Loading...
HomeMy WebLinkAbout1999-003ORDINANCE NO 9j-DD3 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR PARK IMPROVEMENTS AT BOWLING GREEN, CIVIC CENTER AND NETTE SCHULTZ PARKS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING AN EFFECTIVE DATE (BID # 2317-PARK IMPROVEMENTS AWARDED TO PLAYGROUND SPECIALIST, INC IN THE AMOUNT OF $155,739) 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 2317 PLAYGROUND SPECIALIST, INC $155,739 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 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 ,h fh day of 1999 ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY 2317 PARK IMPROVEMENTS CONTRACT ORDINANCE ATTACHMENT #1 TABULATION SHEET BID # BID NAME DATE 2317 PARK IMPROVEMENT AT BOWLING GREEN, CIVIC CENTER, NETTE SCHULTZ PARKS 15-Dec-98 RANDALL & BLAKE PITTMAN INTREPID CONST J G BUILDERS PLAYGROUND SPECIALIST TOTAL BID AMOUNT $151,978 00 $135,501 00 $221,058 64 $121,868 95 $128,725 00 1 8' Wide Concrete Trails $13,314 00 $8,400 00 $16,636 00 $10,488 00 $8,100 00 2 Sawcuts and Curb Patch $425 00 $3,000 00 $2,960 00 $2,242 50 $1,500 00 3 Access Ramps & Temp $550 00 $1,500 00 $1,875 00 $2,152 80 $1,080 00 Paving at Bowling Green Park 4 Playground Safety Surfacing $29,046 00 $38,333 00 $50,148 00 $57,465 95 $23,074 00 5 Access Ramps Civic Center Park, $1,025 00 $2,100 00 $1,780 00 $1,242 00 $1,360 00 Netts Schult Park 3 CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this 5 day of JANUARY A.D., 1999, by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through MICHAEL W. JEZ, City Manager, thereunto duly authorized so to do, hereinafter termed "OWNER," and PLAYGROUND SPECIALISTS, INC. 1558 PARKSIDE TR. LEWISVILLE, TX 75067 of the City of LEWISVILLE 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 N 2317 — PARK IMPROVEMENTS AT BOWLING GREEN, CIVIC CENTER AND NETTE'SCHULTZ PARKS in the amount of $155,739 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 f irmsh 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 CA-1 accordance with the plans, which includes all traps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by SCMUCKEL, ROLLINS AND ASSOCIATES, INC 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 bf these presents have executed this agreement in the year and day first above written. A' 1.&lei. A)11.5t7w APPROVED AS TO FORM CA-3 (SEAL) PLAYGROUND SP/EC�IALISTS INC X 1558 Parkside Tr Lewisville, TX 75067 MAILING ADDRESS (972)221-1936 PHONE NUMBER (940)241-1331 FAX NUMBER BY President TITLE David K. Thomsen PRINTED NAME (SEAL) PERFORMANCE BOND BOND NO. 1341642 STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That PLAYGROUND SPECIALISTS, INC., whose address is 1558 PARKSIDE TR., LEWISVILLE, TX 75067, hereinafter called Principal, and AMWEST SURETY INSURANCE COMPANY , a corporation organized and existing under the laws of the State of TEXAS, and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of ONE HUNDRED FIFTY FIVE THOUSAND SEVEN HUNDRED THIRTY NINE and no/100 DOLLARS ($155,739) plus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages arising out of or connected with the below identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 99-003, with the City of Denton, the Owner, dated the 5 day of JANUARY A.D. 1999, a copy of which is hereto attached and made a part hereof, for BID H 2317 — PARK IMPROVEMENTS AT BOWLING GREEN, CIVIC CENTER AND NETTE SCHULTZ PARKS. 