Loading...
1998-274AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF A PUBLIC WORKS CONTRACT FOR RESEARCH PARKWAY/WOODROW LANE IMPROVEMENTS, RESEARCH PARKWAY WATER/SEWER, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING AN EFFECTIVE DATE (BID # 2248 RESEARCH PARKWAY/WOODROW LANE IMPROVEMENTS, RESEARCH PARKWAY WATER AND SEWER IMPROVEMENTS, AWARDED TO JRJ PAVING INC 1N THE AMOUNT OF $957,575 60) WHEREAS, the City has solicited, received and tabulated competitive bids for the construction ofpubhe works or improvements m accordance w~th the procedures of STATE law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described m the bid invitation, bid proposals and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the construction of public works or improvements, as described in the "Bid Inmtatlons", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasmg Agent filed according to the bid number assigned hereto, are hereby accepted and approved as bemg the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 2248 JRJ PAVING INC. $957,575 60 SECTION II That the acceptance and approval of the above eompetlt~ve bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all reqmrements specified m the Notme 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 constmctaon of the public works or improvements m accordance with the bids accepted and approved herein, prowded that such contracts are made in accordance with the Notme to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contmned therein SECTION IV That upon acceptance and approval of the above competitive b~ds and the execution of contracts for the pubhc works and ~mprovements as authorized hereto, the C~ty Council hereby authorizes the expenditure of funds m the manner and ~n the amount as specffied ~n such approved b~ds and authonzed contracts executed pursuant thereto SECTION V That thru ordinance shall become effective mmmedmtely upon xts passage and approval JACI~LLER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY BY lt/;~.~ APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY 2248 RESEARCH PARKWAY CONTRACT ORDINANCE ATTACHMENT Cf 1 TABULATION SHEET BID # 2248 BID NAME RESEARCH PARKWAY JRJ Earth Jagoa Paving Builders Public Inc DATE - - t Research Parkway - Baas Bid $1,004,939 75 $t,t16,233 45 $1,118,139 t9 IA Contract Reduction $299,393 50 2 Research Parkway Water & Sewer $170,90t 60 $173,805 00 $25t ,685 00 3 Woodrow Lane Improvements $81,127 75 $73,832 25 $65,870 00 Total Base Bid $t,256,969 t0 $1,363,870 70 $1,435,694 t9 Total with Contract Reduction $957,575 60 3 CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 15 day of SEPTEMBER A.D., 1998, by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through MICHAEL W. JEZ, City Manager, thereunto duly authorized so to do, hereinafter termed "OWNER," and J1LI PAVING INC. 113S~ KLINE DRIVE DALLAS, TX 75229 of the City of DALLAS County of DALLAS 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 m the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below BID # 2248 - RESEARCH PARKWAY/WOODROW LANE IMPROVEMENTS; RESEARCH PARKWAY WATER AND SEWER IMPROVEMENTS m the amount of $957,575.60 and all extra work m connection therewith, under the terms as stated m the General Conditions of the agreement, and at h~s (or their) own proper cost and expense to furnish all materials, supphes, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, m accordance with the condiUons and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special CondlUons, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in CA - 1 accordance w~th the plans, which mcludes all maps, plats, blueprmts, and other drawmgs and printed or written explanatory matter thereof, and the Spec~ficaUons therefore, as prepared by HUITT - ZOLLARS, INC. all of which are made a part hereof and collectavely evidence and constitute the entire contract Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor as an independent contractor and shall not be deemed to be or consadered an employee of the Caty of Denton, Texas, for the purposes of income tax, w~thholdmg, socaal security taxes, vacataon or sick leave benefits, worker's compensataon, or any other C~ty employee benefit Caty shall not have supervasaon and control of Contractor or any employee of Contractor, and ~t as expressly understood that Contractor shall perform the servaces hereunder according to the attached specifications at the general darecuon of the City Manager of the Caty of Denton, Texas, or bas desagnee under this agreement Indemnification Contractor shall and does hereby agree to mdemmfy and hold harmless the Caty of Denton from any and all damages, loss, or habahty of any land whatsoever, by reason of injury to property or thard persons occasaoned by any error, omission or neghgent act of Contractor, ats