HomeMy WebLinkAbout2000-443ORDINANCE NO BX-11410
AN ORDINANCE AUTHORIZING THE EXECUTION OF CHANGE ORDER ONE
TO THE CONTRACT BETWEEN THE CITY OF DENTON AND JAGOE PUBLIC
COMPANY, PROVIDING FOR THE INCREASE IN THE SCOPE OF WORK,
CONTRACT TERM AND AN INCREASE IN THE PAYMENT AMOUNT,
PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND
PROVIDING AN EFFECTIVE DATE (ORDINANCE 2000-054), BID 2455 -
LAKEVIEW BOULEVARD AWARDED TO JAGOE PUBLIC COMPANY IN THE
AMOUNT OF $798,106 PLUS CHANGE ORDER ONE IN THE NOT TO EXCEED
AMOUNT OF $195,350 00 FOR ROAD CONSTRUCTION FOR A PORTION OF
WINDSOR DRIVE FOR A TOTAL REVISED CONTRACT AMOUNT OF
$993,456 00)
WHEREAS, on February 15, 2000 (Ordinance 2000-054), the City awarded a
public works contract to Jagoe Public Company, in the amount of $798,106 00 for
Lakeview Boulevard, and
WHEREAS, the City Manager having recommended to the Council that a change
order be authorized to amend such contract agreement with respects to the scope of work,
materials, labor and an increase in the payment amount, and said change order being in
compliance with the requirements of Chapter 252 of the Local Government Code, Now,
THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the change order increasing the amount of the public works
contract between the City and Jagoe Public Company copy of which is on file in the
office of the Purchasing Agent, in the amount of One Hundred Ninety Five Thousand
Three Hundred Fifty and no/100 Dollars (195,350 00), is hereby approved and the
expenditure of funds therefor is hereby authorized The master contract amount is
amended to read $993,456 00
SECTION II That this ordinance shall become effective immediately upon its
passage and approval
PASSED AND APPROVED this the 14"rL day of2000
Avc,4—
EULINE BROCK, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
By,�/
APPROVED AS TO LEGAL;ORM
HERBERT L EROUTY, CY,f'Y ATTORNEY
RDINANC
901-B TEXAS STREET
P 0 NUMBER
11508
VENDOR
JAGOE PUBLIC COMPANY
VENDOR PICK UP
P 0 BOX 250
Al lAl.Ill7L1V 1
CITY OF DEINTON, TEXAS
PURCHASE ORDER DENTON, Tx 76201
DATE/VENDOR NO DOCUMENT
11-29-00 S24
JAG49000
SHIP TO
CENTRAL RECEIVING S24
STREETS
901 B TEXAS ST
DENTON TX 76201
DENTON TX 76202
*** NOTE THIS PURCHASE ORDER SUPERSEDES P 0 # 11508 ***
TYPE
ITEM ACCOUNT NUMBER UNITS NUMBER DESCRIPTION BID NO LINE AMOUNT
01 100 020 0031 8303 0,00
PROJECT WINDSOR FROM
HINKLE TO PARKSIDE
CHANGE ORDER ONE
195,350 00
TOTAL FOR P 0 195,350 01
The City of Denton, Texas is tax exempt -House Bill No 20
Reference PO Number on all B/L, Shipments and Invoices
Shipments are F 0 B City of Denton, or as indicated By
Purchasing Division
RR Number Items Received Date Voucher Number I Amount
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
hereinafter termed "OWNER," and
Jagoe Public Company
3020 Ft Worth Dr
Denton, TX 76205
Michael W Jez
of the City of Denton , County of
thereunto duly authorized so to do,
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 L Lakeview Blvd
in the amount of $798,106 and all extra work in connection therewith, under the terms
as stated to 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 herem 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 Engineering 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 FORM
CA-3
(SEAL)
VaC,ce- / CA C W
CONTRACTOR
MAILING ADDRESS
I?g0 j g) -,zs81
PHONE NUMBER
4D /3FS7-- 7732
FAX NUMBER /
BY _L1d8.� - V c• /'yeudu.�-
TITLE
9411
PRINTED NAME
(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 NDsoGArED DDi Wry ctYIPOMArge
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 Ninty
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 # 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 reimburse and repay Owner all outlay and expense which the Owner may