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 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 4 copies, each one of which shall be deemed an original, this the 5 day of JANUARY 1999. ATTEST I-rd SECRETARY PRINCIPAL PLAYGROUN PECIALISTS, INC BY PRESIDENT, DAVID K. THOMSEN A g=n SURETY WITNESS AS TO SURETY BY Li�` �y' AMWEST S RF Y INSURANCE COMPANY Htl}CT]. K[[{t(� 5BY A TORNEY T, NiFML A KLUTTS The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME RAMEY & KING INSURANCE ASSOCIATES, INC STREET ADDRESS 830 S I-35E, SUITE A, DENTON, TX 76205-7829 (NOTE Date of Performance Bond must be date of Contract !f Resident Agent is not a corporation, give a person Is name) PAYMENT BOND BOND NO 1341642 STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That PLAYGROUND SPECIALISTS, INC., whose address is 1558 PARKSIDE TR., LEWISVILLE, TX 75067, hereinafter called Principal, and AMWEST SURETY INSURANCE COMPANY , a corporation organized and existing under the laws of the State of TEXAS, and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to, in the penal sum of ONE HUNDRED FIFTY FIVE THOUSAND SEVEN HUNDRED THIRTY NINE and no/100 DOLLARS ($155,739) in lawful money of the United States, to be paid in Denton, County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 99-003, with the City of Denton, the Owner, dated the 5 day of JANUARY A.D. 1999, a copy of which is hereto attached and made a part hereof, for BID N 2317 - PARKS IMPROVEMENTS AT BOWLING GREEN, CIVIC CENTER AND NETTE SCHULTZ PARKS. 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 1� 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 5 day of JANUARY 1999. ATTEST SECRETARY PRINCIPAL PLAYGROY4 SPECCIIAALLISTS, INC BY PRESIDENT, DAVID K THOMSEN XA TMM SURETY WITNESS AS TO SURETY AMWEST SUREAY INSURANCE COMPANY BY 043dL -71 YU&— // CYNTH A N KLUTTS BY ATTORNEY N-FACT; L A KLUTTS The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME RAMEY & KING INSURANCE ASSOCIATES INC STREET ADDRESS 830 S I-35E, SUITE A, DENTON, TX 76205-7829 (NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a corporation, give a person Is name ) 2317 CONTRACT & BONDS FOW ,x iratronDate 0 03/00 ----- - This document is printed on white paper containing the artificial watermarked logo (A ) of Amwest Surety Insurance Company on the front and brown security paper on the back Only unaltered ongreals of the Limited Power of Attorney CPOA') are valid This POA may not be used in conjunction with any other POA No representations or warranties regarding this POA may be made by any person This POA is governed by the laws of the State of Nebraska and is only valid until the expiration date Amwest Surety Insurance Company (the 'Company") shall not be liable on any limited PDA which is fraudulently produced forged or otherwise distributed without the permission of the Company Any party concerned about the validity of this PDA or an accompanying Company bond should call your local Amwest branch office at folln, CA KNOW ALL BY THESE PRESENT, that Amwest Surety Insurance Company, a Nebraska corporation does hereby make constitute and appoint John A Miller Sheryl A Klutts John A Miller, II K R Harvey As Employees of JOHN A MILLER its true and lawful Attorney in -fact, with limited power and authonty for and on behalf of the Company as surety to execute deliver and affix the seal of the company thereto if a seal is required on bonds undertakings, recognizances, reinsurance agreement for a Miller Act or other performance bond or other written obligations in the nature thereof as follows Bid Bonds up to $1,000,000 00 Contract Bonds up to $2,500,000 00 License and Permit Bonds up to $100,000 00 Miscellaneous Bonds Up To $250,000 00 Small Business Admistration Bonds up to $1,250,000 00 and to bind the company thereby This appointment is made under and by authority of the By Laws of the Company which are now in full force and effect 1, the undersigned secretary of Amwest Surety Insurance Company, a Nebraska corporation DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and has not been revoked and furthermore that the resoluhons of the Board of Directors of Amwest Surety Insurance Company set forth on this Power of Attorney and that the relevant provisions of the By -Laws of each company are now in full force and effect e LJ Bond No /3y/lo �%a2 Signed & sealed thts�J l day of 19 —� Karen G Cohen Secretary «+*«**++* * «+«* *++ RESOLUTIONS OF THE ARD OF DIRECTORS * * ** *+* * «+«+*«+*++* «+* +** This PDA is signed and sealed by facsimile