Loading...
2001-137FILE REFERENCE FORM [ 2001-137 ] Additional File Exists Additional File Contains Records Not Public, According to the Public Records Act Other FILE(S) Date Initials Change Order Number One - Ordinance No. 2002-210 07/16/02 ~ O INANCE NO 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 EFFECTWE 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 Ctty has sohmted, received and tabulated compettt~ve b~ds for the construction of public works or improvements ~n accordance w~th the procedures of STATE law and C~ty ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible b~ds for the construction of the pubhc works or ~mprovernents described in the bid ~nmtatlon, b~d 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 pubhc works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and spemficanons on file m the Office of the City's Purchasing Agent filed according to the b~d number assigned hereto, are hereby accepted and approved as bmng the lowest responsible b~ds BID NUMBER CONTRACTOR AMOUNT 2629 Seneca Construction, Inc $910,130 30 SECTION II That the acceptance and approval of the above competitive btds shall not constitute a contract between the City and the person submitting the bid for construction of such public works c~r ~mprovements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders ~ncluding the nmely execution of a written contract and furnishing of performance and payment bonds, and insurance cemficate after noUficat~on of the award of the bid SECTION Ili That the C~ty Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or ~mprovements ~n accordance w~th the bids accepted and approved herren, provided that such contracts are made in accordance w~th the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantmes and spemfied sums contmned there~n SECTION IV That upon acceptance and approval of the above competmve b~ds and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenchture of funds in the manner and ~n the amount as specified m such approved bids and authorized contracts executed pursuant thereto SECTION V That this ordinance shall become effective immediately upon ~ts passage and approval PASSED AND APPROVED this the .~ dayof {f~t_/~.,~ ,2001 EULINE BROCK, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM ATTACHMENT 1 TABULATION SHEET BID 2629 DATE 2120101 No It ..... DESC}RiP~ (~Ni VENDOR VENDOR ~ ' ' i .,I ...... , ......... p~ .~ ~ SENECA sro GENERAL ' ' CONTRACTING CONTRACTING Prlnclp e P ace of Business DENTON, TEXAS SPRINGTOWN TX 1 I Base Bid $799,192 80 $982,000 00 Alternates-ADD 1 Irngabon-Football and Ruby F~elds - ADD $55,125 00 $45,581 15 2 Irngat~on - 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 Irr~gabon-ADD $2,575 00 $1,162 00 Add Curb-ADD $7,600 00 $26,850 00 6 Pave and Add Curb-ADD $139,125 00 $207,900 00 7 Boman~te Pawng-ADD $8,580 00 $15,000 00 8 F~eld Drainage-ADD $35,000 00 $12,673 50 9 10 Landscape-ADD $54,865 00 $37,282 60 Tree Transplant-ADD $6,400 00 $12,000 00 11 S~te Utdt~es-ADD $66,437 50 $83,855 50 12 S~te Ublbes-ADD $16,000 00 $28,650 00 13 Alternates - DELETE 1 Concrete Site Work-DELTE ($244,678 00) ($5,115 38) 2 Asphalt S~te Work-DELETE ($223,964 00) ($14,362 56) 3 L~ghbng-DELETE ($13,200 00) ($13,000 00) Addendum #1 YES YES Addendum #2 YES YES BID BOND YES YES CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into thts 3 day of Aprtl A D , 2001, by and between C~ty of Denton of the County of Denton and State of Texas, acting through ~ thereunto duly authorized so to do, heremafter termed "OWNER," and Seneca C0ntraetmg Corporatmn PO Box 1470 Denton: TX 76202-1470 of the City of Denton, County of Denton and State of Texas, hereinafter termed "CONTRACTOR" WITNESSETH That for and ~n consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the condmons expressed in the bonds attached hereto, CONTRACTOR hereby agrees w~th OWNER to commence and complete performance of the work specified below R~d 2629-North l,akes Park Football Fields and Park~n~ Improvements lncll~dmg Alternate~q 1,3:5:12 in the amount of $910:130.30 and all extra work in connection therewith, under the terms as stated ~n the General Conditions of the agreement, and at his (or their) own proper cost and expense to furmsh all matermls, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, m accordance w~th the condmons and prices stated m the Proposal and the Performance and Payment Bonds, attached hereto, and ~n accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to B~dders (Advertisement for B~ds), arid Instructions to B~dders, as referenced herein and on file in the office of the Purchasing Agent, and in accordance w~th the plans, whmh includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, CA - 1 and the Specifications therefore, as prepared by Design Group Mesa all of whmh are referenced hereto and made a part hereof and collecUvely 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, w~thhold~ng, socml security taxes, vacation or sink 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, lnvitees, and other persons for whom it ~s legally