incur in making good any default or deficiency, then this obligation shall be void, otherwise, it
shall remain in full force and effect
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 time, alteration or addition to the terms of
the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications,
Drawings, etc , accompanying the same, shall in anywise affect its obligation on this Bond,
and it does hereby waive notice of any such change, extension of time, alteration or addition to
the terms of the Contract, or to the Work to be performed thereunder, or to the Plans,
Specifications, Drawings, etc
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas
Government Code, as amended, and any other applicable statutes of the State of Texas
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Denton County to whom any requisite notices may be delivered and on
whom service of process may be had in matters 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
GV461:li
PRINCIPAL
1 /JQ 464e
BY
SECRETARY BY 7- 9,
VICE PRESIDENT
ATTEST
SURETY
ASSOCIATED INDEWM COBPOAAlION
BY )a gU-na � ,�C 12 C-LXF
TTORNEY-IN-F CT
+�oxu Dauer
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME U)jj�jc� • TQ1M
STREET ADDRESS �XZ k-o[j. 2j Da� �Oko�, n��l
(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 assOCUTEDIssnMCORPOAATIDN
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 Nmty 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 tins 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, tlus the 15 day of February , 2000
ATTEST
PRINCIPAL
BY CRTR' .
SECRETARY _
BY
VICC PRESIDENT
ATTEST
f1ft11eY11.1
ASSOCIATED DIIS Tv CORPORATION
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME
STREETADDRESS
(NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a
corporation, give a person's name )
BMW
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
CORPORATION a California corporation and AMERICAN AUTOMOBILE INSURANCE COMPANY a Missouri corporation (herein collectively called the
Companies I does each hereby appoint ROSEMARY WEAVER AND JOHN R STOCKTON OF DALLAS TX
their true and lawful Attomey(s) in Fact with full power of authority hereby conferred in their name place and stead to execute seal acknowledge and deliver any and all
bonds undertakings recognizances or other written obligations in the nature thereof -------------------------------------------
and to bind the Companies thereby as fully and to the same extent as if such bonds were signed by the President sealed with the corporate seals of the Comp vues and duly
attested by the Companies Secretary hereby ratifying and confirming all that the said Attorney(s) in Fact mas do in the premises
This power of attorney is granted under and by the authority of Article VII of the By laws of FIREMAN S FUND INSURANCE COMPANY NATIONAL SURETY
CORPORATION THE AMERICAN INSURANCE COMPANY ASSOCIATED INDEMNITY CORPORATION and AMERICAN AUTOMOBILE INSURANCE
COMPANY which provisions are now in full force and effect
This power of attorney is signed and sealed under the authority of the following Resolution adopted by the Board of Directors of FIREMAN S FUND INSURANCE
COMPANY NATIONAL SURETY CORPORATION THE AMERICAN INSURANCE COMPANY ASSOCIATED INDEMNITY CORPORATION and AMERICAN
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 of 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 certificate bearing such facsimile signature or facsimile seal shill be
valid and binding upon the Companies
IN WIliTSS WHEREOF the Com apes have caused theseIp�e�eis to be signed by their Vice President and their corporate soils to be hereunto affixed
this 1 r day of Dec9m er ?
