Loading...
HomeMy WebLinkAbout1995-251NOTE: Contracts for Bid #1808 and 1815° are attached. NOTE: CONTRACT FOR BID# 1824 ATTACHED Q ORDINANCE NO. AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the 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 I. 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 1808 KAY RENEE' INC. $ 48,381.00 1815 LAYNE-TEXAS $ 88,710.00 1824 NEW YORK/SANUS LIFE INSURANCE CO. $ 80,000.00 1825 CANADA LIFE ASSURANCE COMPANY $ 91,000.00 (CANADA LIFE) SECTION II. 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 furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid. SECTION III. 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. State of Texas ) KNOW ALL MEN BY THESE PRESENTS: County of Denton ) -M hat is agreement, made and entered this day of _ 4 1996, by and between the City of Denton, Texas, a municipal corporation located in Denton County, Texas, and incorporated as a home rule city under the Constitution of the State of Texas, hereinafter referred to as "City", and Canada Life Assurance Company, a corporation with offices at 515 West Greens Road Suite 775, Houston, Texas 77067, hereinafter referred to as "Contractor." WITNESSETH: That the parties hereto, in consideration of the covenants and agreements herein contained to be kept and performed by both parties, do hereby agree, covenant and contract as follows: I. City hereby agrees to purchase from Contractor and Contractor hereby agrees to sell to City fully insured disability insurance in accordance with City's Scope of Specifications & Instructions, Bid Submission Form, Sample Contract and other documents constituting city's "Request for Bid No. 1825"; Contractor's Bid referred to as "This Group Insurance Program"; and Group Policy Number H.58528 which are hereby made a part of this contract and incorporated herein for all purposes. II. The parties agree this policy of insurance shall become effective February 1, 1996, at the rates contained in Contractor's bid for Plan 1 dated November 30, 1995, and unless earlier cancelled pursuant to the terms of this contract, shall terminate at midnight on January 31, 1997. Should a conflict arise between the terms and provisions of the City's "Request for Bid No. 1825" (including but not limited to the sample contract contained therein) and Contractor's Bid (including but not limited to Policy No. H.58528), the terms and provisions of the City's Request for Bid No. 1825 will prevail. IV. The Director of Human Resources or such other agent designated by the City Manager is hereby authorized to carry out the terms of this agreement in behalf of the City and MILTON GODWIN shall be the agent authorized by Contractor to carry out the terms of this t i' be half half of the Contractor unless Contractor advises agreemen n City in writing of a substitute agent. EXECUTED this _� day of qo�(� 1996, A.D. City of Denton, Texas MAYOR OR CITY MANAGER ATTEST: BY: ((//�X7oi4� jnnifer Walters, City Secretary APPROVED AS TO LEGAL FORM: HERBERT L. PROUTYl CITY ATTORNEY BY: ' APPOOA76.wP5 Canada Life Assurance Company BY: Title: I U ATTEST: BY: �— Title: & . ,4 Lh/�aI'aG�Q? SECTION IV. 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 V. That this ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the day of 74�ae aM A'' 1995. ATTEST: JENNIFER WALTERS, CITY SECRETARY m APPROVED AS TO LEGAL FORM: HERBERT L. PROUTY, CITY ATTORNEY BY: Ae, DATE: DECEMBER 19, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Rick Svehla, Acting City Manager SUBJECT: BID # 1808 - MORSE STREET SIDEWALKS PHASE II RECOMMENDATION: We recommend this bid be awarded to the only bidder, Kay Renee', Inc., in the total amount of $48,381. SUMMARY: This bid is for all labor and materials necessary in the construction of approximately 34 square yards of 6" sidewalk and 1,050 square feet of modular block retaining wall. This project is located on Morse Street between Bushy and Newton Streets. One bid was received in response to seven notices sent to vendors. BACKGROUND: Tabulation Sheet, Memorandum from Barbara Ross dated 12-4-95. PROGRAMS DEPARTMENTS OR GROUPS AFFECTED: Community Development, Citizens of Denton in the Morse Street area. FISCAL IMPACT: Budgeted funds for Community Development Block Grant Account #219-058-CD8C-8502. R fully submitted: Rick Svehla Acting City Manager Prepared by: Name: Denise Harpool Title: Senior Buyer Appro Name: TomD. Shaw,'C':P.M. Title: Purchasing Agent 669.AGENDA k k $ k k # $ \ k \ $ k $ \ § w ��� 0 / } } » _ _ \ m \ ) L) § k / u k§ @ w§� \ / \§ I < m ; z <� _ / Q § Ca uj m \ \ M c2 2 \ m % w u I = § % z zLu q O O a « m E 0.$ CITY OF DENTON, TEXAS 100 WEST OAK • SUITE 208 a DENTON, TEXAS 76201 # (817) 383.7726 @ FAX (817) 383.2445 Community Development Office MEMORANDUM TO: Tom Shaw, Purchasing FROM: Barbara Ross, Community Development DATE: December 4, 1995 SUBJECT: Morse Street Sidewalk Phase II Attached is a copy of a memorandum from David Salmon recommending acceptance of the bid from Kay Renee Incorporated. I would like to request that we accept the bid from Kay Renee based on Mr. Salmon's recommendation. I further request that we accept that alternate bid of $48,381 for the modular block retaining wall. Sufficient CDBG funds are available to complete the alternate bid. We also need to incorporate a reference in the contract that the applicable wage decisions are TX950045/551 with no modifications (publication date 2/10/95) and TX950033/551 with four modifications (publication date 10/13/95). This supersedes TX950033/551 with two modifications (publication date 06/09/95) which was included in the original bid. I have contacted the contractor and they have agreed to comply with the modified wage decision at no additional cost. A copy of the new wage decision is attached. Also, attached is a copy of a purchase requisition for the project. Please call me at ext. 7235 if you have questions or need additional information. Thank you. Barbara Ross xe: David Salmon, Engineering & Transportation "Dedicated to Quality Service" DATE: DECEMBER 19, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Rick Svehla, Acting City Manager SUBJECT: BID # 1815 - PLUGGING AND ABANDONMENT OF WATER WELLS NO. 4, 6, 9 AND 10 RECOMMENDATION: We recommend this bid be awarded to the only bidder, Layne - Texas, in the total amount of $88,710.00. SUMMARY: This bid is for all materials and labor necessary in plugging abandoned wells as requested by the Texas Natural Resource Conservation Commission. These wells were abandoned in 1962, 1965 & two in 1987, due to poor water quality (sand) and low yields. One bid proposal was received in response to five bid packages mailed to vendors. BACKGROUND: Tabulation Sheet, Public Utility Board backup dated November 20, 1995. OR GROUPS AFFECTED: Water Production, Utility FISCAL IMPACT: Budgeted Funds for Well Abandonment for 1996; Account #620- 081-0460-8502. Res lly submitted: Rick Svehla Acting City Manager Prepared by: Name: Denise Harpool Title: Senior Buyer Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 663.AGENDA k \ % k \ \ \ } \ \ \ \ \ \ \ \ ; ) w � $ � \ \ \ \ \ \ / � 0 $ ok 7 7§ § d d ) ®§ zU._ <o� O 0 �s 0 q, z$ 3, 33 E \ m 0E- \ w �` w |a [ �§ CO� u 7 § ; §( o ; o ] 0 ; 0 § § & 7 � ; & | o u j0> q� \ § §� ) §� ( / / 2 2 \ 0 J o f ) § § § §§ \ § ) § \ 0 2 2 [ 3 § < q LU u. < \ § ) . ) . � . a . a . . ) . § } % Q O I \ ITEM #8 NOVEMBER 20, 1995 PUBLIC UTILITIES BOARD AGENDA ITEM TO: CHAIRMAN AND MEMBERS OF THE PUBLIC UTILITIES BOARD FROM: R.E. NELSON, P.E., EXECUTIVE DIRECTOR OF UTILITIES SUBJECT: CONSIDER APPROVAL OF BID NO. 1815 FOR THE PLUGGING AND ABANDONMENT OF WATER WELLS NO. 4, 6, 9 AND 10 TO LAYNE- TEXAS, A DIVISION OF LAYNE, INC. IN THE AMOUNT OF $88,710. ON: The Utilities Department Staff recommends approval of the sole bid by Layne - Texas ( "Layne" ) for the above referenced project in the amount of $88,710. This amount includes accepting the deductive alternate bid items for not demolishing the well -heads and pump foundations, not cutting the well casings three feet below grade and not disposing of these materials ($7,830). SUMMARY: Bid proposals were sent out to five firms experienced in plugging water wells. Only Layne submitted a bid. This is the third time in