hable, 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 clmms and demands Chmce 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 he 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 tune stated in the Proposal, subJeCt to such extensions of Ume 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 parttes of these presents have executed tNs agreement the year and day first above written ATTEST, Interim C~ty Manager (SEAL) CONTRACTOR ~,o, Box I+~o MAILING ADDRESS 04-0- 56 PHONE NUMBER 04-0 -sgz-oq s FAX NUMBER TITLE ~ APPROVE A~OF~RM P~NTED NAME  (SEAL) CITYA[ ~Y ' CA-3 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That Seneca Construction: Inc. whose address is PO Box 1470. Denton. TX 76202-1470 ~ , hereinafter called Principal, and ~m)b-C/~ ~r~-//~z~ ~ ~ ~ , a corporation organized and existing under the laws of ~e State of ~, and full anthortzed to transact business In the State of Texas, as Surety, are he~d and firmly bound Y unto the City of Denton, a mumclpal corporation orgamzed and ex~stmg under the laws of the State of Texas, heremafter called Owner, m the penal sum of Nine Hnndred Ten Thousand One Hundred Thirty and 30/100 DOLLARS ($ 910:130.30) plus ten percent of the stated penal sum as an addmonal sum of money representing adtht~onal court expenses, attorneys' fees, and ,hqmdated damages arising out of or connected with the below ~dent~fied Contract, m lawful money of the Umted States, to be paid m Denton County, Texas, for the payment of wNch sum well and truly to be made, we hereby bind ourselves, our he,rs, executors, admlmstrators, successors, and assigns, jmntly and severally, firmly by these presents Th~s Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which mereases the Contract price, but m 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 Pnnclpal lentered into a certain Contract, identified by Ordinance Number _20/)Jc.13_7~, with the C~ty Of Denton, the Owner, dated the 3 day of April A D ._20_03., a copy of which is hereto at~aehed and made a part hereof, for B~d 2629 - North l ,ages Park Football F~elds and Parking Improvements including Alternates 1: 3: 5:12 NOW, THEREFORE, ~f the Pnnc~pal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, condmons and agreements of smd Contract in accordance wnh the Plans, SpeclflcaUons and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, wxth or without notice to the Surety, and during the life of any guaranty or warranty reqmred under th~s Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, condmons and agreements of any and all duly authorized mod~flcaUons of smd Contract that may hereafter [be made, noUce of wNch mod~ficauons to the Surety being hereby wmved, and, ff the Principal shall repmr and/or replace all defects due to faulty matermls and workmanship that appear wxthm a period of one (1) year from the date of final completion and final acceptance of the Work by the Owner, and, ~f the Principal shall fully ~ndenmffy and save harmless the Owner frbm all costs and damages which Owner may suffer by reason of failure to so perform herein a~d shall fully retmburse and repay Owner all outlay and expense which the Owner may ~ncur in tnahng good any default or deficiency, then tNs obhgaUon shall be vmd, otherwxse, ~t shall remam ~n full force and effect PB - 1 PROVIDED FURTHER, that ff any legal action be filed upon this Bond, exclusive venue shall lie m 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, alteraUon or addmon to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Spemficatmns, Drawings, etc, accompanying the same, shall m anywise affect ~ts obhganon on th~s Bond, and it does hereby wawe notice of any such change, extension of ttme, alterauon or add,non to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc Th~s Bond is gwen pursuant to the prows~ons 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 hereto as the Resident Agent m Denton County to whom any reqms~te nonces may be dehvered and on whom servme of process may be had m matters arising out of such suretyship, as provided by Artmle 7 19-1 of the Insurance Code, Vernon's Annotated Cwfl Statutes of the State of Texas IN WITNESS WHEREOF, th~s instrument is executed in 4 copies, each one of which shall be deemed an original, this the 3 day of April, .2,0_01 ATTEST. PRINCIPAL SECRETARY BY PRESIDENT ATTEST, SURETY UNITED STATES FIDELITY AND GUARANTY COMPANY G~'TORNEY-iN-FACT The Resident Agent of the Surety m Denton County, Texas for dehvery of not,ce and service of the process is STREET ADDRESS ~(¢/D /~ ,~¢4~)f_~//'~//~.,,/~/,o,~/./7 75,2~5 (NOTE Date of Performance Bond must be date of Contract If Resident Agent ts not a corporatton, give a person's name ) PB - 2 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That Seneca Contracting Corporatmn , whose address m PO Box 1470. Denton. TX 76202-1470. hereinafter called Prlnmpal, and ,.., fOt~Oq.O/Jnt ~-~d.g./rt~ ta~,t~ t(---{~ a corporation orgamzed and emstmg under the laws oF'the State ~f ~ ~t~a~, and fury authorized to transact business m the State of Texas, as Surety, are held and firmly