E.TYp .a inn„.... gibe t y' �i OallF W FIREMAN S FUND INSURANCE COMPANY
°°oq"eSs."-Ibp p'„ '"""s, ou ow '� NATIONAL SURETY CORPORATION
rip ' 0.,
w v'' °3THE AMERICAN INSURANCE COMPANY
Ls'6EAL g ASSOCIATED INDEMNITY CORPORATION
a ZAMERICAN AUTOMOBILE INSURANCE COMPANY
" RTNCE C0�'< ��FINCF'ee��e �J)i0l) Is,
By
STATE OF CALIFORNIA as l ire P.ul
}
COUNTY OF.: JJJ
On this 17 day of Decetaber 1"8 , before me personally came M A Mallonee to me known who being by me
duly sworn did depose and say that he Is a Vice President of each company described in and which executed the above instrument that he knows the seals of the said
Companies that the seals affixed to the 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, I have hereunto set my hand and affixed my official seal, the day and year herein first above written
L OCAMPO
r Commission # 1163726 aa
Notary Public - California Y /
Morin County —
My Comm EzpYes Nov 28 2001 CERTIFICATE Notary Public
STATE OF CALIFORNIA
as
COUNTY OF MARIN
I the undersigned Resident Assistant Secretary of each company, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force
and has not been revoked and furthermore that Article VII of the By laws of each company and the Resolution of the.Board of Directors set forth in the Power of Attomey
are now in force
Signed and sealed at the County of Maim Dated the 15 _ day of
.............I � L/
`,po TPo ;O ` st wY r�r�CO 4pEY.r.N's�ryo 4�,�orM6l rfe,4',i,�l F pQeelLEl
vlysei a wroo�y ` ° z2 4 i i5 SEAL � ``
aiS Ja Residcu Asurt
ahr �a .'„ �A'eE e� A�NCE.eey "• Iow� soni ka
�} wlNllll„O,1a1„
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 (CITI9 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 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
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 (XCL))
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 ansing 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 nummmum 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 anse
in the prosecution of the work or Contractor's operations under tins contract Coverage
shall be on an "occurrence" basis, and the policy shall be issued by the same insurance
company that carves the Contractor's liability insurance Policy limits will be at 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
[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 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 foodibeverage 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 marl 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 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
(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 carver 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
BID SUMMARY
TOTAL BID PRICE IN WORDS 5e✓e. (a.k_ aoie D .aJ<f lle Z4
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
368o F=F. LJnr�L_ nr_
Street Address
AP,4 , Tx 76 ao;
City and State
Seal & Authorization
(If a Corporation) ?go-3&a -as-r)
Telephone
mm
Lakeview Boulevard
Paving and Drainage
BID TABULATION SHEET
WORKDAYS 90
BID NO W45S
PO NO
1 21 Contractors Warranties and
Understandings
LS $ a t a ou 0� $
60600 00
Unit Price in Words S.
�mi r ca�c
2 12 3-A
18" Class III storm sewer
527
LF
$ /LF
$ /6 gby oa
Unit Price in Words
-K r+ j'Wa
lla.rl a..d 2e,o G[Tf'3
2 12 3-B
24" Class III storm sewer
235
LF $ /LF
I $ 9y0 0 0 0
Unit Price in Words p
TD rr d a (f
yA.ot Zera c,eds
2 12 3-C
30" Class III storm sewer
185
LF
Unit Pricem Words
r 5 e, CE.tr
2 12 3-D
36" Class III storm sewer
200
LF $ S5, o o /LF
$ (I o 0 o 00
Unit Price in Words
Gerdz
2 12 3-E
48" Class III storm sewer
20
LF
$ So 00 /LF
$ / bn o 0 0
Unit Price in Words etgkt,ty d,/(
s ,-, 4 zera ce is
3 0-A
Removal and Disposing of
Pavement
6126 -T
Sy
$ a 5,, /Sy
$
Unit Price in Words
3 0-B
Remove Concrete Drives &
Walks
745
SY
$
Unit Price in Words e i l
d
3 0-C
Remove Reinforced Concrete
Pipe
595
LF
$ / a o o /LF
$
Unit Price in Words
/6
31
Preparation of Right of Way
LS
$3sdoa,°�
$2S00000
Unit Price in Words
I
S Gl0 c r / Ze/G geed
3 3
Unclassified Excavation
8,000
CY
$ y o o /CY
$ 3->0 00 00
Unit Price in Words �owr oio/lars
a...-,Q -eeio c e,�hs
�C4
M
a7
Lakeview Boulevard
Paving and Drainage
BID TABULATION SHEET
• NO
P• v•
3 7 Compacted Fill
Unit Price in Words°wi p{ollars
16,900 Cy $ /CY $
4 5o Z(oOSo oa
and F f+y r¢., }s
39
Sod
55
SY
$ 6 bo /SY
$ 30 o0
Unit Price in Words S t- cia110. "5
Zero
3 107
Hydromulch
LS
I $ 93oo.0b/LS
$ 8 So0 00
Unit Price in Words �. `
�.� kk�dr d�o//a-s
eve " zero Ce
3 12
Temporary Erosion Control
LS
I $ 9ooc� oo/LS
$ 9000 0°
Unit Price in Words
�t-^R' �Olcin,.
