Loading...
HomeMy WebLinkAbout2000-055ORDINANCE NO AV�p55- AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF LAKEVIEW BOULEVARD, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING AN EFFECTIVE DATE (BID 2455 - LAKEVIEW BOULEVARD AWARDED TO JAGOE PUBLIC COMPANY IN THE AMOUNT OF $798,106): WHEREAS, the City has solicited, and received competitive sealed 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 respondent for the construction of the public works or improvements described in the bid invitation, and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive sealed bid for the construction of public works or improvements, as described in the "Sealed Bid Invitations", 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 NNJMBER CONTRACTOR AMOUNT 2455 Jagoe Public Company $798,106 S CTION II That the acceptance and approval of the above competitive sealed bid shall not constitute a contract between the City and the person submitting the bid for construction of such public works or, improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidder's and Request for Sealed Bids, 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 sealed 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 /J = day of Lk&u, 2000 ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY BY _ BID 2455 - C07iACTIAL ORDINANCE (2-00) ATTACHMENT TABULATION SHEET LAKEVIEW BOULEVARD No.DailliORIPTION VENDORVENDOR VENDOR VENDOR VENDOR ¢3t. Gdco Richard Carr Sutton & <yY�i�yR 00 Jagoe Public JRJ Pawng Contracting Construction Assoc Inc Total Bid Award $798,106 00 $803,811 50 $630,507 30 $950,549 65 $639,610 13 1 Bond YES YES YES YES YES C�n�ogy CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 15 day of February A D , 2000, by and between City of Denton of the County of Denton and State of Texas, acting through Michael W Jez thereunto duly authorized so to do, hereinafter termed "OWNER," and Jagoe Public Company 1Mn Ft Wnrth nr Denton, TX 76205 of the City of Denton , County of Denton and State of Texas , hereinafter termed "CONTRACTOR " WITNESSETH That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below Bid 2455 - Lakeview Blvd in the amount of $798,106 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 and the Performance and Payment Bonds, attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein and on file in the office of the Purchasing Agent, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, CA-1 and the Specifications therefore, as prepared by Denton Erigmeermg and Transportation Department all of which are referenced herein and 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 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 of these presents have executed this agreement in the year and day first above written APPROVED AS TO N i -4t 10 a - AZ L /(-C- CONTRACTOR MAILING ADDRESS fug / 3 52 - 2 5-9 PHONE NUMBER 4 q,, Z; K-L -ti 7? 7- FAX NUMBER MB� BY - Uk , TITLE PRINTED NAME CA-3 (SEAL) PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That Jagoe Public Company whose address is 3020 Ft Worth Drive Denton, TX 76205 _ hereinafter called Principal, and 48SONTEDINDEMNITY COAPOSATION a corporation organized and existing under the laws of the State of Texas and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of Seven Hundred Nmty Eight Thousand One Hundred Six and no/100 DOLLARS ($ 798,106 ) plus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages arising out of or connected with the below identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, Jointly and severally, firmly by these presents This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 2000-054, with the City of Denton, the Owner, dated the 15 day of February AD 2000, a copy of which is hereto attached and made a part hereof, for Bid k 2455 - Lakeview Blvd NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived, and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by the Owner, and, if the Principal shall fully indemnify and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reunburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligation shall be void, otherwise, it shall remain