bound unto the C~ty of Denton, a mummpal, corporatton orgamzed and exmtmg under the laws of the State of Texas, hereinafter called OWner, and unto all persons, firms, and corporaUons who may furmsh materials for, or perform labor upon, the building or nnprovements hermnafter referred to, an the penal sum of Nine Hundred Ten Thousand One Hundred Thirty and 30/100 DOLLARS(S910,130 30) ~n awful mohey of the Umted 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 hints, executors, administrators, successors, and asmgns, jointly and severally, firmly by these presents Thru Bond shall automatically be increased by the mount of any Change Order or Supplemental Agreement which ~ncreases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of th~s Bond THE OBLIGATION TO PAY SAME ~s conditioned as follows Whereas, the Pmnmpal ~entered into a certain Contract, ~dent~fied by Ordinance Number ~, w~th the Ctty of Denton, the Owner, dated the 3 day of April A D 2001, a copy of whmh is hereto attached and made a part hereof, for Bid 2629 - North Lakes Park Football Fields and Parking Improvements NOW, THEREFORE, ff the Prmmpal shall well, truly and fmthfully perform ~ts duties and make prompt payment to all persons, firms, subcontractors, corporattons and clmmants supplying labor and/or materml m the prosecuUon of the Work prowded for ~n smd Contract and any and all duly authorized modfficat~ons of sad Contract that may hereafter be made, nonce of which modfficat~ons to the Surety bmng hereby expressly waived, then th~s obhgatmn shall be void, otherwme ~t shall remain m full force and effect PROVIDED FURTHER, that ff any legal action be filed on th~s Bond, exclumve venue shall he m Denton County, Texas AND PROVIDED FURTHER, that the smd Surety, for value received, hereby st~pulates~ and agrees that no change, extenmon of nme, alteration or addmon to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc, accompanymg the same, shall in anywise affect ~ts obhgatlon on th~s Bond, and ~t does hereby wmve notice of any such change, extenston of t~me, alteration or addmon to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specfficatmns, Drawings, etc PB - 3 This Bond is given pursuant to the prowslons 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 ~s hereby designated by the Surety herein as the Resident Agent in Denton County to whom any reqmslte notices may be dehvered and on whom service of process may be had ~n matters arising out of such suretyship, as prowded by Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, th;s instrument is executed m 4 cop~es, each one of which shall be deemed an original, th~s the .3 day of Aprd , __2001_ ATTEST PRINCIPAL BY 'RES DEN'F ATTEST SURETY UNITED STATES FIDELITY BY~~ BY~~[;AND GUARANTY COMPANY ~ATTORNEY-IN-FACT~a-&' ~ ~ The Resident Agent of the Surety in Denton County, Texas for dehvery of notice and service of the process ~s NAME 7'~(~'(- '~'f~t~{2 ~~ ~/q.6-~/~ ~ (NOTE Date of Payment Bond must be date of Contract If Restdent Agent is not a corporaaon, gtve a person's name ) PB - 4 2531 B Inflow/Infiltration Corrections for Western Pecan Creek and Cooper Creek Seaboard Surety Company United States Fidelity and Guaranty Company St Paul Fire and Marine Insurance Company F~delity and Guaranty Insurance Company St Paul Guardian Insurance Company l~delity and Guaranty Insurance Underwriters, lac St Paul Mercury Insurance Company Power of Attorney No 20290 Certificate No ,~ ~ ~ * KNOW ALL MEN BY THESE PRESENTS That Seaboard Surety Company ~s a corporauon duly orgamzed under the laws of the State of New York and that St Paul F~re and Marine Insurance Company St Paul Guarthan Insurance Company and St Paul Mercury Insurance Company a~ corporations duly orgamzed under the laws ot the State of Mtanesota and that United States Fldehty and Guaranty Company ~s a corporation duly orgamzed under the laws of the State of Mary]and and that Fidelity and Guaranty Insurance Company is a corporation duly orgamzed under the laws of the State of Iowa and that Fldabty and Guaranty Insurance Uederwnters Inc is a corporation duly orgamzed under the laws of the State of Wisconsin (herein collectively called the Compame~ ) and that the Compames do hereby make consHtute and appoint Donal Boley, Steve Deal and Stacx Gross Wichita Falls Texas of the City of State their true and lawful Attorney(s) m Fact each m their separate capacity ff more than one ~s named above to s~gn ~ts name as surety to and to execute seal and acknowledge any and all bonds undertahngg contracts and other written instruments m the nature thereof on behalf of the Compames ~n their bus~ness of guaranteeing the f~dehty of persons guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings ~ ~ actions or proceedings allowed by law IN x:-* day of December 1999 Seaboard Surety Company States Fidelity and Gusranty Company St Panl } Fidelity and Guaranty Insnrance Company Fidelity and Gnaranty Insurance Underwriters, lnc State of Maryland City of Baltimore THOMAS E HUIBREGTSE A~ststant Secretary On th~s 1st day of Dec~rnber 1999 before me thc