under and by the authonty of the following resolutions adopted by the Board of Directors of Amwest Surety Insurance Company at a meeting duly held on December 15, 1975 RESOLVED, that the President or any Vice President in conjunction with the Secretary or any Assistant Secretary may appoint attorneys in fact or agents with authority as defined or limited in the mstmment evidencing the appointment in each case, for and on behalf of the Company, to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances and suretyship obligations of all kinds and said officers may remove any such attorney in fact or agent and revoke any POA previously granted to such person RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and bind upon the Company Q) when signed by the President or any Vice President and attested and sealed (if a seal be required) by any Secretary or Assistant Secretary or (u) when signed by the President or any Vice President or Secretary or Assistant Secretary and countersigned and sealed (if a seal be required) by a duly authorized attorney in fact or agent or (ui) when duly executed and sealed (if a seal be required) by one or more attorneys in fact or agents pursuant to and within the limits of the authority evidenced by the power of attorney issued by the Company to such person or persons RESOLVED FURTHER, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any POA or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company and such signature and seal when so used shall have the same force and effect as though manually affixed IN WITNESS WHEREOF Amwest Surety Insurance Company has caused these present to be signed by its proper officers and its corporate seals to be hereunto affixed this 12th day of December 1997 ^ 1 ��v�1 C ;r�,r/ • , John E Savage, Preside t T/SHJI '�`a^_v Karen G Cohen Secretary State of California County of Los Angeles On December 12, 1991 before me, Peggy B Lofton Notary Public, personally appeared John E Savage and Karen G Cohen personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me all that he/she/they executed the same in his/her/then authorized capacity(ies) and that by his/her/their signature(s) on the instrument the person(s) or the entity upon behalf of which the person(s) acted executed the instrument 411 WITNESS my d and official seal PE6GY L LORCIN y \N S U 9 , Notary plbb COMMCa_ sQ� GOptPOgq 9i1, 4 Signature (Seal) LoxAnOMNCovlh J Z. ,lmb My Comm Explm1 Au06.i99 efA"' DEC14 �I 01 I �r 1995 If O� ...A IMPORTANT NOTICE To obtain information or make a complaint You may call the company's toll -free telephone number for information or to make a complaint at 972/503-6925 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 AVISO IMPORTANTE Para obtener Information o pars someter una queJa Listed puede Ilamar al numero de telefono gratis de la companta para Informaclon o pare someter una queJa 972/503-6925 Puede comunicarse con of Departamento de Seguros c Texas para obtener Informaclon acerca de companls, coberturas, derechos o quejas al 1-800-252-3439 Puede escriblr of Departamento de Seguros de Texas P 0 Box 149104 Austin, TX 78714 9104 FAX N (512) 475 1771 PREMIUM OR CLAIM DISPUTES: Should you have a DISPUTAS SOBRE PRIMAS 0 RECLAMOS' SI tie dispute concerning your premium or about a claim you una disputa concerniento a su prima o a un reclan should contact the agent or the company first If the debe comunicarse con of agente o la companla prime dispute Is not resolved, you may contact the Texas SI no so resuelve la disputa, puede entonc Department of Insurance comunlcarse con of Departamento do Seguros de Texa ATTACH THIS NOTICE TO YOUR POLICY. This notice is for Information only and does not become a part or condition of the attached document Prescribed by the State Board of Insurance Effeclrie May 1, 1992 UNA ESTE AVISO A SU POLIZA• Este oviso as V para proposito de Informaclon y no se convlerte on pa o condiclon del documento adlunto Ordenado por of conselo Estatal