public infrastructure shall be administered in conformance with the incorporated Sections of the Policy. J. Community Partner agrees to the following: L To retain MHB Construction as the Contractor to construct the Project; provided that, in the event that MHB Construction is unable to perform as the Contractor for the Project, any other construction contractor who is selected as the "Contractor" must first be approved by the Transportation & Public Works Director, said alternate contractor to meet City's requirements for being insured, licensed, bonded, and prequalified to do work in public streets with the understanding that any such alternate construction contractor must meet all other requirements of the "Contractor" herein, including those set forth above in Paragraph F. ii. To utilize contracts for construction of the Project that incorporate and comply with the City's standard specifications and contract documents, including the City's general conditions for developer-awarded infrastructure construction contracts, with any modifications of such specifications and documents subject to the written approval of the City. City's then-current prevailing wage rates must be paid as indicated in the general conditions. iii. MWBE Goal. N/A. iv. To require Contractor to furnish to the City a payment bond and a performance bond in the names of the City and the Community Partner for one hundred percent (100%) of Contractor's contract price, and a • maintenance bond in the name of the City for one hundred percent (100%) of Contractor's contract price for a period of two (2) years insuring the maintenance and repair of the constructed infrastructure during the term of the maintenance bond. All bonds to be furnished before work is commenced and to meet the requirements of Chapter 2253, Texas Government Code. V. To require Contractor to provide insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts, attached hereto as "Attachment 1". The City and the Community Partner shall be named as additional insured on all insurance required by said documents and same will be evidenced on the ACORD Certificate of Insurance supplied by Contractor's insurance provider and bound in the construction contract book or attached to the respective contract. vi. To require Contractor to give 48 hours notice to the City's Construction Services Division of its intent to commence construction so that City inspection personnel will be available; and to require the Contractor to allow the construction to be subject to inspection at any and all times by City inspection forces, and not to install or relocate any sanitary sewer, storm drain, or water pipe unless a responsible City inspector is present and gives his consent to proceed, and to make such laboratory tests of materials being used as may be required by the City. vii. To require Contractor to have fully executed contract documents submitted to the City to schedule a Pre-Construction Meeting. The submittal should occur no less than 10 working days prior to the desired date of the meeting. No construction will commence without a City-issued Notice to Proceed to the Contractor. viii. To delay connections of buildings to service lines of sewer and water mains constructed under this Agreement until said sewer and water mains and service lines have been completed to the satisfaction of the Water Department. K. Reimbursement, N/A. L. Franchise Utilities. N/A. M. Rights of Way and Easements. N/A. N. Community Partner further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless, and defend the City, its officers, agents, and employees from all suits, actions or claims of any