Loading...
1999-416NOTE. Change Order One - Ordinance No. 2000-250 AN ORDINANCE RESCINDING THE AWARD OF A PUBLIC WORKS CONTRACT TO GREAT SOUTHWESTERN CONSTRUCTION, INC, FOR THE CONSTRUCTION OF 69KV TRANSMISSION FACILITIES IN THE AMOUNT OF $1,310,622 (ORDINANCE 99-394) AND AWARDING A PUBLIC WORKS CONTRACT AND PROVIDING EXPENDITURE OF FUNDS FOR THE EMERGENCY CONSTRUCTION OF A 69KV TRANSMISSION FACILITIES IN ACCORDANCE WITH PROVISION OF STATE LAW EXEMPTING SUCH PURCHASES FROM REQUIREMENTS OF COMPETITIVE BIDDING AND PROVIDING EFFECTIVE DATE (PURCHASE ORDER 00983-GREAT SOUTHWESTERN CONSTRUCTION, INC , IN THE AMOUNT OF $1,393,814 62) WHEREAS, the City Manager having recommended to the C~ty Council that said ordananee 99-334 be resmnded, and that a contract and subsequent purchase order then be approved m the amount of $1,393,814 62, based upon emergency conditions outhned ~n the memorandum on file m the office of the Purchamng Agent, ~ncorporated hereto by reference, being ~n eomphance with the requirements of Chapter 252 of the Local Government Code, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I. That the C~ty Council hereby rescinds Ordinance No 99-394 which awarded a pubhe works contract for the construction of a 69KV Transmmmon Famlmes to Southwestern Construction, Ine m the amount of $1,310 622 00 SECTION II That the City Council hereby determines that there ~s a possible threat to the pubhc health and safety of Denton residents that reqmres the immediate appropriation of money to relieve such threat to the c~tlzens of Denton and by reason thereof, the following emergency purchases of materials, equipment, supplies or services, as described ~n the "Purchase Order" referenced herren, are hereby approved PURCHASE ORDER NUMBER VENDOR AMOUNT 00983 Great Southwestern Construction, Inc $1,393,814 62 SECTION III That because of such emergency, the C~ty Manager or designated employee m hereby authorized to purchase the materials, equipment, supphes or services as described an the attached Purchase Orders and to make payment therefore m the mounts therein stated, such emergency purchases being m accordance with the provm~ons of State law exempting such purchases by the C~ty from the reqmrements of competitive b~ds SECTION IV This ordinance shall become effecUve ~mmedlately upon its passage and approval ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY 00983 EMERGENCY CONTRACT (REVISION) ORDIANCE 901-B TEXAS STREET PO NUMBER 00983 VENDOR GREAT SOUTHWESTERN CONST 1100 TOPEKA WAY PO BOX 849 CASTLE ROCK CO 80104 CITY OF DENTON, TEXAS PURCHASE ORDER DENTON, TX 76201 DATE/VENDOR NO DOCUMENT 11-11-99 S21 GRE54000 SHIP TO ELECTRIC DISTRIBUTION S21 1701C SPENCER RD DENTON, TEXAS 76205 TYPE ITEM ACCOUNT NUMBER UNITS NUMBER DESCRIPTION BID NO LINE AMOUNT 01 653 080 RB98 3650 9219 0 O0 CONSTRUCTION OF 69KV TRANSMISSION FACILITIES SPECNER TO LOCUST TRANSMISSION LINE REBUILD CROSSING OF US77 AT RINEY ROAD NORTH LAKES SUBSTATION POLE REPLACEMENT 1,393,814 62 The C~ty of Denton, Texas ~s tax exempt-House Bill No 20 TOTAL FOR P 0 1,393,814 62 Reference PO Number on all B/L, Shipments and Invomes Shipments are FOB C~ty of Denton, or as ~nd~cated By Purchasing D~wsmn R R Number Items Received Date Voucher Number Amount PURCHASING CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 16 day of NOVEMBER A D, 1999, by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through MICHAEL W JEZ thereunto duly authorized so to do, hereinafter termed "OWNER," and Great Southwestern Construction, Inc 1100 Topeka Way, P O Box 849 Castle Rock, CO 80104 of the City of Castle Rock , County of Doug_las and State of Colorado , hereinafter termed "CONTRACTOR" WITNESSETH That for and m consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the condltlons expressed m the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below BID # 2394 & 2395 - TRANSMISSION LINES SPENCER TO LOCUST 69KV UPGRADE NORTH LAKES SUBSTATION 69KV UPGRADE US77 AND RINEY ROAD INTERSECTION 69KV UPGRADE in the amount of $1,393,814 62 and all extra work m counectlon therewith, under the terms as stated m the General Conditions of the agreement, and at his (or their) own proper cost and expense ,to furnish all materials, supphes, machinery, eqmpment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, m accordance with the condmons and prices stated m the Proposal attached hereto, and m accordance with all the General Condttlons 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 m CA- 1 accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specd~catlons therefore, as prepared by ENGINEERING DEPARTMENT all of which are made a part hereof and collectively evidence and constitute the entire contract Independent Status It ~s mutually understood and agreed by and between City and Contractor that Contractor ~s an ~ndependent