a row that Layne was the only bidder on a well abandonment project. Their bid is under our budget. Layne is highly experienced in this field. Layne plugged Well Numbers 1, 5 and 8 for the City of Denton in 1993. The remaining work of abandoning the site will be contracted out separately or done in-house. This work includes demolishing the well heads and pump foundations; cutting off the well casing; demolishing the remaining buildings, tank, foundations and slabs; and disposing of all demolished materials. These sites have no useful purpose for the Water Utility. Well No. 4 is on the Civic Center property. It is maintained by the Parks Department. Well No. 6 is on the Hickory Substation. The Electric Department maintains this site. Well No. 9 adjoins Fire Station No.2. It will be offered to other Utility Departments, the Fire Department and then other City Departments. Well No. 10 is located on Lattimore. It will offered to City Departments as well. We must continue to maintain these sites, until they are disposed of in accordance with City Policies. NOVEMBER 20, 1995 PUBLIC UTILITIES BOARD AGENDA ITEM TO: CHAIRMAN AND MEMBERS OF THE PUBLIC UTILITIES BOARD FROM: R.E. NELSON, P.E., EXECUTIVE DIRECTOR OF UTILITIES SUBJECT: CONSIDER APPROVAL OF BID NO. 1815 FOR THE PLUGGING AND ABANDONMENT OF WATER WELLS NO. 4, 6, 9 AND 10 TO LAYNE- TEXAS, A DIVISION OF LAYNE, INC. IN THE AMOUNT OF $88,710. ON: The Utilities Department Staff recommends approval of the sole bid by Layne - Texas ( "Layne" ) for the above referenced project in the amount of $88,710. This amount includes accepting the deductive alternate bid items for not demolishing the well -heads and pump foundations, not cutting the well casings three feet below grade and not disposing of these materials ($7,830). SUMMARY: Bid proposals were sent out to five firms experienced in plugging water wells. Only Layne submitted a bid. This is the third time in a row that Layne was the only bidder on a well abandonment project. Their bid is under our budget. Layne is highly experienced in this field. Layne plugged Well Numbers 1, 5 and 8 for the City of Denton in 1993. The remaining work of abandoning the site will be contracted out separately or done in-house. This work includes demolishing the well heads and pump foundations; cutting off the well casing; demolishing the remaining buildings, tank, foundations and slabs; and disposing of all demolished materials. These sites have no useful purpose for the Water Utility. Well No. 4 is on the Civic Center property. It is maintained by the Parks Department. Well No. 6 is on the Hickory Substation. The Electric Department maintains this site. Well No. 9 adjoins Fire Station No.2. It will be offered to other Utility Departments, the Fire Department and then other City Departments. Well No. 10 is located on Lattimore. It will offered to City Departments as well. We must continue to maintain these sites, until they are disposed of in accordance with City Policies. BACKGROUND The Texas Natural Resource Conservation Commission has commented in the past that the City of Denton had not properly plugged and sealed several abandoned wells. In 1993 the City abandoned Wells No. 1, 5 and 8. Well No. 9 abandonment was bid in 1994, along with installing a new pump on No. 11. The bid was not awarded due to its cost. The cost to abandon Well No. 9 has reduced from $28,100 to $25,430, a reduction of $2670 or 9.026 below the 1994 bid. These wells are being abandoned due to poor water quality (sand) and/or low yields. Well No. 4 has not been used since 1965, since 1962 for Well No. 6 , since 1987 for Well No. 9 and since 1987 for Well No. 10. In some cases the wells have been disconnected from the system and essential equipment removed. This project will complete our well abandonment program. AGENCIES AFFECTED Citizens of Denton, Denton Municipal Utilities, Texas Natural Resource Conservation Commission and Layne - Texas, a division of Layne, Inc. FISCAL IMPACT This year we had budgeted $110,000 to demolish and abandon Wells No. 4, 6, 9 & 10. $20,000 was from the current budget and $90,000 was from money reserved from fiscal years 1994 and 1995. The budget detail sheet is attached as Exhibit II. The sole bid is $88,710 or 19.4% under the 1996 Budget for the abandonment of Wells No. 4, 6, 9 & 10. See Exhibit IV for detailed analysis. Prepared by: 141, Gerald P. Cosgrove, .E. Engineering Administrator Exhibit I. Location Map II. Budget Detail Sheet III. Fund Analysis Submitted by: ITIIJIJ-r� R.E. Nelson, P.E. Executive Director of Utilities ntrcuts « r i l t r[wrva CAS rl[ L rrrw IINO rOM f.lt(tN \\ Ir1`wll Cl ly� rNnnpIl ravx: a Iliaw, D , o O •YN Z • .0 no i N M I'll, M I( pOp I o t a V�O! •o` .L � N wopc r�N FIZZ Z `w"�°°° WELL # 10 • } •Irpo Io• u(Iw_ fr aal $(YN°la l rY[IaOY Orr � Opp Sr •1) .n \a.:: � 'E' ' t IrI1w IVCf IrrfIY1 Sr i f Try Qxi w° ('�• sr E� talLtu �'"rrr" twYwwY- Y �p i rtwwrol Y i frvrw(ro1 WELL # 6 y r � raa a M F II%ILYDDD V U e 2 I ST Nltt 0 WCw(aI I t1U((l fr CI ; i - Dp o • i I .r x r Yrwuoo r Nl an r ual [ x r � ratan � : ,Nonr naror pw i t IIIaN1(r �• u W tl i`�u [u idea e 0 • /IwrY1f r ` S$ 01. x uwnw i oIIMO SS T :• • CMIwI[a IV4 Y rAOLrr owpm„r err I 0 I.QYDr4ppwc MIti rq ;' p1Np Ir r!i fVYYroNIYODr ,,aM Cr o rwu J • Y1/(/[rw1 y ,V IICIr Ow/« 1 fr AM One _ w a trOY � � O 4rw M I WELL # 4 1 jC0 n .rlNfr WELL � # 9 .• Z� IYRr�; f> IrN ~1:p r a10 J F y r O I ru r. n f.rn rr ° 4+0• s "IVe • (caoasbrarl P rsor•wr rnu •, r O N (orllNru \ • L rw rw iE E o a `•. IwansY ry, p'paa." /• .p VYf "fT °• rrl ilrl rW1^ rd0a p'f4 \ 1 l` IM °Y i • I -10 [r i \ R w r0 O fIICNrm"or C1 • II L'INIrwIWIt1 1 ar. •L,4 OGa r cNlu wo � a � N rOr Ali LONOaW° O 1 i � yL • �� I ..rrw.L- .. 4 n d°°Irs"o •' °" JIM- n I I :I trgn w E HIBr WATER WATER ?PRODUCTION/0460 BUDGET DETAIL 1), V 4 NUMBER TITLE 8502 SPECIAL SERVICES CONTINUED 1996 Texas Natural Resource Conservation commission - Water Licensing Agency Public Water Supply System Annual Fee Laboratory Testing Fee D/DBP Rule ICR Tesing CURRENT YEAR PROPOSED 1994-95 1995-96 BUDGET TOTAL REQUEST 61000 6,000 51000 5,000 12,000 20,000 1996 Demolition of Water Wells #4, 6, 9. and 10 45,000 * 110,000 * ($90,000 from FY 1994 & FY 1995 Budget Reserves) 1996 Dredging of lower intake at Lake Lewisville 0 50,000 1996 New Employee Phyicals 250 250 1996 Employee Drug Testing 400 1,000 1996 Employee Drivers License Checks 130 130 Total 8502 2,862,180 3,051,380 EXHIBIT 11 NOVEMBER 20, 1995 PLUGGING AND ABANDONMENT OF WATER WELLS NO. 4, 6, 9 & 10 FUND ANALYSIS WATER PRODUCTION ( REVENUE) STATUS $(x1000) FUND SOURCE 620-081-0460-8502 Budget $20,000 FY 1994 Reserves 45,000 FY 1995 Reserves 45,000 TOTAL FUNDS EXPENDITURES Well No, 4 Well No. 6 Well No. 9 Well No. 10 Deductive Alternatives TOTAL EXPENDITURES AMOUNT OVER/(UNDER) BUDGET 04weII96.WK3 $110,000 Bid $26,150 Bid 22,960 Bid 25,430 Bid 22,000 Bid (7,830) $88,710 ($21, 290) EXHIBIT III DATE: DECEMBER 19, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Rick Svehla, Acting City Manager SUBJECT: BID # 1824 - LIFE/AD & D INSURANCE RECOMMENDATION: We recommend this bid be awarded to the lowest bidder New York/SANUS Life Insurance Co. (NY Life) in the amount of $0.25 per $1,000 of covered payroll or approximately $80,000.00 per year. SUMMARY: This bid is for the life insurance and accidental death and dismemberment insurance program to cover all regular full-time and part-time employees of the City of Denton. The NY Life bid was the lowest of eight bids received and represents an approximate savings for FY 1995/96 of $10,682.00 or an estimated annualized savings of $ 32,045.00 with a two (2) year rate guarantee. BACKGROUND: Tabulation Sheet Human Resources, Employees FISCAL IMPACT: Funds for this program were approved in the 1995-96 annual budget. Respectfully submitted: We4reA Acting City Manager A roved: Name: Tom D. Shaw, C.P.M. Title. Purchasing Agent 675.AOENDA Zle ! 