Loading...
HomeMy WebLinkAbout1997-212ORDINANCE NO AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of STATE law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID N 11 MRFR CONTRACTOR AMOUNT 2069 JAGOE PUBLIC COMPANY $442,850 00 SECTION II That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein 1 SECTION IV That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the 54 day of 1997 JAC ILLER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY BY _ APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY DATE AUGUST 5, 1997 TO Mayor and Members of the City Council FROM Kathy DuBose, Executive Director of Finance SUBJECT BID # 2069 -- FORT WORTH DRIVE UTILITY RELOCATION RECOMMENDATION: We recommend this bid be awarded to the low bidder, Jagoe Public Company, in the amount of $442,850 00 SUMMARY: This bid is for all labor and materials necessary for the relocation of approximately 325 feet of 20" waterline, 2092 feet of 8" waterline, and 565 feet of 6" waterline Sanitary sewer mains to be relocated consist of 316 feet of 10" sanitary sewer, 2156 feet of 8" sanitary sewer, and 12 manholes The relocation project starts at Collins Street and ends at Interstate 35 These relocations are necessary due to the proposed state highway improvements planned by Texas Department of Transportation PROGRAMS, DEPARTMENTS OR CROUPS_AFFECTED. Water & Sewer Field Services, Water & Sewer Utility Customers of the City of Denton, and the Citizens of Denton FISCAL IMPACT: Budget funds for this project will come from 1997 CIP Revenue Funds Account Number 620-081-0461-R508-9114 Attachments Tabulation Sheet PUB Meeting Minutes Recommending Approval Respectfully submitted Kath aBo Executive DIrector of Finance Prepared by p OL/- Name Denise Harpool Title Senior Buyer Name Tom D Shaw, C P M Title Purchasing Agent 909 AGENDA 2069 -- BID NAME FT WORTH DRIVE UTILITY RELOCATIONS OPEN DATE JULY 22, 1997 # QThY DESCRIPTION TOTAL BID AWARD ADDENDUM JAGOE DICKERSON CIRCLE C PUBLIC CONST CONST COMPANY COMPANY COMPANY VENDOR VENDOR $442,850 00 $511,397 00 YES _ _YES _ YES YES - L VENDOR YES YES YES_J 4 FROMe DENTON UTIL RDMI FAX NO t 8175668120 09-23-97 10132R P 01 DRAFT PUBLIC UTILITIES BOARD MEETING MINUTES EXCERPT 12 CONSIDER APPROVAL OF BID OPENING NO 2069 TO JAGOE PUBLIC COMPANY IN THE AMOUNT OF $442,850 000 FOR CONSTRUCTION OF rORJ WORTH DRIVE (HWY 377) UTILITY RELOCATIONS Ms Jordan presented this item and discussed the relocation of specific water/sewer lines located on Collins St and I35E She said that this project was under budget and that the bids were below the estimated contract amount Mr Thompson made a motion to approve the item as presented Mr Norton scconded the motion Approved as presented all�aan�, JUL 3 0 1997 CITY OR UNION LEGAL DEFT CONTRACT AGREEM TT (� / 1 flu P-,<,-6--P)- STATE OF TEXAS COUNTY OF DENTON 5 THIS AGREEMENT, made and entered into this AUGUST A.D., 19 97 , by and between day o' THE CITY OF DENTON of the County of DENTON and State of Texas, actin? through TED BENAVIDES thersunto duly authorized so to do, hereinafter termed "OWNER," ara JAGOE PUBIC COMPANY P.O. BOX 250 3020 FT. WORTH DRIVE DENTON, TX 76205 of the City of DENTON , County of DENTON and State of TEXAS hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID # 2069 -- FORT WORTH DRIVE UTILITY RELOCATION in the amount of $442,850.