officers, agents, employees, mvatees, and other persons for whom at as legally hable, wath regard to the performance of thas Agreement, and Contractor wall, at ats cost and expense, defend and protect the C~ty of Denton against any and all such elauns and demands Choice of Law and Venue Tbas agreement shall be governed by the law of the State of Texas and venue for ats constructaon and enforcement shall he m the courts of Denton County, Texas The CONTRACTOR hereby agrees to commence work on or after the date estabhshed for the start of work as set forth m wratten nouce to commence work and complete all work within the ttrne stated an the Proposal, subject to such extensions of tune as are prowded by the General and Specml Condtuons The OWNER agrees to pay the CONTRACTOR an current funds the prace or prlces shown m the Proposal, whach forms a part of thas contract, such payments to be subject to the General and Specml Condmons of the Contract CA - 2 IN WITNESS WHEREOF, the pames of these presents have executed this agreement m the year and day first above wn~en ~ C~.~L:rFOR Vick~e Marriott Secretary BY: ~2~'~_.~ Tery Chapman Vice President P O. BOX 59934 DALLAS, TEXAS 75229 MAILING ADDRESS (~7Z)857-Z2~l PHONE NUMBER (972)857-2320 FAX NUMBER BY Vice President TITLE Ter,y Chapman APPROVED AS TO FORUM~ PRINTED NAME CiT~Y ~T~TO////RNEY~~,~ ~ ~ ~ (SEAL) CA - 3 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That JRJ PAVING INC., whose address ~.L1389 KLIIN-~ DRIVE, DALLAS. TX 78229, hereinafter called Principal, and ~i~el.ity .anct ~eposi~t Cpmpany.d~f Maryla~n~ and ~o~onla± American oasuait~ aha ~uret~ ~ompany , ~ ~o~po,auou orgamzed and exmtmg under the laws of the Sm~ of TEXAS, and fully authorized to ~ansact business m the State of Texas, as Surety, are held and firrtfly bound unto the City of Denton, a mumc~pal curpora~on orgamzed and exmtmg under the laws of the State of Texas, hereinafter called Owner, m the penal sum of NINE HUNDRED FIFTY SEVEN THOUSAND FIVE HUNDRED SEVENTY FIVE and 60/100 DOLLARS ($957,575.60) plus ten percent of the stated penal sum as an addiuonal sum of money representing addmonal court expenses, attorneys' fees, and hqmdated damages arming out of or connected w~th the below identified Contract, m lawful money of the Umted States, to be paid m Denton County, Texas, for the payment of which sum well and truly to be made, we hereby brad ourselves, our hetrs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents Thru Bond shall automaUcally be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract pmce, but m no event shall a Change Order or Supplemental Agreement winch reduces the Contract pmce decrease the penal sum of this Bond THE OBLIGATION TO PAY SAME is condmoned as follows Whereas, the Principal entered mto a certain Contract, identified by Ordinance Number 98-274, with the City of Denton, the Owner, dated the 18 day of SEPTEMBER A.D. 1998, a copy of which is hereto attached and made a part hereof, for BID # 2248 - RESEARCH PARKWAY/WOODROW LANE IMPROVEMENTS; RESEARCH PARKWAY WATER AND SEWER IMPROVEMENTS. NOW, THEREFORE, ff the Principal shall well, truly and faithfully perform and fulfill all of the undertalongs, covenants, terms, cond~uons and agreements of said Contract m accordance w~th the Plans, Speclficataons and Contract Documents during the original term thereof and any extension thereof wluch may be granted by the Owner, w~th or without notice to the Surety, and during the life of any guaranty or warranty required under this Comract, and shall also well and truly perform and fulfill all the undertalangs, covenants, terms, conditions and agreements of any and all duly authomzed modifications of said Contract that may hereafter be made, notice of which mothficaUons to the Surety being hereby wmved, and, ~f the Prmclpal shall repair and/or replace all defects due to faulty materials and workmanship that appear w~thm 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 mdemmfy 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 rennburse and repay Owner all outlay and expense which the Owner may recur in making good any default or deficiency, then this obllgaUon shall be void, otherwise, it shall remain m full force and effect PROVIDED FURTHER, that ff any legal action be filed upon this Bond, exclusive venue shall he m Denton County, State of Texas AND PROVIDED FURTHER, that the smd Surety, for value recetved, hereby snpulates and agrees that no change, extenmon of tune, alteration or addlUOn to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, SpemficaUons, Drawings, ere, accompanymg the same, shall m anywme affect its obhgaUon on th~s Bond, and it does hereby wmve nouce of any such change, extension of tune, alterauon or addtuon to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, SpemficaUons, Drawmgs, etc