contractor and shall not be deemed to be or constdered an employee ,of the C~ty of Denton, Texas, for the purposes of income tax, w~thholdmg, social security taxes, vacatton or s~ck leave benefits, worker's compensation, or any other C~ty employee ,benefit City shall not have superws~on and control of Contractor or any employee of Contractor, and ~t ~s expressly understood that Contractor shall perform the serwces hereunder according to the attached speelf~canons at the general d~rectton of the City Manager of the C~ty of Denton, Texas, or h~s designee under th~s agreement Indemni~caaon Contractor shall and does hereby agree to ~ndemmfy and hold harmless the City of Denton from any and all damages, loss, or l~ab~lxty of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or neghgent act of Contractor, ~ts officers, agents, employees, mwtees, and other persons for whom ~t is legally hable, w~th regard to the performance of th~s Agreement, and Contractor will, at ~ts cost and expense, defend and protect the C~ty of Denton against any and all such clanns and demands Choice of Law and Venue Th~s agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall he m 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 m written notice to commence work and complete all work w~thm the tune stated m the Proposal, subject to such extensions of time as are provided by the General and Special Condmons The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown m the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Condmons of the Contract CA - 2 IN WITNESS WHEREOF, the part~es of these presents have executed th~s agreement ~n the year and day first above written _ J ATTEST CITY OF DENTON OWN'ER- (SEAL) ATTEST CONTRACTOR MAILING ADDRESS PHONE NUMBER FAX NUMBER BY TITLE PRINTED NAME APPROVED AS TO FORM CITY ATTORI~Y -~/ CA - 3 (SEAL) BOND NO KA0620 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That GREAT SOUTHEWESTERN CONSTRUCTION, INC, hereinafter called Pnnc,pal and FIDELITY AND GUARANTY I~qSURANCE* a corporation orgamzed and existing under the laws of the State of Wisconsin , and fully authorized to traasac! bus~ess in the State of Texas, as Surety, are held and firmly bound unto thc City of Denton, a mumc. tpal corporation organized and exmung under the laws of the State of Texas, hereinafter called Owner in thc penal sum of ONE MILLION THREE HUNDRED NINETY 3HREE THOUSAND EIGHT HUNDRED FOURTEEN DOL.L.ARS AND SIXTY TWO CENTS, ($1 393,814 62) plus ten percent of the stated penal sum as an additional suTM of money representing additional court expenses attorneys' fees, and liquidated datllages arising out of or cotmected with the below identified Contract, in lawful money of the Umted States, to be paid m Denton County, Texas, for thc payment of which sum well and truly lo be made, we hereby brad ourselves, our heirs, executors, admimstra~ors, 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 winch increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract pmce decrease the penal sum of this Bond *UNDERWRITERS, INC THE OBLIGArION TO PAY SAME ~s conditioned as follows Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 99.416, with the City of Denton, the Owner, dated the 16 day of NOVEMBER A D 1999, a copy of whzch is hereto attached and made a part hereof, for BID # 2394 & 2395 - TRANSMISSION LINES SPENCER TO LOCUST 69KV UPGRADE NORTH LAKES SUBSTATION 69KV UPGRADE US77 AND RINEY ROAD INTERSECTION 69KV UPGRADE NOW, THEREFORE d the Principal shall well, truly and faithfully perform and f~lfill all of the undertakings, ~ovenants, terms, cond~tion.s and agreements of said Contract in accordance with the Plans, Spec~ficanonn and Contract Documents during the nmgmal term thereof and any extension thereof which may be granted by the Owner wtth or w~thout notice to the Surety and durutg the life of any guaranty or warranty required under th~s Con~xact, and shall also well and truly perform and fulfill all the unflenakmgs covenants, terms, condmoos and ,~greements of any and all dub authomTed modzficatlons of ~atd Contract that may hereaRer be made, nonce of which modtficauons 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 (Ir year from the date of final completion and final acceptance o! the Work by the Owner, and, if the Prmcipa~ shall fully mdemmfy and save harmless the Owner from all costs and damages wfuch Owner may suffer by reason of failure to so perform herein and shall fully reunburse and repay Owner all outlay and expense which the Owner may recur in making good any default or deficiency, then th~s obligation shall be void otherwise, it shall remain tn full force and effect PB- I ~E~BER PROVIDED FURTHER, that tf any legal action be filed upon th~s Bond exclusive venue shall lie in Denton County, State of Texas AND PROVIDED FURTHER that thc smd