Loading...
HomeMy WebLinkAbout2001-137FILE REFERENCE FORM 2001-137 X Additional File Exists Additional File Contains Records Not Public, According to the Public Records Act Other Late JIMua►s Order Number One — Ordinance No. 2002-210 1 07 ORDINANCE NO '19 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF NORTH LAKES PARK FOOTBALL FIELDS AND PARKING IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING FOR AN EFFECTIVE DATE (BID 2629 — NORTH LAKES PARK FOOTBALL FIELDS AND PARKING IMPROVEMENTS, AWARDED TO SENECA CONSTRUCTION, INC, IN THE AMOUNT OF $910,130 30, INCLUDING ALTERNATES 1, 3, 5,12) 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 SSECTION 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 2629 Seneca Construction, Inc AMOUNT $910,130 30 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 Qr 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 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 -j,Y— day of 12001 i i Ck- EULINE BROCK, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY BY 9"� /1 )111 hl APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY BY - 2629 - CONTRAC AL O INANCE (3-01) ATTACHMENT 1 TABULATION SHEET BID 2629 DATE 2/20/01 No pE&DRIP1tI0Ns VENDOR VrENDOR i I SENECA CONTRACTING SRO GENERAL CONTRACTING Principle Place 61 BUSIneSS DENTON, TEXAS SPRINGTOWN TX Base Bid $799,192 80 $982,000 00 Alternates -ADD 1 Irrigation -Football and Ruby Fields - ADD $55,125 00 $45,581 15 2 Irrigation - Parking -ADD $55,490 00 $38,540 97 3 Irrigation -Roadway -ADD $18,000 00 $17,800 00 4 Irrigation -Parking and Roadway -ADD $10,000 00 $8,022 00 5 Irrigation -ADD $2,575 00 $1,162 00 6 Add Curb -ADD $7,600 00 $26,850 00 7 Pave and Add Curb -ADD $139,125 00 $207,900 00 8 Bomanite Paving -ADD $8,580 00 $15,000 00 9 Field Drainage -ADD $35,000 00 $12,673 50 10 Landscape -ADD $54,865 00 $37,282 60 11 Tree Transplant -ADD $6,400 00 $12,000 00 12 Site Utilties-ADD $66,437 50 $83,855 50 13 Site Utilties-ADD $16,000 00 $28,650 00 Alternates - DELETE 1 Concrete Site Work-DELTE ($244,678 00) ($5,115 38) 2 Asphalt Site Work -DELETE ($223,964 00) ($14,362 56) 3 Lighting -DELETE ($13,200 00) ($13,000 00) Addendum #1 YES YES Addendum #2 YES YES BID BOND YES YES &'(d iesw We03 CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this _day of April A D , 2001, by and between —City of Denton of the County of Denton and State of Texas, acting through Howard Martin thereunto duly authorized so to do, hereinafter termed "OWNER," and of the City of Denton, County of Denton 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 6 9 ,North t aLPc Park Fnnthall Fields and Parking improvements including siding Alternates 1 4 5 12 in the amount of R910 130.30 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement, and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal and the Performance and Payment Bonds, attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein and on file in the office of the Purchasing Agent, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, CA - 1 and the Specifications therefore, as prepared by all of which are referenced herein and 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, ATTEST, f City of Denton OWNER BY ila CA-3 (SEAL) Se LACA C0 t✓Vk4 (-T) uG Co R. P CONTRACTOR P , o , Bo X (4-1 o 0et,jToN)7k 76DZo2-14-10 MAILING ADDRESS q4-o- 56 S- 1 I4-7 PHONE NUMBER 4-o-3$2--09S0 FAX NUMBER BY 5 ` -y/ /p TITLE p7 kCS 1,0 E N r / I-IA2R , M LoTkft,1666 PRINTED NAME (SEAL) PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That Seneca Construction Inc. whose address is PO Box 1470, Demon, IX 26202 hereinafter called Prin d" a corporation organized and existing under the laws of tfte State of and fully authorized to transact business in the State of Texas, as Surety, are he d and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of Nine Hundred Ten Thousand One Hundred Thirty and 30/100 DOLLARS ($ 910,130.30) plus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages arising out of or connected with the below identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal l entered into a certain