Loading...
HomeMy WebLinkAbout1996-073ORDINANCE NO qt#-0%3 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 That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 1870 PIONEER PAINTING AND CONTRACTING $114,550 00 1880 JAGOE PUBLIC $120,748 00 SECTION IT 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 SECTIONIII That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein SECTION IV That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this thea?AX day of 4-(' ,1996 Q ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY BY _ a c e/[ CONTRACT DOC DATE APRIL 2, 1996 Wal 1 ► : 1111131 TO Mayor and Members of the City Council FROM Rick Svehla, Acting City Manager SUBJECT BID # 1870 - RENOVATION TO THE AMERICAN LEGION BUILDING RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, Pioneer Painting and Contracting, in the amount of $114,550 00 SUMMARY. This bid is for the renovation to the American Legion Building located in Fred Moore Park The award is for the base bid only without alternates Included in the renovation are required demolition, roofing, cabinets and counter tops, doors, windows, floors, signage, fire extinguishers, and other related activities BACKGROUND.• Tabulation Sheet PROGRAMS, DEPARTMENTS OR =ROUP AFFECTEIL Parks and Recreation Department, American Legion Members, and Citizens of Denton FISAT IMPACT: This project will be funded from Community Development Block Grant (CDBG) Funds Respectfully submitted Rick Svehla Acting City Manager Approved Name Tom D Shaw, C P M Title Purchasing Agent 724 AGENDA § § § § t ' -- ---�- � � CD - § � w m " z m » � Zzo § 0 20 - Eac - — - - § -- � 2 §o § § 0 > _ U§ zz� o o ■ ■ o o_ o owa r _j C4 ■ $ 2 « >a� § m Q o zwU. m w LLI LU w j © In \ a z z _ g g a ■ ■_0_# DATE APRIL 2, 1996 1 ► C ' ORY TO Mayor and Members of the City Council FROM Rick Svehla, Acting City Manager SUBJECT BID # 1880 - SYCAMORE STREET 6" WATERLINE RECOMMENDATION. We recommend this bid be awarded to the low bidder, Jagoe Public, in the amount of $120,748 00 SUMMARY: This bid is for all materials and labor necessary in replacing the 8" waterline between Welch and Carroll with a 6" waterline With construction of the Sycamore Street 20" upgrade waterline the 8" waterline may be decreased to 6" Sycamore Street is scheduled for repaving, and by replacing the waterline now, cutting the street after paving will be avoided Three proposals were received in response to ninety-two notices to bid mailed to contractors BACKGROUND: Tabulation Sheet, Memorandum from Jerry Cosgrove, PUB backup PROGRAMS. DEPARTMENTS OR GROUPS AFFECTED. Water and Sewer Utilities, Water Utility customers of the City of Denton FISCAL IMPACT: Budgeted funds for 1996 CIP construction waterline replacement Respectfully submitted Rick Svehla Acting City Manager Prepared by i Name Denise Harpool Title Senior Buyer Approved Name Tom D Shaw, C P M Title Purchasing Agent 721 AGENDA §Lu 2 §0 IN > 49. -- - — — § § :1 § 2 § k ) 3 ® » - ( — , — w z o § \ w S " Y % - o WLu a LU Viz$ o co LLI 9 k §o o 9U k ■ § � ■ � & _ c UJ z § z a �_ Fa CITY of DENTON. TEXAS MUNICIPAL BUILDING • 215 E McKINNEY • DENTON, TEXAS 76201 (817) 566-8200 • DFW METRO 434-2529 DATE March 20, 1996 TO Gerald Cosgrove, P E Engineering Administrator FROM David Salmon, P E Senior Civil Engineer SUBJECT Sycamore Street 6" Waterline Bids were opened on the subject project on March 14th, 1996 The low bidder was Jagoe Public with a bid of $120,748 00 The Engineering Division estimated this project at $128,351 Jagoe Public has constructed many similar waterlines in Denton with excellent results The bid price is also reasonable I recommend that the City Council award the bid for Sycamore Street 6" Waterline to Jagoe Public Q David Sa mon "Dedicated to Quality Service" ITEM 7 March 18, 1996 PUBLIC UTILITIES BOARD AGENDA ITEM TO: CHAIRMAN AND MEMBER OF THE PUBLIC UTILITIES BOARD FROM: R.E. NELSON, EXECUTIVE DIRECTOR OF UTILITIES SUBJECT: CONSIDER BID OPENING NO. 1880 FOR CAPITAL IMPROVEMENT PROJECT SYCAMORE 6 INCH WATERLINE . RECOMMENDATION: The Utility Staff and Public Works Engineering Department recommend award of the contract to Jagoe Public Construction Co for the amount of $120,748 00 for the construction of Sycamore Waterline Replacement SUMMARY: ' Bids were opened March 14, 1996, with a total participation of 3 bidders Jagoe Public Construction Cc of, Denton, Texas is the lowest qualified bidder Jagoe Public is approximately $11,W0 under construction budget including the estimate charge for asphalt patching and $7,000 under the engineer's estimate The total project cost is $13,750 under budget The bid does not include asphalt patching The Engineering and Transportation Department will perform this service for $2 00 per square foot of patch The area to be patched will be determined after the contractor has completed work The estimate for patching is $21,000 BACKGROUND: During construction of the Sycamore 20 inch upgrade waterline project the existing 8 inch waterline between Welch and Carroll was discovered