in full force and effect PB - 1 PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of tune, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc , accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 15 day of February , 2000 ATTEST PRINCIPAL BY V i F PRESIDENT BY L 6.c ! t SE RETARY ATTEST SURETY nssaeutED INOEMY CORPO taN BY ir\ ��I�t,`lX�QAJY A.TTONLmooef The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is (NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give a person's name ) PB-2 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That Jagoe Public Company , whose address is 3020 Ft Worth Drive, Denton, TX 76205 _ hereinafter called Principal, and nssocurto INUEMMY casMM11Us a corporation organized and existing under the laws of the State of Texas and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to, in the penal sum of Seven Hundred Ninty Eight Thousand One Hundred Six and no/100 DOLLARS ($ 798,106 ) in lawful money of the United States, to be paid in Denton, County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 2000-054, with the City of Denton, the Owner, dated the 15 day of February A D 2000, a copy of which is hereto attached and made a part hereof, for Bid 2455 - Lakeview Blvd NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void, otherwise it shall remain in full force and effect PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie in Denton County, Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc , accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc PB-3 This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 15 day of February , 2000 ATTEST PRINCIPAL (rase BY sc SECRETARY I BY V «e PRESIDENT ATTEST SURETY ASSOCIATED INDEMNITY CORPORATION i The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME �. �. (NOTE Date of Payment Bond must be date of Contract !f Resident Agent is not a corporation, give a person's name ) MIMI FIREMAN'S FUND INSURANCE COMPANY NATIONAL SURETY CORPORATION ASSOCIATED INDEMNITY CORPORATION THE AMERICAN INSURANCE COMPANY AMERICAN AUTOMOBILE INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS That FIREMAN S FUND INSURANCE COMPANY a California corporation NATIONAL SURETY CORPORATION an Illinois corporation THE AMERICAN INSURANCE COMPANY a New Jersey corporation redomesticated in Nebraska ASSOCIATED INDEMNITY Companies CORPORATION dos eachherebyappoint ROSEMARYRICAN WEAVER AND AUTOMOBILE JOHN R. STOCKTON a OFssouri DALLASation TX (herein collectively called the their true and liwful AttoMey(s) in Fact with full power of authority hereby conferred in heir name place and stead to execute seal acknowledge and deliver any and II bonds undutakmgs recognizances or other written obligations inthe nature thereof and to bind he Companies thereby as fully and to the same extent as If such bond+ were slbmd by the President scaled with the corporate seals of the Companies and duly attested by he Companies Secretary hereby ratifying and eonfirmmg all that he said Attorneys) in Fact mats do in the premises This po%er of att AL SURETY CORPORATION oTHEi AMERICAN eINSURANCEa COMPANY ASSOCIATED INDEMNITY CORPORATION INSURANCE uthority of Article V11 of the By laws of FIREMAN S andAMER CANN AUTOMOBILE INSURANCE NSURANCE COMPANY whah provisions are now m full force and effect This ed the Board of rectors of COMNSURANCE P NYoNATIONAis atL SURETY CORPORATIONeTHE AMERICAN INSUof the RANCE COMPAtion NY ASSOC ATED INDEMNITY CORPORATION and 1AMERICAN AUTOMOBILE INSURANCE COMPANY at a meeting duly called and held or by written consent on the 19th day of March 1995 and said Resolution has not been amended or repealed RESOLVED, that the signature, any Vice President Assistant Secretary and Resident Assistant Secretary of the Companies and the seal of the Companies may be affixed or printed on any power of attorney on any revocation of any power of attorney or on any certificate relating thereto by facsimile and any power of attorney any revocation of any power of attorney or certifcat, bearing such facsimile signature or facsimile seal shall be valid and binding upon the Companies IN WITNESS WHEREOF the Compan s have