Thru Bond m g~ven 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 undermgned and designated agent ~s hereby demgnated by the Surety hereto as the Remdent Agent m Denton County to whom any requisite noUces may be dehvered and on whom service of process may be had m matters armmg out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, Vemon's Annotated C~wl Statutes of the State of Texas IN WITNESS WHEREOF, thru ~nstrument m executed m 4 cop~es, each one of which shall be deemed an ongmal, th~s the 15 day of SEPTEMBER 1998 ATTEST PRINCIPAL PFSK)ENT ~ ATTEST SURETY Fidelity and Deposit Company of Maryland and 5~'7~"~~7~'17-/~//I/~z71~ Colonial___ /~/~American Casualty and Surety Company BY. ~aniORNEY-IN-FACT /~ ce G Correy The Resident Agent of the Surety ~n Denton County, Texas for delivery of notice and serwce of the p~o~ss ~s NAME Aon Risk Services, Inc STREET ADDRESS 2711 North Haskell Avenue, Suite 800, Dallas, Texas 75204 (NOTE Date of Performance Bond must be date of Contract If Restdent Agent ts not a corporatton, gtve a person's name ) PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That JRJ PAVING INC., whose address m 11359 KLINE DRIVE DALLAS, TX, 75229, hereinafter called Principal, and Fidelity and Deposit Comoany of Maryland and a co--oratlon Colonia~ American Casual~v and Sure~v Comoanv , ~P orgamzed and exmtmg under the laws of the State of TEXAS, and fully authorized to transact business m the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a mumclpal corporation orgam~ed and exmtmg under the laws of the State of Texas, hereinafter called Owner, and unto all persons, fh'ms, and corporations who may furmsh materials for, or perform labor upon, the bufldmg or improvements hereinafter referred to, m the penal sum of NINE HUNDRED FIFTY SEVEN THOUSAND FIVE HUNDRED SEVENTY FIVE 60/100 DOLLARS ($957,575.60) in lawful money of the Umted States, to be paid in Denton, County, Texas, for the payment of which sum well and truly to be made, we hereby brad ourselves, our he,rs, executors, adrmmstrators, successors, and assigns, jointly and severally, firmly by these presents This Bond shall automatmally be increased by the amount of any Change Order or Supplemental Agreement which lacreases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of thlS Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal entered into a eermm Contract, identified by Ordinance Number 98-274, with the City of Denton, the Owner, dated the 15 day of SEPTEMBER A.D. 1998, a copy of which is hereto attached and made a pan hereof, for BID # 22~8 - RESEARCH PARKWAY/WOODROW LANE IMPROVEMENTS; RESEARCH PARKWAY WATER AND SEWER IMPROVEMENTS. NOW, THEREFORE, if the Prmmpal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claunants supplying labor and/or material m the prosecution of the Work provided for m said Contract and any and all duly authorized mothficataons of said Contract that may hereafter be made, notice of which modfficatlons to the Surety being hereby expressly waived, then this obhgatlon shall be void, otherwise it shall remam m 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 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 m anywise affect its obhgauon 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, Specfficatlons, Drawings, ete PB - 3 Thls Bond m g~ven pursuant to the prowmons of Chapter 2253 of the Texas Government Code, as amended, and any other apphcable statutes of the State of Texas The undermgned and demgnated agent is hereby demgnated by the Surety hereto as the Remdent Agent m Denton County to whom any reqmmte not~ces may be dehvered and on whom servme of process may be had m matters arising out of such suretyship, as prowded by Amcle 7 19-1 of the Insurance Code, Vemon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, flus instrument m executed m 4 copies, each one of whmh shall be deemed an original, thru the 15 day of SEPTEMBER, 1998. ATTEST PRINCIPAL PRF~ENT/' / - ATTEST SURETY Fidel±ty and Deposit Company of Maryland and Colon±al Amer±can Casualty and Surety Company ~JanSce ¢ Correy The Resident Agent of the Surety ~n Denton County, Texas for dehvery of nouce and serwce of the process m NAME Aon Risk Services, Inc STREET ADDRESS 2711 North Haskell Avenue, Suite 800, Dallas, Texas 75204 (NOTE Date of Payment Bond must be date of Contract If Resident Agent ts not a corporatton, gtve a person's name ) 2248 CONTRACT & BONDS PB - 4 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Know ALL MEN BY THESE PRESENTS That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and thc COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporetmns of the State of MaiTland by W B WALBRECHER, V~ce Pres~dunt, and T E SMITH Assistant Secrata~ m pursuance of authority grunted by Article VI, Section 2 of the By-Laws of