character, whether real or asserted, brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Community Partner, or.in consequence of any failure to properly safeguard the work, but only to the extent caused by the neglect or misconduct of Community Partner. O. Community Partner will require its contractors to indemnify, defend and hold harmless the City, its officers, agents and employees from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with, the construction of the infrastructure contemplated herein, whether or not such injuries, death or damages are caused, in whole or in Part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. Further, Community Partner will require its contractors to indemnify, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of said contractor's failure to complete the work and construct the improvements in a good and workmanlike manner, free from defects, in conformance with the Policy, and in accordance with all plans and specifications P. Community Partner agrees that all contracts with any contractor shall include provisions granting to the City the right to enforce such contracts as an express intended third party beneficiary of such contracts. Further, upon completion of all work associated with the construction of the infrastructure and improvements, Community Partner will assign to the City a non-exclusive right to enforce the contracts entered into by the Community Partner with its contractor along with an assignment of all warranties given by the contractor, whether express or implied. Q. Community Partner will be responsible for payment or reimbursement to the City of any costs for construction inspection and/or material testing in accordance with "Attachment 2". R. If construction of the Project has not commenced within nine months from the execution of this Agreement, or if construction of the Project has not been substantially completed within two years from the commencement of construction, the City shall have the right to terminate the contract and shall have the right to complete the construction of the Project. In connection with the foregoing termination, Community Partner will assign any construction contracts to the City that the City has chosen to accept assignment of and/or terminate all remaining construction contracts, as directed by the City. The City agrees to accept and assume all responsibilities and liabilities of Community Partner under any contracts the City directs to be assigned to the City, except to the extent such liabilities arise from the negligence or intentional misconduct of Community Partner. Cost Summary Sheet W. Vickery Accessibility Project City Project No.: 101223 Construction Cost: See Exhibit A for itemized schedule of Construction Cost. ACCORDINGLY, the Community Partner and City have each caused this Agreement to be executed by their respective duly authorized signatories, effective as of the date subscribed by the City's designated Assistant City Manager. CITY OF FORT WORTH NEAR SOUTHSIDE, INC. 4 76w 7- > tdw.G arefurVr, By:Jesus l chaps(oct 10,2 8) By:Michael Bresnan(Oct 8,2018) Jesus J. Chapa 7 Michael Brennan Assistant City Manager President Date: Date: Oct 8,2018 Recommended by: Transportation/Public Works Department Gly Gl��irau>z Douglas iersig(Oct 9,2018) Douglas W. Wiersig, P.E. Director M&C Date: Approved as to Form &Legality. Doug Black(Oct 9,2018) Douglas W. Black Sr. Assistant City Atto Y OF,c ATTEST: G`� Q Mary T. Kayser !