caused these 1p a is to be signed by then Vice President and then corporate seals to be hereunto affixed this 17 day of December FIREMAN S FUND INSURANCE COMPANY a;3a$at IN NATIONAL NATIONAL SURETY CORPORATION evogc s• e� w "y'fo iq` _ THE INSURANCE COMPANY ;� mo tt� ,,ra��t • � s' i B c A L 1 ASSOCIATEDCIATED INDEMNITY CORPORATION 9EVT JBrO y Y [jk i = 4 �, ,1 _ '#AMERICAN AUTOMOBILE INSURANCE COMPANY y 4twd°' (�~ �..Sa�� oR�Nee�COd'�e ��A�MC[•CO`/l� ryrlOUaMo r Lt � nnnnmcp° unity � / / By vc Prexiaem STATE OF CALIFORNIA ss COUNTY OF MAR1N 1 before me personally came, M A Mallonee to me known who being by me ontnl3 17 day of December 998 P y duly swom did depose and say that he is a Vice President of each company described in and which xecuted the above Board of i that he knows the seals of the said Companies that the seals affixed to he said instrument are such company seals that they were so affixed by order of the Board of Directors of said companies and that he signed his name thereto by like order IN WITNESS WHEREOF 1 have hereunto set my ''hand and affixed my oacial seal the day and year herein first above written L. 0CAMPC) t Commission # 1163726 a Notary Public • California 55 Morin County Neran' Pub"' MyCOntrn EKI*MNOV28-MD1 f CERTIFICATE STATE OF CALIFORNIA ss COUNTY OF MARIN I the and has nomains in full force t been revoked and furthermore that Article VII Oof each com?Ihe By, l HEREBY oeach h company nd[the I, the Resolution of het.Board of POWERached Directors orsett fourth n he Power of Attorney are now in force Signed and sealed at the County of Mann Dated the day of ,p.ETYp oaar, «�MI.NS fie ti��A�.i6���N'y, M1lF IN BEVT 3 NNI tit{' Tat, Z f A _ E b�UNd9\l`13��•s•� of�N'f,4< s��9ANCE•CeJa�i q,v�laUl x'N�tip 3f Raiaem Assnum Secrcwry O unnna tint, 360789 11.98 CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract Upon bid award, all insurance requirements shall become contractual obligations, which the successful bidder shall have a duty to maintain throughout the course of this contract STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time, however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted • Each policy shall be issued by a company authorized to do business in the State of Texas with an A M Best Company rating of at least A • Any deductibles or self -insured retentions shall be declared in the bid proposal If requested by the City, the insurer shall reduce or eliminate such deductibles or self -insured retentions with respect to the City, its 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 read - "SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITI) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED" • Should any of the required insurance be provided under a claims -made form, Contractor shall 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 ansmg 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 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, ifso noted [X] 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 [X] Automobile Liability Insurance Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $1,000,000 either in a single policy or in a combination of basic and umbrella or excess policies The policy will include bodily injury and property damage liability ansmg 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 mimmum 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) [ ] 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 arse in the prosecution of the work or Contractor's operations under this contract Coverage shall be on an "occurrence" basis, and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance Policy limits will beat least_ combined bodily injury and property damage per occurrence with a aggregate [ ] 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 [ ] 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 [ ] 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 [ ] 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 ATTACHMENT 1 [X] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A Definitions Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity Persons providing