to be in poor condition and contained lead services The Street Department will also be repaving the street By replacing the 8 inch it will insure that the new pavement will not have to be excavated to do maintenance problems in the area Page 2 FISCAL IMPACT: A total of $173,000 is budgeted in revenue funds for the Fiscal Year 96 CIP for construction of the water replacement See Exhibit V (Fund Analysis) for more detail AGENCIES AFFECTED: The Citizens of Denton, Denton Municipal Utilities, The City of Denton Engineering and Transportation Department and Jagoe Public Respectfully Submitted, R E Nelson, Executive Director Utilities Gerald P Cosgrove, P E Engineering Administrator Approved by Howard Martin, Director Environmental Operations Exhibit I Location Map Exhibit II Project Considerations Exhibit III Bid Summary Exhibit IV Fund Analysis Exhibit V CIP Detail Sheet H \W WPP\PUS I �_ PEARL J n o Q � GRACE � HAYNES joz:� wEMPL a AVE ¢ GREGG 0 W 0 J J Vj Q ll W HICKOR 3 a A aa ERRY e CHESTNUT Q Z LLJ CC m PRAIRE 1 E 1 I 1 I HIGHLAND I MAPLE ❑ a � W a z Q.' � w U 3 H C3 0 EAGLE 77 a Wm MARGIE Q na nF-� COLLINS SYCAMORE I I n EXHIBIT I J_DRAWN BY DANIEL BROWN I I ' SCALE 1" PROJECT CONSIDERATIONS SYCAMORE WATERLINE REPLACEMENT The Street Department will be repaving Sycamore Replacing the existing waterline will insure that the new pavement will not have to be excavated to perform maintenance The existing waterline is in poor condition and would have to be replaced soon, even if the street was not being paved The project is within budget EXHIBIT 11 BID OPENING # 1880 MARCH 14, 1996 BID SUMMARY SYCAMORE STREET 6" WATERLINE ITEM CONTRACTOR/ SYCAMORE 6" DAYS DENTON,TX 2 DICKERSON CELINA, TX 3 DBR CONST DENTON,TX $120,797 00 30 128,772 00 30 :*,Ik YES YES EXHIBIT III SYCAMORE 6" WATER LINE PROJECT FUND ANALYSIS ACTUAL/ ENGINEERING DESIGN $8,000 00 $4,517 00 ACT SURVEY $4,000 00 $0 00 ACT INSPECTION $8,000 00 $8,000 00 EST ASPHALT INCLUDED IN CONSTRUCTION $21,000 00 EST oovcTRTiCTTnN 1153MO 00 $120.748 00 BID OVER /UNDER BUDGET $18 735.00 EXHIBIT IV '.APIiAL IMF'HUVLMLN I HH%)Jt(:I # 96-0461-07 PROJ TITLE (R) REPLACE WATERLINES - SYCAMORE �. ESTIMATED COST $173 (x 1000) GROUP ASSIGNMENT 5 DESCRIPTION Replace 2,070 feet of 6 inch waterline on Sycamore, Carroll to Welch 1 PURPOSE �e�jaccjideetseriorating waterline and lead Design cost estimate $12.000 COST Construction cost $161,000 CALCULATION Total $173,000 FUNDING REOUIREMENTS ENCUMBERANCEWCASH EXPENDITURES (In Dollars x 1000) First Qtr. Second Qtr. Third Qtr. Fourth Qtr ENC EXP ENC EXP ENC EXP ENC EXP 1996 161 81 0 80 0 0 0 0 1997 0 0 0 0 0 0 0 0 1998 0 0 0 0 0 0 0 0 ENCUMBERANCES CASH EXPENDITURES BOND REV AIC OTHER TOTAL BOND REV AIC OTHER TOTAL TOTAL 1 ST YR $0 $161 tin $0 $161 so $161 $0 $0 $161 TOTAL2ND YR O 0 0 0 0 0 0 0 0 0 TOTAL3RD YR 0 0 0 0 0 0 0 0 0 0 GRAND TOTAL $0 $161 $0 $0 $181 $0 $161 $0 $0 $161 ENCUMBERANCE DATES Encumbered as spent. PHASE DATE AMOUNT OIJECTe Surveying 03195 $ 4 Engineering Design 03195 $ 8 86SM8563 Inspection III" $ 8 Construction 01197 $163 9114 Miscellaneous ENCUMBERANCE TOTAL $161 COMMENTS This is a mundyear project beginning in 1996 Encumberances Prior to 1996 $ 12,000 Current CIP $ 161,000 Total Project Budget T 773MUU-- EXHIBIT V 312MS 9 34 Pg Lo CONTRACT AGREEMENT STATE OF TEXAS S COUNTY OF DENTON S THIS AGREEMENT, made and entered into this 2 day of APRIL A.D., 19 96 , by and between THE CITY OF DENTON of the County of DENTON and State of Texas, acting through TED BENAVIDES thereunto duly authorized so to do, hereinafter termed "OWNER," and PIONEER PAINTING AND CONTRACTING 9304 FOREST LANE SUITE 126 DArsAS TW= 75243 of the City of DALLAS , County of DAL AS and State of TEXAS , hereinafter termed "CONTRACTOR It 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 # 1870 - RENOVATION TO THE AMERICAN LEGION BUILDING in the amount of $114,550.00 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, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by THR ARCHITECTURAL COLLECTIVE, INC. all of which are made a part hereof and collectively evidence and constitute the entire contract Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, workers compensation, or any other City employee benefit City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA - 2 IN WITNESS WHEREOF, the parties executed this agreement in the year and ATTEST: Q APPROVED AS TO City AAA0184D Rev. 07/28/94 CA - 3 of these presents have day first abovtten. CITY OF DEVTCr,-- OWNER i y CONTRACTOR II MAILING ADDRESS PHONE NUMBER ,Q)4 34-,O coo 74 FAX NUMBER BY TITLE PRINTED NAME (SEAL) PAYMENT BOND -PERFORMANCE BOND ` MAENANCE BOND NO: PR-251-960604 < < , PBESEW VAT.ION REASSURANCES OF DUBLIN < :LIMITED ISSUED' „ ON"SEHALF OF 01ONEER PAATNTING yAND CONTRACTING » NE,4� 1996 , BOND NO PR-251-9606d4 PERFORMANCE BOND STATE OF TEXAA 5 COUNTY OF nr'TTION S v KNOW ALL MEN BY THESE PRESENTS: That noomm PANTING AND rnWTR1rrTNr. , of the City of DALLAS County of Rhib s , and State of TES as PRINCIPAL, land PRESERVATION