pIO ��Q�S 0.not ZC�6 �$ni'S
46,7
6" Concrete/Lime Treatment
ofSubgrade
15,784
SY
$ /SY
$O
$
39yloo 00
Unit Price m Words
5 7-A :777F6j-
AsphaltPavement(Type A)
1,668
TON
/TN
$9795— o0
Unit Price in Words 4-L n -ei
010110,f3 and 5evvr4y
5 7-B
2" Asphalt Pavement (Type D)
556
TON
$ 3a o 0
l 7 9 a o
Unit Price in Words / G
5 8
Concrete Pavement
9,864
SY
$ ,.:;zT po /SY
$a4b600 00
Unit Price in Words /
6 7,2-A
Adjust Sanitary Sewer
Manholes
4
EA
$300 co/EA
$/moo, 00
Unit Price in Words ire lt,"dr
4&11 L/S q4d ze-o ce.d-S
7 6-A-3 5' Curb Inlet
Unit Price in Words et ����/ass
1 EA $1 koo oaBA $ / 900, po
a Zero Ge.s
7 6-A-4
10' Recessed Curb Inlet
2
EA
$�yoo °,/EA
$ y�do, oe
Unit Price in Words
7 6-A-5
14' Recessed Curb Inlet
2
EA $,,, ys o odEA
Unit Price in Words
P-4
Lakeview Boulevard
Paving and Drainage
BID TABULATION SHEET
WORKDAYS 90
BID NO a`1455
PO NO
7 6-A-6 Y-Inlet
3 EA $ ^-000 oO/Ep $ bUb a o
Unit Price in Words fi�o ��"w
do//a.s a,-i,d 2eip ��e�s
7 6-A-7
4'X4' Junction Box
1
EA
$a l o0 0� /EA
$ al o0 0 0
Unit Price in Words
7 6-A-8
5' X 5' Junction Box
1
EA
$�yoo,00/Ep
$ aµoo 0o
1JIIlt Price in Words
L
4_f5
7 6-A-9
Type "C" Headwall
4
EA
$ 5Up oo/Ep
$ ao oo, 0�
Unit Price in Words
7 6-A-10
Type "B" Headwall
4
EA
$ J,',00 00 /EA
$ yS,00, oa
Unit Price in Words Ad
do!/a.s
8 1
Barricades, Warning Signs and
Detours
LS
$ /LS
�,1yo, o o
$
a to sin o 0 0
Unit Price in Words I. ,y,
//arc
82
Install Concrete Curb & Gutter
5,130 LF $ /LF
3 �y7 50
Unit Price in Words Z«o oQ nllcu
8 3-A
Concrete Driveway
665
SY
$ 3i 50 /SY
$ao 947 So
Unit Price in Words f o,�e d
Gex -
8 3-11
Concrete Sidewalks and
Pedestrian Ramps
26
Sy
$ /SY
qo 00
$
3-3Yo o0
Unit Price in Words
8 3-C
Stamped/Colored Concrete
130
Sy
$ F0 pow
$/O4o0 00
Unit Price in Words
'LI
/o KfS
8 15
Concrete Rip Rap
94 SY
$ '50 00/SY
$ 41 7o b 0 0
Unit Price in Words •�', d of/ws
SP-2
Concrete Saw Cut
150
LF
$ oo /LF
$ oo, 0 U
Unit Price in Words
a✓ nl�llar
a�.0 2eio
P - 5
Lakeview Boulevard
Paving and Drainage
BID TABULATION SHEET
WORKDAYS 90
BID NO aySs
PO NO
SP-15 Adjust Valve 5 EA $gSo.o°/EA $/a5o,o0
Umt Price m Wor +woad
SP-37
Excavation Protection
LS 1
$ / o oo or4LS
$ / o oo 0 0
Umt,Price in Words
Owtfd.a
of!o(/arl 2.w6 .cE
SP-39
Project Signs
3
EA
$ -bSo.o-/EA
$ USo a0
Unit Price in Words FG.rek.Adrek
q4A nlmaq e .,e m
SP-43
Asphalt Saw Cut
170
LF $ 3 oo /LF
$ a
Unit Price in Words
^jj Z e/o 4CAh
SP-55
Pavement Markings
-
LS
$40000o°/LS
$4000e o,
Unit Price in Words (�
SP-60
Signage (Traffic Signage)
-