0 0 0 0 LU (7� =0> o N *tllj F N N LU Z W Y :'. W'. a e N !W M N O O O Y WI W IL N 0 Z :Z! W: W m W d N W N CD N N O O 0 O 13 Lu O O > '.. a W a Y Q LL Z f9'. Z. W Y 0 a W: N N V > IL N N IL m N M , a o LL.xLL a 0 °o Y 7WN7 Z: W O (a7 0 > N M d � � 9 � N W aU T > ry M: N N C a'. « r CO� � a � y E q C' e 0 o c a` d W W Q � O ih Z Z g m c a m 0 w DATE: DECEMBER 19, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Rick Svehla, Acting City Manager SUBJECT: BID # 1825 - LONG TERM DISABILITY INSURANCE RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, Canada Life Assurance Company (Canada Life) in the amount of .373% of covered payroll. Estimated expenditure $91,000.00 for the first year of a two year contract. SUMMARY: This bid is for the purchase of Long Term Disability Insurance to cover all regular full time employees of the City of Denton. Canada Life was one of five bids received. Their bid is the lowest most responsible meeting all bid specifications. Canada Life's bid represents a continuation of our current benefits with a two (2) year rate guarantee. The lower rate offered by Prudential fails to meet the minimum rating of A+ by A.M. Best and Standard and Poors rating of at least (AA). BACKGROUND: Tabulation Sheet Human Resources Department FISCAL IMPACT: Funds for this program were approved in the 1995-96 budget. R pec lly submitted: 1 i�Sis�GPr� Rick Svehla Acting City Manager Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 676.AOENDA LLI LL V) z - :z 0 J LU • 04 LU Z j w 04 uj k Lu LU q13 c) M a 0 2 z 0 LU 04 < < 0. IL j z LL. LU LU L� N V N v > 0 w CL z Lu 0 LL 1— 0) Z cq m 0 m 0 0 m LL < LU N 4) 4) N ul C m Id 0 > Im im d m r. % Z 0 o N z W co 6 0 0 z 0 4) E IL W c 0 0 0 z A c CL J0 LLI Lu z Z LU Fo 0 CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON 5 5 THIS AGREEMENT, made and entered into this 19 day of DECEMBER A.D., 19,95 , by and between VTTV OV nP..NTnN of the County of DENTON and State of Texas, acting through RICK SVEHLA thereunto duly authorized so to do, hereinafter termed "OWNER," and KAY RENEE' INC. 1901 STADIUM OAKS CT ARLINGTON TX 76011 of the City of ARLINGTON , County of TARRANT and State of TEXAS , hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID # 1808 - MORSE STREET SIDEWALK PBASE II in the amount of $48,381.00 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, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, CA - 1 blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by all of which are made a part hereof and collectively.evidence constitute the entire contract. 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 shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, emplopes, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and 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 timta 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. IOLI �� ��61 " APPROVED AS TO FORM: BY : W C� _ P� Yi�or.iL Asst. City ttorney AAA0184D Rev. 07/28/94 rq.� CITY OF DENTON KAY RENEE' INC. CONTRACTOR 1901 Stadiun Oaks Ct. Arlington, TX 76011 MAILING ADDRESS (817) 860-9095 PHONE NUMBER (817) 860-4314 FAX NUMBE BY TITLE 12obert B. Shelton, VP PRINTED NAME (SEAL) PERFORMANCE BOND STATE OF TEXAS $ BOND NO. 422438615 COUNTY OF DENTON $ KNOW ALL MEN BY THESE PRESENTS: That KAY RFNEE' INr_ , of the City of ARLINGTON County of T RRANT , and State of TEXAS as PRINCIPAL, and GRAMERCY INSURANCE COMPANY , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the TR6] cTTY OF npwnx as OWNER, in the penal Sum Of FORTY EIGHT THOUSAND THREE miNnRFn FTr_srry ONE and no/100------ Dollars ($ 4s ,a, nn ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 19 day of narrmnrP , 19 95, for the construction of BID # 1808 - HORSE STREF.T'SIDEWALK PHASE II which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PB - 1 PROVIDED FURTHER, that if any legal action be filled upon this bond, venue shall lie in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 19th day of December 19 95 KAY RENEE', INC. Principal By Title�/���f�/% Address: 1901 STADIUM OAKS DR. ARLINGTON, TX 76011 (SEAL) GRANMERCY INSURANCE COMPANY Surety Yku.P.vyL& X PAULINE L. LESCH Title..ATToRNEY-TN-FACT Address: P. 0. BOX 1150 LEWISVILLE, TX 75067 (SEAL) The name and address of the Resident Agent of Surety is: _PCL CONTRACT BONDING AGENCY 206 ELM ST., #105, LEWISVILLE, TX 75057 NOTE: Date of Bond must not be prior to date of Contract. AAA0184D Rev. 07/28/94 PB - 2 PAYMENTBOND BOND NO. 422438615 STATE OF TEXAS g COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That KAV RENEE' TNr of the City of ART.TN=N County of TARRarrr , and the State of TEXAS as principal, and GRAMERCY INSURANCE COMPANY authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto TM rrmv OF DENTON OWNER, in the penal sum of FORTY EIGHT mTONSAND THREE INTIRPD FTGHTY O tJnQol llar$ for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 19 day of DECEMBER 19 95 . BID # 1808 - MORSE STREET SIDEWALK PHASE II to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were coped at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 19th day of December 1995 . KAY RENEE', INC. Principal —� By Title Address: 1901 STADIUM OAKS DR. ARLINGTON, TX 76011 (SEAL) GRAMERCY INSURANCE COMPANY Surety PAULINE L. LESCH Title ATTORNEY -IN -FACT Address: P. 0. BOX 1150 LEWISVILLE, TX 75067 (SEAL) The name and address of the Resident Agent of Surety is: PCL CONTRACT BONDING AGENCY 206 i{mm ST., #105, LEWISVILLE, TX 75057 AAA0184D Rev. 07/28/94 PB - 4 MAINTENANCE BOND BOND NO. 422438615 THE STATE OF TEXAS S COUNTY OF DENTON S KNOW ALL MEN BY THESE PRESENTS: That KAY RENEE' INC. as Principal, and GRAMERCY INSURANCE COMMPANY a corporation authorized to do Surety, do hereby acknowledge pay unto the City of Denton, a of Texas, its successors and Texas, the sum of FOUR THOUSAND E business in the State of Texas, as themselves to be held and bound to Municipal Corporation of the State assigns, at Denton, Denton County, Dollars ($ d_R7R_1D ), ten (10%) percent of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and assigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said KAY RENEE' INC. has this day entered into a written contract with the said City of Denton .to build and construct RID # 1808 - MORSE STREET SIDEWALK PHASE II which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporated herein by reference and made a part hereof as though the same were written and set out in full herein, and; WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said KAY RENEE', INC. as Contractor and Principal, has caused these presents to be executed by and the said GRAMERCY INSURANCE COMPANY as surety, has caused these presents to be executed by its Attorney -in -Fact PAULINE L. LESCH and the said Attorney -in -Fact has hereunto set his hand this 19th day of December , 19 99 SURETY: PRINCIPAL: GRAMERCY INSURANCE COMPANY) KAY RENEE' IN . BY: �% u�uzcJ X 46f �l/ PAULINE L. LESCH Attorney -in -Fact AAA0184D Rev. 07/28/94 IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas. Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 FAX #(512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. GRAMERCY INSURANCE COMPANY 7616 L.Bj FRWY, Dallas, Texas 75251 KNOW ALL MEN BY THESE PRESENTS: (VOID IF THIS LINE NOT IN RED) N° 4224 38615 POWER OF ATTORNEY "That Gramercy Insurance Company, a Corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Dallas, Texas, pursuant to the following resolution which is now in full force and effect: °That each of the following officers: Chairman, President, Executive Vice President, any Vice President, Secretary, any Assistant Secretary, may from time to time appoint Attorneys -in -Fact, and Agents to act for and on behalf of the Company and may give any such appointee such authority as his certificate of authority and other writings obligatory in the nature of a bond, and any of said officers of the Board of Directors may at any time remove any such appointee and revoke the power and authority given him," does hereby make, constitute and appoint: PAULINE L. LESCH, CLEM F. LESCH, or GARY MATULA its we lawful Attomey(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to sign, exe- cute, acknowledge and deliver in its behalf, and as its act and deed, as follows: All bonds except Bail Bonds and not to exceed on any single instrument FIVE HUNDRED THOUSAND AND no/100 ($500,000.00) DOLLARS IN WITNESS WHEREOF, The Gramercy Insurance Company has caused these presents to be signed by its President and its Corporate Seal to be Affixed, this loth day of June,1994. 6.