Contract, identified by Ordinance Number 2001-137 , with the City Of Denton, the Owner, dated the --3- day of April A D 2001, a copy of which is hereto attached and made a part hereof, for Bid 2629 - North Lakes Park Football Fields and Parking Iniprov m n s including Alternates 1 3 5 12 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived, and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by the Owner, and, if the Principal shall fully indemnify and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligation shall be void, otherwise, it shall remain in full force and effect PB-1 PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc , accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this instrument is executed in copies, each one of which shall be deemed an original, this the —3_day of April , 20U ATTEST, 1i�� BY SECRETARY ATTEST, PRINCIPAL Se,t.,eCa_ a&.TRA6T)t,3G Co�2P BY2 PRESIDENT SURETY UNITED STATES FIDELITY AND GUARANTY COMPANY BY ATTORNEY -IN -FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is STREET ADDRESS - ji(A n hl , J4,7 e_ .a (NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give a person Is name ) PB-2 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That Seneca Contracting Corporation , whose addre s is hereinafter called Principal, and J4uo obi Gt.,r� a corporation organized and existing under the laws o the State of `ff% and fu ly authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to, in the penal sum of *Tine Hundred Ten Thousand One Hundred Thirty and 30/100 DOLLARS($910,130 30) in awful money of the United States, to be paid in Denton, County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal centered into a certain Contract, identified by Ordinance Number 2001-137 , with the City of Denton, the Owner, dated the 3 day of April _ A D 2001, a copy of which is hereto attached and made a part hereof, for Bid 2629 - North Lakes Park Football Fields and Parking Improvements NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void, otherwise it shall remain in full force and effect PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie in Denton County, Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates, and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc , accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc PB-3 This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN, WITNESS WHEREOF, this instrument is executed in —4— copies, each one of which shall be deemed an original, this the 3 day of April , _2001 ATTEST PRINCIPAL Seuecu & UTRA (,Ti Q& Co 1`0 BY � PRESIDEN ATTEST SURETY UNITED STATES FIDELITY ND GUARANTY COMPANY BY ATTORNEY -IN -FACT rn The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is i STREET ADDRESS `66PIO (NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a corporation, give a person's name ) �1 2531 B Inflow/Infiltration Corrections for Western Pecan Creek and Cooper Creek The.%Pau' POWER OF ATTORNEY Seaboard Surety Company St Paul Fire and Marine Insurance Company St Paul Guardian Insurance Company St Paul Mercury Insurance Company United States Fidelity and Guaranty Company FMdelity, and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc Power of Attorney No 20290 Certificate No KNOW ALL MEN BY THESE PRESENTS That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York and that St Paul Fire and Marine Insurance Company St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa and that Fidelity and Guaranty Insurance Underwriters Inc is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the Companies ) and that the Companies do hereby make constitute and appoint Donal Boley, Steve Deal and Staci Gross Wicluta Falls Texas of the City of State then true and lawful Attorney(s) in Fact each in their separate capacity if more than one is named above to sign its name as surety to and to execute seal and acknowledge any and all bonds undertakings contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings rpaNed or Soufirtred in Ty actions or proceedings allowed by law IN WITNESS WHEREOF the Companies have caused this mstrumeentl