€ MaryJ,Kayser(Oct10,2018) •'O G' Mary J. Kayser City Secretary .q Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Tare Searlet•P Morales Janie Scarlett Morales(Oct 8,2018) Janie S. Morales Development Manager OFFICIAL RECORD CITY SECRETARY FT.WORN H,TX List of Exhibits and Attachments to this Agreement EXHIBITS Exhibit A— Paving Improvements and Construction Costs ATTACHMENTS Attachment 1 —Insurance Requirements Attachment 2 - Inspection and Materials Testing Fees Exhibit A Paving Improvements and Construction Costs [follows] - J`� NORTH IH-3Q VICKERY SITE JARV S J DAG ETT _ � U � B OAD AY 0 a = S AITH Q s YS LOCATION MAP Kimley)>)Horn v.nvrmn.nt reio� ear-essm�� ses.a`.•,.npuva.enrro r-oie NORTH VICKERY BOULEVARD �, •• ',i .. 'f}•. ::+'•i� ••,'.; .: ��,�. `l•r:C�A'.• 'S� J •• i.. •r:',°;• t{is• ..v».(� — Lu .: •�• aiY•,•.1y; 'r' 3� ':',�i'.�ii.��' '�:Yly,i _ •j t��i�.',n•:C,.•��r •• L�.,• ••.• }t/ J W O f .a,,r• Q N [ CALLED 0.51 ACRE REMAINDER OF 1 Lu Z RICHARD NELSON CLAYTOR JJ CALLED 1.0240 ACRE I CALLED 0.525 ACRE `^ O AND LINDA H.CLAYTOR, ! OLNIC L P CAPOTEPIjOPERTIES,LP., V U _ HUSBAND AND WIFE I A TEXAS LIMITED PARTNERSHIP Lu W INSTRUMENT NO.D218143001 AI INSTRUMENT NO.DZO 2E7570P INSTRUMEN NO.D205163715 J j i OPRTCT OPRTCT O RTCT Y i Ov , I U j j I JS GRAPHIC SCALE IN FEET LEGENDPROPOSEDCONCRETE 0 15 30 60 PAVEMENT Kimley>>)Horn EXHIBIT A PAVING IMPROVEMENTS FM11NM.Tx]6101 111-J31811 Y Q� SYY of Tuaa Paiauaeb tb.ii76 001:13 UAP-010 PROPOSAL Pete 1 of i IHR Consuuclion 8idlislDescription Specification Unit of Bid Unit Price Bid Value Item No, Section No. Measure Quantity UNIT III;PAVING AND STREET IMPROVEMENTS 1 10241.1100 Remove Conc Pvmt 10241 15 ISY 1 605 $ 40.50 $ 24,502.50 M23123.0101 Unclassified Excavation b Plan 31 2316 CY 120 $ 30.00 S 3,600.00 211.0502 6"Lime Treatment 321129 SY 365 5 34.00 $ 12,410.00 213.0101 6"Conc Pvmt 321313 SY 340 $ 73.00 $ 24,820.00 2130311 4"CORC Sidewalk Ad sent to Curb 321320 SF 1334 $ 8.90 $ 11,872.80 213.0505 Barrier Free Ram T e M•3 321320 EA 1 $2,500.00 $ 2,500.00 213.0505 Barrier Free Ram T e P-2 321320 EA 1 5 2,500.00 $ 2,500.00 17.0003 4"BRK Pvmt Markin HAS W) 1321723 ILF 1 101 S 4.00 $ 404.00 9 13217.0201 4"SLD Pvml Markin HAS W 32 17 23 ILF 1 375 $ 4.00 $ 1,500.110 10 13217.1006 Lane Legend Bike 1321723 JEA 1 2 $1,000.00 $ 2,000.00 11 3217.1007 Lane Legend$harrow 1321723 JEA 1 2 $1,000.00 S 2,000.00 12 13217.JO08 Parking Lot Legend HC 1321723 JEA 2 $ 500.00 $ 1,000.00 13 13217.4301 Remove 4"Pvmt Marking 1321723 ILF 440 $ 3.00 $ 1,320.00 14 13232.0100 Conc Ret Wall with Sidewalk Face 1323213 ISF 340 $ 90.00 $ 30,600.00 15 13232.0101 Conc Ret Wall with Sidewalk Sidewalk 1323213 ISF 921 $ 49.85 $ 45,727.65 16 13305.0103 Exploratory Excavation of Existing U1111 ies 1330530 IEA 2 $ 250.00 $ 500.00 17 13305.0108 Miscellaneous Structure Ad uslmenl 1330514 EA 3 S 200.00 $ 600.00 18 3441.4003 Furnish install Alum Sign Ground Mount CI Sid. 34 4130 EA 1 $ 750.00 $ 750.00 19 3471.0001 Traffic Control 34 71 13 WK 2 $3,500.00 $ 7,000.00 20 9999.0000 Asphalt Block Out For Utility32 01 17 EA 3 $ 350.00 $ 1,050.00 21 9999.0001 ADA Pedestrian Ram 32 13 20 [A 2 $3,200.00 $ 6,400.00 22 9999.0002 ADA Pedestrian Ram Handrail 00 00 00 LF 30 $ 148.00 $ 4,440.00 23 9999.0003 Metal Guardrail Mounted on Relaining Wall 00 00 00 LF 180 S 120.00 $ 21,600.00 24 9999.0004 Concrete Wheel Stop 03 30 00 EA 2 $ 300.00 $ 600.00 Total Bid $ 209,696.75 5 i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAMN DOCUMENTS-DEVELOPER AWARDED PROJECTS Fmm Vmrim SgWmb r 1.7013 W Mdm-llw Nem UN Attachment 1 Insurance Requirements [follows] A�O® CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDINYYYY) 09/19/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed. 