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, CA - 1 blueprints, a*' other drawings and print or written explanator: matter thereo,, and the Specifications t..erefore, as prepared b} ENGINEERING AND TRANSPORTATION DEPARTMENT all of which are made a part hereof and collectively evidence an -- constitute the entire contract. It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. t• ,• NVA0 : _- This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the tiro, stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR price or prices shown in the Proposal, which contract, such payments to be subject to the Conditions of the Contract. CA - 2 in current funds the forms a part of this General and Special IN WITNE°S WHEREOF, the parties ° these presents ha%e executed this lrsement in the year and t,..y first above written. ATTEST: APPROVED AS TO City AAA0184D Rev. 07/28/94 CA - 3 JAGOE PUBLIC COMPANY CONTRACTOR japoe Public Co —F ox - Denton, Tx 76202 MAILING ADDRESS _r9yo) 3 y Z- -z- PHONE NUMBER �gYo) 392- - `1.7 3 2- FAX NUMBER BY TITLE PRINTED NAME ' (SEAL) THE STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS That JAGOE PUBLIC COMPANY, whose address is P.O. BOX 250, 3020 FT. WORTH DR., DENTON, TX 76205, hereinafter called Principal, and Seaboard Surety Company a corporation organized and existing under the laws of the State of TEXAS, and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of FOUR HUNDRED FORTY TWO THOUSAND EIGHT HUNDRED FIFTY AND no/100-- DOLLARS ($442,850.00) plus 10 percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages ansing out of or con- nected with the below identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 97-212, with the City of Denton, the Owner, dated the 5 day of August A D 1997, a copy of which is hereto attached and made a part hereof, for BID # 2069 -- FORT WORTH DRIVE UTILITY RELOCATION NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived, and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by the Owner, and, if the Principal shall fully indemnify and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligation shall be void, otherwise, it shall remain in full force and effect PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas PERFORMANCE BOND - Page 1 AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc , accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in DENTON County to whom any requisite notices may be delivered and on whom service of process may be had in matters ansmg out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 5 day of August, 1997 ATTEST I: Y /Lvwvi SECRETARY ATTEST The fiesfd processes PRINCIPAL JAGOE PUBLIC COMPANY BY V c E PRESIDENT SURETY SEABOARD SURETY COMPANY BY ATTORNEY -IN -FACT Rosemary Weaver Agent of the Surety in Denton County, Texas for delivery of notice and service of the NAME Willis Corroon Corporation of Texas STREET ADDRESS 13355 Noel Road, Suite 400, Dallas, Texas 75240-6612 (NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give a person's name ) [Revised 2/971 E \FORMS\PBRFORM BON PERFORMANCE BOND - Page 2 THE STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS That JAGOE PUBLIC COMPANY, whose address is P.O. BOX 250, 3020 FT. WORTH DR., DENTON, TX 76205, hereinafter called Principal, and Seaboard Surety Company a corporation organized and existing under the laws of the State of TEXAS, and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to, in the penal sum of FOUR HUNDRED FORTY TWO THOUSAND EIGHT HUNDRED FIFTY AND no/100-- DOLLARS ($442,850 00) in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement winch increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 97-212, with the City of Denton, the Owner, dated the 5 day of August, A D 1997, a copy of which is hereto attached and made a part hereof, for BID # 2069 -- FORT WORTH DRIVE UTILITY RELOCATION NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void, otherwise it shall remain in full force and effect PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie in Denton County, Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terns of the Contract, or to the Work performed thereunder, or to the Plans, Specifications, Drawings, etc , accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc PAYMENT BOND - Page 1 This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in DENTON County to whom any requisite notices may be delivered and on whom service of process may be had in matters ansing out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 5 th day of August , 19 97 ATTEST ATTEST The Resld processis PRINCIPAL JAGOE PUBLIC COMPANY BY C VlC� PRESIDENT SURETY SEABOARD SURETY COMPANY BY ATTORNEY -IN -FACT Rosemary Weaver Agent of the Surety in Denton County, Texas for delivery of notice and service of the NAME Willis Corroon Corporation of Texas STREET ADDRESS 13355 Noel Road, Suite 400, Dallas, Texas 75240-6612 (NOTE Date of Payment Bond must be date of Contract If Resident Agent is not corporation, give a persons name ) PAYMENT BOND - Page 2 IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: YOU MAY CONTACT THE TExAS DEPARTMENT OF INSURANCE TO OBTAIN INFORMATION ON COMPANIES, COVERAGES, RIGHTS OR COMPLAINTS AT: 1-800-252-3439 YOU MAY WRITE THE TExAS DEPARTMENT OF INSURANCE: P. 0. Box 149104 AUSTIN, TX 78714-9104 FAx #(512) 475-1771 PREMIUM OR CLAIM DISPUTES: SHOULD YOU HAVE A DISPUTE CONCERNING YOUR PREMIUM OR ABOUT A CLAIM YOU SHOULD CONTACT THE AGENT OR COMPANY FIRST. IF THE DISPUTE IS NOT RESOLVED, YOU MAY CONTACT THE TExAS DEPARTMENT OF INSURANCE. ATTACH THIS NOTICE TO YOUR POLICY: THIS NOTICE IS FOR INFORMATION ONLY AND DOES NOT BECOME A PART OR CONDITION OF THE ATTACHED DOCUMENT. CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract. Upon bid award, all insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of Insurance, containing the bid number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any Insurance requirements at any time, however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted• • Each policy shall be issued by a company authorized to do business In the State of Texas with an A M Best Company rating of at least A • Any deductibles or self -insured retentions shall be declared in the bid proposal If requested by the City, the insurer shall reduce or eliminate such deductibles or self -insured retentions with respect to the City, its AAA00350 Cl - , REVISED 10/12194 Insurance Requirements Page 2 officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses • Liability policies shall be endorsed to provide the following •• Name as additional Insured the City of Denton, Its Officials, Agents, Employees and volunteers. •• That such insurance is primary to any other Insurance available to the additional insured with respect to claims covered under the policy and that this Insurance applies separately to each insured against whom claim is made or suit is brought The Inclusion of more than one Insured shall not operate to increase the insurer's limit of liability • All policies shall be endorsed to provide thirty (30) days prior written notice of cancellation, non -renewal or reduction in coverage • Should any of the required insurance be provided under a claims -made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered • Should any of the required insurance be provided under a form of coverage that Includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance • Should any required Insurance lapse during the contract term, requests for payments originating gfter such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse AAA00350 REVISED 10/12/94 Cl - 2 Insurance Requirements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, If so noted: [XI A General Liability Insurance: General Liability insurance with combined single limits of not less than one million $1,000.000 shall be provided and maintained by the contractor The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies If the Commercial General Liability form (ISO Form CG 0001 current edition) is used. • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage • Coverage B shall include personal injury • Coverage C, medical payments, is not required If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least • Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability AAM0350 REVISED 10112/94 Cl - 3 Insurance Requirements Page 4 [XI Automobile Liability Insurance - Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $1.000.000 either in a single policy or in a combination of basic and umbrella or excess policies The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for • any auto, or • all owned, hued and non -owned autos [XI Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensation Commission (TWCC) [ I Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or contractor's operations under this contract Coverage shall be on an AAA00350 REVISED 10112/94 Cl - 4 Insurance Requirements Page 5 "occurrence" basis, and the policy shall be Issued by the same Insurance company that carries the contractor's liability Insurance Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate [ 1 Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building Limits of not less than each occurrence are required [ 1 Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement [ 1 Builders' Risk Insurance Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear [ 1 Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications AAA00350 REVISED 10112/94 CI - 5 Insurance Requirements Page 6 ATTACHMENT 1 [X] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A Definitions: Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity Persons providing services on the project ("subcontractor" In 9406 096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees This includes, without limitation, Independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets B The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all employees of the contractor providing services on the project, for the duration of the project AAA00360 REVISED 10/12194 Cl - 6 Insurance Requiremenis Page 7 C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract 0. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the and of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E The contractor shall obtain from each person providing services on a project, and provide to the governmental entity. (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, If the coverage period shown on the current certificate of coverage ends during the duration of the project F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter G The contractor shall notify the governmental entity In writing by certified mad or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project H The contractor shall post on each project site a notice, In the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage AAA00350 REVISED 10/12/94 CI - 7 Insurance Requirements Page 8 The contractor shall contractually require each person with whom it contracts to provide services on a project, to. (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project, and AAA00350 REVISED 10/12/94 Cl - 8 Insurance Requirements Page 9 (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions K. The contractor's failure to comply with any of these provisions Is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity AAA00350 REVISED 10/12/04 Cl - 9 BID SUMMARY TOTAL BID PRICE IN WORDS A-ov2 Oom>2Fp F o2Ti/-Two -rHoyS4A/p J�51Cvf{% 14VIVO eE.