undersigned officer personally appeared John F Phmney and Thomas E Hulbregtqe who acknowledged themselves to be the Vice president and Assistant Secret~u'y respecuvely of Seaboard Surety Company St Paul ~re and Marine thsurance Company St Paul Guardmn Insurance Company St Paul Mercury Insurance Company Umted States F~dehty and Guaranty Company F~dehty and Guaranty Insurance Company and F~dehty and Guaranty insurance Underwriters lnc and that the seals affixed to the foregomg instrument are the corporate seals ot sa~d Compames and that they as such being authorized so to do executed the foregoing mqtrument for the purposes thereto contained by s~gmng the names of the corporahons by themselves as duly authorized officers In Witness Whereof, [ hereunto set my hand aed official seal O My Comm~s~mn expires the I3th day of July 2002 REBECCA EASLEY ONOKALA Notary Pubh~ 86203 Rev 7 2000 P,nted in U S A Th~s Power of Attorney ~s granted under md by the authonty of the folk)wing l'esolutmns adopted by the Boards bi D~rectors of Seaboard Surety Company St Paul F~re and Manne Insurance Company St Paul Guardian Insurance Company St Paul Mercury Insurance Company Umted States F~dehty and Gumanty Company F~dehty and Guaranty Insurance Company and F~debty and Guaranty Insurance Underwriters lac on September 2 1998 which resolutmns are now m full force and effect reading as follows RESOLVED, that m connection w~th the fidehty and surety m~urance business of the Company all bonds undertakings contract~ and other m~truments relating to sa~d business may bc s~gned execuled and acknowledged by persons or enlmes appointed as Attorney(s) ~n Fact pursuant to a Power of Attorney ~ssued m accordance w~th these rcsolutmus S ud Power(s) of Attorney ~or and on behalf of the Company may and shall be executed m the name and ou behall of the (ompany ellher by the Chairman or the P~es~dent or any V~ce President o~ qu Assistant Vice President jointly w~th tbe Secrelary or an Asqlstant Secretary undertbelrrespect~vede~gnattons The s~gnature o~ such officers may be engmved pnntedorh~hographed Thes~gnatureofeachoftheforegomgofhcersand the seal of the Company ~nay be afl~xed by facs~mde to any Power bt Attorney or to any certificate minting thereto appointing Attorney(s) m Fact k)r purposes only of ex~utmg and attesting bonds and undertakings and other wnt~ng~ obhgatory In the nature thereof and subject to any hnutatlonq set lo,th thereto any such Power of Attorney or certfficate bearing such facslmde s~gnatme or facs~mde seal shall be vahd and binding upon the Company and any such power so execumd and certified by such facs~mde s~gnature and lacs~mtle seal shall be v II~d and binding upon the Company w~th respect to any bond or undertaking to which ~t ~s vahdly attached and R[SOLVED FURT~FR, that A~torney(s) m Fact ~hall have the power and authomy and m any case ~ubJect to the terms and hmaat~ons of the Power of Attorney ~ssued them to execute and dehver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings and o&er writings obbgatory m the nature thereof and any such instrument executed by such Atlorney(s) m Fact shall be as binding upon the Company a~ d s~gned by an Executive Officer and sealed and attested to by the Secretary of the ~ompany I Thoma~ E Hmbregtse Assistant Secret ~ry of Seaboard Surety ( ompany St Plul Fire and Marine Inqmance Company St Paul Guardian Insmance Company St Paul Mercury Inqumnce (ompany Umted States F~debty and Guaranty Company F~debty and Guaranty Insurance Company and F~dehty and Guaranty Insurance Unde~nter~ Inc do hereby cet Iffy that the above and foregoing ~s a ~ ue md co.eot copy of the Power of Attorney executed by smd Compames which ~s m full fb~ce and effect and has not been ~evoked IN TESTIMONY WHEREOF 1 hereunto set my hand this ~ day bi ~Drll _~ To ver~y the authen~sty of this Power of Attorney cab I 800 42J 3 ~ clerk Please refer to the Power of Aaorney numbeg the above named m&vMuals and the details ~ CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attent, on is dtrected to the insurance requirements below It ts htghly recommended that btdders confer wtth thetr respective insurance carriers or brokers to determine tn advance of Btd submtsston the avadabthty of msurance cemficates and endorsements as prescribed and provtded hereto. If an apparent low btdder fads to comply strictly wtth the msurance, requtrements, that bidder may be dtsqualtfied from award of the contract Upon btd award, all insurance requirements shall become contractual obltgattons whtch the successful btdder shall have a duty to mamtatn throughout the course of thts contract STANDARD PROVISIONS: Wtthout ltmtttng any of the other obhgattons or ltabdtttes of the Contractor, the Contractor shah pro~tde and matntatn unttl the contracted work has been completed and accepted by the Ctty of D~nton, Owner, the mtmmum insurance coverage as tndtcated heretnafler As soon ,as practtcable after nottficatton of btd award, Contractor shall file wtth the Purchastng Department sattsfactory certtficates of msurance, contatmng the btd number and