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 certificate holder in lieu of such endorsement(s). PRODUCER NAME:ON ACT Jessica Montgomery Southwest Assurance Group,Inc. PHONE (817)329-7007 (817)329-7011 (Al,III: 2350 Airport Flwy,Ste 202 r-MAIL s: Imontgomery@swagdhv.com ADDRE INSURERS AFFORDING COVERAGE NAIC Bedford TX 76022 INSURERA: Union Insurance Company 43435 INSURED INSURER a: Great American Insurance Company Of NY MHB Construction,Inc. INSURER C: Colonia County Mutual Insurance Company 2908 W Pafford Sl INSURER D: INSURER E: Fort Worth TX 76110 INSURER F: COVERAGES CERTIFICATE NUMBER: 2017.2018 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMEDABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INW POLICY EFF LTR TYPE OF INSURANCE POLICY NUMBER MMIDDIYYYY MMIDD/YYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMSMADE DAMAGE TO RENTFIF— ©OCCUR PR MI r • S 100,000 MED EXP(Any oneperson) 3 5,000 A CLA4766154 12/15/2017 12/15/2018 PERSONAL 8 AoV INJURY S 1.000,000 GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 2'000'000 POLICY g,ECT 0 LOC PROtx>cT3-COMProPAOG S 2,000,000 OTHER: 1 S AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S 1,000,000 Ea accident) X ANYAUTO BODILY IIUURY(Per person) S C OWNED SCHEDULED ACP3008807480 05/16/2018 05/18/2019 BODILY W,RIRY(Par accideM $ AUTOS ONLY AUTOS X HIRED x NON-OWNED PROPERTY DAMAGE 3 AUTOS ONLY AUTOS ONLY (per mccIdeml 3 UMBRELLALIAa OCCUR EACH OCCURRENCE $ F.XCESSLIAB —::-DE AGGREGATE s DED I I RETENTION S S WORKERS COMPENSATION PER ATUTE R AND EMP LOYERS'LIABBJTY YIN ANY PROPRIETORIFARTrERIEXECUTIVE QNIA E.L.EACH ACCIDENT S OFFICERIMEMBER EXCLUDED? (Mandatory In NN) E.L.DISEASE-EA EMPLOYEE S If yes.describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 3 Leased/Rented Equipment $100,000 Per Item B IMPE299966 01/09/2018 01/09/2019 $1,000 Deductible DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additionel Remarks Schedule,nay W attached It mare space Is required) Re:Paving and Grading Improvements to Serve W.Vickery Accessibility Update 6101223 The City of Fort Worth,Its officers,employees and servants are additional insureds for general lability and auto liability on a primary and ran-ccntrlbul ry basis. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Director of Urban Design&Placemaking Mike Brennan,President ACCORDANCE WITH THE POLICY PROVISIONS. 1806 Mistletoe Blvd AUTHORIZED REPRESENTATIVE ct��..� q p Fort Worth TX 76104 �"'^�' ©1988.2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD ""'1 MHBCONS-01 C . I v CERTIFICATE OF LIABILITY INSURANCE DATE 09 1912018 Y) `•�►"' 09/19!2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the pollcy(ies)must have ADDITIONAL INSURED provisions or be endorsed. 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 certificate holder in lieu of such endorsement(s). PRODUCER ACT Barry Insurance Group HON o,Ext): 281 464-3383 FAX 12621 Featherwood Dr. No):(281464.3050 Suite 115 Ibm(ass:jeff.barry@barryinsurancogroup.com Houston,TX 77034 _ INSURER(S)AFFORDING COVERAGE _ MAIC 0 INSURER A_:Texas Mutual Insurance Company 22945 INSURED INSURER 13: MHB Construction,Inc INSURER C: 2908 W.Pafford St I INSURER Fort Worth,TX 76110 1INSURER E: INSURER F: COVE AGES CERTIFICATE NUMBER: REVISION THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR 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.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADOL SUBR POLICY NUMBER POLICY EFF POLICY EXPLTR LIMITS COMMERCIAL GENERAL LIABILITY EACHOCCURRENCE CLAIMS-MADE ❑OCCUR QA6UIGE 70 RENTED occurrence) $ MED EXP AnonsPerson) PERSONAL&ADV INJURY EMLAGGREGATE LIMIT APSPER: GENERAL GGREGATE POLICY❑JECi U LOC PR MP PAGG OTHER: AUTOMOBILE LIABILITY MPar LE LIMITANY AUTO Per at S ►AaUTOppSDONLY AUUpTTOppSULEEEQDp accident) _ AUTOS ONLY AU70SONLY Ps�r acd OTMMI GE ICE RELLA LIAR __ OCCUR EACH OCCURRENCE SS LIAR CLAIMS.MAOE AGGREGATE _ RETENTIONS A WORKERS COMPENSATION DTH- AND EMPLOYERS'LIABILITY FR SBP-0001276816 1011412017 10/14/2018 1,000,000 ANY PROw7P,RElE7g0ERpIPARTNERA:XECUi1VE � EACH AC.