Sipned alFrsealed4k1`a day of December 1999 Seaboard Surety Company 'ltdq µ �Zitnited States Fidelity and Guaranty Company St Paul Fire and Marine Insu am § .' Fidelity and Guaranty Insurance Company St Paul Guardian Insuranp 1 + ,� Q Fidelity and Guaranty Insurance Underwriters, Inc St. Paul Mercury Insurer ce� 2) ��SEAL •gCSSL f * r J S AMA IOHN F PHINNEY Vice Prevdent State of Maryland City of Baltimore THOMAS B HUIBREGTSB Assistant Secretary ACWMTM ,itsy ten 7961 On this lst day of December 1999 before me the undersigned officer personally appeared John F Phmney and Thomas H Hmbregise who acknowledged themselves to be the Vice President and Assistant Secretary respectively of Seaboard Surety Company St Paul Fire and Marine Insurance Company St Paul Guardian Insurance Company St Paul Mercury Insurance Company United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company and Fidelity and Guaranty Insurance Underwriters Inc and that the seals affixed to the foregoing instrument are the corporate seals of said Companies and that they as such being authorized so to do executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers In Witness Whereof, I hereunto set my hand and official seal My Commission expires the lath day of July 2002 ¢� q��r'�t�RY �-'�C REBECCA EASLEY ONOKALA Notary Pubhe � CITV 86203 Rev 7 2000 Printed in U S A This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company St Paul Fire and Marine Insurance Company St Paul C uardnn Insurance Company St Paul Mercury Insurance Company United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company and Fidelity and Guaranty Iinurance Underwriters Inc on September 2 1998 which resolutions are now in full force and effect reading as follows RESOLVED, that in connection with the fidelity and surety insurance business of the Company all bonds undertakings contracts and other instruments relating to said business may be Signed executed and acknowledged by persons or entities appointed as Atforney(s) in Fact pursuant to a Power of Attorney issued in accordance with these resolutions S ud Power(s) of Attorney for and on behalf of the Company arty and shall be executed in the name and on behalf of the ( ompany either by the Chairman or the President or any Vice President of in Assistant Vice President jointly with the Secretary or an Assistant Secretary under then respective designations The signature of Such officers may be engraved printed or lithographed The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s) in Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof and subject to any limitations set forth therein any such Power of Attorney or certificate bearing such facsimile Signature or facsimile seal shall be valid and binding upon the Company and any Such power so executed and certified by such facsimile signature and facsimile seal shall be v did and binding upon the Company with respect to any bond or undertaking to whmh it is validly attached and RI, SOLVED FURTHER, that Attorney(s) in Fact shall have the power and authority and in any case subject to the terms and limitations of the Power of Attorney issued them to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings and other writings obligatory in the nature thereof and any such instrument executed by such Attorney(s) in Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company I Thomas E Hmbregtse Assistant Secret cry of Seaboard Surety ( ompany St Purl Fire and Marine Insurance Company St Paul Guardrail Insurance Company St Paul Mercury Insurance ( ompany United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company and Fidelity and Guaranty Insurance Underwriters Inc do hereby certify that the above and foregoing P a tr tic and correct copy of the Power of Attorney executed by said Companies which IS In full force and effect and has not been revoked IN TESTIMONY WHEREOF 1 hcmunto set my hind this 16th day of Apr, 2001 Ty Ly ,{ 82 6 t SLgL/^ \S8AL♦ 1077 195, ocean N +s ^" EMI AM' ` g Thomas E Hmbregtse ASar a tit Secretary To verify the authenticity of this Power of Attorney call 1 800 42/ W&and or 