de Dvectures Seguros, Effectivo of 1 do Mayo 1992 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. Purchasing Department satisfactory certificates of insurance, As soon as practicable after notification of bid award, Contractor shall file with the 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 AM 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 AAAW390 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 10112/9I Cl - 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: AA. General Liability Insurance: General Liability insurance with combined single limits of not less than 1.022D• 0 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. AAA00350 REVISED 10112/94 Cl - 3 Insurance Requirements Page 4 Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than 5 . [bn 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: e any auto, or e all owned, hired and non -owned autos. Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation msur9nce 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 1406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Worker's Compensation Commission (TWCC). I 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 AAAW360 aEVOW 10n2194 Cl - 4 Insurance Requirements Page S "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 1 Fire Damage Legal Llablgty 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 [ 1 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 1 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 Worker's Compensation Coverage for Building or Construction Projects for Governmental Entitles 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 1406.096) - 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. AAAM3eo Fvisen 10n2194 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 and 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 CI - 7 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 401.011(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 AAA00990 REVW D 10/12/94 CI - 6 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 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. AAA00360 FWVtM +onsna Cl - 9 BID SUMMARY Mr Tom Shaw Purchasing Agent City of Denton Denton, Texas Mr Shaw Having carefully examined the site, contract documents, plans and specifications, prepared by the Parks and Recreation Department, I (we) propose to furnish all materials, labor, service, and guarantees required to perform and complete the work described for the following PARKIMPROVEMENTS Bowling Omen Park Civic Center Park Netts Shultz Park BID SCHEDULE Item # Description and Price In Words Price in Figures Base Bidior park4mprovements Furnish and install playground equipment and benches, miscellaneous earthwork, concrete paving and playground edging, underdrains and related work, extend water lines, install owner - provided playground equipment and brick pavers, according to the plans and specifications, complete and in place for the sum of r'rNMD4*.D <4 A ✓,0—: dollars and cents $ Attemates - Bidders are required to submit alternate bids to add work to the base bid Failure to submit alternate amounts in spaces provided shall be basis for disqualification of the bid ADD No 1 Furnish and install 8-foot-wide concrete trails as shown on the Construction Layouts, according to the plans and ions, complete and in place for the sum of E 16714*I W �.J D dollars and n �f d cents $ 0100 PROPOSAL aeeey, 2 No 2 Saw out and patch curb and gutter and bituminous paving for access ramps as shown on the Construction Layouts, according to the p ads and specifications, complete and in place for the sum of 15 p) dollars and j-LQ cents $ / D (j No 3 Fumish and Install access ramp, curbs, and temporary paving at Bowling Green Park as shown on the Construction Layout, according tootthe �plans and specifications, complete and in place for the sum of dollars and I'--f0 cents $ / 0 R d No 4 Fumish and install playground safety surfacing including drainage system according