REASSURANCES OF DUBLIN LIMITED A PRIVATE GUARANTOR as SURETY, authorized under the laws of the State of !4exas to act as surety on bonds for principals, are held and firmly bound unto the TM CITY OP DENTON as OWNER, in tjhe penal sum of ONE HUNDRED FOURTEHN THOUSAND FIVE HUNDRED r,Tl= -^A nolloa----------------- Dollars ($ 114 sso_Oo ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, 14ministrators, executors, successors and assigns, jointly and seoverally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 2 day of AMUL 19__gy, for the construction of mn # ia7o - RmmvATioN To THE ANs[txcap LEGION BUILD4G whit"h contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all Tespects, conditions and agreements in and by said contract agreal and covenanted by the Principal to be observed and performed, an4 according to the true intent and meaning of said Contract and t)pe Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED,, HOWEVER, that this bond is executed pursuant to the provisions of 'the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in }ccordance with said provisions to the same extent as if they were copied at length herein. Q PROVIDED FURTHER, that if any legal action be filled upon this bond, venue shell lie in Denton County, State of Texas. surety, gor value received, stipulates and agrees that no change, ext--7,vion of time, alteration or addition to the terms of the -contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such c4ange, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. ZN WITNESf, WHEREOF, the said Principal and Surety have signed and sealed thi!0 instrument this 4TH day of _JUNE , 1996 PIONEER PAINTING E CONTRACTING Pri ipal By Ti Address; 9304 FOREST LINE #126 DALLAS, TX �,5243 (S*L) PRESERVATION REASSURANCES OF DUBLIN LIMITED A PRIVATE GUARANTOR Surety --AIL—_ DAVID M NOVICK TitleATTnRNFV_TN_r„rT Address: THIRD PARTY ADMINISTRATOR 23112 S W 54TH AVENUE BOCA RATON, FL 33433 (SEAL) The name and address of the Resident Agent of Surety is: N/A NOTE: Date of Bond must not be prior to date of Contract. AAA0184D Rev. 07/28/94 PB-2 BOND NO PR-251-960604 1) STATE OF TEXAS COUNTY OF DEN70N PAYMENT BOND S S KNOW ALA[. MEN BY THESE PRESENTS: That PTONER_R PATNTmmr. Amn NTRAMTNG a of the City of nxra.Aa County of olr.Aa and the State of as principal, and PRESERVATION REASSURANCES OF DUBLIN LIMITED, A PRIVATE GUARANTOR authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto TEE CITY or,nRNTnN , OWNER, �1 ii/n t-hee-penal sun of ONE HONORED MDR;= THOUSIMM PTVE B[HMMM FIFTY �OfT41rs 0 `7 71d,55(1_fM ) for the paym4nt whereof, the said Principal and Surety bind themselves and, their heirs, administrators, executors, successors and assigns, 3pintly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 2 day of APDTT. 199-. BID A 1870 - R890VATION TO Tm ANERICAN LEGION BLTIWING to which contract is hereby referred to and made a part hereof as fully and to tine same extent as if copied at length herein. NOW, TIJEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the sa¢d Principal shall pay all claimants supplying labor and material 4o him or a subcontractor in the prosecution of the work providedifor in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDAp, HOWEVER, that this bond is executed pursuant to the provisions, of the Texas Government Code, Chapter 2253 (Vernon, as currently 4mended), and all liabilities on this bond shall be determined in ccordance with said provisions to the same extent as if they were gopied at length herein. PB - 3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in any way affect its Ohl tgation 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and seagled this instrument this 4th day of JUNE 19 96 . PIONEER PAINTINGC& CONTRACTING ADI NIR Title PRESIDENT Address: 9304 FOREST LANE #126 PRESERVATION REASSURANCES OF DUBLIN LIMITED A PRIVATE GUARANTOR Surety �%I— DAVID M NOVICK Title ATTORNEY-IN-FAC( Address: THIRD PARTY ADMINISTRATOR 23112 S W 54TH AVENUE DALLAS, TX 75243 _ BOCA RATON, FL 33433 d ( 2lw (SEAL) The name and alddress of the Resident Agent of Surety is: N/A AAAOI84D Rev. 07/28/94 PS - 4 BOND NO PR-251-960604 4 THE STATE-QR'_ - WXAS COUNTY OF DENTON MAINTENANCE BOND S S KNOW Alj. MEN BY THESE PRESENTS: That PIoum PAINTING AND k CONTRACTING as Principal, and PRESERVATION REASSURANCES OF DUBLIN LIMITED a corporation authorized to do busAirf'jgsgA&2ffiV%T&e of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, a Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas, the sum of SLVM THOUSAND POOR HUNDPSD FIFTY FIVE and no/100---- Dollars ($ n_4&%-no ), ten (10%) percent of the total amount of the contract fpr the payment of which sum said principal and surety do hereby bind themselves, their successors and assigns, 3ointly and severally« This obligation is conditioned, however, that: WHEREAS, said PIONEER PAINTING AND CONTRACTING has this day entered into a written contract with the said city of Denton to build and construct BID i 1870 - RENOVATION To THE TCAN LEGBDN BUILDING