� -"111 Robert J. Seery, President SEAL STATE OF TEXAS ) r Counry Of Dallas ) lOM, e� On this loth day of June, 1994 before me, a Notary Public of the State of Texas came Robert J. Seery to me personally known to be the individual and officer described herein, and who executed the preceding instrument, and acknowledged the execution of the same, and being by me duly sworn, deposed and said, that he is the officer of said Company aforesaid, and that the seal affixed to the preceding Instrument is the Corporate Seal of said Company, and the said Corporate Seal and signature as an officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation, and that the resolution of said Company, referred to in the preceding instrument, is now in force. IN TESTMONY WHEREOF, I have hereunto set my hand, and affixed my official seal at Dallas Texas, the day and year above written. CERTIFICATE --------------- CAROLE A. NEIERSTEIN NOTARY PUBLIC State of Texas Comm. Exp. 07.13.96 N tary Public, State of Texas My Commission Expires: 7/13/96 I, the undersigned, Secretary of Gramercy Insurance Company, a Corporation of the State of Delaware, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of authority remains in full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the said Company, Wilmington, Delaware, this19 day of December 19 95 Michael Griffin Hankinson, Secretary AI>I/1:11®. CE TIFICAI` ►F. OUR 0 1 1 995 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY. AND CONFERS NO RIGHTS UPON THE CERTIFICATE Apex Insurance Agency, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1420 N. Cooper, #100 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE Arlington, TX 76011 COMPANY A VALLEY FORGE INSURANCE COMPANY (817) 261-1101 INSURED KAY RENEE, INC. COMPANY B CONTINENTAL CASUALTY A TEXAS CORPORATION 1901 STADIUM OAKS COMPANY C TX WORKERS COMP INSURANCE FUND ARLINGTON TX 76011 COMPANY D CGY H11Gf &, . 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 CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO Lm TYPE OF INSURANCE T" POLICY NUMBER POUCY EFFECTIVE DATE (MWOOA'Y) POLICY EKPIRATKN DATE (MMIODNY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE S2,ODD,000. A COMMERCIAL GENERAL. LIABILITY B 131956536 11/28/95 11/28/96 PRODUCTS - COMP/OP ADS $1,000,000. CLAIMS MADE FXI OCCUR PERSONAL & AOV INJURY $1,000,000. EACH OCCURRENCE $1,000,000. OWNER'S & CONTRACTOR'S PROT X PER PROJECT FIRE DAMAGE (Any one fire) $ 50,000. AGG - CG2503 MED EXP (My ene per..) s 5'000. B AUTOMOBILE LIABILm ANY AUTO B 131956572 11/28/95 11/28/96 COMBINED SINGLE LIMIT $1r000,O00. X BODILY INJURY (Par person) $ ALL OWNED AUTOS SCHEDULED AUTOS X BODILY INJURY (Per sccidenl) $ HIRED AUTOS NON -OWNED AUTOS X PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN AUTO ONLY: ANY AUTO EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $1,000,000. B X UMBRELLA FORM B 134903976 11/28/95 11/28/96 AGGREGATE $1,000,000. is OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND STATUTORY LIMITS EACH ACCIDENT $ 100,000. C EMPLOYERS' LIABILITY TSF412713.02 06/10/95 06/10/96 DISEASE - POLICY LIMIT $ 500,000. THE PROPRIETOR/ X INCL PARTNERS,E(ECUNVE OFFICERS ARE: EXCL DISEASE - EACH EMPLOYEE $ 100,000. OTHER DESCRIPTION OF OPERATIONSILOCATTONSNEHICLES/SPECIAL ITEMS CITY OF DENTON, ITS OFFICIALS, AGENTS, EMPLOYEES AND VOLUNTEERS ARE ADDED AS ADDITIONAL INSURED ON ABOVE POLICIES EXCEPT WORKERS COMPENSATION. WAIVER OF SUBROGATION IN FAVOR OF CITY OF DENTON, ITS OFFICIALS,AGENTS EMPLOYEES & VOLUNTEERS INCL. ON WORKERS COMPENSATION. CPRIICA71 HDU7lh.,,, .;..,.. cAND UhTIb.N SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, CITY OF DENTON BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 100 W. OAK SUITE #208 OF ANY KIND UPON THE COMPANY ITS AGENTS OR REPRESENTATIVES. AUTHOBDEIT EPBESE TAT VE DENTON ITX 76201 ACtilw 5 S i15J ": ACZaHpi1HpAF1AiICIN 1993 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-bece. If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract. Upon bid award, all insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid. Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted: • Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A . • Any deductibles or self -insured retentions shall be declared in the bid proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self -insured retentions with respect to the City, its AAA00350 REvisED 10/12/94 Cl - 1 Insurance Requirements Page 2 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 liability. • All policies shall be endorsed to provide thirty(30) days prior written notice of cancellation, non -renewal or reduction in coverage. • Should any of the required insurance be provided under a claims -made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. • Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. • Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. AAA00350 REVISED 10/12/94 CI - 2 Insurance Requirements Page 3 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: [XI 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. AAAM360 REVISED 10112/94 Cl - 3 Insurance Requirements Page 4 [XI 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. [X] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with 9406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Worker's Compensation Commission (TWCC). [ I 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 AAA00350 REVISED 10112/94 Cl - 4 Insurance Requirements Page 5 "occurrence" basis, and the policy shall be issued by the same insurance company that carries the contractor's liability insurance. Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate. [ 1 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. [ I 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. [ I 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. I 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. AAA00350 REVISED 10/12/94 Cl - 5 Insurance Requirements Page 6 ATTACHMENT 1 [X] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. AAA00350 REVISED 10/12194 Cl - 6 Insurance Requirements Page 7 C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. AAA00350 REVISED 10/12/94 Cl - 7 Insurance Requirements Page 8 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 !h) 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 AAA00360 REVISED 10/12/94 CI - 8 Insurance Requirements Page 9 (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which e6tles the governmental entity to declare the contract void if the contractor: does not remedy the breach within ten days after receipt of notice of (reach from the governmental entity. AM00350 KVISED 10/12194 Cl - 9 Morse Street Sidewalk Phase II WORK DAYS 20 BID NO. 1808 PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 3-C Remove Walks & Drives 39 SY $ 25.00 /Sy $ 975.00 Unit Price in Words: 3.1 Preparation of ROW -- LS $1850.00/LS $1850.00 Unit Price in Words: 3.10.7 Hydromulch 241 SY $ 2.30 /Sy $ 554.30 Unit Price in Words: 3.12 Temporary Erosion Control -- LS $ 1000.06LS $1,000.00 Unit Price in Words: 8.1 Barricade, Detours & Warning Signs -- LS $ 725.00/LS $ 725.00 Unit Price in Words: 8.3A 4" Concrete Sidewalk 193 SY $ 31.50/SY $ 6080.00 Unit Price in Words: 8.7C Concrete Retaining Walls 1050 SF $ 12.0(YSF $12600.00 Unit Price in Words: 8.15 Concrete Riprap 20 SY $ 50.00(sy $ 1000.00 Unit Price in Words: 4.5 Flex Base 5 CY $ 50.00 /Cy $250.00 Unit Price in Words: 1.2.1 Contractor's Warranties & '.Understandings -- LS Flo 00.0hLS $ 1000.00 Unit Price in Words: SP-21 French Drain (Retaining Wall) 453 LF $ 9.05 /LF $ 4099.65 Unit Price in Words: P - 3 Morse Street Sidewalk Phase II WORK DAYS 20 BID NO. 1908 PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL SP-27 Service Adjustments 10 EA $ 275,00/EA $2750.00 Unit Price in Words: SP-39 Project Signs 1 EA $ 210.00/EA $ 210.00 Unit Price in Words: 3-B Remove Curb & Gutter 10 LF $ 50.00/LF $ 500.00 Unit Price in Words: 3.3 Unclassified Excavation 490 CY $ 4.85/CY $ 2376.50 Unit Price in Words: 3-A Remove Concrete Riprap 120 SY $ 25.00/SY $ 3,000.00 Unit Price in Words: 8.2-A Concrete Curb & Gutter 10 LF $ 20.00 /LF $ 200.00 Unit Price in Words: SP-2 Sawcut (Concrete) 50 LF $ 12.50/LF $625.00 Unit Price in Words: 8.3C Remove and Replace Concrete Steps 8 SET $ 420.00ST $ 3360.00 Unit