Loading...
HomeMy WebLinkAbout1996-105ORDINANCE NO 91-YOS 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 NUMBER CONTRACTOR AMOi 1NT 1890 FLOYD GLEN SMITH CONCRETE CONTRACTOR $37,046 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 SECTION ITT That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying, the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein SECTION IV That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the _ day of �y�. ,1996 :MI ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY CONTRACT DOC DATE MAY 7, 1996 TO Mayor and Members of the City Council FROM Rick Svehla, Acting City Manager SUBJECT BID 41890 - WILLOWWOOD STREET SIDEWALK RECOMMENDATION. We recommend this bid be awarded to the lowest bidder, Floyd Glenn Smith Concrete Contractor, in the amount of $37,046 00 SUMMARY. This bid is for the construction of approximately 2,353 feet of four (4) feet wide sidewalk along Willowwood Street from Wisteria Street west to McCormick Street Included in the construction is the approximate 2,353 feet of sidewalk, 150 feet of curb, gutter and driveway removal, 170 cu yards of excavation, 100 feet of toe wall and header wall, 934 square yards of hydromulch, fence relocation, asphalt patch and other associated activities BACKGROUND. Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: City of Denton Street/Engmeenng Division and the Citizens of Denton FISCAL IMPACT: This project is funded from the CIP budget funds Originally $44,600 00 had been budgeted for this project, account #446-020-SWLK-9277-9152 Respectfully submitted ick Svehla Acting City Manager Approved Name Tom D Shaw, C P M Title Purchasing Agent 731 AGENDA CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this 7 day of MAY A.D., 19 96 , by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through TED BENAVIDES thersunto duly authorized so to do, hereinafter termed "OWNER," and -FLOYD GLENN SMITH CONCRETE CONTRACTOR P.O. BOX 1781 (1519 WILLOWWOOD DRIVE) DENTON, TEXAS 76202 of the City of _pm=N , 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 # 1890 - WILLOWWOOD STREET SIDEWALK in the amount of $37,056.00 and all extra work in connection therewith, under the terms as statel 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 DEPARTMENT all of which are made a part hereof and collectively evidence and constitute the entire contract. Fie- -:•-� - 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 net 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. 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, sub3ect 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 sub]ect to the General and Special Conditions of the Contract. CA - 2 FROM CITY OF IENTON FRS NO IN WITNESS WHEREOF, executed this agreement in ATTEST. APPROVED AS TO FORM; City AAA0184p Rev 07/28/94 I£17Skt173n2 n5-1;1-+F 0' -yF F nl the parties Of these presents ` the year and day first above wr1 CA - 3 _ CITY OF iDwToN OWNER� By ( SEAL) FLOYD GLENN SMITH CONCRETE CONTRACTOR CONTRAc;TOR MAILINC ADDRESS — L,'► ,6S- ore 41 PHONE NUMBER F'A�)c17sB- D// By u»�! TI r PRINTED NAME (SEAL) CA - 3 _ CITY OF iDwToN OWNER� By ( SEAL) FLOYD GLENN SMITH CONCRETE CONTRACTOR CONTRAc;TOR MAILINC ADDRESS — L,'► ,6S- ore 41 PHONE NUMBER F'A�)c17sB- D// By u»�! TI r PRINTED NAME (SEAL) PAYMENT BOND STATE OF TEXAS S COUNTY OF DENTON S KNOW ALL MEN BY THESE PRESENTS: That FLOYD GLENN SMITH rnxMETE C +TRACTOR of the City of DENTON County of nFxmIN , and the State of TFxAc as principal, and /f/J///F/T�q( oS�,Q<jfy &mf'/�,!� authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto CITY OF DENTON OWNER, in the penal sum of THIRTY SEVEN THOIISAND FIFTY SIR DOLLARS and n0/100 Dollars ($ 37,056.00 ) 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 7 day of MAY 19 96 BID # 1890 - WILLOWW00D STREET SIDEWALK 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 PROVIDED FURTHER, that if any legal action be filled upon th:s 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 signed and sealed this instrument this 1) day of% Address: -PO 80ylqg�/ �P �reti, f K� '76ao 9� (SEAL) Surety Titlel� iT/�,t�Nf�i -/N- F 7 Address • P0 60'C k 6 i, 9,011 C T/> (SEAL) The name and address of the Resident Agent of Surety is: NOTE: Date of Bond must not be prior to date of Contract. AAA0184D Rev. 07/28/94 PB — 2 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That FTnYn rT.FNN SMTTR CONCRETE CONTRACTOR , of the City of DENTON County of DENTON , and State of TEXAS as PRINCIPAL, and (Z&61eFkLjq..sir FT4 or,&Zf,Q/,�,jq 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 THTRTY SEVEN THODSANn FTFTy SIX DOLLARS and 00/100------------------- ---- Dollars ($ 37,056.00 ) 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 _7 day of MAY , 19966, for the construction of BID # 1990 - WILLowwoop STRFFm STnFwnT9 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. PB - 1 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 lel)- day of 19q6 . �Ov�^1 Pre- l°XrAfo-Ao Principal By— ., 49-wk�c Address: r D Eek O(7 f �aA -42)Y1 1Y- 7 (. � 0 1- (SEAL) CJ- Surety ' Title. 19 LLC A4:5 F/4-C17- Address: Po BO>z le)&J, hoes ryw, / Y 77aS-1 (SEAL) The name and address of the Resident Agent of Surety is: AAA0184D Rev 07/28/94 PB - 4 MAINTENANCE BOND THE STATE OF TEXAS S COUNTY OF DENTON S KNOW ALL MEN BY THESE PRESENTS: That From GLENN SMITH CONCRETE CONTRACTORas Principal, and /./N///F.e�/3,L /rv,�r�,/ of IGfi' 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 THRiew. m ATTQXw 0m. o. ....., - ,_— Dollars 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, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said FLOYD GLENN SMITH CONCRETE CONTRACTOR has this day entered into a written contract with the said City Of Denton to build and construct BID #1890 - WILLOWWOOD STREET SIDEWALK 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 MB - 1 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 days 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 FLoVn cS1n1 F1-1 ��lyC E f Tf �' rcl7_09CTae as Contractor and Principal, has caused these presents to be executed by _11L,\L1 and the said IWUdfrC�� as surety, has ca ad these presents to be executed by its Attorney -in -Fact 74T/-F V 1')') i l ),C/c and th day of SURETY: e said Attorney -in -Fact has hereunto set his hand this 199 42 . Attorney -in -Fact AAA0184D Rev 07/28/94 MB - 2 PRINCIPAL: io LA C Le k ose" A 0&101(-A,(, 06A r UNIVERSAL SURETY OF AMERICA P 0. BOX 1068 -Houston. Texas 77251-1068 GENERAL POWER OF ATTORNEY - CERTIFIED COPY 1__.1 TX 0914152 00 Know All Men by These Presents That UNIVERSAL SURETY OF AMERICA a corporation duly organized and existing under the laws or the State of Texas and having its principal office in Houston. Texas, does by there presents make, constitute and appoint Cathy Miller its true and lawful Attorney(s) m-Fact, with full power and authority hereby conferred in its name, place and stead to execute, acknowledge ano deliver bonds for Prindpal• Floyd South Concrete Contractor Obligee- City of Denton Texas Amount, $3705600 and u) bind the tympany thereby as fully and to the same extent as if ouch bonds were signed by the President sealed with the corporate seat of the company and duly attexted by its secretary, hereby ratifying and confirming all that the said Attomey(s)•in Fact may do within the above stated limitations Said appointment is mode under and by authority of the following resolution adopted by the Board of Directors of Universal Suretv or Arnenw at a meeting held on the l I th day of July 1994 Be It Resolved that the President and any Vice President. Secretary or any Assistant Secretary shall be and is hereby vested with full power ind authority to appoint any one or more suitable parsons as Attorney(s) in Fau to represent and act for and on behalf of the Company RESOLVED that the signature of any officer of the corporation, and the seal of the corporation may be affixed or printed by facsimdte to .in% power of attorney of the corporation, and that such printed facsuntha signature and seal shall be valid and binding upon the t,otporation In Witness Whereof, Universal