Surety for value received, bcrcby supulates and agrees that no change, extension of t~ne, alteration or addition to the terms of thc ColRxact, or to the Work to be performed thereunder, or to the Plans. Specifications Dr'awMgs, etc. accompanying thc same, shall m anywise affect its obligation On this Bond and it (Ioes~hereby waive not.cc of any such change, extension of t~nc, alteration or addioon to thc terms of the Contract, or to the Work to bc performed thereunder, or to thc Plans, Specifications Drawing% 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 requlmte aouces may be delivered and on whom semce of ~roc, e. ss may be had m matters arming out of such surctysh,p, as provided by Arttcle 7 19-1 of the Insurance Code, Vernon's Annotated C:v,l Statutes of the State of Texas IN WITNESS WHEREOF, this instrument is executed in a copies each one of which shall be deemed an original, this the 16 day of NOVEMBER, 1999 ATTEST BY SECRETARY PRINCIPAL GREAT~O~UTHWESTERN CONSTRUCTION, INC Witness SURETY FIDELITY AND GUARANTY INSURANCE UNDFR,,TRITERS, INC ATTORNEY-IN-FACT Sue Martin The Resident Agent of the Surety in Denton County of the process l~ NAME J_av Hale Texas for delivery of no.cc and service STREET ADDRESS St Paul Surety, 8144 Walnut Hill Lane, Suite 1199, Dallas, TX 75231-4345 (NOTE Date ofPe~ormance ~ondmust be dateofContra~ If Restaent Agentis not a corporcaton, gt~ a pcrson's name) PB 2 MOODY INSURANCE AGENCY, INC 3773 CHERRY CREEK NORTH DRIVE, SUITE 800 DENVEP~ COLORADO 80209-3804 PHONI: 8~4-.6600 BOND NO KA0621 STATE OF TEXAS PAYMENT BOND § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That GREAT SOLrlHWESTERN CONS-I~RUCTION, INC , whose address ,s I I00 Topeka Way, P O Box 847, Castle RoCk, CO 80104, hereinafter called Prmctpa], and FIDELITY AN]5 ~UARANTY f~SURANCE,* a c0rporatton organized and exmmg under the laws of the State of Wiscon&'in' , and fully authorized to transact business tn the State of Texas, as Surety. are held and firmly bound unto the Ctty of Denton, a mumc,pal corporation orgamzed and exmtmg wader the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furmsh materials for, or perform labor upon, the bmldmg or tmprovements herema~ter referred to, tn the penal sum of ONE MILLION THREE HUNDRED NINETY THREE THOUSAND EIGHT HUNDRED'FOURTEEN DOLLARS AND SIXTY TWO CENTS ($1,393,814 62) m lawful money of the Umted States, to be paid m Denton County Texas, for the payment of which sum well and truly to be made, we hereby b,nd ourselves, our heirs, executors, admtmstrators, successors, and ass,gus, jointly and severally firmly by these presents This Bond shall automaucally be increased by t.he amount of any Change Order or Supplemental Agreement whtch increases the Contract price, but m no event shall a Change Order or Supplemental Agreement whtch reduces the Contract puce decrease the penal sum of thts Bond *UNDERWRITERS, INC THE OBLIGATION TO PAY SAME ,s condl~oned as follows Whereas, the Pnn~npal entered, tutu a certam Contract, identffied by Ordmance Number 99-416, with the Ct~ of Denton the Owner, dated the 16 day of NOVEMBER A D 1999 , a copy of which i~ hereto ar~ached and made a part hereof, for BID # 2394. & 2395 - TRANSMISSION LINES SPENCE~TO LOCUST 69KV UPGRADE NORTH LAKES SUBSTATION 69KV UPGRADE US77 ~ND RINEY ROAD INTERSFC'I ION 69KV UPGRADE NOW THEREFORE ff the Pnnclpal ,~hall well, truly and talthfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporattons and claimants ~upply,ng labor and/or material m the prosecunon of the Work provided for in said Contract and any and all duly authormed modifications of said Contract that may hereafter be made not,ce of which modtficaUons to the Surety bemg hereby expressly waived, then thig ohhgauon ~hall be void, othenvise ~t shall remain in full force and effect PROVIDED FURTHER, that if an~. legal acnon be filed on this Bond exclustve venue shaTVhe m Denton County Texas AND PROVIDED FURTHER that the sa,d Surety, for value received hereby stipulates and agrees that ne change, extension of tune, alteration or addition to the terms of the Contract. or m the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. accompanying the same, shall m anyw,se affect ~ts obhga, on on this Bond. and ,t does hereby wa,ye not,ce of any such change, extension of tune alteration or addRion to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Speclficanon% 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 slamtes of the State of Texa~ Th: :v. derslgned and designated agent is hereby designated by the Surety hereto as the Resldcnt Agcnt m Denton County to whom any requtsite nonces may bc dchvcred and on whom service of process may be had m matters arising out of such suretyship, as provided by Article ? 