Loading...
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 ..,