services on the project ("subcontractor" in §406 096) - includes all persons or entities perfornung 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 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 mail 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 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 401011(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 (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 By signing this contract or providing or causing to be provided a certificate of coverage, the contractor Is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions K The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity Bid 2455— Lakeview Blvd -CONTRACT & INS 2.00 TOTAL BID PRICE IN i BID SUMMARY In the event of the award of a contract to the undersigned, the undersigned will f irmsh 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 futmshed 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 pries as shown for each item listed in this proposal, shall control over extensions 36aa F�t tjn,�L- n.-_ Street Address /je 4,t„- Tx 76 moo:' r City and State Seal & Authorization (If a Corporation) Telephone IM Lakeview Boulevard Paving and Drainage WORKDAYS 90 BID NO a4SS PO NO BID TABULATION SHEET 1 21 Contractors Warranties and LS $ a o0o a�/LS 1$()60() Understandings 6 UU Unit Price in Words 5 ca�< 2 12 3-A 18 Class III storm sewer 527 LF $4;09 /LF $ A g b y 116 UnitiPrice m Words . r twb /�q �, a d ze.o Gcrcf3 2 12 3-B 24" Class III storm sewer I 235 LF $ /LF $ 9y00 oD Unit Price in Words �o rk d o liar G tin. zera cr d3 2 12 3-C 30" Class III storm sewer 185 Unit Price in Words 2 12 3-D 36" Class III storm sewer 200 LF $ :y o o /LF $ //pop 00 Unit Price in Words �r vz o/lais a. d u-o <.p,.1rs 2 12 3-E 48" Class III storm sewer 20 LF 1 $ 90 '3'/LF Unit Pricem Words e,54,,iy ao// s ze. d. ",is 3 0-A Removal and Disposing of Pavement 6126 SY $ 50 /SY $ UnitPrice m Words �� q //�5 Q .f-, .144Y c s 3 0-B Remove Concrete Drives & Walks 745 SY $ 00 /SY $ S9�a o0 Unit Price in Words e l3l-t-. d dA aA 3 0-C Remove Reinforced Concrete Pipe 595 LF $ /a oo /LF $ S9J'o Unit Price in Words k d uUa �5 a ul zz�a c e 5 31 Preparation of Right of Way LS $�Saoa',�LS $�?50000r> Umt Price to Words Ewen /' r 3 3 Unclassified Excavation 8,000 CY $ -4 00 /CY $ 3;(, o Unit Price m Words �,V.r 411q,rs a. zero c,e,d-s P - 3 L-4 Lakeview Boulevard Paving and Drainage WORKDAYS 90 BID NO a4G5 PO NO BID TABULATION SHEET 3 7 Compacted Fill 16,900 1 CY $4 50 /CY $ l,oSd ot, Unit Price in Words XOwi 01o��ars awl �'�+y Cx�,ts 3 9 Sod 55 SY $ 6 00 /SY $ 30 00 Unit Price in Words 5 1� dalla i5 2.e./o C4,,+5 3 107 Hydromulch LS 1 $ qj a0°/LS $ B�Vo 00 Unit Price in Words 4 TNCttjo, ki,41ene do!/tt,c a,/LA z.eio certli 312 Temporary Erosion Control LS $9oo0oo/LS $?co0 ov Umt Pricem Words �-""Q'�Otcio. I O<o�(aii a-aaiZe/o <2nY's 46,7 6" Concrete/Lime Treatment of Subgrade 15,784 FSY $a so /SY $39q( 00 Umt Pricem Words Fwo dd(/�f Cerrs 5 7-A 6" Asphalt Pavement (Type A) 1,668 TON I $ab -)S' /TN $97955 oU Unit Price in Words 9 dollars and Sege �,. e cQ 41 s 5 7-13 2" Asphalt Pavement (Type D) 556 TON $ � o o /TN $ / 7 -/ 9 a o e Unit Price in Wordsr f �o c/lr_is Q o1 ze/a 58 Concrete Pavement 9,864 SY $ as Do /SY $424fob00 00 Unit Price inWordsrho!/wrs r d Zero Ce s 6 7,2-A Adjust Sanitary Sewer Manholes 4 EA $ /EA 300 00 $ /aoo, o0 Unit Price in Words re,p kuAdred, o(o/%/S a4Q ze,o 7 6-A-3 5' Curb Inlet 1 EA $ / ROO,00/EA $ / goo Oo Unit Price in Words 2t lteeti— tiec( �,Ilars 0.n.c� Zr_/o CR�}5 7 6-A-4 10' Recessed Curb Inlet 2 EA $�yoo o,/EA $ ygv0, oa Unit Price in Words 4-t ,. 4e, w idle arc z�io 7 6-A-5 _ 14' Recessed Curb Inlet 2 EA SS 0 odEA $ S7 U o 0 4 Unit Price in Words i �krt `tus,li 0(o�/2i5 Q�cl 2cr� P - 4 Lakeview Boulevard Paving and Drainage WORKDAYS 90 BID NO o-Au55, PO NO BID TABULATION SHEET 7 6-A-6 Y-Inlet 3 EA 1 $ g-0oo 60/EA $ pUp o o Unit Price in Words ��o fh�wr o//ass a d Zero ce �s 7 6-A-7 4'X4' Junction Box 1 EA $a/ o0 0 3 /EA $ a/ oo 0 o Unit Price in Words � n�t 0.'4 7 6-A-8 5' X 5' Junction Box I EA $,�Ly0o,00/EA $ aµoo 00 Unit Price m Words —e aj Al" k'�Adr&�L dcd�a,J R.tcl ZCro ctjS 7 6-A-9 Type "C" Headwall 4 EA $ 50o oo/EA $ Ao oo, o > Unit Price in Words 7 6-A-10 Type "B" Headwall 4 EA $/;L00 oo /EA $ qS c)o oa Unit Price in Words � kuAd moo d !