'fhe iiNkr+nfA([�N�ey clerk Please refer to the Power ofAtlorney number, the above named individuals and the details of the bond to whrchwihe pturkb aIt� hgheeik, . IN 4ti 'o 0 1 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 4 • Any deductibles or self -insured retentions shall be declared in the bid proposal If requested by the City, the insurer shall reduce or eliminate such deductibles or self -insured retentions with respect to the City, its officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses • Liability policies shall be endorsed to provide the following •• Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers •• 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 read "SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED" • Should any of the required insurance be provided under a 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 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS. All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted [X] A General Liability Insurance: General Liability insurance with combined single limits of not less than M 00 000 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 txl Automobile Liability Insurance Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $ 300 000 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 LX] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406 096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensation Commission (TWCC) Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under this contract Coverage shall be on an "occurrence" basis, and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building Limits of not less than each occurrence are required Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement Builders' Risk Insurance Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be provided Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear 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 ATTACHMENT 1 [X] Worker's Compensation Coverage for Budding 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 tune 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 401011(44) for all employees of the Contractor providing services on the project, for the duration of the project C ' The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract D If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended E The contractor shall obtain from each person providing services on a project, and provide to the governmental entity (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 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 401 011(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 (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project, (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project, and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with 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 Bid 2629—Contract, Bonds Insurance BIDI # 2629 — North Lakes Park — Football Fields, Lighting and Parking Improvements ADDENDUM # 1 Item I The Bid opening date has been extended until 00 PM on February 20, 2001 Item 2 Additional revisions to specifications are being processed and will be sent under separate cover At this time no other changes This form should be signed and returned with your bid Name PAR-P Y M, LoUP-i 66 E Signature Company ' /� ' SeApec ol. eOA/ i 2AC7) NG 69OR POR.47104 Title PACts ) O E N T Date; 0?,/o9/yo o 3' C -Y C' J=NTC\=�4C-A" \C 94C 349 73C2 =AC= :/ Addendum # 2 Please see the attached changes to Bid 26290 At this time no other changes This form should be signed and returned with your bid Name Signature n" M. LOTNQ106c Company SeNecn eouT�Ln�T,n,G Cb(R-1Oo1L/J7iof4 Title P2csiA�N-r Date o7i/ 141-A-00 ) 4 01 (PI:7) Qq 22 C1"Y 07 DENTON °URC-AS \G 940 949 75C2 STD FORM AIVENDUM f z February 13,2001 N 2629 NORTH LAKES PARK City of Denton Parks And Recreation 321 E McKinney St Denton, TX 76201 R -::5 4 01 (FED) 09 32 C'TY 0- DD\70h °URC-AS \0 T 940 349 7302 °AC= 6/ 5 BID TfiEM NO 1- GRADING / SURVEY i DEMOLITION see sheets DM-01, GR-01, GR-02, ,In n9 !