Surety of America has Caused these presents to be signed by Its President. John Knox. Jr and its corporate seal to be hereto affixed this ISth day of April, AM ,1995 ,w ,xiri'a\ �1�y�W as State of Texas County of Harris UNIVERSAL SURETY OF AMERIC a 10 ox Jr or President On this 15th day of April, In the year of 1995, before me Rhonda K Wilke, a notary public rsimaily appeared John Knox, Jr personally known to be the person who executed the within Instrument as President, an behalf ofthecorporation therein named and acknowledged to me that the corporation executed It yotary Pubh, I the undersigned Secretary of Universal Surety of America hereby certify that the above and foregoing is a full, true and u)rrect wpy of the Original Power of Attorney issued by said Company and do hereby further certify that the said Power of Attorney is still in affect GIVEN under my hand and the seal of said company, at Houston Texas this IOTH day of —MAY 19 96 Asrinant Secretary For verificatum of the authority of this power you may telephone (713) 722 4600 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 10112/94 Cl - 1 Insurance Requirements Page 2 officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. • Liability policies shall be endorsed to provide the following: •• Name as additional insured the City of Denton, Its Officials, Agents, Employees and volunteers. • • That such insurance Is primary to any other insurance available to the additional Insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability • All policies shall be endorsed to provide thirty(30) days prior written notice of cancellation, non -renewal or reduction in coverage • Should any of the required insurance be provided under a claims -made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. • Should any of the required insurance be provided under a form cf coverage that includes a general annual aggregate limit providing for claims Investigation or legal defense costs to be included in the general annual aggregate limit, the contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. • Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. AAA00350 REVISED 10112/94 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 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 10/12194 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 $10O,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 AAA00350 REVISED 10/12/94 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. I 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. I 1 Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement I 1 Builders' Risk Insurance Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear I Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications AAA00350 REVISED 10112194 CI - 5 Insurance Requirements Page 6 ATTACHMENT 1 [XI 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 1406 096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees This Includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all employees of the contractor providing services on the project, for the duration of the project AAA00350 REVISED 10/12/04 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 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. AW0360 REVISED 10/12/94 CI - 7 Insurance Requirements Page 8 I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to. (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all of its employees providing services on the project, for the duration of the project, (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage Period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor (a) a certificate of coverage, prior to the other person beginning work on the project; and !b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and AAAW360 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 e6 les 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 10/12/94 CI - 9 BID SUMMARY TOTAL BID PRICE IN WORDS Thirty seven thousand fifty six dollars & 00/100 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. P.O. Box 