1%1 of the Insurance Code. Vemon's Annotated Ciwl Statutes of the State of Texas IN WITNESS WHEREOF, flus instrument is executed in 4 copies, each one of which shall be deemed au original, tins the 16 day of NOVEMBER. 1999 ATTEST SECRETARY PRINCIPAL GREAT SOUTHWESTERN CONSTRUCTION, ]NC PRF2;IDENT Witness' SURETY FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC ~TTORNEYqN-FACT Sue Martin The Resident Agent of the Surety in Denton County, Texas for delivery of nonce a~d service of the process is NAME Jay Hale STREET ADDRESS St Paul Surety, 8144 Walnut Hill Lane, Suite 1199 "Dallas, TX 75231 (~IOTE Date of Payment Bond must be date of Contract If Resident Agent ts not a corporation, give a person's name ) 4 I'me l'Rlul Power of Attorney No POWER OF ATTORNEY Seaboard Surety Company Umted States Fidelity and Guaranty Company St Paul Fire and Marine Inanranee Company Fidelity and Guaranty Insurance Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc St Paul Mercury Insurance Company 20608 Certificate No 21.670,5 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 Manne Insurance Company St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporanons duly organized under the laws of the State of IVhnnesota and that Umted States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland and that F~debty and Guaranty Insurance Company is a corporanon duly orgamzed under the laws of the State of Iowa and that Fidelity and Guaranty Insurance Underwriters lnc is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the Cornpames ) and that the Companies do hereby make constitute and appoint Jody Anderson, Evan E Moody, Brad Moody, Sue Martin and Vera T Kalba Denver Colorado their tree and lawful Attorney(s) m Fact of the C~ty of State each m their separate capacity tf more than one is named above to sign its name as surety to and to execute seal and acknowledge any and ali bonds undertalongs 9th June 1999 IN WITNESS WHEREOF, the Companies have caused this instrument to be signed th~s Seaboard Surety Company St Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St Paul Mercury Insurance Company eeee State of Maryland City of Baltimore 9th June On th~s day of Michael R McFdbbea who acknowledged themselves to Manne Insurance Company, St Guaranty Insurance Company and Fldeht mstrament for the purposes thereto eontmned by slgmng day of Umted States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc MICHAEL B KEEGAN Vice Presxdent MICHAEL R MCKIBBEN Assistant Secretary :e me the undersigned officer personally appeared Michael B Keegan and respecUvely of Seaboard Surety Company St Paul Fire and Umted States Fldehty and Guaranty Company Fidehty and lnc and that they as such being authorized so to do executed the foregoing themselves as duly authorized officers My Comrmssion expires the 13th day of July 2002 REBECCA EASLEY ONOKALA Notary Pubbc Th~s Power of Attorney la granted under and by the authoffiy of the following resolutions adopted by the Boards of Directors of Seaboard Surety Compaay St Paul Fire and Manne Insurance Company, St Paul Guardian Insurance Company St Paul Mercury Insurance Company United States Fidelity and Guaranty Company Fldallty and Guaranty Insurance Company and F~dahty and Guaranty Insurance Underwriters Inc on September 2 1998 which resolutions are now in full force and effect, feeding as follows RESOLVED, that in connectmn with the fidahty and surety insurance business of the Company all bonds undertakmgs contracts and other instruments relating to smd business may be signed, executed and acknowledged by persons or ent~t~es appointed as Attorney(s) m Pact pursuant to a Power of Attorney issued in accordance wath these resoluOons Sa~d Power(s) of Attorney for and on behalf of the Company may and shall be executed m the anme and °n behalf °f the Company either by the Chlurman or the Presldant or any Vice President or an Assistant Vice President jmntly w~th the Secretary or an Assastant Secretary underthelrrespecuvedastgnanons The signature of such officers may be engraved pnntedorhthographed Thesxgnatureofeachoftheforegomgofficersand the seal of the Company may be ai~xed by faesmule to any Power of Attorney or to any ceraficate relating thereto appolanng Attorney(s) tn Fact for purposes only of execuung and atteanng bonds and undertakings and other wnUngs obhgatory in the nature thereof and subject to any limitations set forth thereto any such Power of Attorney or cerufieate bemang such faesxrmle signature or facsimile seal shall be valid and bznthng upon the Company and any such power so executed and certified by such facstmde signature and facslrcale seal shall be valid and binding upon the Company w~th respect to any bond or underteklng to which it is validly attached and RESOLVED FURTHER, that Attorney(s) in Fact shall have the power and authority and m any case subject to the terms and hmitaEons of the Power of Attorney