which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporated herein by reference and made a part hereof as though the same were written and set out in full herein, and; WHEREAS,, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fall to repair, reconstruct or maintain said improve*ents it is agreed that the City may do said work In MB - 1 accordance with said contract and supply such materials and charge the same agaEinst the said Contractor and its surety on this obligation, apd said Contractor and surety shall be subject to the damages in said contract for each days failure on the part of said Contractor tn,comply with the terms and provisions of said contract and_ this . bofiz u NOV, THEREFORE, if the said Contractor shall perform its agreement to iaintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, th" these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing onf. against the Principal and Surety and that successive recoveries m4y be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been e*hausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance p�riod, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITSESS WHEREOF, the said PIONEERING PAINTING AND CONTRACTING as Contractor and Principal, has caused these presents to be executed by ADI NIR - PRESIDENT and the said PRESERVATION REASSURANCES OF DUBLIN LIMITED A PRIVATE GUARANTOR as surety, has caused these presents to be executed by its Attorney-in-F*ct DAVID M NOVICK and the said attorney -in -Fact has hereunto set his hand this 4TH day of JUNE . , 19 g.G_ . ;xnwy: PRESERI�IATION REASSURANCES OF LJ10ITED A PRIVATE GUARANTOR BY: —NA DAVID M. WOdCK Attorney-in-F ct DUBLINPRINCIPAL,: PIONEER PAINTING AND ICONTR NG ADI NIR I� PRESIDENT AAA0184TJ Rev. 07/28/94 MS - 2 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 falls 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 • 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 AFFOOBAI REV1ShD 10/12/94 Insurance Requirements Page 2 officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses • Liability policies shall be endorsed to provide the following •• Name as additional insured the City of Denton, Its Officials, Agents, Employees and volunteers • • That such Insurance is primary to any other Insurance available to the additional insured with respect to claims covered under the policy and that this Insurance applies separately to each insured against whom claim is made or suit is brought The Inclusion of more than one Insured shall not operate to increase the insurer's limit of liability • All policies shall be endorsed to provide thirty(30) days prior written notice of cancellation, non -renewal or reduction in coverage • Should any of the required Insurance be provided under a claims -made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered • Should any of the required Insurance be provided under a form of coverage that Includes a general annual aggregate limit providing for claims Investigation or legal defense costs to be Included in the general annual aggregate limit, the contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance • Should any required Insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse AFFOOBAI REVISED 10/12/94 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 [r] A General Liability Insurance General Liability Insurance with combined single limits of not less than _ $500,000t0o 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 a • Coverage C, medical payments, is not required If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall Include at least • Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCLI) exposures • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability AFFOOBAI REVISED 10/12/94 Insurance Requirements Page 4 []d Automobile Liability Insurance Contractor shall provide Commercial Automobile Liability Insurance with Combined Single Limits (CSL) of not less than s300.000.0o either in a single policy or in a combination of basic and umbrella or excess policies The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract Satisfaction of the above requirement shall be in the form of a policy endorsement for • any auto, or • all owned, hired and non -owned autos [x] 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) [ 1 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 AFF00BAI REVISED 10/12/94 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 I 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 AFFOOBAI REVISED 10/12/94 Insurance Requirements Page 6 ATTACHMENT [id Worker's Compensation Coverage for Budding or Construction Projects for Governmental Entitles A Definitions Certificate of coverage ("certificate ")-A copy of a certificate of insurance, a certificate of authority to self -insure Issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation Insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project Duration of the project - Includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity Persons providing services on the project ("subcontractor" In §406 096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees This Includes, without limitation, = Independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project "Services" Include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project "Services" does not Include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets B The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 01 1(44) for all employees of the contractor providing services on the project, for the duration of the project AFFODBAI REVISED 10/12/94 Insurance Requirements Page 7 C The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract D If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended E The contractor shall obtain from each person providing services on a project, and provide to the governmental entity (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project, and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project F The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter G The contractor shall notify the governmental entity In writing by certified mall 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 AFFOOBAI REVISED 10/12/94 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 01 1(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 APFOOBAI REVISED 10/12/94 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 1s 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 AFFOOEAI REVISED 10/12/94 OATS (MM/DDM') AG'ORD,„ CERTIFICATE OF LIABIL,IINSURANCE 5-24-96 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR GARLAND COMMERCIAL INS AGENCY ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW P.O. BOX 472421 COMPANIES AFFORDING COVERAGE__ GARLAND, TX 75047-9990 COMPANY 214 840-0220 FAX: 278-9299 A COLONY INSURANCE COMPANY INSURED PIONEER PAINTING & CONSTRUCTION COMPANY B THE WORKERS COMP. FUND COMPANY C SOUTHERN COUNTY MUTUAL INS. CO. INC. 9304 FOREST LN. SUITE 126 COMPANY DALLAS, TX. 75243 D y Ct9V�RA sa THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS CO PE OF INBURANCB POLICY NUMBER POUCYEFFECTIVE DATE (MM/DDNY) POUCYEKPIRATION DATE (MWODMT UNITS ABILITY ERCIAL GENERAL LIABILITY LAIMS MADE X❑OCCUR RS&CONTRACTORS PROT GL1462808 3-21-96 3-21-97 GENERAL AGGREGATE $1 000 000 PRODUCTS COMP/OPAGG $1 000 000 PERSONAL &ADV INJURY $1 000 000 EACH OCCURRENCE $1 000 000 FIREDAMAGE(Anyonelire) $50 000 MED D(P (Any one person) $ ILE LIABILITY ANYUTO Nz COMBINED SINGLE OMIT $1 000 000 BODILY INJURY (Per person) $ WNEDAUTOS DULEO AUTOS BODILY INJURY (Per accltlenU $ AUTOS OWNED AUTOS STC522517-0 3-13-96 3-13-97 PROPERTY DAMAGE $ GARAGE LIABILITY AUTOONLY EAACCIDENT $ OTHER THAN AUTO ONLY ANY AUTO EACH ACCIDENT S AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ AGGREGATE $ UMBRELLA FORM $ OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND EMPLOYERS LIABILITY A I T EL EACH $100 000 ELDISEASE POLICYLIMIT $500 000 B THE PROPRIETOR INCL PARTNERS/EXECUTIVE OFFICERS ARE EXCL SBP00059609 8-11-95 8-11-96 EL DISEASE EA EMPLOYEE 1 $100 000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS ADD'L INSURED — CITY OF DENTON IT'S OFFICIALS,AGENTS, EMPLOYEES & VOLUNTEERS. CE137IF[CA1fiMQLQER '7 *ANOELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF DENTON EPIRATION DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 901E TEXAS ST . �aXiD— DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT DENTON, TEXAS 76201 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY ATTN:TOM SHAW OF ANY KIND UPON THE COMPANY ITS AGENTS OR REPRESENTATIVES AUTHORIZED REPRESENTATIVE V4/ a a ACORD CORPORATION 19W AQORQ 20 S Q20) FORM OF PROPOSAL DATE. f1a;BP.uf4RY I 19,1(0 PROJECT BID #1870 RENOVATION TO THE AMERICAN LEGION BUILDING FRED MMOORE PARK 629 LAKEY nDENTON, TEXAS + PROPOSAL OF 1"ioNC-C-p- (AIWTI1UC9 (hereinafter called "Bidder"), a corooration, an individual doing business as TO CITY OF DENTON % PURCHASING AGENT 901B TEXAS STREET DENTON, TEXAS 76201 a partnership, The Bidder, in compliance with your Advertisement for Bids for the above referenced Project, having become thoroughly familiar with the terms and conditions of the proposed Contract Documents and with local conditions affecting the performance and cost of the Work at the place where the Work is to be completed and having fully inspected the site in all particulars, hereby proposes and agrees to fully perform the Work within LLO calendar days upon Notice To Proceed, and in strict accordance with the proposed Contract Documents, for the following sum of money BAST E BID u/31A,G1) VIFT�f DOLLARS ALTERNATE NO. 1 -(Install Peelle Rolling Window in lieu of the Base Bid Du-r�a-Flex Folding Kitchen Window - see Section 08330-1) ADD fHizDollars ( ADD $ ALTERNATE NO. 2 - (Construct North Porch, including roofing, concrete slab, etc ) ADD _TQla'LVG o�usAND Dollars (ADD $ �Z;000 ) Page 1 of 4 1 ALTERNATE NO. 3 - (Install Restroom Panic System). ADD HQc-G duI;PP-CO Dollars (ADD $ ALTERNATE NO. 4 - (Install Security System): ADD bf�C-Nok,AtJD fjjJ� Dollars ( ADD $ ( 0 ) ALTERNATE NO. 5 - (Install Ceramic Tile Flooring in lieu of VCT in Rooms 104,106,107,109) ROOMS 104, 106 -� ADD �AND F , �UfJLnZ o Dollars (ADD $�5Z0 ) ROOMS 107, 109 ADD Iwo o� >, PttD Dollars (ADD $ 2-U00 ) ALTERNATE NO. 6 - (Add Automatic Door Operator to Door No. 1 ) ADD $ �-� (5 I Hbom .A fZA I wa TJum00, F, = if Dollars (ADD $'32 Sy ) ALTERNATE NO. 7 - (Add Exterior EIFS, as follows)* Columns, Wainscot, around Windows. 