1781 (1519 Willowwood Drive) Street Address Denton. TX 76202 City and State Seal & Authorization (If a Corporation) �7) 565-0114 Telephone B - 1 WORK DAYS 30 BID NO 1 R90 PO NO. HID TABULATION SHEET DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL F Remove Concrete Curb and Gutter 92 LP S 4.50 /LF S 414 00 Unit Price in Words: Four dolLars & 50/100 3-C Remove Concrete Driveway 50 SY S 16.20 /By $ 810.00 Unit Price in Words: Sixteen nllars & 20/100 3-D Remove Concrete Border 14 LF S 3.00 /LF S 52.00 Unit Price in Worde: Three dollars & 00/100 3.3 Unclassified Excavation 170 CY S 9.00 /CY S 1,530 00 Unit Price in Words: Nine do lars & 00/100 9.8 Top Soil 5 CY $ 45.00 /Cy $ 225.00 Unit Price in Words: Forty f3ke dollars & 00/100 5.7 Asphalt Patch (2" Type D) 2 Ton $100.00 Ton S 200.00 Unit Price in Words: One hundred dollars & 00/100 SP-12 Relocate Mailbox 5 EA S 25.00 /EA $ 125 00 Unit Price in Words: Twenty f Lve dollars & 00/100 8.3-A 4" Concrete Sidewalk 1,008 BY $ 22.00 /SY $22,176.00 Unit Price in Wordso Wenty t o dollars & 00/100 8.3-7 6" Concrete Sidewalk 38 SY $ 27.00 /BY $ 19026.00 Unit Price in Words$Twenty s ven dollars & 00/100 8.3-C Concrete Toe Wall 44 LF $ 8.00 /LF $ 352 00 Unit Price in Words: Eight do lays & 00/100 S.3-D Concrete Header 25 LF $ 8.00 /LP $ 200 00 Unit Price in Words: Eight do lars & 00/100 P - 3 WORK DAYS 39 BID NO. PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL SP-2 Concrete Saw Cut 44 LF S 3.00 /LF S 132.00 Unit Price in Words: Three d llars & 00/100 3.10.7 Hydromulch 934 BY S 2.00 /BY S 1,868.00 Unit Price in Words: 4dol.' & 00/1003.9.3 St- Augustine Sod94 BY S 7.00 /SY S 658.00 Unit Price in Words: Seven d llars & 00/100 SP-44 Mine. Sprinkler System Adjustment - LS $ 250.00 /LS S 250.00 Unit Price in Words: Two hundred fifty dollars & 00/100 3.1 Preparation of Right -of- way - LS $1,500.00/ LS S 1,500.00 Unit Price in Words: Fifteen hundred dollars & 00/100 1.21 Contractors Warranties and Understandings - LS $1 090.WAS S 1 090.00 r Unit Price in words One thousand ninety dollars & 00/100 3.12 Temporary Erosion Control - LS $1.000 00/LS S 1,000.00 Unit Price in words: One tho sand dollars & 00/100 8.1 Barricades, Warnings signs and Detours - LS $ 500.00/LS S 500.00 Unit Price in Words: Five hu red dollars & 00/100 SP-40 Relocate Wood Rail Fence 247 LF S 4.00/LF $ 988.00 Unit Price in Words: Four dollars & 00/100 SP-39 Project Signs 2 EA $ 250.00/EA S 500 00 Unit Price in Words tTWO hund ced fifty dollars & 00/100 4.5 6" Thick Flax Base 59 BY S 10.00/SY S 590.00 Unit Price in words: Ten doll irs & 00/100 P - 4 WORK DAYS 10_ 9:D NO. 189U� PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 2.12.9 12" Steel Pipe (Gauge 10) S LP $ 15.00/L8 $ 120 00 Unit Price in Words: Fifteen lollars & 00/100 TOTAL $ 36,306.00 Addendum No.l ServiceAd3ustments 3 EA $ 250.00/EA $ 750.00 Unit Price in Words: Two hundred fifty dollars & 00/100 Total including Addendum No.l $ 37,056.00 FROM CITY OF DENTON •• ADDENDUM No. 1 BID # 1890 FR\ NO 18173837302 BID TABULATION SHEET WILLOWWOOD SIDEWALK MCRZNTION pVJWYtTft 9ltmr tlsir vnit:s TOTAL sP-27 Service Adjustments 3 U i 250.00/SA 8 750.00 Vait price in fiords Two hun red fifty dollars & 00/100 i_- General: This item governs the adjustment of sewer and water services due to reta2.ning wall and sidewalk installati m on this project. this item includes the relocation of meters and cleanoute if necessary. relustments of leas than 10 fact of serviocations of meters or cleanoute shall bec line tinclude do not irci.dentalto the contract The rework of connections on the house side of dater meters is to be done by a licensed plumber. This should be taken into account by the contractor. Compression fittings are to be itsed for the adjustments Connections and a representative fromtheWater/Wastewateill be inspected by both the project r Division inspector Payment. Payment will be at contract unit price for each service adjustment. All labor, materials, equipment, etc that is necessary for these adjustments shall be considered as part of this item. Contractor shall use caution in placing profit in this item as the quantity on the bid tabulation sheet is a rough estimate T1fPiCAi. =WL MIVEVA4Y CONNEC71CIN a W 4` r s�� te"RB LLO ii+Yr ileI VAPS TOP OF CURB --- � NAN KMIN LOPE OF 1/4PER bi 1• una. �PO�TO� WRB m EAMEY • Irma EMMRAMOE ; POLIOEIE ael.