_D AA Tam V No Contractor's Quantity Dcscriyaon Unit Unit Cost Total 1 o t) 0 SWC411e & grade native topsoil C Y $ Cla,00009 6.500 2 LToston control fsncmg L F $ 3 Iemolraon #removal of txsatutg L 5 tj 0 (r $ 1 5 Do° 4 LS cDoeamcsete on &removal of ewsting L S 2 t5 00 2/ 5 D0 Removal and stockpile of exsalmg Pon and cable frncs L S S I LS > 000 ! $ 00 0 > 6 1 LS Removal and stockpile of existing films L S 75 0 ` $ -75 a 7 t L S Removal and relocation of existing light le and f1 mro L S 5D 0� $ 2,5 D 0 __ _ SUBTOTAL BID ITEM NO I 00 $ I 0 8 00 D V °-= '4 01 tyrCD> 09 32 C -Y 0- D=N-ON PJ4C-Ae,NG 940 349 7302 °AC- 7/ BID ITEM NO 2 - CONCRETE SITE WORK see shoets LA-01, LA-02, LA-03, LA-04, LA-05, LC-01 Item No Contractor's Quantity Descu iron Unit Urut Cost Total I tYJ 1 3G 5 8' Concrete walk (5" Ruck) light btoom,mtah S F '00 3- $ 4 09 5— 2 ,t 47 1 00 Paz" lot wl Curb ($' thick), light broorn fuusb S r 3 $ S3 0 Xtiadway bTofoow/ COO t/ (S'thick), light - - 9 F 3 ?A to 0 $ 10rJ 1zo, 4 i0 4D10 broomaayW/otltrb(5' duck), light fmsh SF 340 $ 2i 7�O` S F1en0uaP Ramp 30' Wide l A - $ Q b — 6 Handuap Ratup 8' Wide 'E 7 Parkmg Cor stripuig t, s o 0— $ Z 5 0 0— 8 Hat mpStgnage LS ODO— $ SUBTOTAL BID ITEM NO 2 $ 2$8 400"" BTD TTEM NO 3 - TEMPORARY PARKING - GRAVELFAVE see sheet LA-01, LA-02, LA-03 Item No Contractor s 0004uty Descn bun Unit Unit Cost Total 1 o0 Gmvelpavo Pavmg Units S F $ 19 660 2 12- Bate Course - Sandy GrMl Matrrial C Y $ 1(0 P 0- 3 Gravel FiU C Y 0 M S 3 q00.- 4 Maul Amhors L S 2.06 1— $ Q 0 00 SUBTOTAL BID ITEM NO 3 $ -- 4 vl vY JJ I r v �� v v�r n. v s4v J4� IJvL BTU ITEM NO 4 Imm 'No I Contractor's L Umt d� soo� "m r Xr mf% c T ATQr1Qr`ALR too chpot I.A.A2 rind 1.P.0I .A' IK Item No Contractor's Umi tf Deaort Gan Unit Cost Tonal 1 Barmido uF419 Sod—bootbell S Y $ 12 0 Fields Only 2 79 � Ilertmula Hydromulch Repi u S Y O 40 $ 3 � ?7� , disturbed areas SUBTOTAL 131D ITEM NO 5 $ Ilyr- nM I ILA WA A _ T 1r.Q1' QA top thopic P.-Al And 1'.-W Item No Contractor's Quantity, Deac Unit Unit Cost Total t �y K�ov Teohhae i1TSi.16H8.70C ro Ballast)'t EA i u S d $ j� b � 2 /. (Q Teohliae Model ATSW 70C to Ballast) E A t0 3 I E�ctric Service and e11 Necessary A itrtonaacei L S (o% Do L $ 5q•'iD 0 SUBTOTAL BID ITEM NO 6 $15410 0 BASE BTD SUBTOTAL $ ►9Z PROFIT AND OVERHEAD $ 0 a Do BONDS $ 11 ODD MOBILIZATION $ a00°- BAS BID GRAND TOTAL S-799 Z •- 'TOTAL 40IL ("rerhS (—Co AbDVL' EALIa 610 I-TEnn I MC-LUDES t) PfldFli 4 0\)lF9-QCA0 2) gauos 3) IV�obl11�7��loTJ �(0)240 � FCS 14 0, (ADD) 09 33 C'TY OF DENTON PU"tC-AS NO 940 349 7302 'A0= 9/ 3 v&TEMATE BM. Deduct'Altem&to Bid Item No 1- Concrete Site work Deduct Alternate Sid Item No 2 - Asphalt Site Work Deduct Alternate Bid Item No 3 - Lighting Subtotal Total Deduct Alternate Bid Ttems 14 Profit end Overhead Bundms Motnlization Grand Total Deduct Alternate Bid Dollars Dollars (S Z Z Dollars($ I31SO6"") Dollars (S Dollars (S Dollars (S Dollars (S rj Dollars (S ltitev - M� t greater or lesser amounu of work are required, the unit prices will apply Uml prices cover the cost of work and materials in place, including all materials, equipment, labor, ta)(es, mamtenance, and guarantee based on the enclosed plans and specifications Unit prices will hold for six months after final acceptance ;54WC60- Wi'V- 'nLTING_ WF-P, Contractor P,gi 60x 147rJ Address 779 Ofhcet's Si tore NAP-i;Y M , t-0-'Na-'j04C—PRCL Typed or Printed Narrto 7-) F ►.rimTit 7fn ZOZ �-14-� 0 ?.--/'vu / Za o 1 -- - - city, State zip Date g4.0-SeaS-1141 /�W) 94.6-30Z-0950 Telephone FIB '44 0 (WEED) 09 34 CITY 0- DDN70N PUAC-A81%C, 940 349 7302 °AC= 0/ 5 BVI�� I- Item No 1 Grading/Survey0ftolition Base Bid Item No 2 - Concrete Site Work Base Bid Item No 3 - Temporary Parking- Gmvelpave Base Bid Item No 4 - Fencing Base Bid Item No 5 - Landscape Base Bid Item No 6 - Iaghting Subtotal Total Base Bid Items 1.6 Profit and Overhand Bonding Mobthxation Grand Total Base Bid RNAT E BID. em Bid Item No I - Irrigation- Football and Rugby Fields AltemuiBidltemNo 2-Imgatson-Pa0ing Altemew Bid Item No 3 - Irrigation- Roadway Alternate Bid Item No 4 - Irrigation- Parking and Roadway Alternate