Price in Words: 6" Concrete Sidewalk with Reinforcement 34 SY $ 4.25 /SY $ 1300.50 Unit Price in Words: t-i32ai��,:�c ri TOTAL T 44,455.95 Total Price in Words: Forty-four thousand four hundred fifty-five dollars and ninet -five cents P - 4 Mol5oe Street Sidewalk Phase II (Alternate) WORK DAYS 20 BID NO. 1808 PO NO. BID TABULATION SHEET DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL ITEM I 8.7.CMB Concrete Modular Block Retaining Wall 1050 SF $ 16.00 /SF $ 16800.00 Unit Price in Words: 8.7.GEO Retaining Wall Reinf. Geotextile/Geogrid 245 SY S 3.60 /SY $882.00 Unit Price in 4ords: TOTAL S17,682.00 Total Price in Words: Seventeen thousand six hundred eighty-two dollarsand no cents P - 5 BID SUMMARY TOTAL BID PRICE IN WORD Srorty-four thousand four hundred fifty-five dollars and ninety-five cents using item 8.7C (Concrete retaining walls) Seventeen thousand six hundred eighty-two dollars and no cents using alternate items 8.7CM6 Concrete mo u ar oc an etaining wall reinreinl. GeotFxtile/ In the event of the award of a contract to the undersigned;eWad.) undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract. It is understood that the work proposed to be done shall be accepted, when fully, completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer. The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. Unit and lump -sum prices as shown for each item listed in this proposal, shall control over extensions. KAYRENEE', INC. CONTBACTOR BY Shirley VButler, President 1901 Stadium Oaks Ct., Street Address Arlington, Texas 76011 City and State Seal & Authorization (If a Corporation) (817) 860-9095 Telephone B - 1 U.S. DEPARTMENT OF HOUSING AD URBAN DEVELOPMENT COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM CONTRACTOR'S CERTIFICATION CONCERNING LABOR STANDARDS AND PREVAILING WAGE REQUIREMENTS TO (Appropriate Recipient): DATE CITY OF DENTON 10/31/95 C/o PROJECT NUMBER (if any) 1808 Barbara Rogs, Community Development Office PROJECT NAME Morse St Sidewalks Ph2 t. The undersigned, having executed a contract with for the construction of the above- identified project, acknowledges that: (a) The Labor Standards provisions are included in the aforesaid contract: (b) Correction of any infractions of the aforesaid conditions, Including infractions by any of his/her subcontractors and any lower tier contractors is his/her responsibility: 2. He/She certifies that: (a) Neither he/she nor any firm, partnership or association in which he/she has substantial interest is designated as an Ineligible contractor by the Comptroller General of the United States pursuant to Section 5.6 (b) of the Regulations of the Secretary of Labor, Pan S (29 CF3, Prot 5) or pursuant to Section 3(a) of the Davis -Bacon Act, as amended (40 U.S.C. 276a-2(a)). (b) No part of the aforementioned contract has been or will be subcontracted to any subcontractor If such subcontractor or any firm, corporation, partnership or association in which such subcontractor has a substantial interest is designated as an ineligible contractor pursuant to any of the aforementioned regulatory or statutory provisions. 3. He/She agrees to obtain and forward to the aforementioned recipient within ten days after the execution of any subcontract, Including those executed by his subcontractors and any lower tier subcontracts, a Subcontractor's Certification Concerning Labor Standards and Prevailing Wage Requirements executed by the subcontractors. 4. He/She certifies that: (a) The legal name and the business address of the undersigned are: KAYRENEE, INC., 1901 Stadium Oaks Ct., FED ID OR SS k 75-2355846 Arlington, Texas 76011 RACE Caucasian (b) The undersigned is: (Check One) ❑ (1) A SINGLE PROPRIETORSHIP )0X (3) A CORPORATION ORGANIZED IN THE STATE OF TEXAS ❑ (2) A PARTNERSHIP ❑ (4) OTHER ORGANIZATIONS (Describe) (c) The name, title and address of the owner, partners or officers of the undersigned are: NAME TITLE ADDRESS SHIRLEY J. BUTLER PRESIDENT 1901 Stadium Oaks Ct., Arlingi BRENDA HART SECRETARY 1901 Stadium Oaks Ct., Arlingi ROBERT B SHELTON VICE PRESIDENT 1901 Stadilun Oaks Ct., Arling :on, T on, T :on C-1 Date (d� List the names and addresses of all other persons having a substantial interest in the undersigned and the nature of the interest: (a) List the names, address and trade classifications of all other building construction contractors in which the undersigned has a substantial interest: 10/31/95 KAYRENEE ontmt(oq By'�UX A \)I e\ �-1�— Shirley J. tier, President C - 2 U.S. DEPARTMENT OF HOUSING AD URBAN DEVELOPMENT COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM SUBCONTRACTOR'S CERTIFICATION CONCERNING LABOR STANDARDS AND PREVAILING WAGE REQUIREMENTS TO (Appropriate Recipient): C17Y OF DEN70N Go BARBARA ROSS, COMMUNITY DEVELOPMENT OFFICE DATE PROJECT NUMBER (if any) PROJECT NAME 1. The undersigned, having executed a contract with (CoMwwr or Sukowrooror) for (Na re of Work) in the amount of $ in the construction of the above -identified project, certifies that: (a) The Labor Standards Provisions of The Contract For Construction are included in the aforesaid contract: (b) Neither he/she nor any firm, corporation, partnership or association in which he/she has a substantial interest Is designated as an ineligible contractor by the Comptroller General of the United States pursuant to Section 5.6(b) of the Regulations of the Secretary of Labor, Part 5 (29 CFR Par 5), or pursuant to Section 3(a) of the Davis -Bacon Act, as amended (10 U.S.C. 276a-2(a)). (c) No part of the aforementioned contract has been or will be subcontracted to any subcontractor if such subcontract or any firm, corporation, partnership or association in which such subcontractor has a substantial interest is designated as an ineligible contractor pursuant to the aforesaid regulatory of statutory provisions. 2. He/She agrees to obtain and forward to the contractor, for transmittal to the recipient, within ten days after the execution of any lower subcontract, a Subcontractors Certification Concerning Labor Standards and prevailing Wage Requirements, executed by the lower tier subcontractor, in duplicate. (a) The workmen will report for duty on or about (Date) 3. He/She certifies that: (a) The legal name and the business address of the undersigned are: (b) The undersigned is: (Check One) ❑ (1) A SINGLE PROPRIETORSHIP ❑ (2) A PARTNERSHIP FED ID OR SS # RACE ❑ (3) A CORPORATION ORGANIZED IN THE STATE OF ❑ (4) OTHER ORGANIZATIONS (Describe) (c) The name, title and address of the owner, partners or officers of the undersigned are: C-3 (d) List the names and addresses of all other persons having a substantial interest in the undersigned and the nature of the interest: DATE (a) List the names, address and trade classifications of all other building construction contractors in which the undersigned has a substantial Interest: 8y (COA Mfor) C-4 U. S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT CERTIFICATION OF CONTRACTOR/SUBCONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY This certification is required pursuant to Executive order 11246 (30 F. R. 1231-25). The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcontractors, shall state as an initial part of the bid or negotiations of the contract whether it has participated in any previous contract or subcontract subject to the equal opportunity employment clause: and, if so, whether it has filed all compliance reports due under applicable instructions. Where the certification indicates that the bidder has not filed a compliance report due under applicable instructions such bidder shall be required to submit a compliance report within seven calendar days after bid opening. No contract shall be awarded unless such report is submitted. NAME AND ADD F BIDDER (mc u ZIP ) KAYRENEE', INC. 1901 Stadium Oaks Ct. Arlington, Texas 76011 1. Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause. >131 Yes ❑ No 2. Compliance reports were required to be filed in connection with such contract or subcontract. )a Yes ❑ No 3. Bidder has filed all compliance reports due under applicable instructions, including SF-100. TTYes ❑ No 4. Have you ever been or are you being considered for sanction due to violation of Executive Order 11246, as amended? Yes xkkNo Shirley J. Butler, Prq��t 10/31/95 EP "s romlHUD OUTD77jr— M IS 0 SO CIG C - 5 A COPY OF THIS FORM MUST BE SIGNED BY EACH PROPOSED CONTRACTOR AND SUBCONTRACTOR. CERTIFICATION OF PROPOSED CONTRACTOR/SUBCONTRACTOR REGARDING SECTION 3 AND SEGREGATED FACILITIES KAYRENEE', INC. Name of Prime Contractor or Subcontractor The undersigned hereby certifies that: 13-93-MC-48-0036 Project Name and Number Morse Street Sidewalks, Phase 2 A) Section 3 provisions are included in the Contract B) As contractor/subcontractor I agree to recruit new employees from the project neighborhood. New hires will be tracked and information submitted to the City of Denton for verification. NOTE: SECTION 3 COMPLIANCE INFORMATION MUST BE SUBMITTED TO THE COMMUNITY DEVELOPMENT OFFICE, 100 WEST OAK STREET, SUITE 208. A BREAKDOWN OF SUBCONTRACTORS AND EXISTING WORK FORCE MUST BE INCLUDED (SEE PRECEDING FORMS). C) No segregated facilities will be maintained. SHIRLEY J. BUTLER, PRESIDENT NAME AND TITLE OF SIGNER (PRINT OR TYPE) �— 10/31/95 SIGNATU DATE Co] 2263L THE STATE OF TEXAS COUNTY OF DENTON AFFIDAVIT OF RELEASE BEFORE ME, the undersigned Notary Public, on this day person- ally appeared Cheryl W. Fox, who being by me duly sworn on her oath deposed and said as follows: My name is Cheryl W. Fox. I am competent in all respects to make this affidavit. I am a student of Texas Woman's University. I am interested in participating in a practice work assignment under the guidance of officers and employees of the City of Denton. The practice work assignment will be of great benefit to me, because I believe that it will enhance my knowledge. I am aware that Texas Woman's University, my sponsor, has an agreement with the City of Denton. A copy of the agreement is attached with my signature thereon. I have read the agreement, I understand it and, I agree to comply with all its terms and conditions. Further, I hereby agree to hold the City of Denton harmless for any injuries that I may suffer during my practice work assignment. However, I intend to reserve all legal rights against any employee for any misconduct outside the scope of his employment. &I. X-4 C ERYL NLt4---AFFIANT SUBSCRIBED AND SWORN TO BEFORE ME, on this the day of March, 1988, to certify which witness my hand and official seal. +°' NANETTE Wff W MytbdmE*NNUN 3 m 1"9 NqWY PUBLIC, STATE OF TEXAS AGREEMENT BETWEEN TEXAS WONIAN'S UNIVERSITY and CITY OF DENTON PLANTING DEPARTMENT BUILDING INSPECTIONS/PUBLIC WORKS Texas Woman's University, hereinafter referred to as the Sponsor, and the CITY OF DENTON PLANNING DEPARTMENT /BUILDING INSPECTIONS/PUBLIC WORKS hereinafter referred to as the Host, hereby mutually agree for the purpose of participating in a practice work assignment for undergraduate or graduate credit as follows 1. The Sponsor will assign students and will direct those mutually agreed upon by Sponsor and Host to report to the Host. 2. The Host shall provide the students assigned to them by the Sponsor with access to the work site and to appropriate files and reference materials for their use in conducting studies and research related to the Host's mission and to their academic curriculum. 3. The Host shall provide orientation in their agency's mission and shall provided advice and guidance in the selection of a project and assistance and guidance in carrying out this project. 4. The project selected vill emphasize work disciplines and basic job skills since a fundamental objective of this agreement is to increase the employability of the students through work experience. 5. The students assigned shall not produce any services for the Host and shall not perform any work which would normally be performed by an employee of the Host except as an incidental part of and directly related to the completion of their research project or study. 6. The students assigned under this agreement are not the Host's employees and an employer - employee relationship shall not exist between the student and the Host. Therefore -- a. Students assigned under this agreement are not covered by the Host's Employee's Compensation Act or other workmen's compensation programs. b. The students under this program are not considered the Host's employees for purposes of any statutes administered by the Civil Service Commission and they do not obtain Host's employee status. c. Students are not eligible for unemployment compensation as the Hosts's employees under Title XV of the Social Security Act. d. No claim shall be made against the Host regarding wages for the students' services. CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 19 day of DECEMBER A.D., 1995 , by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through RICK SVEHLA thereunto duly authorized so to do, hereinafter termed "OWNER," and LAYNE-TEXAS 5734 AMERICAN LEGION ROAD TYLER. TX of the City of TYLER , County of SMITH and State of TEXAS hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID $ 1815 - PLUGGING AND ABANDONMENT OF WATER WELLS NO.4, 6. 9 AND 10 in the amount of $88,710.00 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, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, CA - 1 blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF DENTON ENGINEERING DEPARTMENT all of which are made a part hereof and collectively evidence and constitute the entire contract. 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 shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and 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 WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: CA - 3 CITY OF D N OWNER ,r aR.0 . LAYNE-TEXAS CONTRACTOR �57.��-�l /3n7�(a can/ /a3 i a.✓ /�� Temr r 7s7o g- MAILING ADDRESS y03 7,7 PHONE NUMBER 903 - 3-y7 sy6 7 FAX NUMB BY �, _ TITLE Bfi��ch l�1/J' ✓ e/ 'Aflld/elll�l PRINTED NAME �— (SEAL) Bond No. U2641730 PERFORMANCE BOND STATE OF TEXAS S COUNTY OF DENTON S KNOW ALL MEN BY THESE PRESENTS: That T.AYNE-TEXAS of the City of Tw.rr County of SMITH , and State of TEXAS as PRINCIPAL, and UNITED PACIFIC INSURANCE COMPANY , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the THE CITY OF DENTON as OWNER, in the penal sum of EIGHTY EIGHT THOUSAND SEVEN HUNDRED AND TEN and no/100------ Dollars ($ 88,710.00 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 19 day of DECEMBER , 19 95 , for the construction of BID # 1815 - PLUGGING AND ABANDONMENT OF WATER WELLS NO.4,6,9 AND 10 which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. E PROVIDED FURTHER, that if any legal action be filled upon this bond, venue shall lie in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 29th day of December 19. 95 L.Ay�✓e- T z�t-� Principal By. 04,'I"41W Title Bf flue/Gir wen/f4- / Address: 15 / �YY(�fiGl�n�LbS%i✓/�- 1/Y Of . MM5 7s70� (SEAL) UNITED PACIFIC INSURANCE COMPANY Surety Title Melissa D. Evans, Attorney -in -Fact Address: 4 Penn Center Plaza Philadelphia, PA 19103 (SEAL) The name and ad ess ot-,the Resident Agent of Surety is: countersignature: iy /t/ TX Resident Agent Sharen Stouffe 14505_Torrey Chase Blvd., Suite 201, Houston, TX 77014 NOTE: Date of Bond must not be prior to date of Contract. AAA0184D Rev. 07/28/94 MIME Bond No. U2641730 PAYMENT BOND STATE OF TEXAS 5 COUNTY OF DENTON 5 KNOW ALL MEN BY THESE PRESENTS: That LAYNE-TEXAS of the City of TYLER County of SMITH , and the State of TEXAS , as principal, and UNITED PACIFIC INSURANCE COMPANY authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF DENTON , OWNER, in the penal sum of EIGHTY EIGHT THOUSAND SEVEN HUNDRED TEN and no/100 Dollars ($ 88,710.