smd Compun~cs which are set forth on thc reverse side bereof und ar~ hereby certified to be in full force und effect on thc date hereof, does bemby nominate consutute and appoint Joe Bruce, Jentce G Correy and Kathleen Day, all of Dallas, Texas, EACH its true and lawful agent and Attomcy-m-FacL to make, cxanutc, seal and deliver, for, and on its behalf as surety, and as its act and deed any and all bonds and ;, Community Su~v~vors and Commumtty Guardluns, und t~ 1 be as binding upon smd Companies as fully and amply to all mten{s und purposes, as if they had been duly executed and officers of the respective Compamcs at their offices in Baltimore, Md, in tbelt own proper parsons This power ofanomey I ~'of Joe Brace, ctel dated December 9 1996 The said Assistant Secretary does hereby certify that ~s a u'uc copy of Article VI Section 2, of thc ~espcctwe By-Laws of smd Compunlcs and is now In futcc IN WITNESS WHEREOF fue smd V~ce-Presldent nd affixed the Corporate Seals oftbe smd FIDELITY AND DEPOSIT COMPANY OF CASUALTY AND SURETY COMPANY th~s 7th day of August, AD 1997 ATTEST T £ Smtth W B ~albrecher Vtce President ~ AND SURETY COMPANY T £ Smtth ~ B ~galbreclmr Vtce-Prestdent State of Marylund ~ss County of Balumo~c On th~s 7th day of August, A D 1997, before the subscriber a Notary Pubh¢ of the State of Me.land, duly commissioned und qualified, came W B WALBRECHER Vlce-pres~dunt und T E SMITH Assistant Secrem~ of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND und the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY to me personally known to be the mdlwduals und officers described m and who executed the preceding ~mtmment und they each acknowledged the execution of the same, und being by me duly sworn, severally and each for h~mself deposeth and saab ~hat they IN TESTIMONY WHEREOF, I have he.unto set my hund und affixed my Official Seal the day und year first above written CERTIFICATE AND SURETY COMPANY do hereby certify that the onsmal Power of Attorney of which ~te foregoing ~s a full true und correct copy, is m full force und of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND und the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY This Power of Attorney and Certificate may be signed by facsimile undar and by authority of the following resolutmn of the Board of D~ractots of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at n meeting duly called und held on the 10th day of May 1990 und o£the Board of D~rectors oftbe COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meatmg duly called and held on the 5th day o£May 1994 1N TESTIMONY WHEREOF, I have hereunto subscnbad my name and affixed the corporete seals of the smd Companies, this 15t:h dayof Sept:ember , 1998 L1428 168-0012 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSal' COMPANY OF MARYLAND "Amclo VI, Section 2 The Chairman of~ Board, or the Presldant, or any Executive Vice-President, or any of the Semor Vice- Presidents or V~ce-Pres~lents specially authonzed so to do by the Board of D~rectors or by the Executive Commmitme shall have power, by and with the concurrence of the Secretary or any one of the Assis~ant Secretaries, to appoint Res~dnat Vice-Presidents, Assistant Vlce-Prestdants and Attorneys-m-Fact az the business of the Company may requtre, or to authon~ any person or persons to execute on behalf of the Company any bonds, undertalan§, recognizances, sUpulaUons, pohc~es, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and mstnunents in the nature of mortgages, and to affix the seal of the Company thereto EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Amol¢ VI, SecUon 2 The Chamnan of the Boa~, or the President, or any Executive Vlco-Pres~tant, or any of the 5emor Vtce- Presidents or Vice Presidents specmlly author,zed ~ to do by the Board of D~rectors or by the Executive Com~mv/ze, shall have power, by and with the concurrence of the Secretary or any one of the Assistunt 5ecretsnes, to appoint Resldnat Vice-Presidents, Asslstsnt Vlc~-Pres~den~s and Attoranys-m-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recogmzances s~pulanons, pohclcs, contracts, agreements deeds, and releases and assignments of.mdgements, decrees, mortgages and mstrumants m the nature of mortgages, and to affix the seal of the Company thereto ' 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 aa prescribed and provided herein. If an apparent Iow bidder falls to comply strictly with the Insurance requirements, that bidder may be disqualified from award of the contract. Upon bid award, all insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or Ilabll,tles of the Con;rector, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum ~nsurance 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 ~nsurance 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 bny 