Bid Item No 5 - Irrigation Altemare Bid Item No 6 - Add Curb, Alternate Sid Item No 7 - Pave and Add Curb Altemate Bid Item No 8 - Bomatute paving Alternate Bid Item No 9 - Field Drainage Alternate Bid Item No 10 - Landscape Alternate Bid Isom No 11 - Tree Transplant Altemate Bid Item No 12 - Site Utilities Alternate Bid Item No 13 - Site Utilities, Subtotal Total Altemate Bid Items 1-12 Profit and Overhead Bonding Mobiltranon Grand Total Add Alternate Bid to Dollars ($ 1 000— ) DollArs(S ou Dollars(S�.51,_580— 1 Dollars ($ 2 S uo OD Soo 80 i� 1 ars (5— �E 72,U 12 Dollars ($ Dollars (S Dollars (S Dollars ($ ii �^ ) Dollars ($ 00 Dollars (S Dollars (S- 551 IZ5 00 ) oD Dollars (S4-9,C) Dollars ($ ($� 01D O ) Dollars {S 10I Dollars (S�" Dollars (S u Dollar (S 13 Dollars ($ `-0 $j 5 80 r) Donets(s 35.10 o n � l Dollars ($ 5 $ (o o Dollars (S �a 4C b `" ) Dollars (S low o_) Dollars (s Dollars (S Dollars (S ) Dollars (S 1 Dollars (s ) Dollars is ^� -E3 '4 0 (":D) 09 34 C''Y 0- D:N'ON °URC'-AS,NO 940 349 7302 'AG= / 5 DEDUCT ALTERNATE BID ITEM NO 1— CONCRETE SITE WORK see shoots LA-01 T A-M T A-na T.A.AA Tf..Al heat No — Contractor's uannty Unit Unit Cost Total 1 200 lioadwaW/o Curb (5" ght broom f sh (w lieu of roadwayw/Curb) S F ZJ 3 $ 00 9Qj9bb 2 tj p J Parktrlg W/o Curb (5' thick), Itght broom finish (in lieu of roadway w/o Club 5 F 1 T TAL DEDUCT ALTERNATE ITEM NO I [Suir DEDUCT ALTERNATE BID ITEM NO 2 - ASPHALT SITE WORK see sheets LA-01 t A.n7 T.A.Att T A.AA 1 A.ni f P-M _ l Item No Contractor's unit Quamay. Dee on Unit Cost Total I �.'JJ )00 Asphalt parking lot W/ concrete curb ( thick), fight broomfinish (in lieuu of concrete parking lot wl conctste curb)` S F $ 2 �9ZO17 Asphalt roadway W/ concrete curb (5'thick),light broom finish (m hcu of concrete roadway w/ S F 8 $ concrete curb 3 `_ ��� & J Asphalt roadway W/o concrete curb (5 tbtck), light brocm Cte sh (in lieu of coacrcte roadway w/o S I .L?Z 17 q $ t0 ) concrete Curb SUBTOTAL DEDUCT ALTERNATE 1Ti?M NO 2 $ DEDUCT ALTERNATE RM rCFM NO 3 _ LIGHTOJG see sheetx F,01. F.•02 Item No Connector's Unit ouaUtily Urpt Cost Total 1 10 Ptovtde Lighting Fixtures w/ Integrated Ballast in lieu of remote ballast F A $ 11 SUBTOTAL DEDUCT ALTERNATE ITEM NO 3 $ 172-)4-6 b E -EB A 01 (WED) 09 35 C TY Or DENTON PURCrAS NO 940 349 7302 2AO7 2/ > ... .r wvnwTAM"C nTtn T-r%2kf w r% i,)- CYTP TITTTTTTP.0 <ee cheer W-Ol. SD -I. SD-2 Item No Contractor's rats - --- - - - ---- - Deser) It Uota Unit Cost Total 1 Foe Hydraw E 0 ! 2 Strtp Draw and Connections 3 0 O 1.000 12 Du SubsuTfaee Collector Drain PVCP e L T I I lT0 $ (, Q:7` 4 goo PVC P Subsurtaca Collector Dram L F 7-7-' $ I I ) 000 5 CauhDuma EA 6 7uncuonBous E A b00 -- $ 000 7 Headwall a04 P40tap L S l $ l 000 — SIUBTOTAL ADD ALTERNATE ITEM NO 12 $ Iv6 4 37 AVID AT.TWRNATR BID ITEM NO 13 - STTE IMITIES see sheet W-01. SD -I. SD-2 ltam No - Contractor t Daod son an Unitn Cast Total l 6"PVC Water I= w/ 6" Valve LS QQO ' $ (000 SU TOTAL ADD ALTERNATE ITEM NO 13 $ 1(0 0 o 0 ADD ALTERNATE BTD ITEM NO 14 •- SITE UTILITIES see sheet W-01. 01-1. SD-2 Item No Contractor's aoa Desert tton Umt Unit Cost Total 1 1 8" PVC Wirer Lme w/ 8" Valve L S 000�- SUBTOTAL ADD ALTERNATE ITEM NO 14 $ 24j0oUW Ft- '4 01 (NCD) 09 35 CI-Y 0- D7NT0\ PURC-A^c'\C 940 349 7302 'AG: '3/ 5 .. .......�.. n.ra n,n ��raeaiun o nro.rAwrtrx veVrh7fs eae ahem T.A.AS Item No Contractor's e DesCr eep Unit Unit Cost Total 1 �1 1` 4 Bomi mtc Paving mstalled per Matntfadurmx S cufuehotif S F 00 S C c7 O _ J 0 SUBTOTAL ADD ALTERNATE n EM NO 8 Ann At Ir RNATC RIn ITFM Val 4 _ WPM T]RATM AGF see sheets GR-Ol Item No - Contrmwr's 0941111ty -- - - - - - Unit Out Coat Tout I F Dram (in lieu of step draw T- S 35 OOb� $ 35 0 Od ou SUBTOTAL ADD ALTERNATE I TEM NO 9 $ 35000 = Ann At-Irvav&,rti' Rrn rrPm vc* tn— i A.mnCC'APF see cheats LP.0t We Comractor's ougntity Umt Utut Coss Toni t 4" Cal Red Oaks a"cal edas Slaas — - A 0 S 0-- E 1 3 3 2 cal Dcscn Willows B A Acl= $17- 4 1 1 HardwoodMolch CY .