LS $ B o00 o0/LS
$ So oe oo
Unit Price in Words
SP-61
Traffic Signal Conduit and Pull
Boxes
LS
$ /LS
4000 0o
$
p000 00
Unit Price in Words
io .Gf"5
Unit Price in Words
$ /
$
Unit Price in Words
Unit Price in Words
$ /
$
Unit Price in Words
TOTAL
wq-
II
DATE (MMIOp/YY)
CERTIFICATE OF, LIABILITTINSU RANCE
CORD
2/23/00
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
In, TX 76205-7829
COMPANIES AFFORDING COVERAGE
COMPANY Bituminous
Ext
A
Texas Work Comp Ins Fund
3agoe Public Company, Inc
COMPANY
B
Ei I" C ICEk
P 0 Box 250
COMPANY
C
Denton TX 75202
COMPA ,
D
RAGES
IS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
)ICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
PTIFIrATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS
CLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
TYPE OF INSURANCE POLICY NUMBER
POLICY EFFECTIVE POLICY EXPIRATION LIMITS
DATE(MMIDOIYY) DATE(MMIDONY)
_NERAL LIABILITY
GENERAL AGGREGATE $ 2,000,000
COMMEROIA, OENEP+L LIABILITY
PRODUCTS COMPIOP AGG $ 2,000,000
CLA '° •CE X OCCUR CLP2302758
10/01/1999 10/01/2000 PERSONAL A AOV INJURY S 1,000,000
OWNER SS C 31TP A C-OR S PIOT
EACH OCCURRENCE $ 1,000,000
FIRE DAMAGE (Any one Na) S 100,000
MED EXP Any one person) $ 5,000
JTOMOBILE LIA SILTY
COMBINED SINGLE LIMT 5
1,000,000
ANY Ai'--
ALL ON+ iE- - -A
BODILY INJURY S
(Per Person)
SCHED"'= CAP2542947
10/01/1999 10/01/2000
HIRED A!''-
BODILY INJURY $
Per accident)
NON 0' V c-
PROPERTY DAMAGE S
ARAGE LIABILITY
AUTO ONLY EA ACCIDENT 5
ANY AU`C
OTHER THAN AUTO ONLY
EACH ACCIDENT $
AGGREGATE $
XCESS LIABILITY
EACH OCCURRENCE $ 1,000,000
UMBRELLA e_'RU CUP2524882
10/01/1999 10/01/2000 AGGREGATE 5
OTHER THAN UMBRELLA FORM
$ 1,000,000
ORKERS COMPENSATION AND
TORY LIMITS ER t
MPLOYERS LIABILITY
TSF0001082310
EL EACH ACCIDENT S 1,000,000
10/01/1999 10/01/2000
aE PROPRIETJP it CL
ELDISEASE POLICYLIMT S 1,000,000
ARTNERSIEXECQ `VS
=FCERS ARE EX" L
EL DISEASE EA EMPLOYEE 5 1,000,000
THER
PTION OF OPERATIONSILOCATIONSNEHICLESISPECIAL ITEMS
Re Bid #2455 - Lakeview Blvd
Certificate holder is shown as additional
insured
IBICATE HOLDER
CANCRL, ATtON
Said policy shall not be cancelled, renewed,or
of Denton, Its officials, agents,
g
materially changed without 30 days advaiice
o ees and volunteers
written notice being given to the Owner, exce p
3 Texas Street
whe the policy is bei g cancelled for non-
Texas 76201
yme t of premium, i which case 10 days
on,
aavan e written ti e is required
AUTHORIZ PRESE IVE
r
,n AS rtnx�
1 VACIOMCO�IRPO '�A` loss
av wvlu ..,