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 w~th the following general specifications, and shall be maintained an 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 AAAO0350 Insurance Requirements Page 2 officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, clalm administration and defense expenses. · Liability policies shell be endorsed to prov,de the following: · · Name as additional insured the C~ty of Denton, its Officials, Agents, Employees and volunteers. · · That such insurance is primary to any other insurance available to the additional insured w~th respect to cia,ms 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 shell not operate to increase the insurer's limit of liability · All policies shall be endorsed to prowde thirty{30) days prior written not,ce of cancellation, non-renewal or reduction in coverage. · Should any of the required Insurance be prowded under a clmms-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. ~003~10 ~-vm~ ~o/~4 CI - 2 Insurance Requ,rements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained ~n sat;sfact~on of th~s Contract shall add,tlonally comply w~th the following marked speclflcat;ons, and shall be maintained in compliance with these additional specifications throughout the durat,on of the Contract, or longer, if so noted. IX] A. General Liability Insurance: General Liability insurance w~th combined single hmlts of not less than $1.000.000 shall be prowded and mamta,ned by the contractor The policy shall be written on an occurrence bas~s either in a single pol,cy or ~n a con'lblnaflon of underlying and umbrella or excess polic;es. If the Commercial General L,ab~hty form (ISO Form CG 0001 current edition) is used · Coverage A shall ;nclude premises, operations, products, and completed operations, ~ndependent contractors, contractual liab,hty covering this contract and broad form property damage coverage · Coverage B shall include personal injury · Coverage C, medical payments, ;s not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) ~s used, ;t shall ~nclude at least · Bodily injury and Property Damage Liablhty for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures · Broad f~rm contractual hab~llty (preferably by endorsement) covering this contract, personal injury I~abihty and broad form property damage hab~hty AAA003s0 REVISED 10112/94 CI - 3 Insurance Requirements Page 4 IX] Automobile Liability insurance: Contractor shall provide Commercml Automobile Liablhty insurance w~h Combined Single Limits (CSL) of not less than $1.000.000 either ~n a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage llab~hty arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract Satisfaction of the above requirement shall be ~n the form of a pohcy endorsement for · 8ny auto, or · all owned, hired and non-owned autos. [X] Workera Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for Issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, ,ts 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 w~th 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 malntmn at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or contractor's operations under this contract Coverage shall be on an AAA00360 Insurance Requtrements Page 5 "occurrence" basts, and the policy shall be issued by the same Insurance company that carries the contractor's liability insurance Policy limits wtll be at least combined bodily ,njury 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 ts 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 requtred. [ ] Professional Liability Insurance Professional liability Insurance with limits not less than per cla,m with respect to negligent acts, errors or omissions in connection w,th professional services is required under this Agreement. [ ] Builders' Risk Insurance Butlders' Risk Insurance, on an Ali-Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the Ctty 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 wtll be described m the "Specific Conditions" of the contract specifications. AAAO03$O REVISED 10/12/e4 C] - 5 Insurance Requirements Page 6 ATTACHMENT 1 [X] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entitles A Definitions: Certificate of coverage ("certlflcate"}-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 far the person's or entlty'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 aocepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entitles perform,ng all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly w~th the contractor and regardless of whether that person has employees Th~s ,ncludes, 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 aa food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of claaslficat,on 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. REVISED ~0112/~4 C] - S Insurance Requirements