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 19 day of DECEMBER 19 95 . BID # 1815 - PLUGGING AND ABANDONMENT OF WATER WELLS NO. 4,6, 9 and 10 to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 29th day of December 19 95 Principal By �i���✓"l .pordHl K Title Rffir✓rh r i19 f E` Address: 5-7& (icf/r✓��)on//oaf. 4L&(, 72x#5 c1o3-5�9�i�� (SEAL) UNITED PACIFIC INSURANCE COMPANY Surety Title Melissa D. Evans, Attorney -in -Fact Address: 4 Penn Center Plaza Philadelphia, PA 19103 (SEAL) The name and address of the Resident Agent of Surety is: Countersignature: Eahu TX R@sident Agent Sharon St fer 14505 Torrey Chase Blvd., Suite 201, H uston, TX 77014 AAA0184D Rev. 07/28/94 PB - 4 RELIANCE SURETY COMPANY RELIANCE INSURANCE CONIPANY UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY ADMINISTRATIVE OFFICE, PHILADELPHIA. PENNSYLVANIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of Del- aware, and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized under the laws of the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly orgeruzed under the laws of the State of Wisconsin '(herein collectively called "the Compenies-1 and that the Companies by virtue of signature and seals do hereby make, constitute and appoint John T. Lockton, III, James C. Pataidl, David M. Lockton, Michael D. Whipps, Janet L. Rehkop, Molise D. Evans, Trudi A. Storesund, Douglas P. Irvin, Patrick T. Pribyl Diane L. Angers., of Prairie Village. Kansas their true and lawful Attornevlsl-in-Fact, to make, execute, seal and deliver for and on their behalf, and as their act and deed any and all bonds and undertakings of suretyship and to bind the Companies thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the Companies and sealed and attested by one other of such officers, and hereby ratifies and confirms all that their said Attorney(s)-in-Fact may do in pursuance hereof. This Power of Attorney is granted under and by the authority of Article VII of the By -Laws of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which provisions are now in full force and effect, reading as follows: MnUE VII • EXECUTION OF BONGS AND UNDERTAKINGS 1. TN aowd of Drettora, IN Preadant. IN Cl .set .1 IN Bawd, " Same Vim Pray dmnt. aN Vim Naa,aanl a Aawalant Vim Ptea.dwd a otNe oaten .9rual by IN Bawd al Di aya aN, live paww aN amNyiry to (at aFpanl An.yI.H Fact and to sWwree ewe tO Omtuta on m"f of er Co P-,Y• bade -td vderexcpa. raaom.wcm, camrecll of uv ,y and pawl vn,up% e j ator, n tN mlv0 N t..t, a Ibl 10 rwnov0 %nY nrJl MmvYb — u a"y'—' W 'O " tN power W ..ay ervM to awn. 2. MorNYlaF+wfaa atoll Nve paw- to — I' aM Emma" bl IN Pow. el An -NY n%Ird to tMm, 10 O%.MO MNv.I en Mn41 of IN C"'Y. a -via w,d Vy%(1%1{%%)r. IOOpaM1i.YY. Ca11I. OI YWO ,y Mid OIMI wr,m,oa OWq-Ory ,n tM MI,%Y IMaol. TN Coo- 1. wY s no{ N--Y to IN vWa,lY - —1 baltla W V.1-IWpr. nco anaaa, a-xrece at ro-mtY and Derr wrienea oblgat" in IN n a unreal. s. mmI avi.HM1 "I Nv0 POW. wld W " to .. affki v. 'O *d I. Da aRKiwd 10 baNa. IOCOpM1lar,CY, COlnl%R% Ol Mtlr,lYtY a apt. COIIdIU.W a OWq-Ory tud.laejp ar,d stay attW ara MYe pow. " el 111` to raniry IN 1%wtoal .wanes% a tN Company and to ooaaa at ate 8y awe at IN CanpwrY a arty areal .Mahon Nraol. llsa Pet+w of Maury w aqua ate aaalad by famimlle V1dw wd by eww,lY a IN leaawkta rroluuon Wooled by tN Em.. wd FMwtce C... of eta 8ewda of Dretton of PwFrtce ktwranca Csm an1f, Uramd Padre brvwtce Colnpww rld R.tiwtca Nsoaw Il,darrYary Can v by Un-Ymaa Carat dale w al F+bruuy 28. 1884 .d oY IN Ezeanwa -d FnraY CarrenkdM N wa a d al Dvottas of Rai. Seery C.by Ilner%rrtwr Cararx date r al Mwal 31, 1 sw, 'MaMed Nw IN a urea of aarh &aotara wd otli. " IN aeal at hie Co a"y may M alfee to wy -tN Pa-w at AtiWNY a WY mnibewr ralsnro eweto by IseeiNle,and any wdt Power al An., . artatute baeri,tp w leanirnir a ruaa a """'a wtl atoll ba vald " Wm'm Icon IN Comperes wd any auoh Power ao s monad and mniNel by IaoimM a aater eM IaabniN em, aNd M v" sM m,anp loan IN Companv, in IN tutve wait la mol Io ew bad a taranalurp to wfad, n n wUtlrd.' IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this March 6, 1996. RELIANCE SURETY COMPANY avµ'e'er RELIANCE INSURANCE COMPANY t r'aa�/' nro+. �;UNITED PACIFIC INSURANCE CCOOMPANY ID : �eoeaYV4�I `SE4L+'AL 'D NTiY MPANY ll,O.SFAL 1�����J/y+ � 'd STATE OF Pennsylvania COUNTY OF Philadelphia ) as. On this, March 6, 1995, before me, Valencia Wortham, personally appeared Charles B. Schmalz, who acknowledged himself to be the. Executive Vice President of the Reliance Surety Company, and the Vice President of Reliance Insurance Company, United Pacific Insurance Company, and Reliance National Indemnity Company and that as such, being authorized to do so, executed the foregoing instrument for the purpose therein contained by signing the name of the corporation by himself as its duly authorized officer. In witness whereof, I hereunto set my hand and official seal. to W F.NOTARIAL SEAL � v OF s �QM !• 1(l ��--� WORTH,;I Ape PublicNotary Public in and for the State of Pennsylvania Cry Philadelphia, PMIa Gounry y JOB' Residing at Philadelphia VALENCA y Commissron Exwres Nary. Ili 1096 I, Anita Zlppert, Secretary of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force and effect. DEC 2 ti AS IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of n�10' A/19 7- �lif Secretary j .ww.v :gib �,epr` i o ♦,,•; ,\, r\'�t ,t ,rap r�<, suSEALIr: OE, aM.a IMPORTANT INFORMATION FOR TEXAS POLICYHOLDERS TO OBTAIN INFORMATION OR MAKE A COMPLAINT, YOU MAY CALL OUR TOLL -FREE TELEPHONE NUMBER 1-800-262-1113 ALSO YOU MAY CONTACT THE TEXAS DEPARTMENT OF INSURANCE TO OBTAIN INFORMATION ON COMPANIES, COVERAGES, RIGHTS OR COMPLAINTS AT 1-800-252-3439 YOU MAY WRITE THE TEXAS DEPARTMENT OF INSURANCE PO BOX 149104 AUSTIN TX 78714-9104 FAX (512) 475-1771 PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim, you should contact your agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below. It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract. Upon bid award, all insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid. Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted: • Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A • Any deductibles or self -insured retentions shall be declared in the bid proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self -insured retentions with respect to the City, its AFFOOEAI REVISED 10/12/94 Insurance Requirements Page 2 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 liability. • All policies shall be endorsed to provide thirty(30) days prior written notice of cancellation, non -renewal or reduction in coverage. • Should any of the required insurance be provided under a claims -made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. • Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. • Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. AFFOOBAI REVISED 10/12/94 Insurance Requirements Page 3 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: Pq 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 (XCLI) exposures. • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. AFF00EA1 REVISED 10/1204 Insurance Requirements Page 4 [x] 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. [x] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule 28TAC 1 10.1 10 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 AFFOOBAI REVISED 10/12/94 Insurance Requirements Page 5 "occurrence" basis, and the policy shall be issued by the same insurance company that carries the contractor's liability insurance. Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate. [ I 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. [ I 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. [ I 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. [ I 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. AFFOOEAI REVISED 10/12/94 Insurance Requirements Page 6 ATTACHMENT1 JK Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.01 1(44) for all employees of the contractor providing services on the project, for the duration of the project. AFF00BAI REVISED 10/12/94 Insurance Requirements Page 7 C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. AFFOOHAI REVISED 10/12/94 Insurance Requirements Page 8 I. 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 401.01 1(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 (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 AFF00EAI REVISED 10/12/94 InsuranceRequirements Page 9 (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. AFFOOEAI REVISED 10/12/94 -" ? > DATE (MM/DDNV) s; ACORDM AfTIFIGAT + LIAILNTY.MCt�i�1Co?�zs sxrx. '.f°,: Ol/02/96 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION PRODUCER 71 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Lockton Companies HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. BOX 419351 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Kansas City Mo 64141.6351 _ C2MeANNE_$_AFEDRDLNGCOVF—RAGE--- _--.