'a1nd JADD $ Slk �fppk,,VU5A1Vn Cd�iNi C�vnab(Z�D �1�� (( Dollars (ADD $(Ot�q( ) Soffitt to the Wainscot ADD $ F-tQh'T IhVU6ANo Dollars (ADD $ S OCUD ) Page 2 of 4 I ALTERNATE N0. 8 - (Add Ceramic Tile Wainscot to the Wet Walls of the Toilets, as shown on the Drawings): ADD $ NE ljousAK1O Feog �AuNok'D Dollars (ADD $1h66 ) ALTERNATE NO. 9 - (Add 24" x 24" Acoustical Tile in lieu of 24" x 48" Acoustical Tile), r ADD $ jWc ToV,AK4 Dollars ( ADD $ ,,-� OV ) ALTERNATE NO. 10: - (Construct Room 101 - the West Porch, with Slab, Columns, Framing, Roof, etc ) ADD $ IN°u`At-LD Faun- RUNDLcA -F,4'TX Dollars ( ADD $ 3450 ) UNIT PRICES: A Unit Price No 1 - Labor and material for 7/16" thick OSB Roof Decking. ADDED WORK C�Gdt�"�� C�NTS F ($ O.OE- /S F ) The Bidder further proposes and agrees to commence work under this Contract within ten (10) days after the date established in a, written "Notice To Proceed" and to fully complete all work thereunder as set forth in the Form of Proposal. The Bidder further agrees, and acknowledges that the following Addenda have been received and that the portions pertaining to the Section(s) that he is bidding on have been incorporated into this Proposal: No One, dated 2--1(0- 11 No. Three, dated No Two, dated No. Four, dated Signed and notarized Affidavit form is attached. Page 3 of 4 r Respectfully submitted: I (If corporation, attest and affix a Corporate Seal) For: �ioN�=� R i���l�ciNC� l asT�ocfrotJ, Iesc, By ADD A ft Name of Contracting Firm \ � Bidder's Cor orate Charter g13c�q Vnge:57 l�N hRtLj ---�I 7s,?+_3r i34�ZOL Address z--)►4-3JZ-�z10 Telephone c Page 4 of 4 CONTRACT AGREEMENT STATE OF TEXAS S COUNTY OF DENTON S THIS AGREEMENT, made and entered into this _L__ day of APRIL A.D., 19 96 , by and between THE CITY OF DENTON of the County of DENTON and State of Texas, acting through RICK SVEH A (ACTING CITY MANAGER) thereunto duly authorized so to do, hereinafter termed "OWNER," and JAGOE PUBLIC COMPANY 3020 FT WORTH DRIVE DENTON TEXAS 76201 of the City Of T1FmTnN , County of nEuzu 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 th-- bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID # 1880 - SYCAMORE STREET 6" WATERLINE in the amount of c120,748,00 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 at accordance with the plans, which includes all maps, plats, CA - 1 blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF DENTON ENGINEERING DEPARTMENT I all of which are made a part hereof and collectively evidence and constitute the entire contract. independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the tiru- stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA - 2 PRODUCER V V R RAMEY S KING INSURANCE 930 S ME, Suite A Denton TX 76205.7829 INSURED Jagoe•Publlc Company bm HIII Cheek P 0 Box 250 Denton TX 76202 COMPANY A LEVER COMPANY B LETTER COMPANY C LETTER COMPANY D LETTER COMPANY E LETTER c<'' .. ` ISSUE DATE (MMNDfi Y) T �.i BLS rtsLss ',gf r=�.' V L' OM16198 ISSUED AS A MATTER OF INFORMATION ONLY AND UPON THE CERTIFICATE HOLDER THIS CERTIFICATE XTEND OR ALTER THE COVERAGE AFFORDED BY THE COMPANIES AFFORDING COVERAGE The Travelers Insurance V x•� x K11 e s < E THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS INDICATED CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS POLICY EFFECTIVE POLICY EXPIRATION LIMITS ,) TYPE OF INSURANCE POLICY NUMBER .Tit GATE (MMMOn DATE (MMNDNY) GENERAL LIABILITY YLSCP342K43" 10101/95 10/01/96 GENERA. AGGREGATE i 2000ODO A PRODUCTS-COMPXX'AGO 20D0000 i X COMMERCIAL GENERAL LIABILITY PERSONA a AOV INJURY S 1000000 LVJMS MADE X OCCUR EACH OCCURRENCE 1 1000000 OWNERS M CONTRACTORS PROT FIRE DAMAGE (My one RVe) i 50000 MED EXPENSE (My one Pelmn) S 6000 A AUTOMOBILE LIABILITY YCAP342ZK436.4 10/01195 10/01106 COMBINED SINGLE S /000p0g LIMIT X ANY AUTO ALL OWNED AUTOS BODILY INJURY $ (Par Pem-) SCHEDULED AUTOS X HIRED AUTOS BODILY INJURY (Pe, eccWen3 S X NON -OWNED AUTOS GARAGE LIABILITY PROPERTY DAMAGE i A EXCESS LIABILITY YSMCUP342K437.6 10101195 10/01/96 EACH OCCURRENCE i 1000000 AGGREGATE i 1000001) X UMBRELLA FORM OTHLR THAN UMBRELLA FORM STATUTORY LIMITS WORKER S COMPENSATION YEEU8342K430.3 10101195 10/01I95 EACH ACCIDENT S 1000000 A AND DISEASE POLICY LIMIT 3 1000000 EMPLOYERS LIABILITY DISEASE EACH EMPLOYEE $ 100D000 OTHER DESCRIPTION OF OPERATIONSLOCATIONSVEHICLE&SPECIAL ITEMS Additional Insured City of Denton Project Sycamore Street S Inch water line rd='.""