Page 7 C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage w~th the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity= {1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project: and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, If the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity In writing by certified mall or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing serwces 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. ~O03GO ;uv~s~o ~o,~4 CI - 7 Insurance Requirements Page 8 I. The contractor shall contractually require each person with whom ~t 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 prowde 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 per~od, if the coverage per~od 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 mall or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the prov,slon of coverage of any person providing services on the project; and AAA003S0 ~EV~SED ~0,2~84 Cl - 8 Insurance Requirements Page 9 (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, end 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 edminls*ratlve 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 e~ltl.tles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of i3'reach from the governmental entity. AAA00350 ~'V=ED ~on;~ CI - 9 PROPOSAL TO CITY OF DENTON, TEXAS FOR TI{E CONSTRUCTION OF RESEARCH PARKWAY IN DENTON, TEXAS The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm or corporation; that he has carefully examined the form of contract, Notlce to Bidders, specifications and the plans therein referred to, and has carefully examined the locations, conditions, and classes of materials of the proposed work and agrees that he will provide all the necessary labor, machxnery, tools, apparatus, and other items incidental to construction, and will do all the work and furnish all the materials called for in the contract and specifications in the manner prescribed herein and according to the requirements of the city as therein set forth It is understood that the following quantities of work to be done at unit prices ~re approximate only, and are intended principally to serve as a guide in evaluating bids. It is agreed that the quantities of work to be done at unit prices and material to be furnished may be increased or diminished as may be considered necessary, in the opinion of the city, to complete the work fully as planned and contemplated, and that all quantities of work whether increased or decreased are to be performed at the unit prices set forth below except as provided for in the specifications. It is further agreed that lump sum prices may be increased to cover additional work ordered by the City, but not shown on the plans or required by the specifications, in accordance with the provlslons to the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. It ls understood and agreed that the work is to be completed in full wlthln the number of work days shown on the bid tabulation sheet P 1 Accompanying this proposal is a certified or cashier's check or Bond, payable to the Owner, in the amount of f~ve percent of the total bid. It is understood that the bid security accompanying this proposal shall be returned to the bidder, unless in case of the acceptance of the proposal, the bidder shall fall to execute a contract and file a performance bond and a payment bond within fifteen days after its acceptance, in which case the bid security shall become the property of the Owner, and shall be considered as a payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. Owner reserves the right to reject any and all bids. Owner may investigate the prior performance of bidder on other contracts, either public or private, In evaluating bid proposals. Should bidder alter, change, or qualify any specification of the bid, Owner may automatically disqualify bidder. The undersigned hereby proposes and agrees to perform all work of whatever nature required, in strict accordance with the plans and specifications, for the following sum or prices, to wit: P - 2 WORK DAYS 60 RESEARCH PARII'WAY; BA~K lllB B~ NO 2248 ~ NO B~ T~ATION S~ET ~M D~C~ON QU~ ~ 11~ ~ ~ P~CE T~ 3 1 ~r~at~on off,t-of-Way 1 LS $ Umt Pnce m Words O~ ~ 3-B Kemove Concrete ~b & ~Rer 0 LF $ ~ ~ ~ $ Umt Pn~ m Words ~o~ 3-C Kemove Concr~e Dnveway& 0 SY $ O gldew~k Umt Price m Words J~ ~dd 3 3 ~ncl~ed Excavatmn 14,000 CY $ Umt Pnce ~n Words ~ ~ 3 7 ~ompact~ F~H 9,200 CY Umt Pnce m Words ~ ~ 3 12 rempor~ Erosion Consol 1 LS $ Umt Price m Words T~.