�W. --- -- - __ _-- _ - _ _.._. ---. i COMPANIES AFFORDING COVERAGE Oman 7X 79M}782E A 7MIdq Enlwaal Uffm wAlm _ 4`ener ___ -------- pmd ' C wlaon 7H 7M I m ,m E 'nag aTO R-nW THAT 1WE POY= OF WBUMIJME LM-W M.MM PAVE SM MGM 70 7HE WBURM NAM® ABOME ran am n T .ww TE W1� �� OMWM N MAY PPWAK 77fTa2' TM OR 1 /AND BY 'PM AW CM ® OR WHO � L tCERnRrATO ALL MG 7MM 1 EXCWBIONB AND CDNMIIQNB OF 811CN P011d6& WpiB SHOWN MAY HAVE BM FWXMD,EM PAID CLOWN. . _ -_ -- -_- - - �I im OF Ma1MMrlai AD=NIr®1 ' W iMOm=" omoo 3mm 1 LRM adAOa. If rotla7 Ofl9wL wipaiA7e �{ 1800000 _ . E ' comma m aENE1R UNK" awa - PW40M i I I' '1 1 Nra X ' ooam I ACV iwm • aomoe _ 1046 a WNWAOM S FWT. i i Eldr .. ... M'.6- „. __J i 1 , 1 PM aMMDE (Mry illr aw ii" aaaoD l Mnl ®apt WM!r plrMli SUN !nyWT r I AM A111O I ALL Ora® MRM 1 1 " 1 P�AIM iM --- - -- - - • _ - •.. tt 8d101a® AUIOi i , , i 40CLY *Qw { aNMga tMaim ! PNMW ovmw U ' '- __ -- --- - -- - -• , . ., -- --- - - -jl11O6BitMSJ1Y - era ooaiia�ea i ' I - i i ii AOa1BA7e UMME A PDar i 1 i _ Doer W M1 rAW1E1A PO N ! i Br�AilnpaRAr wls-- fw��..�i WORM" WIY®YMpll i f 1 � O M AR i BCH ACCO..-' Am M Dom. Fowv tAff zmvr Umw" i OWN • Mdl mww _is loom _ iODER 1 I 1 1 i 1 t { i - DMcripmm OF tim ALLSTATE WRYNE HOLT TEL 817-566-5942 Jun 03,96 12 27 No 004 P 02 CERTIFICATE OF INSURANCE R1 ALLSTATE INSURANCE COMPANY ❑ ALLSTATE INDEMNITY COMPANY ❑ ALLSTATE TEXAS LLOYD'S THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFI CATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW CITY OF DENTON ATTN: MAX BLACKBURN (817)383-7302 FAX FLOYD SMITH PO BOX 1781 DENTON TX 76201-1781 Thla In to certify that policies of Insurance listed below have been Issued to the Insured named above subject to the expiration date Indicated below, not'Nlthelanding 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 TYPE OF INSURANCE AN LINOTft COMMERCIAL GENERAL LIABILITY Polley Effective Expiration Number Date Date _ Limit Affected GENERAL AGGREGATE, IMIT(OtharthanProducts— OomabtadOneratlonsL_ "-- PRODUCTS — COMPLETED OPERATIONS AGGREGATE LIMIT PERSONAL AND ADVERTISING INJURY _ EACH OCCURRENCE L1141T PHYSICAL DAMAGE LIMIT _ AN O NELODO MEDICAL EXPIN$E LIMIT a ANY ONE PERSON WORKERS' COMPENSATION 6 Policy Effective Expiration EMPLOYERS' LIABILITY Number _ Date Data Covenoge Limits _ WOHKEHS'l M� PF�I8ATIlN1 STATUTORY illowing states EMPLOYERS' BODILY INJURY BY ACCIDENT S EACH ACCIDENT BODILY INJURY BY DISEASE LIABILITY S EACH EMPLOYEE BODILY INJURY BY DISEASE $ POLICY LIMIT icy Data atlw 06/11 /96 Expiration AUTOMOBILE LIABILITY N Number 649559731 06/11 _- s /97 Cove Esals_ ... _ Limits _ Combined Sln Is Limit of Liability IaANYAUTO 11 OWNED AU708 0HIRED AUTOS BODILY INJURY & PROPERTY DAMM EACH MDENT f1SPECIFIED AUTOS f] NON -OWNED AUTOS Split Liabillfir Limits bedM Injury Pro Dams Each GOWNED PRIVATE PASSENDER AUTOS C3DWNED AVTOS OTHER THAIPRIVATE MMNGER PERSON ACCIDENT UMBRELLA LIABILITY Policy Effective Expiration Number Dale M Date _FACHOCCURRENCE GENERALAGGREGATE PRODUCTS— COMPLETED OPERATIC— NBAGGREGATE OTHER (Show Policy Effective Expiration type of Policy)_ Number Dale Dale DESCRIPTION OF OPERATTONSILOCATIONSNEHIOLEWASSTRICTIONSMPEO'AL ITEMS 86 FORD F350 FLATBED 1FDKF37L5GPA53945 87 FA)RD F250 XLT 1FTHF25L9HKA17623 92 FORD F250 PU IFTHF25GXNNA18972 81 FORD FLATBED IFMOF60HIBVA04181 CANCELLATION Number of days notice_ u/a .(�.,..I f qL —�� AhrlenroemarM ..— ate Should anyof the above described policies be cancelled before the expiration dale, the issuing company wlllandeavorlo mall within the numberof daysentered above, written notice to theoerlllloate holdernamed above. But failure to mall such notice shall Impose noobllgation or liability of any kind upon the Compaq Its agents or representatives. 1052"