issued them to execute and dehver on behalf of the Company and to attach the seal of the Company to any and ali bonds and undenalangs and other writings obhgatory in the nature thereof and any such instrument executed by such Attorney(s) m Fact shall be as binding upon the Company as ~f signed by an Executive Officer and sealed and attested to by the Secretary of the Company I Mmhael R McKthban Assistant Secretary of Seaboard Surety Company St Paul Fire and Marine Insurance Company St Paul Guardian Insurance Company St Paul Mercury Insurance Company, United States F~dehty and Guaranty Company Fidelity and Ouaranty Insurance Company and Fidelity and Guaranty Insurance Uederwnters Inc do hereby certify that the above and foregoing ~s a trae and correct copy of the Power of Attorney executed by smd Compemes which is in full force and effect and has not been revoked IN TESTFMONY WHEREOF, I hereunto set my hand this ]- 6 th day of_ Novemb e r To verify the authen~clty of this Power of Attorney, call I 800 421 3880 and ask for the Power of Attorney clerk Please refer to the Power of Attorney number, the above-named mdividuals and the detads of the bond to whteh the power is attachecL 86326 Rev 4 99 Printed In U S A I ACORD. CE i i T'E DF CtABiLiTY iNSUFLANCE 11/1 /1 gg I ' '"~--' -TM~: ~q~"-~ "%"" ;~''~'~'-~' 11'8 ~ (""~IScERT~i~ATE'isiS~uED'~s AMA,~'~oFi~ORMATION /;F ~c~- (3033824-Db~u [nc r~ L>v=J~/v v ONLYAND CONFERS NO RIGHTS UPON THE CERTIFICATE ~oody insurance Ageqcy, / HOLDER THiS CERTIFICATE DOES NOT AMEND, EXTENDOR 13773 Chef ry Creek N0r:h Orfve [ ALTER THE COVE~GE AFFORDED BY THE POLICIES BELOW COMPANIES AFFORDING COVE~GE Sul te 800 Denver, CO 80209-3804 COMPANY AEn Pat Gallagher Ext A ~NBUREO COMPANY D Great Southwestern Construction, Inc COMPANY P 0 Box 849 i C Castle Rock, CO 80104 COMPANY D Transcontqnental Insurance Co (CNA) Amerqcan Casualty Co of Readqng PA (CNA) United States Fire Insurance Co (C&F) THIS IS TO CERTIFY THATITHE POLICIES ~)F iNSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD iNDICATED NOTVVITHSTA~JOING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSLJED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS POLICY EFFECTIVE POLICY EXPIRATION LIMITS CO TYPE OF INSU RAND? POLICY NUMBER DATE (MMIDD/YY) DATE (MMIDD/YY) LTR , I GENERAL AGGREGATE 2,000,000 GENERAL LIABILITY X COMMERCIAL GENERAL LIAS&LITY CLAIMSMADE X OCCUR C135110255 A OWNER S & CONTRACTOR S PROT X Blkt Addl Insured X Project Aggregate AUTOMOBILE LIABILITY X ANY AL~TO ALL OWNED AUTOS SCHEDULED AUTOS C135110272 B X HIRED AUTOS NON OWNED AUTOE 12/31/1998 12/31/1999 12/31/1998 12/31/1999 PRODUCTS COMP/DP AGG PERSONAL & ADV INJURY EACH OCCURRENCE FIRE DAMAGE (Any one fire) MED EXP (Any one person) COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) 2,000,000 1,000,000 1,000,000 50,000 5~000 $ 1,000,000 PROPERTY DAMAGE $ AUTO ONLY EA ACCIDENT $ GARAGE LIABILITY OTHER THAN AUTO ONLY ANY AUTO EACH ACCIDENT $ AGGREGATE $ I EACH OCCURRENCE $ EXCESS LIABILITY C X UMBRSLLA FORM 5530674114 12/31/1998 12/31/1999 AGGREGATE $ $ OTHER THAN UMSRELLA FORM WC STATU OTH ~ TORY LIMITS ER WORKERS COMPENSATIOi~ AND EMPLOYERS LIABILITY C135110269 12/31/1998 12/31/1999 EL EACH ACCIDENT $ A THE PROPRIETOR/ X INCL EL DISEASE POLICY LIMIT $ PARTNERS/EXECUTIVE EL DISEASE EA EMPLOYEE $ OFFICERS ARE EXCL OTHER 5,000,000 5,000,000 500,000 500,000 500~000 DESCRIPTION OF O p ERATIO I~SlL~(~ATION B/VBH!DL E~/[IpPDIAL ITEMS [E 69 KU Trans~sSlon on Facllltqes Upgrade ;ee the Attached for Special Cqauses SHOULD ANY OF THE ABOVE DESORIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF THE 18SUING COMPANY WILL ENDEAVOR TO MAIL C1 ty of Den(on, Texas 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT Attn Tom O Shaw, C P M BUTFAiLURETOMAILSUCHNOTiCESHALLIMPOSENOOBLIQATtONORLIABIL[TY Purchasing ~tvtslon ~ANYKINDUPONTHE~M~NY iTSAGENTS~RREPRESENTATIVES 901-B TexasmStreet A ~;~EDREPRESENT iv-- Denton, TX '620[ ~ ~ ~~ ..... L , ............................. - ............. City of Denton, Texas Certlfqcate issued to C~ty of Denton, Texas 11/19/1999 r, lood¥ [nsurance Agency, Znc 11/19/1999 City of Denton, Its, Officials, Agents, Employees & volunteers are included as Addltqonal Insured's as respects General Lqabql~ty & Auto L~ab~llty and work performed by the Named Insured Llabll~ty Insurance ~s Primary Waiver of Subrogation ~ncluded as respects Workers Compensation coverage The policies l~sted on the Certificate of Insurance shall not be cancelled, nonrenewed or materially changed w~thout 30 days advanced written notice being g~ven to the Owner (City) except when the policy ~s being cancelled for nonpayment of premium, ~n which case 10 days advanced written not~ce ~f required CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Btdder's attention ts directed to the tnsurance requtrements