�J FiF7Y DD��Ft2s ,anJ P No Cc�TS In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to inSiire and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. Unit and lump -sum prices as shown for each item listed in this proposal, shall control over extensions. _5AG06- P,,I AI l � Cann P,44 CONTRACTOR BY 4 30 2 0 -�--(-- Street Address 205 City and State Seal & Authorization (If a Corporation) C 8 0) 3 9 2_" Z S 9 f Telephone Im BID SUMMARY PROJECT Water Main Relocation Sanitary Sewer Relocation WORK DAYS 45 45 .Z&6"58% TOTAL 90 $ VI/z s'SD to Both water and sanitary sewer portions of this project will be awarded to one contractor Award of the bid will be based on the total Water and Sanitary Sewer are being separated for bookkeeping purposes only Fin WORK DAYS 45 BID NO 2069 PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 1 21 Contractors Warranties & Understandings LS $ /I.S $ IA,IC47 - Unit Price in Words 2 12-A 6" Waterline 565 1 LF I $Jq 00 /LF 1 $12,`(30 - Unit Price in Words [well i u tu.0 .4,) ! 2 12 B 8" Waterline 2,092 LF $ /LF $( "gLid- Unit Price in Words u u u c q 0�'l00 2 12 C 20" Waterline 325 LF $1 (� , Ct /LF $ �14, `l5c - Unit Price in Words t'M)lull J u d ' 4 6 I (,b 2 1 3(4;Unit x Base 5 CY $ �L. 6b /CY $1 CV rice in Words. / Wept o� 1oo 3 Iparation of Right -Of -Way LS $ 300o as /LS $ 3oW - Unit Price in Words CCQ H1CUS�c n/i 04 C ioo 3 12 Temporary Erosion Control LS $ oI 0 &D /LS $ oco Unit Price in Words l)/k Ehbu 1u nct two Au ndu ek + "' 1 0 _ 3-A I Remove Concrete Pavement 138 1 SY $1( 6Z /SY $ 316, ' Unit Price in Words �� n d o Ua,16 �k�10o 3-C Remove Concrete Walks & prive 138 SY $ /SY l0 !Z $ Unit Price in Words 39 Hydromulch 358 SY $ q oo /SY $ 1, ` ,50 - Unit Price in Wordspui d o (l as r 6"/ico 5 8-A Concrete Pavement 138 SY $ /SY $ q% 2 - Unit Price in Words JIl C 6�/ CC P - 3 17MM' Mot WORK DAYS 4_ BID NO 2069 PO NO. BID TABULATION SHEET E INSCRIPTION t1UAMM UMT UNIT PRICE TOTAL 300 Gauge 7 Steel Casing 112 I F s 6, fJp /I.F $ Q71— Wnit Price in Words: 8.1 Barricade, Warning Signs & Detours Ls $/Ls , Ccc, x Is Are Unit Price in Words: JWo �/11vc5�11cL W�`loc 8.3-B Concrete Driveway 138 SY $ 3�,Gb /SY Unit Price in Words: SP-2 Concrete Saw Cut 530 L,F $ ki oo Unit Price in Words: _'LP � out Ljo u s uu/1L)o SP-10 Rock Excavation 50 CY 1 $ / p /CY Unit Price in Words: Jeh do Ma,,— * 0'h o u SP-37 Excavation Protection 710 LF 1 $ ( C /LF $— Unit Price in Words: b1c (c l { 0.l 0 SP-40 Cut & Plug Waterline S EA $'7co, /EA — Unit Price in Words: &"n AU/1 Ia E cl w C 01G SP-45 Misc. Sprinkler System Adjustment IS $ 2S JDDO ao $ �000 — Unit Price in Words: SP-39 Project Signs 2 EA $ �z /BA $ k, _ Unit Price in Words:- 2.16A Water Service (1") 16 EA $6" ua /EA $— Unit Price in Words: rLti1�{ u� w Gc�IGG — P - 4 WORK DAYS 45 BID NO. 2069 PO NO. O- OTt s"FA: 4�&WMh rresr 0 ISCRUFrION QUAKMT uNrr IM MCB T0TAL 2.16B E Water' Service (20) 4 EA $ �CO - /EA $3, 3Cc — Unit Price in Words:c lit u 1 �` LCo 2.16e water sorvtce (4"> 1 EA $ 9co or- /EA $ qCC — Unit Price in Words: n Ulu �c o 8.14 Misc. Fence Repau /LS is Unit Price in Words: % ha r)du et Dulto u 64 30" Bore & Grout 112 LF $ roc oD /LF $— Unit Price in Words: bale A lin d (u. (1 k velar cl 4-I° lot, SP-48 Remove and Replace Reinforced Concrete Storm Sewer 45 LF $ /LF , 5 pb $ /) Unit Price in Words: Cudyj WAW6pp o 3-B Remove Curb & Gutter 58 LF Is IM /LF I $ 3� Unit Price in Words: p p(o l.