¢IOFNT 8[intlir&l In NH)EXCLUDED? N I A E.L.DI EA .FA EMPLOYEE _ 1,000,000 V yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Add iVonat Remarks Scheduts,may be attached It mon space Is requlnd) Project: Paving and Grading Improvements to Serve W.Vickery Accessibility Update 1101223 The workers comp policy is endorsed to provide a blanket waiver of subrogation as per written contract. Waiver of Subrogation In favor of the City of Fort Worth. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Near Southside,Inc THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1606 Mistletoe Blvd Fort Worth,TX 76104 - AUTHORIZED REPRESENTA71VE I "JI A-10k&4 ACORD 25(2016103) ®1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD iexasNiutui In suranceCompitay WORKERS'COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Agent Copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas Is shown In Item 3.A.ofYhe Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy.We will not enforce our right against the person or organlzallon named in the Schedule,but this waiver applies only with reeped to bodily Injury arising out of the operations described in the Schedule where you are required by a written contract to obtain We waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone riot named in the Schedule. The premlum•for this endorsement Is shown In the Schedule. Schedule 1. ( ) Specino Welver Name of person or organization ( X ) Blanket Waiver Any person or brganhzatlon for whom the Named insured has agreed by written contract to furnish this waiver. 2. Operatlons: ALL TEXAS OPERATIONS 3. Premium: The premium oharge for this endorsement shalt be 2.00 percent of the premium developed on payroll in connection with work perfomled for the above person(s)or organizations)arising out of the operations described. 4. Advance Premium: INOLLIDED,SEE-INFORMATION PAGE. This endorsement changes the policy to which It Is attached effective on the inception dole of the policy unless a dliferent dale Is Indicaled balov/. (The fok wlpd`.atprching ctstise need bb completed only when We endorsement la iseued:subssquenl to preparation of the policy.) This andorsoment,enactive on 10/14/2916 at 1L01 a.m.standard tkne,forma a part or Policy No.0001276818 of Taxes WWI insurance Company elfeotive on 10M4/2016 Issued to: MHB CONSTRUCTION INC 144k 6-t�A� Premium: $989.00 Authorized Repreeentattve NCCI Carrier Code:29939 10104t2ots PO Box 12058,Austin,TX 78711-2058 ' 1 of 1 (000)859.6996 1 Fax(800)389-08.60 I texasmutual.com WC 42 03 04 B Attachment 2 Inspection and Materials Testing Fees [follows] Items Developer's Cost A. Water and Sewer Construction 1. Water Construction 2.Sewer Construction Watei and Sewer Construction Total $ - B. TPW Construction 1.Street $ 209,696.75 2.Storm Drain $ - 3.Street Lights Installed by Developer $ 4. Signals $ - TPW Construction Cost Total $ 209,696 76 Total Construction Cost(excluding the fees): $ 209,696.75 Construction Fees C. Water/Sewer Inspection Fee(2%) $ - D. Water/Sewer Material Testing Fee(2%) $ Sub-Total for Water Construction Fees $ - E. TPW Inspection Fee(4%) $ 8,387.87 F. TPW Material Testing(2%) $ 4,193.94 G. Street Light Inspsection Cost $ - H. Signals Inspection Cost $ H. Street Signs Installation Cost $ - Sub-Total for TPW Construction Fees $ 12,581.81 Total Construction Fees: $ 12,581.81