� SUBTOTAL ADD ALTERNATE ITEMNO 10 $ ADD ALTERNATE BID ITEM NO 11- TREE TRANSPLANT see sheets DM-01, LA-04, LP-01 Item No Contnctor's Muly Daeen non Umt Unit Cost Total I 90" S ade EA -- S 2 l4' S ad0 E A 00— 8 00 0+— SUF&AL ADD ALTERNATE ITEM NO 11 Is 61400 S =� 14 0+ (W:O) 09 36 C'TY Or D:N70N FURCrA8 NO 940 349 7302 FAG: 4/15 Ann A1.TWIINATF 'RM ITRM NO 3-fMCYATION-ROADWAY see sheets IR-02 and IR•03 Item� No - -- --- --- -- - - ---- Qoatractor's Ou4mity Desof halt Unit Cost Total 1 Rotary Zones L S Q o Q $ 000 — SUBTOTAL ADD ALTERNATE NO 3 $ ADD ALTERNATE BID ITEM NO 4 — IRRIGATION — PARKING AND ROADWAY see eh"" TR_M anti rR.n9 Itcm No Couuector's owambiv Desc non Umt Urut Cost Total 1 BubblerZottes LS 10,000M$ to 0 OOD-- SUBT TAL ADD ALTERNATE NO 4 W S 10,00 6 - ADD ALTERNATE BID ITEM NO S_IRRIGATION see sheets IRM and IR-02 Item No Contractor's Untt 0muty Deson uott Utut Cost Total 1 PRZ Ba4 low Prevonters m Iteu of B A 515 $ Z 5l5 m 5 l" Double Check AssmUts I SUBT TAL ADD ALTERNATE NO 3 $ ADD ALTKRNATE BID 1T1?M NO 6 - AM CII1t.B see sheets LA-01 and LC-01 Item No Coamm's Umt 004auly Desch an _ Umt L F Cost _ top p I I NO 0 6" Conc Curb added to already ved arks aroa __Toul S 0 OD SUBTOTAL. ADD ALTERNATE NO, 6 $ '7 &06 � ADD ALTERNATE BID MM NO 7 —PAVE AND ADD CURB sce sheets LA•01 and LC-01 item No Contractor's Unit Owmuw Dcst n ttoa Una Cost Total 1 60 aZ/S00` Parinag Lot w/ 6" Ctdb ($" tbtok),Itghtbroomfmhpaved over oxis gravel lot ST 65 2" S 139 IZ,J 1 SUBTOTAL ADD ALTERNATE ITEM NO 7 $139,125-- F ^ 14 0 (W=D) 09 36 C'-Y 0- DZNTOv FURCI-AS'\G 940 $49 7302 FAGZ ADD ALTERNATE BID ITEM NO I — UWGATION-FOOTBALL AND nr rnnv rrrr nC ... e6uI TR-nl PV V�+♦ Iten+ No •ww+v GonUsolor'6 usnnt aw w.vv. .a Descrt non Unu Unit Cost Total 1 21, Water motor LS 0 00 $ 00 t- 2 36 Station Etcon Controller b A 0 O 3 00 Main Line L P S 4 LawralPiping UIDD 1 E A S 6 Valvai E A A 0 0 $ 7 Eleotrtesl Wmn L S 00 $ 6 V Double Cheek Asset 0 SUBTOTAL ADD ALTERNATE ITEM NO I e nn Al .TFRNeTIR QM TTT:M NO 2- IRRIGATION - PARKING see sheets TR-02 and IR-03 Item No Conm m's owmaty - - - --- Down UOn Unit Um Cost Total i 2" Waur Mour L S 000 . $ I OD 0 -- 2 24 Smaoo b1cou Controller E A nooe $ 2 00-- 3 vo Matt Lmc L F S 0qr- 4 O Lattral PTwg L.F S 00 5 Rows EA S CI- 6 Valves EA $ 00" 7 Elcgucal Wuulg L S 00 S Z.100 B 2" Doubk Check AssemblyF A S 00 0— SUBTOTAL ADD ALTERNATE NO 2 $ 55 d ° cr DEDUC ALTERNATE BID. Deduct A ternate Bid Item No 1— Concrete Site Work Subtotal Total Deduct Alternate Bid Items I Profit and Overhead Bonding Mobilization Grand Total Deduct Alternate Bid Dollars ($ 1 Dollars ($ ) Dollars ($ 1 Dollars ($ 1 Dollars ($ 1 Dollars ($ 1 UNIT COST: In the event that greater or lesser amounts of work are required, the unit prices will apply Unit prices cover the cost of work and materials in place, including all materials, equipment, labor, taxes, maintenance, and guarantee based on the enclosed plans and specifications Unit prices will hold for six months after final acceptance SP-Mar,A &M-MAGTINQ COP-P, 6k, _?'/'% _ Contractor Officer's S gnature P, 0, box 14-10 Address br,W 0tJ TV,-7&ZoZ-14-'70 City, State, Zip 94-0 - 56 5 - i 14'7 Telephone I'Av- 94.0-313?--0950 WARt2Y M. Lo71410D6E -PUS, Typed or Printed Name Date �Oi2-oo 1 Y UM P0.0JECTS110118 NMhldm Park%Pft" tyo(Daaton_01 0841 doe BID GUARANTY: Enclosed with this Bid is a Certified Chedk for or a Bid Bond in the sum of o% of G UA T Cs T A v" oy N 1 Dollars ($ ) which it is agreed shall be collected and retained by the Owner as liquidated damages in the event this Bid is accepted by the Owner within 60 days after the bids are received and the undersigned fails to executed the Contract and the required Bonds with the said Owner within ten (10) days after the date said Bid is accepted otherwise said check or bond shall be returned to the undersigned upon demand Sewe o_ CmpokATION Contractor (firm name) Authorized Signature V" RX-5 ),06 N`f Title Address __P, ©, 8o0 e 1 4:20 (If corporation, attest and affix a Corporate Seal) City, State, Zip Code_ DEN TO 4 ,) Me 76 2©Z. —14-10 Telephone cj ¢O " 6G5 " SO Y 13000 PROJECM20118 Nonhlakn Pe k%pen\OnydN t9 01 0841 do ADDENDA: Acknowledge receipt of the following addenda