(cu5 QOr�o 8.2-A I Cono to Curb & Gutter 44 LF $ 10 M /LF $ `ttD, Unit Price in Words: TQ ✓1 d o I U.us a vo/(N - SP-43 I Asphalt Saw Cut 681 1 LF 1 $ / p p /LF $ b `d r, ' Unit Price in Words: 011Q Gl o l lcu ``coo SP 47 ZO" Wet Tap Valve 1 BA $ 33 CO "MA — Unit Price in Words: t h 0 usaAd, N- .1 6" Valve 3 — EA $ _T Unit Price in Words: F2. /Due h U n tv d twe - .1 8" Valve 2 BA $(000, /EA $(1400 UD Unit Price in Words: ,Sys h y- 6u tbo P-5 WORKDAYS 455_ BID NO 2069 PO NO BID TABULATION SHEET rMM DRaCRIMON QUANTITY UNIT UNIT MCR TOTAL SP-44 I Remove Fire Hydrant 3Unit Price Price in Words 214 Fire Hydrant Assembly 10 EA $ /'/oo co/EA $ I'], GDP — Unit Price in Words- a4x4l otQ.t.td +6 (to C(lkGU.JM l /IA- SP-42 Remove Valve Stack 9 1 EA 1 $ JDo Lv/EA $ 7C0 Unit Price in Words That hu r)d u d-p1hoo 2 13 1 20" Valve 1 I EA 1 $ G 000 a/EA $ q, Goo — Unit Price in Words LC q nk SP-49B I Remove Existing Waterline 65 LF $ 30, Ja Unit Price in Words jht; y- O'hou — 6 4A 12" Bore and Grout 60 LF $ Jo, CG /LF $ 3 _ Unit Price in Words rt ((� o l l p R s v Qtl tco TOTAL $ �65, 5g9 00 Total Price in Words lw uyd d St th Wehu.nd d ,fl t IM U,� 0�,C, Fog Worth Drive Utilt(y ImMyuments (Sanitary Sewer) BID TABULATION SHEET WORK DAYS 45 BID NO 2069 PO NO. ITEM 121 DESCRIMON Contractors Warranties & Understandings QUANTITY UNIT UNIT PRICE $ /IIS TOTAL $ d{l tU Unit Price in Words 2 12-K 8" Sanitary Sewer Line (SDR 26) 10004 LF $ /LF al cc $ ' I a d r Unit Price in Words. u-Ij two 'Ct LCC 2 12-D 8" Sanitary Sewer Line 1,152 Unit Price in Words /Ltd GYIk 4 voftLo 2 12-E 10" Sanitary Sewer Line 316 Unit Price in Words 2 1 3(4 5) 1 Flex Base rr / I � l t UJC- 4 0100 - 10 CY I $ � 5 lSU /CY $ �50 — Unit Price in Words. l uer Ue j Ov ov -Of-Way ��e 1 �uSa(1 G /« rControl LS $ /5Go - /LS $ GG - patgm evement e p 5u nA f ut t d q-� dui - 46 SY $ ((,, b?� /S1' $o - 7e p) 61 o l �6u $ * 6 I GG ve Caltcrete Walks & Drive 46 SY $ /SY Is `-E�o — Unit Price in Words 39 Sod eh o o 1 w S q oo/Io„ 228 1 SY $ , /SY I $ 3b8 - Unit Price in Words- S tq d of 41s 4 coko 5 8-A Concrete Pavement 84I SY Is 3� to /SY Is3, Gdq - Unit Price in Words. T-I t�C �C CO/pc,- P - 7 Fort Worth Drive Utility Imrovements (Salutary Sewer) WORK DAYS 45 _ BID NO 2069 PO NO BID TABULATION SHEET rr9m I MSCRIPTION QUAMTPY UNIT UNIT PRICE TOTAL 7 6-A-1 1 4' Precast Manhole 1 EA 1 $ /7Lv - /EA $1,7W - Unit Price in Words bne- M &eckii t L 2 W 7 6-A-2 4' Manhole 10 EA $ 7co - /EA $ (1 Unit Price in Words I-u thou Scc nd Sr\ v o'''/i00 7 6-A-3 4' Drop Manhole 1 EA $ IWO - /EA $,99V O - Unit Price in Words: U o p� o Ijtiu cl 0 2 12 9-B 14" Gauge 7 Steel Casing 102 LF $ 35, 0-D /LF $ 3, 5 7 c Unit Price in Words. -rh u u e 4- 00 i D0 8 1 Barricade Warning Signs & LS $ LS$Detours - 7m/ 3, ux, - Unit Price in Words ,A 61 uu Su,ncl l) u 8 3-B I Concrete Driveway 84 1 SY I $ 36,00 /SY $ �Odc Unit Price in Words. as.q- OU SP-2 I Concrete Saw Cut 363 1 LF 1 $ q .00 /LF- Unit Price in Words. Fo u,rdo i taA-s 't"h o u SP-8 Abandon Manhole 5 EA 1 $ 1000 &/EA $ 000, - Unit Price in Words. Diu �7h 0 oa4wC 012 SP-10 I Rock Excavation 50 1 CY 1 $ 10 0 /CY $ 500, - Unit Price in Words. 