below It ts htghly recommended that btdders confer wtth thetr respective tnsurance carriers or brokers to determtne tn advance of Btd submtsston the avatlabthty of tnsurance certtficates and endorsements as prescribed land prorated herein. If an apparent low butder fads to comply strictly with the insurance reqmrements, that butder may be dtsqualtfied from award of the contract Upon btd award, all tnsurance requtrements shall become contractual obhgattons whtch the successful,bidder shall have a duty to matntatn throughout the course of thts contract STANDARD PROVISIONS Wtthout hmtttng any of the other obhgattons or habthttes of the Contractor, the Contractor shall provide and mamtatn unttl the contracted work has been completed and accepted by the Ctty of Denton, Owner, the mtmmum tnsurance coverage as tn&cated heretnafler As soon as practtcable after nottficatton of btd award, Contractor shall file wtth the Purchastng Department satisfactory certtficates of tnsurance, contatntng the btd number and tttle of the project Contractor may, upon written request to the Parchastng Department, ask for clarification of any tnsurance requtrements at any ttme, however, Contractors are strongly advtsed to rnake such requests prior to btd opemng, stnce the tnsurance requtrements may not be modtficd or watved after btd opemng unless a wrttten exceptton has been submttted wtth the btd Contractor shall not commence any work or dehver any matenal untd he or she recetves nottflcatton that the contract has been accepted, approved, and stgned by the Ctty of Denton All tnsurance poltctes proposed or obtatned tn sattsfactton of these requtrements shall comply wtth the following general spectficattons, and shall be matntatned tn comphance wtth these general spectficattons throughout the duratton of the Contract, or longer, tf so noted · Each pohcy shall be ~ssued by a company authorized to do business m the State of Texas w~th an A M Best Company rating of at least A Any deductibles or self-insured retentions shall be declared ~n the btd proposal If requested by the C~ty, the insurer shall reduce or elumnate such deductibles or self-insured retenttons w~th respect to the C~ty, ~ts officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteemg payment of losses and related investigations, clmm admuustratton and defense expenses Lmbfi~ty pohmes shall be endorsed to provtde the following Name as additional msured the C~ty of Denton, its Officials, Agents, Employees and volunteers That such insurance is prnnary 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 clatm IS made or suit Is brought The mclusiun of more than one ~nsured shall not operate to increase the msurer's limit of habthty All pohmes 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 mamtam such coverage continuously throughout the term of th~s contract and, without lapse, for a period of three years beyond the contract exptrauon, such that occurrences arising during the contract term which give rise to clanns 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 hmIt, 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 reqmred by this contract, effective as of the lapse date If insurance is not reinstated, City may, at its sole optmn, term. mate this agreement effective on the date of the lapse SPECIEIC ADDITIONAL INSURANCE REQUIREMENTS All tnsurance pohctes proposed or obtatned tn sattsfactton of thts Contract shall addtttonally comply with the followtng marked spectficattons, and shall be mamtatned tn comphance wtth these addtttonal spectficattons throughout the duratton of the Contract, or longer, tf so noted [X] A General Liability Insurance. General L~abihty insurance with combined s~ngle lnmts of not less than $1,000,000 shall be provided and maintained by the Contractor The policy shall be written on an occurrence basis either m a single policy or m a combination of underlying and umbrella or excess pohcles Ix) 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 Edmon and ISO Form GL 0404) is used, it shall Include at least · Bodily injury and Property Damage Llabthty 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 Automobile Lmabmhty Insurance Contractor shall provide Commercial Automobile Liability insurance with Combined Sntgle Lmuts (CSL) of not less than $1,000,000 either in a single policy or In a combmaUon of basic and umbrella or excess policies The pohcy will include bodily injury and property damage hablhty arising out of the operation, maintenance and use of all automobiles and mobile eqmpment used in conjuncuon with th~s contract SatisfacUon of the above reqmrement shall be in the form of a policy endorsement for · any auto, or · all owned, h~red and non-owned autos [X] Workers Compensation Insurance Contractor shall pumhase and mamtam Worker's CompensaUon ~nsurance which, tn addition