title of the project Contractor may, upon written request to the Purchasing Department, ask for clanficatton of any tnsurance requtrements at any trine, however, Contractors are strongly advtsed to make such requests prtor to bid opemng, since the tnsurance requtrements may not be modified or watved after btd opentng unless a written exceptton has been submitted wtth the btd Cohtractor shall not commence any work or dehver any material until he or she receives nottficatton that the contract has been accepted, approved, and stgned by the Ctty of Denton. All tnsurance poltc~es proposed or obtatned tn sattsfactton of these requtrements shall comply with the following general spectficattons, and shall be matntatned tn compltance wtth these general spectficattons throughout the duratton of the Contract, or longer, tf so noted · Each pohcy shall be issued by a company authorized to do business m the State of Texas w~th an A M Best Company rating of at least A 4 · Any deductibles or self-insured retentions shall be declared m the b~d proposal If requested by the C~ty, the insurer shall reduce or ehmlnate such deductibles or self-insured retentions with respect to the City, ~ts officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses · L~ab~hty policies shall be endorsed to provide the following · · Name as additional insured the C~ty of Denton, its Officials, Agents, Employees and volunteers · e That such insurance is prwnary to any other insurance available to the additional insured with respect to clauns covered under the policy and that this insurance applies separately to each insured against whom chun is made or suit is brought The inclusion of more than one insured shall not operate to increase the Insurer's Imalt of liability · All pohcaes shall be endorsed to ~ "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 reqmred ansurance be provided under a clauns-made form, Contractor shall maintain such coverage continuously throughout the term of thas contract and, without lapse, for a period of three years beyond the contract expirataon, such that occurrences arising during the contract term which give rase to claims made after expiration of the contract shall be covered · Should any of the reqmred insurance be provided under a form of coverage that includes a general annual aggregate hmit providing for clauns investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence lurers or obtain Owners and Contractors Protective Llabihty Insurance · Should any required insurance lapse during the contract term, requests for payments ongmatang after such lapse shall not be processed until the City receives satisfactory evadence 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 pohctes proposed or obtatned tn sattsfactton of thts Contract shall addtt~onally comply wtth the followtng marked spectficattons, and shall be mamtatned tn comphance with these addtttonal spectficattons throughout the duratton of the Contract, or longer, tf so noted IX] A General Lmbihty Insurance: General Liability insurance with combined single lnnits of not less than $500:000 shall be provided and maintained by the Contractor The pohcy shall be written on an occurrence basis either an a single policy or in a combanauon of underlying and umbrella or excess polimes If the Commercial General LaabflIty 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 th~s contract, personal injury liability and broad form property damage liability tx] Automobile Lmbfllty Insurance Contractor shall provide Commercial Automobile Lmbfllty insurance with Combined Single Lnmts (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 hablhty arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract Satisfaction of the above requirement shall be in the form of a policy endorsement for · any auto, or · all owned, hired and non-owned autos [X] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation ~nsurance which, in adtht~on to meetmg the mm~mum statutory requirements for issuance of such insurance, has Employer's Liability hmlts of at least $100,000 for each acc]dent, $100,000 per each employee, and a $500,000 polmy lumt for occupational disease The C~ty need not be named as an "Addmonal Insured" but the insurer shall agree to wmve all rights of subrogation agamst the City, ~ts 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 wtth the provistons of Attachment 1 m accordance with §406 096 of the Texas Labor Code and role 28TAC 110 110 of the Texas Worker's Compensatmn Commission (TWCC) [ ] Owner's and Contractor's Protective Llablhty 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 m 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 Pohcy limits will be at least combined bodily injury and property damage per occurrence with a aggregate [ ] Fire Damage Legal L~abfllty Insurance Coverage ~s reqmred if Broad form General Liability ~s not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a C~ty budthng Limits of not less than each occurrence are required [ ] Professional L~ability Insurance Professional habfltty insurance with limits not less than per