to the plans and specifications and the mAnufacturer's instructions, complete and in place for the sum of , m o .J� �` Z til dollars and / jlo cents $ No 5 Fumish and install access ramps at curb at Civic Center Park and Nette Shultz Park as shown on the Construction Layouts, according to the plans and specifications, complete and In place for the sum of S1 )l nc dollars and cents $ Z : /6.0 Unit Prices The undersigned agrees that the following unit prices will apply to adjust quantities of materials indicated an drawings Prices are for materials furnished and installed It is further agreed that the quantities of work to be done at unit prices and material to be furnished may be increased or diminished, as may be considered necessary in the opinion of the Owner's Representative, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth above except as provided for in the specifications PROPOSAL 3"5%pl 3 Unit Price Items #1 Furnish materials and provide labor to install concrete paving according to the p[Mund p�Cifications, complete and in place for the sum of _T_� ICC dollars and 12� cents #2 Furnish materials and provide labor to install playground perimeter according to the plans and specs icadons, complete and in place for the sum of GT6'61j $ J O (Per square foot) dollars and J�o cents $ v (Per linear foot) #3 Furnish materials and provide labor to install underdrain pipe according to the plans and specifications, complete and in place for the sum of dollars and ,�� �✓ cents #4 Remove and dispose of concrete playground perimeters and sand surfacing at Civic Center Park, complete and in place for the sum of dollars and cents #5 Furnish materials and provide labor to Install miscellaneous concrete for footings, etc , according to the plans and specifications, complete alin place forlhe sum of dollars and fn cents PROPOSAL ae4sm, 4 $ (Per linear foot) $ /O (Pef linear foot) $ (Per cubic yard o d 03/09/1999 10.09 9727701699 MHBT PAGE 02 A414 &iA pAMAnw.l Moon"�Herlry FIOLDER THIS ALM pm RIOfi 8 AUP�011 �lw�1E� 1E DUE w TM Ex m OR AWMM BY DduPak Cer" W Sh 17M 78781 aaMPANY ANIEB A"OR111M COVE M A kkAud OptIp a wMmv Plata106RdnSpepkd Ina 8 7888 PMOO TIeB tA1PE6PQ0 TX 7E80B7 COaWANY C COMPANY D NEW, INOIOATCD NO1wYT110TAN ANY 11000InCMLNT, TCRM OR �WORIDN OF ANY CONTRACT OR OTI I6R D CERTIFICAtE MAY SE 0 OR MAY PERTAM, THE INBINNWCE AFFORDED BY THE POLICIES DBCPo060 HE MR THE POLICY MaiT MATH REBPEOr TO YAPpN 71Ja BIN IS SUBIECT TO ALL THE TEMAS i + AND COMO OF SUCH POLICIES, LIMITS SHOO MAY HAVE SEEM RIM BY PAID CWM ppEXCLUSIONS LTR TYPE OF INMPIAKV POUCY NAM MiDy EAT" OATS PORMI EVRATION Wham" WIS A GENERAL UAeAJPr COMMlRgAI 0E1lRIIL LMeaTn CIAMIS MADE D OCCUR 1D50704 08/30/08 8/30/99 aEeeNALAmemT6 6 J 9 000 000 7 000 000 , X PANNNNTR M UPAW AAR PERSONAL a ADv raw000 omteMJ a eoNmAarpR�e POW t i Oa0 ODa EACH OCCURRa10E FIRE DAMAGE (Ate aW MLAI 6 60,000 Aco cap ftampwwo P 8.066-1 A AUTOMOBILE U NI N TY ANY AM M50784 06/30/98 36130199 BI&E Leer 1 1,000 000 X SCHEDULED AUTOe gCpOMMBINED LPY P'a ILP�Wo�i,' J HUED AUTOS MN N004 ED AW ggppONV INIORY �DE Ir�r 19 J g1pPMRly oArrAOi e SARAN LIABILITY AVro ONIr EA ACCIDENT 6 ANY AUTO OTHER THAN AM OILY - EACH ADGReaTe 6 A EXCESBUASLP ,J60784 08/30190 6130/99 SAWOCwRMINCE J 4 coo 000 X WMEUA FORM AGGREGATE 6 4 000 000 MWR T N ItMWWItA FnRM I I J WORXERe COAPENMTIM AND A EMPLOYER8 twBPJIY THEEAwflornm._ ^ _ it l Pla ,H60784 00/30/08 a/30/00 Ma. rAEMr A000prr a 900 coo a DISEASE PDUOY LIMIT I a 500.000 Itl any of the abovelpbllclee be canceled, nonrenewed or reductlon in Mrage Jere Ih9 a%P ratlan dAta thAront thn IanlllnD Prmpany III Annd I r i i D t h r MiWLD ANY aF TN6 D06CRMW POUOGS Be GWPMLED BEFORE To q� eE EXPIRATION 017E THERELO�F ,T�H,E, IB61MICi COMPANY WALL aMWAWM MAN 'EJMMt Bk�aSYBBt _ 0 ams vmnTEN �'"" TO THE OERTMU HOLDER RIMED TO THE LEFT 821 F 11d" TX 70801 MIT FAKIN E TO MAIL CH NOTICE SHALL S�ALL WM E NO OMBAOON OR UMNUTY, OP AW XIIlp B06M PA�OA AGENTS OR REPMWATMts