£ `, a'194044ATIOWi >Y ` SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 90 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE City of Denton LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR Municipal Building si LIABIU ANV KIND UPON THE COMP NV ITS AGENTS OR REPRESENTATIVES Detnon TX 762010000 AU LgD EPRESENTA7NE ' " ®AGGRO CQRPORATION 7990 .....e,. ne_e evAvfy ' � � , IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: Ldlo APPROVED AS TO FORM: G —illU/ -�l City Attorney AAA0184D Rev 07/28/94 CITY OF DENTON OWNER By,/�-4-- (SEAL) JAGOE PUBLIC COMPANY CONTRACTOR CA - 3 MAILING ADDRE S PHONE NUMBER N! 3(f )- - � 7 � FAX NUMBER J BY TITLE V- el PRINTED NAME (SEAL) PERFORMANCE BOND STATE OF TEXAS S COUNTY OF DENTON $ KNOW ALL MEN BY THESE PRESENTS: That JAGOE PUBLIC COMPANY , of the City of nF*TQ_ County of DFNTON , and State of TFvnH as PRINCIPAL, and SEABOARD SURETY COMPANY , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the THE CITY OF DENTON as OWNER, in the penal sum of oNE H IINDRFD TL FM1TY THOT saran aEUEN HLMU1RFD FnRTV FTr_HT and „o/100------ ---- Dollars ($J 2II Ana nn ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: s WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 2 day of APRIL 19 96 , for the construction of BID # I880 - SYCAMORE STREET 6" WATERLINE which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PROVIDED FURTHER, that if any legal action be filled upon this bond, venue shall lie in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way 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. IN WITNESS WHEREOF, the said Principal and Surety have pigned and sealed this instrument this llth day of April , 19 96 / -T Af Principal �J By0 ag Titley" 1 o� s (SEAL) SEABOARD SURETY COMPANY Surety Rosemar Weaver Title Attorney -in -Fact Address: Burnt Mills Road & Route 206 Bedminster. N.J. 07921 (SEAL) The name and address of the Resident Agent of Surety is: Willis Corroon Corporation of Texas 13355 Noel Road, Suite 400, Dallas, Texas 75240-6612 NOTE: Date of Bond must not be prior to date of Contract. AAA0184D Rev 07/28/94 i7:�7 PAYMENT BOND STATE OF TEXAS S COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That JAGOE PUBLIC COMPANY of the City of DENTON County of P�N�aw , and the State of TEXAS as principal, and SEABOARD SURETY COMPANY , authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF DENTON , OWNER, in the penal sum of ONE HUNDRED TWENTY THOUSAND SEVEN HUNDRED FORTY EIGUOdrS /iD12o,748 00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 2 day of APRTL 1996 BID # 1880 - SYCAMORE STREET 6" WATERLINE to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PB - 3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this llth day of April 19_g6. r)inncipal By Vim, GX/J Title `� — I GCS F Address: -PUBLICOMPANY PO, BOX 250 DENTON. TX 76202 (SEAL) SEABOARD SURETY COMPANY Surety Rosemary Weairer ' Title Attorney -in -Fact _ Address: Burnt Mills Road & Route 206 Bedminster, N.J. 07921 (SEAL) The name and address of the Resident Agent of Surety is: Willis Corroon Corporation of Texas Noel Road, Suite 400, Dalals, Texas 7524o-6612 AAA0184D Rev 07/28/94 ITVF : • THE STATE OF TEXAS $ COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That JAGOE PUBLIC COMPANY as Principal, and SEABOARD SURETY COMPANY a corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, a Municipal corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas, the Sum Of TWELVE THOUSAND SEVENTY FOUR and 80/100---- Dollars ($ 1:>.n74_Bn ), ten (10%) percent of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and assigns, ]ointly and severally. This obligation is conditioned, however, that. WHEREAS, said JAGOE PUBLIC COMPANY has this day entered into a written contract with the said City of Denton to build and construct BTD # 18B0 - 9YCAMORF STREFT h" WATERLINE which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporated herein by reference and made a part hereof as though the same were written and set out in full herein, and; WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. it is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said Jagoe Public Company as Contractor and Principal, has caused these presents to be executed by Bill Cheek and the said Seaboard Surety Company as surety, has caused these presents to be executed by its Attorney -in -Fact Rosemary Weaver and the said Attorney -in -Fact has hereunto set his hand this 11th day of April , 19 96 SURETY: SEABOARD SURETY COMPANY BY. IIS t)f?D,llApJYr�, Rosemary Weaver Attorney -in -Fact AAA0184D Rev 07/28/94 PRINCIPAL: authenticity of tio=r'>a2&\Gail a71ƒfor A27/oz/ate^ 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 fads 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 REVISED 10112194 CI - 1 Insurance Requirements Page 2 officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses • Liability policies shall be endorsed to provide the following •• Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers • • That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought The inclusion of more than one insured shall not operate to increase the insurer's limit of liability • All policies shall be endorsed to provide thirty(30) days