clmm 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-R~sk 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 ~nterests may appear [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements If such additional ~nsurance is required for a specific contract, that reqmmment will be described in the "Spectfic Condlttons" of the contract speclftcatxons ATTACHMENT 1 [X] Worker's Compensation Coverage for Building or Constructmn ProJects for Governmental Enht~es A Definitions Certificate of coverage ("certlficate")-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the comunsslon, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showmg statutory workers' compensation Insurance coverage for the person's or entlty's employees providing services on a proJect, for the duratmn 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 lunltatlon, 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 lunltatlon, provldmg, hauling, or delivering equipment or matermls, or providing labor, transportation, or other service related to a project "Services" does not include act~wtles unrelated to the project, such as food/beverage vendors, office supply dehvenes, and delivery of portable toilets B The contractor shall provide coverage, based on proper reporting of classfficatlon codes and payroll amounts and fihng of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all employees of the Contractor providing serwces 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 obtmn from each person prowd~ng serwces on a project, and provide to the governmental entity (1) a certificate of coverage, prior to that person begmmng work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons prowdlng serwces on the project, and (2) no later than seven days after receipt by the contractor, a new cernficate of coverage showing extension of coverage, ~f the coverage period shown on the current certificate of coverage ends during the duration of the project F The contractor shall retam all reqmred cerUficates of coverage for the durauon of the project and for one year thereafter G The contractor shall notify the governmental entW m writing by cerUf~ed marl or personal dehvery, w~thm 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person prowdmg serwces on the project H The contractor shall post on each project site a nouce, in the text, form and manner prescribed by the Texas Workers' Compensation Commxss~on, mformlng all persons providing serwces on the project that they are reqmred to be covered, and stating how a person may verify coverage and report lack of coverage I The contractor shall contractually reqmre each person w~th whom ~t 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 reqmrements of Texas Labor Code, SecUon 401 011(44) for all of ~ts employees providing serwces on the project, for the duration of the project, (2) prowde to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage ~s being prowded for all employees of the person providing serwces 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 durmg the duratxon of the project, (4) obtain from each other person w~th whom it contracts, and provide to the contractor (a) a cemficate of coverage, prior to the other person beglnmng work on the project, and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage permd, ~f the coverage period shown on the current certificate of coverage ends during the duration of the project, (5) retain all required certfficates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity ~n writing by certified marl or personal dehvery, w~thm 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person prowdmg serwces on the project, and (7) contractually require each person w~th whom ~t contracts, to perform as reqmred by paragraphs (1) - (7), w~th the certificates of coverage to be prowded to the person for whom they are prowdlng services J By s~gmng th~s contract or prowdmg or causing to be prowded a certfficate of coverage, the contractor ~s representmg 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 classfficatlon codes and payroll amounts, and that all coverage agreements will be filed w~th the appropriate ~nsurance carrier or, ~n the case of a selfqnsured, with the conumss~on's D~vlslon of Self-lnsurance Regulatton Providing false or m~slead~ng ~nformatlon may subject the contractor to administrative penalties, crmalnal penalties, civil penalties, or other mwl actions K The contractor's failure to comply w~th 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 w~thm ten days after recetpt of not,ce of breach from the governmental entity B~d 2629-Contract, Bonds Insurance BIDI # 2629 - North Lakes Park- Football Fields, Lighting and Parking Improvements ADDENDUM # 1 Item 1 The B~d opening date has been extended until 2 00 PM on February 20, 2001 Item 2 Add~ttonal revisions to specffieat~ons are being processed and wdl be sent under separate cover At this time no other changes Th~s form should be signed and returned w~th your bid Name S~gnature Title Date~ Addendum # 2 Please see the attached changes to Bid 2629. At this time no other changes This form should be s~gned and returned w~th your bid Name Company Date i ~ 01 (WZD) 09 35 C]-Y Or DENTON :U-lC-AS kG ADDENDU~ Februa~ 1~, ~ 2629 NORTH LAKES PARK City of Denton Paxks And Recreation 321 E McKmney St Denton, TX 76201 , --~ 4 01 (V,~D) 0~ ~2 C~TY O- D.'