7p 010 UgAS q-00 IOD SP-37 Excavation Protection 2,000 1 LF 1 $ 1, ao /LF $a000 - Unit Price in Words O ru CIO UAA d o01 Do SP-40 Cut & Plug Sanitary Sewer 3 1 EA $ q00, u, /EA $ J JOD, Unit Price in Words SP-45 Misc Sprinkler System n L ,u h urou d 4 oolwo LS I $ am) -/LS $ a'OOo - Unit Price in Words: Lu o t)100-aaA6( v- oo Ito ml Fort Worth Dave Utili JMRM, ,ments (Sanitary Sewer) BID TABULATION SHEET WORK DAYS 45 BID NO, 2069 PO NO. ITEM DBBCRI]MON QUANTrry UNIT UNIT Pmca TOTAL WS-18 4" Sewer Service 12 EA $ 0 00 II/EA $ (o00 Unit Price in Words: h nd)WL Oolo WS- 30A&B Break Into & Rebuild Invert of Exist, Manhole I EA $ /EA i 000 - $ Qn0 — Unit Price m Words �IpfA SG rid q(� 814 Misc. Fence Repair LS $q/00, MILS 1 $G00 -- Utut Price in Words: nUV ' ndu d- 4- ! o 2 12-F i 10" Ductile Iron Pipe 85 LF $ 30, 00 /LF 0,550 — Unit Price in Words. TYI t c q�0/(o0 6 4B 14" Bore & Grout 58 1 LF 1 $ J W 6b /LF 1 $ 5, 9 00 — Unit Price in Words 0 ru ku n q-01/ o SP-49A [Remove 12" Sanitary Sewer Pipe 257 LF 1 $ /LF 30- oa 1 $ `150 Unit Price in Words- ALTtil dQUO,4,4-OLM 3-B I iRemove Curb & Gutter 88 1 LF $ µ,Jv /LF $ 35� — Unit Price in Words- /-btkk dt)U A, 4-00/I.Jo 8 2-A Concrete Curb & Gutter 36 1 LF 1 $ /0, 00 /LF $ J6 0 — Unit Price in Words SP-43 Asphalt Saw Cut 2,000 LF $ l Jo /LF $a000 - Unit Price in Words Oyu 00 Uax j Oo/w 5 7-11 1, Asphalt Patch TvDe D 160 1 TN $ 0. L0 /TN $ q. G, no — U' t Price in Words- 5 OD b SP-4 Existing Waterline Adjust 1 1 EA $a b0 /EA 1 $a,$00 U t Pnce In Words- Iwo 6hot 1SR AG( LghtL d N3WV — TOTAL $ / `] Total Price m Words bna d zwt,4N OturnJ two ad ud " RAMEY 8 KING INSURANCE B30 & 1.388, Subs A Denton TX 78904.7M INSURED JaBa'Public, CownPan7 kW Bill Cheek P 0 Box 990 Denton TX 78908 THIS EL TO CERTIFY TF -T THE POLICES INDICATED, NOT ISTSA4��PIDING ANY tROO o CERTIFICATE MAY BE I UED OR MAY PI EXCLUSIONS AND CON RIDNS OF SUCH 'b TYPE OF NSURANOB .TR A aWEw.LIABILITY �,�e� X _ COMMERCIAL0001 i1 LIABILITY CLANS MADE X OCCUR OMERS S CONTRACTORS PROT X CO250 POLICIES BELOW COMPANIES AFFORDING COVERAGE > A The Trawlers h aunwm LEM COMPANY B LEM > COMPANY c LEM COwAw D LETTER COMPANY E LEVER INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD EMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS AIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS UCIES UM178 SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS POLICY NUMBER POLICY UPBOTIVE POLICY EXPIRATION LMITB DATE MMNWM DATE p"OMT YLBCPS49K49B4 10/Ot/96 10/01/97 GENERAL AGGREGATE is e A AUTOMOBILE LIABILITY YCAP34VX436-4 10/01/96 10/0/N7 X ANY Am ALL OWE) AUTOS t SCHEDULED AUTOS X ; HIED AUTOS X NON4WRI D AUTOS GARAGE LIABILITY A ExcessLPSEm YSMCUP892K4374 10/01/98 10/01/97 X Ra1BSELA FORM OTHER THAN UMBREAA FORM WOFU=l COVYWSATICN A µD YEBUB399K4$" 10/01199 10/01/97 EMPLOYER& UMBLRY DTNW 089ORFMN OF OPE ATICN84pCATg0INMIO NSweOML MOM CITY OF DENTON 18 ADDITIONAL MURBD PROJECT FT WORTH DRIVE UTILITY IMPROVEMENTS CITY OF DENTON 901C TEXAS ST DENTON Y FROOUCI&COMPIOP ADD e ee PERSONAL S AOV IWURY EACH OCCURRENCE e FEE DAMAGE (Aw w as) e MED EXPENSE (Anl' arr arwUee COMBINED SINGLE UNIT e GODLY NMIW S 0%, Aron) BODILY INJURY e e IPM eenbFAO PROMIRTY DAMAGE e ' EACH OCCUFIiENCE i AGGREGATE 0 STATUTORY UAITS ; < 'S EACH ACCIDENT onEASE POLICY UNIT 8 DISEASE EACH WPLOM e 20MM S0MM 1000000 loom sm SON /000000 1000000 loom loom loom 10W000 ......... _. _.. _............ 6EKPIRATION LD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO 90DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE RE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR OF Y KIND UPON THE C P ITS AGENTS OR REPRESENTATIVES TX 7/901 OED 77 SBNTATN@