prior written notice of cancellation, non -renewal or reduction in coverage • Should any of the required insurance be provided under a claims -made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered • Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance • Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse AAA00350 REVISED 10/12104 Cl - 2 'fo' �u �r x 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 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 AAA00360 REVISED 10/12/94 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 $500.000 either in a single policy or in a combination of basic and umbrella or excess policies The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract Satisfaction of the above requirement shall be in the form of a policy endorsement for • any auto, or • all owned, hired and non -owned autos [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 AAA00360 Cl - 4 REVISED 10/12194 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 [ I 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 [ I Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement [ I Builders' Risk Insurance Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be provided Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear [ I Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications AAA00350 REVISED 10/12194 CI - 5 Insurance Requirements Page 6 ATTACHMENT 1 (XI Worker's Compensation Coverage for Building or Construction Projects for Governmental Entitles A Definitions Certificate of coverage ("certificate ")-A copy of a certificate of insurance, a certificate of authority to self -insure Issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project Duration of the project - Includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity Persons providing services on the project ("subcontractor" In §406 096) - includes all persons or entitles 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 01 1(44) for all employees of the contractor providing services on the project, for the duration of the project AAA00350 REVISED 10112194 Cl - 6 Insurance Requirements Page 7 C The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract D If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended E The contractor shall obtain from each person providing services on a project, and provide to the governmental entity (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certlflcalps 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 mall 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 Cl - 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,.@ 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 10112/94 CI - 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 s 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 Cl - 9 REVISED 10112/94 Sycamore Street 6" Waterline WORK DAYS 30 BID NO 1,I80 PO NO BID TABULATION SHEET DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL [FITEM 2 12-A 6" Water Main 2,062 LF $ a0,8(J/LF $,j$S, Unit Price in Words• SP-40 Cut and Plug Existing Waterline 5 Unit Price in Words 2 16-A Replace Existing Water Service (1") 31 EA oo $ aL7J.U0/EA $ r2 9,M),a Unit Price in Words 2.16-8 Replace Existing Water Service (1h") 6 EA $ 9so tic Unit Price in Words 2 16-C New Water Service (1" ) 1 EA $ gfJp,U(J lEA v $ 8U(J.OU Unit Price in Words 2 14 Fire Hydrant 5 EA $ 9z�f)jgZA $ �to Unit Price in Words. SP-44 Remove Fire Hydrant 2 v/EA $ /(ri(1,OCJ Unit Price in Words 2 13 1�6Valve 2 EA $ ,y�Q,(JL�/EA $ /�f.Ln.UV Unit Price in Words SP-42 Remove Valve Stack 4 EA $ /.50 0) /EA $ & a )//C) Unit Price in Words 3-B Remove Concrete Curb and Gutter 90 LF $ 4730616) Unit Price in Words. 8 2-A Concrete Curb and Gutter 90 LF $ Unit Price in Words P — 3 Bid Tabulation sheet (continued) ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 3 -A Remove Concrete Pavement 3 SY $ ZS ,('') /SY $ Unit Price in Words 5 8-A 6" Concrete Pavement 3 SY $ J6-01VO/SY $�SU,L,Yi Unit Price in Words SP-2 Concrete Saw Cut 24 LF $ /LF $ Unit Price in Words 3, 9 Sod 88 SY $ y` 611 /SY $ N2 UQ Unit Price in Words SP-37 Excavation Protection 200 LF $ Z.tj-U /LF $ .SOD,av) Unit Price in Words g SP-39 Project Signs 2 EA $ ,fSO.UO/EA $ 7E>0,4X) Unit Price in Words 1 21 Contractor's Warranties and Understandings -- LS $58u 40 /LS $5'.�l! q0 Unit Price in Words 8 1 Barricade, Warning Signs and Detours -- LS $Z"CC,CV/LS $G6,1VtV Unit Price in Words 2 12 8 Ductile Iron Fittings 660 LB $ / UD /LB $ hlvO.cK� Unit Price in Words SP-10 Rock Excavation 50 CY $ .✓'BUD /CY $ GS�d!/ Unit Price in Words 3 1 Preparation of Right -of -Way -- LS $ 1,SUU,j1C/LS $(,SjZet1 Unit Price in Words TOTAL Total Price in Words p - 4 BID SUMMARY TOTAL• PRICE IN WORDSV/, • g / Oi 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 insure 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. CONTRACTOR By i�fl �jor+Ur Street Address 91 TF'Xa % City and State Seal & Authorization g( 7/3g2 Lys( (If a Corporation) Telephone PLEASE RETURN THE TABULATION SHEETS IN DUPLICATE