to meeting the minimum statutory requirements for ~ssuance of such insurance, has Employer's Llabthty hrmts of at least $100,000 for each acmdent, $100,000 per each employee, and a $500,000 policy hmit for occupational d~sease The City need not be named as an "Addmonal Insured" but the ~nsurer shall agree to waive all rights of subroganon against the C~ty, tis officials, agents, employees and volunteers for any work performed for the C~ty by the Named Insured For building or construction projects, the Contractor shall comply w~th the provisions of Attachment 1 m accordance with §406 096 of the Texas Labor Code and role 28TAC 110 110 of the Texas Worker's CompensaUon Commission (TWCC) [] [] [] Owner's and Contractor's Protective Liabd~ty 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 Protecuve Ltablhty insurance policy nammg 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 pohcy shall be issued by the same insurance company that carries the Contractor's llabthty insurance Policy hmlts will be at least __combined bodily injury and property damage per occurrence with a aggregate F~re Damage Legal Lmbility 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 Liabihty Insurance Professional liability insurance with limits not less than per claim with respect to neghgent acts, errors or omissions in connection with professional services is reqmred under this Agreement Budders' 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 ts required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications ATTACHMENT 1 [Xl Workerts Compensation Coverage for Budding or Construction Projects for Governmental Entities A Definitions B C D Certificate of coverage ("certlficate")-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 entlty's employees providing serwces on a project, for the duration of the project Duration of the project - includes the tune from the beglnmng 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 serwces on the project ("subcontractor" in §406 096) - includes all persons or entrees perforrmng 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 lumtatton, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furmshes persons to provide services on the project "Services" include, without limitation, providing, hauling, or delivering eqmpment or materials, or prowdmg labor, transportation, or other serwce 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 todets The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all employees of the Contractor providing services on the project, for the duration of the project The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract If the coverage 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 F G H The contractor shall obtam from each person prowd~ng services on a project, and prowde to the governmental enttty (1) a cemficate of coverage, prior to that person beglnmng work on the project, so the governmental entity will have on file cemficates of coverage showing coverage for all persons prowdmg serwces on the project, and (2) no later than seven days after receipt by the contractor, a new cemficate of coverage showing extanslon of coverage, ff the coverage permd shown on the current certfficate of coverage ends during the duration of the project The contractor shall retain all reqmred certfficates of coverage for the duration of the project and for one year thereafter The contractor shall not~fy the governmental entity ~n writing by certified marl or personal dehvery, wxthm 10 days after the contractor knew or should have known, of any change that matertally affects the provision of coverage of any person providing serwces on the project The contractor shall post on each project s~te a not,ce, m the text, form and manner prescrtbed by the Texas Workers' Compensanon Conumss~on, reforming all persons provtdmg serwces on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage The contractor shall contractually reqmre each person w~th whom ~t contracts to provxde services on a project, to (1) prowde coverage, based on proper reporting of classfficatton codes and payroll amounts and fihng of any coverage agreements, which meets the statutory reqmrements of Texas Labor Code, Section 401 011(44) for all of ~ts employees prowdmg sermces on the project, for the duraUon of the project, (2) provide to the contractor, prior to that person beginning work on the project, a certfficate of coverage showing that coverage ~s being prowded for all employees of the person prowdlng services on the project, for the duratton of the project, (3) promde the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, ~f 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 ~t contracts, and provide to the contractor (a) a certxficate of coverage, prior to the other person beginning work on the project, and (b) a new