~ T~ 4 6-A ~" L~e Treatment of Sub~ade 24,000 SY $ I Umt Price m Words o~- 46-B ~e A Hydrated L~e (Slu~) 360 Umt Pnce m Words d~ ~ 5 7-A [-1/2" ~ph~t Pavement 18,925 SY $ ~T~e D) Umt Price m Words ~ *~d 5 7-B 5-I/2" ~p~t Pavement 18,925 SY $ ~T~e A) Umt Price m Words ~ ~ WORK DAYS 60 RESI~.Alli2H PARICWAY .. BA~E Bm B~ NO 2248 ~NO B~ T~ON S~ET ~ 2-A Concrete ~rb ~ ~er 2~,790 LF $ U~t Pnce m Words ~ 83-A Pa~emedConcr~eforMe&~ 875 SY $ ~1~e /SY $ ~ ~7~ Umt Pnce ~n Words Jt~w 8 3-A Concrete Sidewalk 384 SY $ Umt Pnce m Words T~t~ 8 3-A ~dt~p ~ps 2 EA $ Umt Pnce m Words ~. ~a~ 5 8 Concrete V~ey ~R~ 6 EA $ Umt Pnce m Words ~ 7~ma. 2123 IS" RCP 170 LF 2 12 3 24" KCP 303 LF $ Umt Pnce in Words ~ 2123 30"RCP 275 LF $ &~q ~F $~2~ Umt Pnce ~n Words ~t~ 7 5 A 10' Curb ~et 7 EA $ Umt Price m Words ~ 76A 5' Curb I~et 2 EA Umt Pnce in Words $~O~a~ P-4 WORK DAYS 60 RE.~EARCH PARR'WAY . BA.~E BIB BID NO 2248 PONO BID TABULATION SHEET ITEM DF,{CRiFrlON QUANili¥ UNIT UN1T PR.ICE TOTAL 76A ~4" Type B Headwall 1 EA $ Umt Price m Words ~/~¢,~ 76A 30" Type B Headwall 2 EA $ Umt Pnce m Words ~';~'r~.~ ?6A Double 10kg' Box Culvert 11042 LF Umt Pnce in Words ~o~ 76A 8'X6' Box Culvert 100 LF $ ~,7 SP-60 Double 10'xg' Box Culver~ 2 EA $ Headwall Umt Price m Words '7'~o~v SP-60 $~x6' Box Culvert 2 EA Headwall Umt Pnce in Words ~r~ 8 15 Type A Rock Rap-Rap 167 CY $ Umt Price m Words ~,-,er~ SP-37 :.xcavatlon Protection 958 LF $ Umt Pnce m Words ~'~' SP-70 ~lass C, Type W Rased Traffic 1,175 Vlarkers Umt Price in Words '7'~.~ ,~,~,/ SP-70 ~lass C, Type Y Rased Tr_nl~c 0 EA $ ~q.~ /EA $ ~arkers Umt Price in Words "/'~.~.~ P-5 WORK DAYS 60 RF.~I~,ARCH PARKl%'A¥. BASK B~ B~ NO 2248 ~ NO B~ T~A~ON S~ET ~M D~C~ON QU~ ~ i ~ ~ P~CE T~ SP-70 Cl~s B, T~e H-C-R ~sed 690 EA $ 5 o~ ~A $ ~,~o UmtPncem Words ~ ~ ~ SP-70 Cl~s B, ~e H-A-A ~sed 0 EA $ ~ ~ ~A $ o r~c M~kers Umt Pnce m Words ~io SP-10 ~ockExcavation 50 CY $ ~ /CY $ g7~o Umt Pnce m Words ~ ~ ~-~ 3107 Hydromulch 3,500 SY $ ~ ol /Sy $/~/~o Umt Price m Words ~g~ SP-15-B Adjust S~er M~ole 1 EA $ I~ ~ ~A $ ~ Umt Price ~n Words ~ T~ 1 21 Contractors W~Ues ~d 1 LS $ /~ 7~S $/~ 7~8 Underst~dmgs Umt Pnce m Words ~,~,~ ~ Sev~ ~ SP-80 ~d Detours Umt Price m Words ~,~r ~aa~ SP-39 ~roject S~s 2 EA $ 7~o ~ ~A $ l, ~ Umt Price in Words ~V~ Mua~ TOT~BASEB~ $ /~OO~_ ~5~ 7~ Totfl Pnce m Words 0~ ~[~ ~ ~o dl~ ~a T~[~ P-6 WORK DAYS 60 ~I~I~ARCH PARK'N~¥: AL~RNA~ Bm B~ NO 2248 B~ T~A~ON S~ET 3 1 Ptep~aUon off,t-of-Way 1 LS $ ~O~ U~t Pnco m Words ~t~ 3-B ~ove Concr~e C~ & ~er 0 Umt Price m Words ~-C ~ow Con~ Dnwway & 0 SY $ Std,w~ ~t Price m Words dr~ ~ 3 3 ~cl~s~edExcavat~on 14,000 CY $ ~.~ /CY ~t Pnoe m Words ~ a~ 3 7 COmpacted F~ 9,200 CY $ ~t Pnce m Words ~ ~a 3 12 rmpor Emst°n Control 1 LS $ ~O~oo '~S $ ~t Pnce ~n Words ~w ~ao 4 6-A 5~ Line Treatment of Sub~ade 24,000 SY $ I ~t Pnco In Words O~ ~4 . 46-B ~e A Hy~ated L~e (SI~) 360 5 8 ~ Concrete Pavement 21,100 SY $ ~8 ~ /SY $~ ~ 7q~ Umt Pnce m Words ~ ~/~ra~J NOT USED ~mt Price m Words P-7 WORK DAYS RIg~EARCH PA~EWAY . ALT~RNATI~ BI~ ~ NO B~ T~ATION S~ET 76A ~4"T~e~Headw~ 1 $ I~10o~ ~A Umt Pnce m Words ~/~ 76A ~0"~eBHeadw~ 2 EA Umt Price m Words ~ 76A ~ouble 10'xg'BoxC~ve~ 11042 LF $ / Umt Pnee m Words ~ 76A 8~6' Box Culvert 100 LF $ Umt Pnce m Words ~o ~ SP-60 ~ouble 10'x9' Box C~ven 2 EA $ ~dw~ Umt Pnce ~n Words ~ SP-60 [8'x6' Box Culve~ 2 EA $ ~w~ Umt Pnce ~n Words ~ 8 15 ~e A Rock ~p-~p 167 CY Umt Price m Words ~'~ SP-37 ~xcavatlon ProtecUon 958 LF $ Umt Pnce m Words SP-70 [Class C, T~e W ~sed Tr~c 1,175 EA $ ~kers Umt Pnce m Words ~ SP-70 ~Cl~s C, T~e Y ~sed Tr~c 0 EA $ ~kers Umt Pnce m Words ~ P-9 WORK DAYS I/~SRARCH PAI~It'WAY: ALTRRNAT~ Rill BID NO 2248 PO NO BID TABULATION SHEET SP-70 i¢l,,sB, Type 1I C-R Raised 690 $ g *$ lEA $ ~raffic Markers Umt Pnce m Words ~ v~ SP-70 IClass B, Type II-A-A Raised 0 EA $ ~ o,_ ,tEA $ Markers Umt Pnco m Words SP-10 [Rock Excavation 50 Umt lance m Words t.-'; ~rt 3107 ]Hydromulch 3,500 aY 15 ~.~ /SY $/~'0,~ Umt Pnce m Words SP-15-B [Adjust Sewer Manhole 1 EA $ Itooo~ /EA Umt Pnce m Words ~ 1 21 IContractor's Warranties and 1 LS $ !~ ~'aa ¢/LS $ / [U'nderstand~ngs 8 1 cades, Wanung S:gns 1 $ $tooo '~' /LS $ SP-80 {and D~tours Umt Pnce tn Words ¢.~d~ TOTAL ALTER~ATE BID $ /, Total Pnce m Words P-10 WORK DAYS 22 ~I~.~EARCR PARK'WAY; WATER & flKV/I~.R BH) NO 2248 ~ NO B~ T~A~ON S~ET ~ D~ON QU~T~ 21220 12"Wat~ 3,379 ~ $ ~7~ ~ $~ Umt Pnce m Words ~ s ~ ~,~g 2 1220 ~"Water~ 180 LF $ Umt Pnce m Words , ~ 2 14 F~e Hydr~t ~sembly mci I1 EA 5" Water ~ ~d 6" V~ve Umt Pnce m Words ~ ~,~ 2 13 27"x12" Tapping Sle~e ~d Vdw 1 EA Umt Pnce m Words ~,~ o~ 2 13 1 12" Gate V~ve 3 EA $ Umt Pnce m Words Fo~r~ 2131 ~"~teVflve 2 EA $ ~l~~ ~A $ ~Zoe~' Umt Pnce m Words $~ 216 ~" ~gaUon Semce 2 EA $ Umt Pnce m Words o~ ~9 216 l" ~at~on S~ce 1 EA $ Umt Price m Words ~e ~ a~n 22 ~" S~t~ Sewer 113 LF $ Umt Pnce ~n Words ~o~ 2 12 14 5~t~ 5~erM~ole I EA $ Umt Pnce m Words T~r~ P-11 WORK DAYS 22 RF~.~KARCFI PARKWAY . WATKR & ~KW~R BID NO 2248 PO NO B~ T~A~ON S~ET 21214 ~"PVCCondutt 500 ~ $ /~ ~F $ ~ov UmtP~cemW°rds ~,~ ~ ~, /0 ~o 2 12 14 l"PVCCondmt 750 LF $ /~ ~ ~F ~ ~ UmtPncemWords T~~ ~ N~ 2 12 14 ~" PVC Condu~t 620 LF $ //~ ~F $ 6 ~ UmtPnce~Words ~v~ ~ .