~TON ~U~C-A$ \G 940 ~4~ 7~02 ~^GZ 6/ ~ BID ITEM NO 1- GKADING / SURVEY ! DEMOLITION see sheets DM-0I, GR-01, GR-02, No Q'ulu~lly Dc~{*nptm~ Um~ Umt To,al Co~t ! 'il ~, 000 Smck~fle & grnde?~t!v.e, top~ofl C¥ _(pv.~o $ ~0,00 O.O~o_j ~ ~, g~b"-~,~;;,~ox'~,~,~ _ .L~ "t~2 ' , S ~,~5o~ "~'ILS,~, .... ................... S~TOTALB~ I~MNO 1 $ I 0~000~ .~2B ~,4 01 (W2D) 09 32_ ¢ -Y O- DEN-ON PJRC-AS,\G 940 349 7302 :AGr 7/ 5 BID TTF. A~ NO 2 - CONCR.I~T]~ SITE WORK see sheets LA-01, LA-02, LA-03, LA-04, LA-Of, LC-O1 ,,, No ~ae~'s Umt ~n.~ D~n~ug~ Um~ Cos~ To~nl ~ .... I,, ~.~,~,~ ,, ~s~oo~ s B~ ~M NO 3 - T~O~Y PA~G - O~VE~AV5 s~ sh~t LA-0I, LA-02, LA-03 No C~ s ' ~a~, , Des~p~gF' Umt Cost TOI~I ,, S~TOT%k~m [t~ ~O 3 ..... BASE'BiD SUBTO3~L PROFIT AND OVERHEAD 'BONDS ....... MOB~A~N ~AS~ am G~ XOr~ FJB ~4 0~ (WZD) 09 ~ ¢'TV OF DE~TON PURC-A~ NO 940 ~49 7~02 :AGZ 9/ 5 Sub,omi To*al I~duct Altcrna~ Bid T~ms 1-4 ~ll~s ($~ B~g ~ll~s ($ //, ) Mo~h~hon ~ll~ ($ .... ) Grind Total Dedu~ Marnutt Bid ~llars (G fi X ] ;~ ~ ) In ~ ev~t L~! grut~' Or legs~t amo~m~ of wol'k ~'~ rcquu~, ~c ~l ~:es wall ~]y Umt ~es c~ ~ cost of ~k and mat~als m pl~c, mcl~ng all missis, ~ui~t, ia~, I~s, m~ce, and ~0 ~ on ~he ~c]o~d plans ~nd s~ficatl~s Umt ~ces will hold f~ ~lx ~s a~ final ~o~ :,T~ 7&ZOZ-I~70 ~/~o/~vo I. . ...... C~, S~, Z~ Dine T~l~h~e (WED) 09 ~4 CITY O- DrNTON pURC-ASI~O 940 ~49 7~2 :AG~ 0/ 5 reno 1 C-~dmg'Sun'ey/D4,~'m01mon Do}~rs($ ~0~'.0oo--' ') · l~a~e md xtem No 2 - C~c~ S.= w~ ~l~s (S~ Bas, B,d I~No 4- F. cmg ~(S~ B~ B~d I~ No 6 - ~ghtmS Dollg~ ($, [~00 ~ ) oO A]~ Bid lt~mNo 2- ~ga~- Patens ~ll~s ($~ Al~ate B~d It~ No 4 - ~p~. Par~ng ~d ~edway ~lla~ (S [ 0) ~ O ~ ) AItemnte B~d I~ No 5 - ~tSa~on Doll~ ($ ~ ~ 9 ~ AI~dI~No 6-A~Curb, ~11~($ 71~00~ ) Al~t~ Bid ll~m NO 7 - ~ ~d Add C~b Doll~ ($ I ~) I ~ 5 ~) ~a~ B,d I~mNo S -~mse ~ Dollm ($ AI~a~ B:d I~ No 9 - Yield Dm~ ~l}~s (S ~ ~ O0 0~ ) $u~l Total ~t~ale B~d Items 1-12 Doll~ ($ ~ 0 o 0~) ~t ~d Over~nd ~llars ($ .3 B~dmg ~11~ ($ ..... ~nd To~ Add ~ternuto Bid Doll.s (S ) -EB ~4 0 U~'iD) 09 34 Ct-Y O- DiN~ON oUqC~AS~NG 940 ~49 7302 DEDUCT ALTI~RNATE BID ITE~ NO 1 - CONCRETI~ SITE WORK seo sh¢c~ LA-0] t,^-o~.,.t~., :o~, L~.o,4. Lc.o~ Item No Cot~racto¢'$ ~uan~ty Des .~ptlo~ Ulu~, Co~ TO~! I Roadway ~/o C~ ~%zoo ::~:~rm~(=:'~ °~ ~dway w/C~) . ~%ioo :,~, mm~<:~:,..o~ 3- l~,~~ DEDUCT ALTERNATE BID ITEM NO 2 - ASPHALT SIT~ WOltX see sheets LA-01 Itam No Contact's Ufa I Asphlh pnrk'mg lo~ W/oo~te~ S F ~b (5" ~ck), hsht bto~ fimSb ~ ~ II ,~ ~b} DEDUCT ALTERNATE BID ITEM NO 3 - LIGItTI~G acc shccts E-01,.!~-02 1,4o Co~=aotor's Umt Qua:~bty De~r~pt~on . ....U. III~: Co~! Total I 0 Inta~d SUBTOT~ DEDUCT ~TE~AT~ ITeM -MB .°4 01 (WED) 09 3~ C TV OF DENTON PURCrA8 NG 940 349 7302 PAGZ 2/ 5 ADD ALTERNATE BID ITEM NO I 2 - $IT~. ,, UTIL~S $~,.she~z W-01 SD-2 SmTOTAL ADD ~TE~ATE I~EM NO 12 No C~t~ l Umt ~D iTErATE B~ HEM NgJ4-- S~E ~T~S sg* sho~ W-O] ,,.~ Ir SD-2 No C~acl~'~ F~B ~4 0t (W--D) 09 ~5 CITY O- D2NTO% PUBC-AS~NO 940 ~49 7~02 :AG-- ~3/ 5 ADD ,~ LTERNATE BID ITEM NO 8 - BOMANITE PAVINO see shect LA.05 No Corm'actor's Uui! ~D ~TE~ATE BD ~T~ HQ 9 - F~LD DK~,~A( ~ sec sh:e~ OR-01 No Co~r's Umt . ~n~ De~uon. Umt Cost P~ ~ Sy$~ (~ lieu of stop, L S ~ ' ~ ' ~ ~ ~TE~ATK B~ H~ NO, lO- L~DSC~E ~ she~s LP~t No C~'s Umt ~D ALTR~A~ B~ ~EM NO 11 - ~. T~SPLA~ see shes DM-01. ~-~, LP-01 No ~cmr's Um~ Ou~ D~pt~on ..... Umt Cost ~ Total ~ S~T~L ~D ~T~AT~ ZT~ NO ~ ~ $ G, 4o o 3 ~r~ ~4 01 [WCD) 09 36 CrTY OF D2NTON PURC~A$ %O 940 349 7302 PAG2 4/13 ADD ALTERNATE BID ITEM NO 3-IRRIOATION-ROADWAY s¢¢ sh~s IR-02 and IR,03 No ~oml~a~lot'$ Umt I Quanh~ Descnlmon Um~ Cos, SUBTOTAL ADD ALTERNAT~_.NO 3 $ I~,~ ADD AL'r:EIL~ATE BID ITEM NO 4 - IRRIGATION - PAR~IN~G AND ROADWAY sheets IR-02 anti 1~.03 Rcm No C~lra;~ot'~ Q, mamy De~cBTgnOn Umt C~$~ To",l _ ~ I su_b~,~zo~, l,s 101000~- $ 1010o~ SUBTOTAL ADD ALTERNATEN. 0, 4 $ !o ,~J)D ALTERNATE BID ITI~M NO ~ - IRRIGATION s~ shoets IR-0I a~d IR-02 No Coal~or's Un~ , [ q~mu~y ...... I~s~np~o,~ __U_m~ Cos~ Toal · , s / t SUBT~T_AL ADD ALTERI~._A_.TE NO ~ Alii) ALTRRNATR BID ITEM NO 6 - ADD CURB se~ sh~ts LA-01 and LC-01 No Co~'a~'$ Um~ I Q ua~W D~s~l~on ._Om~ C_o!l .... To!g ...... I ' 6" Col)c C~rb ~,!_~_~ ~o a~-ady L F ~ $ SU~TO?^LADD ALTERN,A, TE NO, 6 $ 7/~00 ADB ALT~;RNATE BID FFI~M NO ? -PAVE AND ADD CURB scc shc~s LA.01smd LC-01 T~n~ No Conll'~tor's Umt · (~mnnty , ..D.c,cnplma Um~ .._qos~ Tom1 ovsr ~x~st~ ~vel.lo* .... 'suBToTAl, ADD ALTERNATE ITEM NO 7 $15q; DEDUCT ALTERNATE BID. Deduct Alternate Bid Item No 1 - Concrete S~te Work Dollars ($ ) Subtotal Total Deduct Alternate Bid Items 1 Dollars ($ Profit and Overhead Dollars ($ Bonding Dollars ($ Mob:hzatmn Dollars ($ Grand Total Deduct Alternate Bid Dollars ($. ) UNIT COST: In the evbnt that greater or lesser amounts of work are requtred, the umt pr, ces wdl apply Umt prtces cover the cost of work and matertals tn place, ~ncludmg all matertals, equtpment, labor, taxes, matntenance, and guarantee based on the enclosed plans and spectficat~ons Untt pnces wdl hold for stx months afler final acceptance Contractor ature Address Typed or Pnntext Name ~E~lrod ~ ,T~ 7GT_.oZ-14:'1o 2.