certxficate of coverage showing extension of coverage, prxor to the end of the coverage per~od, d the coverage per~od shown on the current certificate of coverage ends durmg 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) notdy the governmental entity in writing by certd~ed mall 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 prowdmg services on the project, and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), w~th the certificates of coverage to be prowded to the person for whom they are prowdmg services By slgmng th~s 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 wall provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage w~ll 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, ~n the case of a self-insured, with the conmnsslon's D1vlslon of Self-Insurance Regulation Prowdmg false or m~sleadtng reformation may subject the contractor to admmlstratlve penalties, criminal penalties, c~wl penalties, or other civil actions K The contractor's failure to comply with any of these prowslons ~s a breach of contract by the contractor which entitles the governmental entity to declare the contract voxd ~f the contractor does not remedy the breach w~thm ten days after receipt of notice of breach from the governmental entity ORDINANCE NO ~0~'2~-0 AN ORDINANCE AUTHORIZING THE EXECUTION OF A CHANGE ORDER ONE TO THE PUBLIC WORKS CONTRACT PROVIDING UPGRADES TO THE 69KV LINE FROM SPENCER TO LOCUST, NORTH LAKES SUBSTATION AND US77/RINEY ROAD INTERSECTION BETWEEN THE CITY OF DENTON AND GREAT SOUTHWESTERN CONSTRUCTION, INC, PROVIDING FOR AN INCREASE IN THE SCOPE OF WORK, MATERIALS, LABOR AND AN INCREASE IN TIlE PAYMENT AMOUNT, AND PROVIDING AN EFFECTIVE DATE (PURCHASE ORDER 00983 TO GREAT SOUTHWESTERN CONSTRUCTION, INC iN THE AMOUNT OF $1,393,81462 PLUS CHANGE ORDER ONE 1N THE AMOUNT OF $47,288 63) WHEREAS, on November 16, 1999 (Ordinance 99-416), the City awarded a public works contract to Great Southwestern Construction Inc, in the amount of $1,393,814 62, and WHEREAS, the City Manager hawng recommended to the Cotmcfl that a change order be authorized to amend such contract agreement with respects to the scope of work, materials, labor and an increase m the payment amount, and smd change order being in comphance w~th the requirements of Chapter 252 of the Local Government Code, Now, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS ~ That the change order ~ncreaslng the amount of the agreement between the City and Great Southwestern Construction, Inc on file in the office of the Purchasing Agent, in the amount of Forty Seven Thousand Two Hundred Eighty Eight and 63/100 Dollars ($47,288 63), ~s hereby approved and the expenditure of funds therefor is hereby authorized The master contract amount is amended to read $1,441,103 25 SE_$_~_QII.Q__N.~ That th~s ordinance shall become effective ~mmethately upon its passage and approval PASSED AND APPROVED this the /.~ day of ~j~2000 EUL1NE BROCK, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY CHANGE ORDER to PURCHASE ORDER 00983 ORDINANCE-2000 901-B TEXAS STREET PO NUMBER 00983 VENDOR GREAT SOUTHWESTERN CONST 1100 TOPEKA WAY PO BOX 849 CASTLE ROCK CO 80104 ATTACHMENT 1 CITY OF DENTON, TEXAS DENTON, TX 76201 PURCHASE ORDER DATE/VENDOR NO 02-09-00 GRE54000 DOCUMENT S21 SHIP TO ELECTRIC DISTRIBUTION S21 1701C SPENCER RD DENTOI~205 *** NOTE. THIS PURCHASE ORDER SUPERSEDES P 0.# 00983 ITEM ACCOUNT NUMBER UNITS NUMBER DESCRIPTION BID NO TYPE LINE AMOUNT 01 653 02 653 080 R698 3650 9219 0 O0 TRANSMISSION FACILITIES. SPECNER TO LOCUST TRANSMISSION LINE REBUILD CROSSING OF US?7 AT RINEY ROAD NORTH LAKES SUBSTATION POLE REPLACEMENT 080 R698 3650 9219 0.00 CHANGE ORDER # 1 1,393,814 62 47,288 63 The Qty of Denton, Texas ~s tax exempt-House Bdl No 20 TOTAL FOR P 0 1,441,103 2E Reference PO Number on all B/L Shipments ~ nvomes Shipments are FOB City of Denton, or as mdmated By Purchasing D~wslon R R Number Items Recmved Date Voucher Number Amount July 12 2000 CITY OF DENTON, TEXAS 901-A Texas Street Denton, TX 76201 ATTACHMENT 2 GREAT SOUTHWESTERN CONSTRUCTION, INC. ATTN Mr Chuck Sears RE FIELD EXTRA WORK ORDERS Purchase Order Number 00983 Spencer to Locust 691<V Upgrade North Lakes Substation 69kV Upgrade US77 and Riney Road Intersection 69kV Upgrade GSWC Contract No 9933-1 Dear Mr Sears, Enclosed are the Iollow~ng Field Extra Work Orders numbered 1 through 15 FEWO it AMOUNT $3,383 70 2 Deleted 3 $8,288 80 4 $4,857 50 5 $10,017 75 6 $7,859 3 7 $478 74 8 $2,008 02 9 Deleted 10 $658 30 11 -$1 380 00 12 -$821 4O 13 -$319 16 14 $553 72 15 $11 70336 TOTAL $47,288 63 Please review and call me should you have any quesbens or comments Very ~'uly yours, J Mace Peveler Project Developer 1 I00 Topeka Way, P 0 Box 849 Castle Rock, Colorado 80104 (303) 688-5816 http//w-wx,, greatsouthwestern corn Fax (303) 688-4416