~ SP-10 ~ockExcavatlon ~0 CY $ ~ /CY $ f,%~ Underst~dmgs P-12 WORK DAYS 10 WOOl}ROW LANE IMPROV'KMENT~ BID NO 2248 PONO BID T~ATION S~ET ~M D~C~ON QU~trr~ 3 1 Pr~on off,t-of-Way 1 LS $ Umt Price m Words ~t~r~ 3-B ~move Connie C~b & ~er 825 Umt Pnce m Words c~e 3-C ~move Concrete Dnv~ay ~ 470 SY Umt Pnce m Words i~ ~0 3 3 UnclasPed ~xcavat~on 225 CY $ Umt Pnce m Words ~ ~ 3 7 Compacted Fill 0 CY $ / UmtPncemWords o~ ~ ~o 3 12 ~empor~ Erosion Control 1 LS $ Umt Pnce m Words ~ 4 6-A 5" Lime Trea~ent of Sub~ade 825 SY $ Umt Price m Words ~6 46-B ~e A Hydrated L~e (SI~) 125 Umt Pnce m Words ou~ ~ ~a~a 5 7-A 1-1/2" ~phdt Pavement 756 SY $ (T~e D) Umt Pnce m Words C o o R 5 7-B ~-1/2" ~ph~tPavement 756 SY (T e A) UmtPncemWords ~o~ ~ ~ o P-13 WORK DAYS 10 WOODROW LANR 1MPROVRMRNT,~ BID NO 2248 PONO BID TABULATION SHEET ITEM DF, SCRIPTION QUA~ rrr'/ UNIT UNIT PRICE TOTAL 82-A ~oncreteCurb~Gutter 830 LF $ Iq, P°, /LF $ i/,~io Umt Pnce m Words ~-ooaT~ ~ o 83-A ~onoreteSidewalk 254 SY $ ~l.~- /SY $ $,oc/ UmtPncemWords T~t~Ty ~ ~,,~ ?l~rg 83-A ~dlcapRamps :2 EA $ ~'~ /EA $ /ao~ ~ UmtPncemWords FWa ~1~ ~e..~ N~ 76A RemoveManhole/InletStmcture 2 EA $ /,~o~A $ ~o~ Umt Pnce m Words ~t~g~ ~ gso ~ ~ ~ ~ NOT USED $ / $ Umt Pnce m Words 2123 I~8"RCP 9 LF $ ~/~ ~F $ 5~ ~ U~tPncemWords s~y C~ ~ ~ 2123 24"RCP 22 LF $ ~ ~ ~ $ /~/~e UmtPncemWords, ~m~ ~l~ ~ ~ 2 123 17"RCP 12 LF $ ~ ~F $ 8~ ~ UmtPncemWords $EV~r~ ~ ~ ~o 2123 ~2"RCP 35 ~ $ /~ ~F $ ~ UmtPncemWords o~ ~o~ )~ I~ 2 123 ~8" RCP 6 LF $ /~ ~- ~F $ ~o ~- UmtPnce~nWords o~ ~t~ ~ ~ ~ o P-14 WORK DAYS 10 ~OOBROW LANE IM'PROV~'.M~IT~ BID NO 2248 ~ NO B~ T~~ON S~ET ~ D~ON qU~'~r~ ~ ~ ~ P~C~ ~ 76A [0~'~onBox 1 EA $ ~ ~A $ ~ UmtPn~mWords F~F~ ~oa ~ ~ ~o 7 6 A ~6' Co~t~on J~on Box I EA $ ~ ~ ~A $ ~ff~o md ~rb ~et UmtPnce~nWords ~FTy ~, ~a~b ~ ~ SP-3 18" T~e B Headw~ 1 EA $ ~o ~ ~A $ /~ UmtPn~mWords ~ ~z~ ~qo ~ ~o 3 107 ~y~omulc~g 950 SY ~ ~ ~ /SY $ ~go SP-37 txcavauon Protea~on 84 LF $ ~.se ~F $ ~t SP-70 ~s C, T~e W ~sed Tr~c 65 EA $ ~ q~ ~A $ Eg5 ~kers Umt Price m Words ~ ~ ~,~vr SP-70 Sl~sC,~eY ~sedTr~c 50 EA $ ~E ~A $ /~ ~kers UmtPncemWords ~ ~ r~r SP-70 ClassB,~eH-C-R ~sed 4~ HA $ ~*~ ~A $ ~8b~ rr~c ~k~s UmtPnceinWords sc~v~ ~ ~ o SP-70 ~l~sB, T~eH-A-A~sed 26 EA $ ~*~ ~A $ /~ r~c ~kers ,Umt Pnce m Words ~ i vg ~ ~ ~ TOT~WOODROWL~ $ ~l, /~? ~ Tot~ Pnce m Words g~ ~e ~ ~ ~ ~ J~ P-15 BID S~Y Award of the bid wdl be based on the total of base bd plus water and sewer or alternate bid plus water and sewer The projects are being separated for bookkeeping purposes only In the event of the award of a contract to the underslgued, the undersigned wdl furmsh 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 ~uarantea the work untd final completion and acceptance, and to guarantee payment for all lawful clmms for labor performed and materials furmshed m the fulfillment oftha contract It Is understood that the work proposed to be done shall be accepted, when fully completed and fimshed m accordance w~th the plans and specd~cat~ons, to the satisfaction of the En~menr The unders~gued certifies that the b~d prices contmned m tlus proposal have been carefully checked and are subrmtted as correct and final Umt and lump-sum prices as shown for each ~tem hsted mttus proposal, shall control over extensions Street Address C~W ~d State S~ & Autho~txon ~a Co.oration) Telephone B-1 Research Parkway Base Bid 60 Research Parkway Water & Sewer 22 Woodrow Lane Improvements 10 TOTAL BASE BID 92 ti Research Park-way Alternate Bid 60 Research Parkway Water & Sewer 22 Woodrow Lane Improvements 10 ~'l~ TOTAL ALTERNATE BID 92 B-2 moouo~ 11~1B OBRllROATB 18 18SUED A8 A MAll'~R OF INFOR~ON ONLY AND CONFER8 NO RIQH~ U~N ~E CER~RCA~ ~on Risk Semites o~ Texas HOLDER ~lS CER~RCA~ DOB8 2711 ~. Hae~ell ~ve.~800 LB~8 AL~. ~E COVERAGE AFFORDED BY ~E POUCIES BELOW D~Z~., ~X 7520~ COMPANIES AFFORDING COVERAGE (2~)989-0000 ~aX(254)989-2580 A St. Paul guardian Insuran=e Co ~J Paving, Inc. ~ National ~ion Fire Ins Co P. O. Box 59934 Dallas, Texas 75229 C ~erisure Insurance Company CE~FICA~ MAY BE 18SUED OR MAY PE~AIN. ~E INSU~OE m~RDED BY ~E POUCIES DESCRIBED HEREIN IS SU~ECT TO ~CLUSIONS ~O CO,DIdOES OF SUCH POUCIES UMI~ SH~N MAY HAVE BEEN REDUCED BY PAID C~IMS A .~L~ KK~I~ 08/29/98 08/28/99 6~Ao~m I ~.~ ~ ~IM~ ~E ~XJ ~CUR P~ & ADV IN~RY ~ 1.~.~ A ~~ KK~I~I 08/29/98 08/29/99 ~=os~.e~u~ =c~ a~l~ 08/29/98 08/29/99 ~cE ~o.~.~ / C ~"~"~"~ WCl~I 08/29/98 08/29/99 XJT~[~ ~ ~eearc~ Par~a~ ~a~er ~d Sews ~ ~rov~ ~n~s n~ed Ad~:.ona~ Insured ~or oovera~es excep~ Workers~ C~pensagion an= provi=e;~ Wmxver of S~rogation zor Workers' Compensation with =oye=ag~ P=:.~ to~.a~7 o~her insuran~e available s~Jec~ to Te~s and City of DentOn ~ DAm m~BP, mE ~mQ eOBANY Ki~ 215 E. M~ ey '~--- -- ..... Denton Texas 76201 - -----~