which are part of the Bidding Documents by placing Addendum #, Date issued and initialing Addendum No I OaO-7101 J yy�, Addendum No Addendum No 'f. 02144o1 Wm Addendum No The undersigned bidder hereby declares that he has visited the site of the work and has carefully examined the Contract Documents pertaining to the work covered by the above bid, and he further agrees to commence work within ten (10) days after date of written notice to proceed and to substantially complete the work on which he has bid within 160 Consecutive calendar days subject to such extensions of time allowed by specifications The undersigned bidder agrees that his bid shall be good and may not be withdrawn for a period of 60 calendar days after the scheduled closing time for receiving bids The undersigned bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding Y \2000 PROJECTS20118 Norlhlaka Park%pm\OryoMcalan 01 09 01 din SENEC Client ACORD.M CERTIFICATE OF LIABILITY INSURANCE 04/17/01 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION PRODUCER Higginbotham dq Assoc Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR DBA Denton Insurance Center ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW INSURERS AFFORDING COVERAGE P 0 Drawer C Denton, TX 76202 INSURED INSURERA BITUMINOUS INSURANCE CO Seneca Contracting Corporation INSURER It P O BOX 1470 INSURER C Denton, TX 76202 INSURER INSURER UUVCHAUC* 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 AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR POLICY EFFECTIVE POLICY EXPIRATION LIMITS TYPE OF INSURANCE POLICY NUMBER DATE / A GENERAL LIABILITY CLP306201313 07/01/00 07/01/01 EACH OCCURRENCE $1,_000�000_ XCOMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one Are) $ 100, 000_ JCLAIMS MADE �� OCCUR MED EXP (Any one parson) $ 5,000 PERSONAL INJURY_ $1, OOO, OOO GENERAL AGGREGATE $2 , 000, 000 PRODUCTS Co.P/OP AGO $2, 000, 000 GENLAGGREO_ATE LIM ITAPPLIES PER POLICY PRO Loa A AUTOMOBILE LIABILITY CAP3089181B 07/01/00 07/01/01 COMBINED SINGLE LIMIT $1 000 000 (Ea accident) r ANY AUTO -- - - ALLOWNEDAUTOS BODILY INJURY (Perperson) $ SCHEDULED AUTOS - — - - X HIRED AUTOS BODILY INJURY (Per accident)X $ NONOWNEDAUTOS - - PROPERTY DAMAGE $ (Per accident) — - GARAGE LIABILITY AUTOONLY EA ACCIDENT $ _ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY AGO $ A CUP2527034B 07/01/00 07/01/01 EACH OCCURRENCE_— $1,000,000 EXCESS LIABILITY X� OCCUR CLAIMS MADE AGGREGATE_ $1 , 000, 000 DEDUCTIBLE — - - - - A - RETENTION $ AND WC3088662 07/O1/00 07/O1/O1 WC STATU OER _ ITORYLIMITB_ _ $ — WORKERS COMPENSATION 500,000 EMPLOYERS LIABILITY E L EACH ACCIDENT _$ EL DISEASE EAEMPLOYE_E $ 500, 000 EL DISEASE POLICYLIMIT $ 500,000 OTHER DESCRIPTION OF OPERATIONS/�WATONS/VEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE Northlakes Park Contract #2629 Cancellation Clause is amended to Read Policies shall not be Cancelled, Nonrenewed Or Materially Changed Without 30 Days Advanced Written Notice Being Given To The City of Denton, Texas Except When The Policy Is Being (See Attached Descriptions) City of Denton, Texas 901-B Texas Street Denton, TX 76201 ACORD 25-S(7/9A1 of 2 #S57338/M48187 SHOULD ANYOFTH E ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3()-_ DAYS W RITTEN NOTICE TOTHE CERTIFICATE HOLDER NAM ED TOTHE LEFT BUTFAILURE TODOSOSHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KING UPON THE INSURER ITS AGENTS OR MUR 0 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon ACORD25S(7/97)2 of 3 #S57338/M48187 DESCRIPTIONS (Continued from Pagel) Cancelled For Nonpayment of Premium In Which Case 10 Days Advance Written Notice Is Required All Policies Except the Worker's Compensation are amended to include the City of Denton, its officials, Agents, Employees and Volunteers as Additional Insured Insurance is primary to any other insurance available to the City of Denton 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 The Workers' Compensation Policy included a Waiver of Subrogation in favor of the City of Denton, its officials, agents, employees and volunteers AM3263(07/97) 3 of 3 #557338 M48187