/a rz 2e/6 c.2.cfS 8 1 Barricades, Warning Signs and Detours LS $ /LS a(osl,6, 0 0 $ � (a.Soo 00 Unit Price in Words 4- do/la Qi 82 Install Concrete Curb & Gutter 5,130 �,andl-e.W LF $ p 7S /LF $ fr /7 So Unit Price in Words Ze �o oen//a r ano( se /ems F .e ce tits 8 3-A Concrete Driveway 665 SY 1 $ 31 50 /Sy $�0 947 50 Unit Price in Words r� 0M1_ d �i a al 4!, oe '-�S 8 3-B Concrete Sidewalks and Pedestrian Ramps 26 SY $ /SY qp 00 $ 3-3Yo 00 Unit Price in Words rt d o C6-+ 83-C Stamped/Colored Concrete 130 SY $ Sm po/SY $/Oyoo 00 Unit Price in Words 8 15 Concrete Rip Rap 94 SY $ 50 po /SY $ q7 () o o p Unit Price in Words SP-2 Concrete Saw Cut 150 LF $ 00 /LF $ �� o Unit Price in Words h Lakeview Boulevard Paving and Drai"ge BID TABULATION SHEET WORKDAYS 90 BID NO a4SS PO NO SP-15 AdlustValve 5 EA $gSo,o`qEA $/a5o,o0 Unit Price in Wor = lQ SP-37 Excavation Protection - LS $/o.00MLS $/00000 Unit Price in Words a w✓e fhm do// zoo .cb SP-39 Project Signs 3 EA $-jSo,oa/EA $ USoao Unit Price in Words fG�/e da/ao o SP-43 Asphalt Saw Cut 170 LF $ 3 00 /LF $ Unit Price in Words f l�.cc // Zero [ eats SP-55 I Pavement Markings LS $y00o0o°/LS $µ000a od Unit Price in Words L �or a/ o ua SP-60 Srgnage(Traffic Signage) LS $ 80,o o�/LS $800e,00 Unit Price in Words 2 tit SP-61 Traffic Signal Conduit and Pull Boxes LS $ /LS 9000 00 $ 9voo o0 Unit Price in Words $ / $ Unit Price in Words $ / $ Unit Price in Words Unit Price in Words Unit Price in Words TOTAL I' M/ SOW D CERTIFICATE OF LIABILITY INSURANCE 2/13/00 ER (940) 382-9691 FAX (940) 243-1050 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE & King Insurance HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR outh I-35E, Suite A ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW TX 76205-7829 COMPANIES AFFORDING COVERAGE n, Bituminous COMPANY Ext A Work Comp Ins Fund 7agoe Public Company, Inc COMPANYTexas Lill (h,,�k P 0 Box 250 COMPANY C Denton TX 71,'202 CONPA 1, D RAGES POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD IS IS TO CERTIFY THAT THE REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS )ICATED NOTWITHSTANDING ANY MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS RTIFICATF MAY BF ISSUED OR CLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCLO BY PAID CLAIMS TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATEIMMIDONY) DATE(MM100(YY) GENERAL AGGREGATE $ 2,000,000 ?NERAL LIABILITY S COV COMMERCIAL GENERAL LIASIL TY INJURYIOP 1,000,000 PIEPRODUCTS INJURY S 1,000,000 CLA"R LACE X O,CUR CLP2302758 10/Ol/1999 10/Ol/2000 EACH OCCURRENCE s 1,000,000 EACH OWNER S S `: r ITR`T�R S PROT FIRE DAMAGE (Any one Sre) S 100,000 MED EXP (Any one person) 5 5,000 1TOMOBILE LIABILITY COMBINED SINGLE LIMB $ 1,000,000 PNY PI " ALL Oh IEDA ",� BODILY INJURY S (Pe, peson) SCHECI LE -A '^= CAP2542947 10/Ol/1999 10/01/2000 HIRED ALIT„ BCDILY'NJURY S tPe, OFF Cent) r CH ALE' - PROPER—Y DAMAGE $ AUTO ONLY EA ACCIDENT $ ARAGE LIABILITY OTHER THAN AUTO ONLY ANY ALIT EACH ACCIDENT $ AGGREGATE 5 EACH OCCURRENCE S 1,000,000 ACESS LIABILITY CUP2524882 10/01/1999 10/01/2000 AGGREGATE $ UMBRELLA PCRV S 11200,000 OTHER THAN UMBRELLA FORM ORRERS COMPENSATION AND TORY LIMITS ER ` s MPLOYERS LIABILITY TSF0001082310 EL EACH ACCIDENT S 1,000,000 10/01/1999 10/01/2000 AS PROPRIETOw r Cl EL DISEASE POLCYUMr s 1,000,000 ARTNERSrEXEC'J^VE E DISEASE EAEMPLOYEE S 1,000,000 CERS ARE E[CL THEIR PTION OF OPERATIONSILOCATIONSNEHICLESISPECIAL ITEMS Re Bid #2455 - Lakeview Blvd Certificate holder is shown as additional insured IFICATE HOLDER CANCEI.LAT'ION Said policy shall not be cancelled, renewed,or of Denton, Its officials, agents, materially changed without 30 days advaiice .oyees and volunteers written notice beingg ggiven to the Owner, except whe the policy is bei g cancelled for non - Texas Street yme t of premium, i which case 10 days on, Texas 76201 aavan a written tie is required AUTHOR PRESS TIVE e�AQ9 Cd1#PGR14'C101 '{98 Af in 1AS f411151