-/2.--0/2..00 I City, State, Zip Date Telephone BID GUARANTY: Enclosed w~th th~s Bid is a Certified Cheek for Dollars ($ ) or a B~d Bond ~n the sum of c GIz ' c T Donars($ ) whmh ~t ~s agreed shall be collected and retained by the Owner as hqmdated damages in the event thts Bid ~s accepted by the Owner w~thm 60 days after the bids are received and the understgned fmls to executed the Contract and the reqmred Bonds w~th the sa~d Owner w~th~n ten (10) days after the date smd Bid ~s accepted otherwise sa~d check or bond shall be returned to the undersigned upon demand Contractor (firm name) ~~>"~, ~ (If corporation, attest and affix A ature a Corporate Seal) T~tle Address "~, Cay, State, Z~p Code ADDENDA: Acknowledge receipt of the following addenda which are part of the Bidding Documents by placing Addendum #, Date issued and lmtlahng Addendum No I 07~{07[ol lolw~. Addendum No AddendumNo ~. 02,~dol IS¼ AddendumNo The undersigned b~dder hereby declares that he has wsited 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 wlthm ten (10) days after date of written notice to proceed and to substantially complete the work on which he has bid within [ ~ O 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 closmg time for receiving bids The undersigned bidder understands that the Owner reserves the right to reject any or all bids and to waive any mformahtles ~n the bidding C/lent~ 36395 SENEC ACORD CERTIFICATE OF LIABILITY INSURANCE 04/;7/01 PRODUCER THIS CI=HHr~CATE IS ISSUED AS A MATrER OF INFORMATION Hlgglnbotham & 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 P O Drawer C INSURERS AFFORDING COVERAGE Denton, TX 76202 INB~RED INSURERA BITUMINOUS INSUR3LNCE CO Seneca Contracting Corporation N~URERB P O Box 1470 INSURERC Denton, TX 76202 ~NSUEEB D I INSURER E THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWiTHSTANDtNG ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ~SSUED 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 ~$R TYPE OF INSURANCE POLICY NUMBER DATE ~MM/DD~YYI DATE IMMIDD/YY~ LIMIT8 LTE ~ 000 ~000 A GENERAL LIABILITY CLP3062013B 07/01/00 07/01/01 E~ACH OCC_URRENCE FIRE DAMAGE (~yone_f~re) $ lO0 , 00~ ~ 1COM M ERCIAL GENERAL LIABILITY ~ CLAIMS MADE [~ OCCUR MEOEX~P(Any_o~eperso_n) $ 5, 000 PERSONAL&ADVINJURY_ $1, 000, 000 ...... GENERALAGGREGATE $2, 000, 000 GEN L AGGREGATE LIMITAPPLIESPER PRODUCTS COMP/DP AGG $2 I 000 I 000 A AUTOMOBILELIABIMT¥ CAP3089181B 07/01/00 07/01/01 COMBINEDSINGLELIMIT $1,000, 000 A EXCESS LIABiLITY CUP2527034B 07/01/00 07/01/01 ~EACHOCCURRENCE $~L0_00~0_00 O DUR O ,MS AOE AO REGATE $1__, 000, ooo $ RETENTtON $ [ WC STATU OTH A WORKERSOOM"ENSATIONAND WC3088662 07/01/00 07/01/01 im~L~m~ EL DIE_EASE EA_EMPLOYE[ $ 500l 000 EL DISEASE POLICYLtMIT $ 500 ! 000 RE Northlakes Park Contract ~2629 Cancellatzon Clause zs amended to Read Polmcles shall not be Cancelled, Nonrenewed Or Materially Changed wmthout 30 Days Advanced Wrztten Notmce Being Given To The City of Denton, Texas Except When The Polmcy Is Bezng (See Attached Descrlptmons) ~¥iFICATE HOLDER I I ADOrI1ONALINSUBE0,1NSUEERLETFEE CANCELLATION 901 -B Texas S,treet NOllCETOTHE CER13FICATE HOLDERNAMEDTOTHELEFT BUTFAI~URE TODOSOSHALL Denton, TX 76201 IM POSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON TH E INSURER ITS AGENTS OR ACORD25'S(7/97)l of 3 #S57338/M48187 MUR ®ACORDCORPORATION1O£- IMPORTANT If the cert~hcate holder m an ADDITIONAL INSURED, the pohcyOes)must be endorsed A statement on thru cert~hcate does not confer r~ghts to the certificate holder ~n heu of such endorsement(s) If SUBROGATION IS WAIVED, subject to the terms and conditions of the pohcy, certain pohc~es may require an endorsement A statement on thru cert~hcete does not confer r~ghts to the cerbhcate holder ~n I~eu 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 ~t afhrmatlvely or negatively amend, extend or alter the coverage afforded by the pohc~es hsted thereon ACORD25S(7/97)2 of 3 #S57338/M48187 DESCRIPTIONS (Continued from Page 1) Cancelled For Nonpayment of Premium In Which Case 10 Days Advance Written Not~ce Is Required All Policies Except the Worker's Compensation are amended to ~nclude the C~ty of Denton, ~ts Officials, Agents, Employees and Volunteers as Additional Insured Insurance is primary to any other ~nsurance available to the City of Denton with respect to claims covered under the policy and that thls ~nsurance applies separately to each ~nsured against whom claim is made or su~t ls brought The inclusion of more than one lnsured shall not operate to increase the ~nsurer's l~m~t of liability The Workers' Compensation Policy included a Waiver of Subrogation in favor of the City of Denton, its offlclals, agents, employees and volunteers AM$253(07/97) 3 of 3 #S57338/M48187