--__— (913) 676.9000 COMPANY A RELIANCE NATIONAL INSURED 519 COMPANY LAYNE-TEXAS B a division of Layne, Inc, COMPANY 5734 AMERICAN LEGION ROAD TYLER TX 75708-9147 COMPANY D xh3 I ! x, ...... f.., u, . ¢:..«oe, s.. NAMED ABOVE FOR THE POLICY PERIOD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED TERM OR CONDITION BELOW HAVE BEEN ISSUED TO THE INSURED OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS INDICATED, NOTWITHSTANDING ANY REQUIREMENT, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN, REDUCED BY PAID CLAIMS. EXCLUSIONS AND CONDITIONS DO TYPE POLICY EXPIRATION LIMITS POLICY EFFECTIVELTR DATE(MM/DONV) DATE(MM/ODNV) GENERAL AGGREGATE 5,000,000 -GENERAL A LIABILITY Xl NGB 0121851 05/Ol/_D 05/01/96 PRODUCTS-COMP/OPAGG 2,000,000 COMMERCIAL GENERAL LIABILITY MADE OCCUR r PERSONAL & ADV INJURY 2,000,000 CLAIMS I D EACHOCCURRENCE2 OOO GOO_ FIRE DAMAGE A( nv one lire 250000 $ ,. _ OWNER'S &CONTRACTOR'SPROT X CONTRACTUAL 5 000 ED EXP 'Anyone 1 • A • AUTOMOBILE LIABILITY NKA 0121852 05/11/95 05/01/96 COMBINED SINGLE LIMIT ,F-- �_ ____ OOO , OOO —___ __ �pNvpuTo ALl OWNED AUTOS SCHEDULED AUTOS BODILY INJURY , (Per person) F $ _— it X HIRED AUTOS NONOWNEDAUT03 BODILY INJURY (Per accident) PROPERTY DAMAGE $ rGARAGE LIABILITY ANY AUTO NOT APPLICABLE AUTO ONLY - EA ACCIDENT OTHER THAN AUTO ONLY: EACH ACCIDENT- -� AGGREGATE EACH OCCURRENCE XXXXXXXXXXX EXCESS LIABILITY _ �AGGREGATE_ E_XXXXXXXXXXX (UMBRELLA FORM NOT APPLICABLE -_ OTHER THAN UMBRELLA FORM WC STATU- OTH-' X. �TDRY. LIMITSLTER�--�- " WORKERS COMPENSATION AND EL EACH ACCIDENT -_ 2, GOO, OOO EMPLOYERS' LIABILITY EL DISEASE POLICY LIMIT 2,000,000 A THE PROPRIETOR/ NWA 0121842 05/01/95 05/01/96 EL DISEASE AEMPLOYEE 2,000,000 INCL PARTNERS/EXECUTIVE OFFICERS ARE: EXCL OTHER l DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS RE: BID #1815 - PLUGGING AND ABANDONMENT OF WATER WELLS NO. 4, 6, 9 & 10. CERTHOLDER, ITS OFFICIALS, AGENTS, EMPLOYEES & VOLUNTEERS ARE ADDTL INSDS ON A PRIMARY COV BASIS AS RESPECTS LIAB COV AND SUBROGATION IS WAIVED FOR THIS PROJECT ONLY AS REQUIRED BY CONTRACT. CEki71FIAT H.pC Dr H. 0.NCi I LATIQN . SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE 118654 CITY OF DENTON EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 215 E. MCKINNEY STREET --30— DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, DENTON, TX 76201 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY ITS AGENTS OR REPRESEN ATIVES. AUTHORIZED REPRESENTATIVE larnpnadi tti"tI".. „°: ,. .,.,, .<, .,v..:• OR !CORPDI�AiIOIi)999•' BID h 1815 BASE BID Description Quan Total Item tity LS Price 1 Remove pump from Well #9, pull and 25,430.00 $ remove any removable casing, plug L.S. and abandon well with Class A cement grout, demolish well head slab foundation and cut off casing approximately 3 feet below grade surface. Includes disposal of all demolished materials including well head foundation, steel casing, and the pump removed from the well. Remove steel plate cap from Well $ 22,000.00 2 #10, pull and remove any removable L.S. casing, plug and abandon well with Class A cement grout, demolish well head slab foundation and cut off casing approximately 3 feet below grade surface. Includes disposal of all demolished materials including well head foundation and steel casing. move pump from Well #4, pull and L.S. $ 26,150.00 3 move any removable casing, plug randabandon well with Class A ment grout, demolish well head ab foundation and cut off casing approximately 3 feet below grade surface. Includes disposal of all demolished materials including well head foundation, steel casing, and the pump removed from the well. Remove steel plate cap from Well L.S. 22,960.00 $ 4 #6, plug and abandon well with Class A cement grout. BASE BID AMOUNT $ 96,540.00 TOTAL (Sum of Items 1,2,3,& 4) *See attached Lett P-3 =_r. BID N 1SIS ALTERNATE BID ITEMS Description IQuantity Item I,TotalS price for not demolishing L.S. $ 2,83 . 00) 5 Deduct well head and pump foundation for Well #9 and for not cutting off casing approximately 3 feet below grade and disposal of same demolished materials. Deduct for not demolishing 500) L.S. $ ( �2,00. 6 well head and pump foundation for Well #10 and for not cutting off casing approximately 3 feet below grade and disposal of same demolished materials. Deduct for not demolishing L.S. $ 7 well head and pump foundation for Well #4 and for not cutting off casing approximately 3 feet below grade and disposal of same demolished materials. Additional cost for L.S. $ 33,450.00 g demolishing booster pump building and foundation and the concrete slab for the ground storage tank for Well #9 and disposal of same demolished materials. Additional cost for L.S. $ 33,250 0� g demolishing booster pump building and foundation and the concrete slab for the ground storage tank for Well #10 and disposal of same demolished materials. P-4 BID H 1815 BID SUMMARY TOTAL BASE BID PRICE IN WORDS FOR ITEMS 1, 2, 3 and 4: Ninety-six thousand five hundred forty dollars and no/100 In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insuie and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract. It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer. The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. Unit and lump -sum prices as shown for each item listed in this proposal, shall control over extensions. The undersigned agrees to substantially complete all work covered by these Contract Documents within 120 consecutive calendar days from the day established for the start of the work, as set forth by the execution of the contract agreement. r,avne-Texas, a Division of Layne, Inc. 5734 American Legion Road Street Address Tyler, TX 75708 City and State Seal & Authorization 903-592-6177 (If a Corporation) Telephone State of Texas KNOW ALL MEN BY THESE PRESENTS: County of Denton ,That this agreement, made and entere 1996, by and between the municipal tbrporation located in Dent incorporated as a home rule city under State of Texas, hereinafter referred to Life Insurance Company, a New York Mutual offices at 5100 Madison Avenue, New hereinafter referred to as "Contractor." WITNESSETH: d this dday of City of Denton, Texas, a on County, Texas, and the Constitution of the as "City", and New York Insurance Company, with York, New York 10010, That the parties hereto, in consideration of the covenants and agreements herein contained to be kept and performed by both parties, do hereby agree, covenant and contract as follows: I. City hereby agrees to purchase from Contractor and Contractor hereby agrees to sell to City fully insured life and accidental death and dismemberment insurance in accordance with City's Scope of Specifications & Instructions, Bid Submission Form, Sample Contract and other documents constituting City's "Request for Bid No. 1824"; Contractor's Bid referred to as "This Group Insurance Program"; and Group Policy Number G-11638 which are hereby made a part of this contract and incorporated herein for all purposes. II. The parties agree this policy of insurance shall become effective February 1, 1996, and unless earlier cancelled per the terms of this contract, shall terminate January 31, 1997, at the rates guaranteed in Contractor's "Employee Benefits Proposal" dated November 30, 1995, contained in Contractor's Bid. Should a conflict arise between the terms and provisions of the City's "Request for Bid No. 1824" (including but not limited to the sample contract contained therein) and Contractor's Bid (including but not limited to Policy No. G-11638), the terms and provisions of the City's Request for Bid No. 1824 will prevail. IV. The Director of Human Resources or such other agent designated by the City Manager is hereby authorized to carry out the terms of this agreement in behalf of the City and Luke M. Grazzaffi shall be the agent authorized by Contractor to carry out the terms of this agreement in behalf of the Contractor unless Contractor advises City in writing of a substitute agent. EXECUTED this 4A"d- day of 4A V 1996, A.D. City of Denton, Texas MAYOR OR CITY MANAGER ATTEST: BY: nni er Walters, City Secretary APPROVED AS TO LEGAL FORM: HERBERT L. PROUTY, CITY ATTORNEY BY • APPOOA75.wp5 New York Life Insurance Company BY: Title: �✓o.r�vrLc �2 ,/c�� l ATTEST: ME Title: