Loading...
1998-373 ORDINANCE NO AN ORDINANCE ACCEPTING COMPETITiVE BIDS AND PROVIDING FOR THE AWARD OF A PUBLIC WORKS CONTRACT FOR MAYI-IILL ROAD PAVING AND DRAINAGE IN THE AMOUNT OF $632,149 84, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING AN EFFECTWE DATE (BID # 2283 - MAYHILL ROAD PAVING AND DRAINAGE AWARDED TO JAGOE PUBLIC CONSTRUCTION IN THE AMOUNT OF $632,149 84) WHEREAS, the City has sohclted, received and tabulated competitive bids for the construction ofpubhc works or improvements m accordance with the procedures of STATE law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described m the bid mwtatlon, bid proposals and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS S]~CTION I That the following competitive bids for the construction of public works or improvements, as described in the "Bid Inwtat~ons", "Bid Proposals" or plans and specfficatmns on file m the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 2283 JAGOE PUBLIC CONSTRUCTION $632,149 84 S]}CTION II That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submmlng the bid for construction of such public works or ~mpmvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furmshmg of performance and payment bonds, and insurance certificate after notification of the award of the b~d ~ That the C~ty Manager ~s hereby authorized to execute all necessary written contracts for the performance of the construction of the pubhc works or ~mprovements m accordance w~th the b~ds accepted and approved here~n, promded that such contracts are made ~n accordance w~th the Not~ce to B~dders and B~d Proposals, and documents relating thereto specifying the terms, condmons, plans and specfficat~ons, standards, quantities and specffied sums contmned thereto SECTION IV That upon acceptance and approval of the above competitive b~ds and the execution of contracts for the pubhc works and nupmvements as authorized here~n, the C~ty Counml hereby anthonzes the expenditure of funds ~n the manner and ~n the amount as specffied in such approved b~ds and anthonzed contracts executed pursuant thereto SECTION V That flus ordinance shall become effective ~mmed~ately upon ~ts passage and approval PASSED AND APPROVED this the J/~ day of A~/~///~/t/Tt~-f,/~ ,1998 JA~.J~LLER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY PROVED AS TO LEOAL HERBERT L PROUTY, CITY ATTORNEY 2283 MAY'HILL ROAD PAVING &DRAINAGE ORDINANCE ATTACHMENT # 1 TABULATION SHEET BID # 2283 DBR JRJ JAGOE RENAISSANCE BID NAME MAYHILL ROAD PAVING & DRAINAGE CONST PAVING PUBLIC CONST DATE 13-Oct.98 PROPOSAL TOTAL $714,936 70 $1,011,141 25 $680,212 23 $993,653 00 ADDENDUM YES YES YES YES BID BOND YES YES YES YES CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered mto this 3 day of NOVEMBER A.D., 1998, by and between CITY OF DENTON of the County of DENTON and State of Texas, acUng through MICHAEL W..fEZ, City Manager, thereunto duly authorized so to do, hereinafter termed "OWNER," and JAGOE PUBLIC CONSTRUCTION P.O. BOX 280 / 3020 1~. WORTH DR. DENTON, TX 76205 of the City of DENTON County of DENTON and State of TEXAS, hereinafter termed "CONTRACTOR" WITNESSETH That for and m consideration of the paymems and agreements heremaRer mentioned, to be made and performed by OWNER, and under the conditions expressed m the boads attached hereto, CONTRACTOR hereby agrees with OWNER to commenCe and complete performance of the work specified below BID//2283 - MAYJHLL ROAD PAVING AND DRAINAGE m the amount of $632,149.84 and all extra work in connection therewith, under the terms as stated m the General Conditions of the agreemem, and at his (or their) own proper cost and expense to furmsh all materials, supplies, machmery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, m accordance with the conditions and prices stated m 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 m accordance with the CA - 1 plans, winch includes all maps, plats, blueprints, and other drawmgs and printed or written explanatory matter thereof, and the Specfficauons therefore, as prepared by ENGINEERING DEPARTMENT all of which are made a part hereof and collectively evidence and constitute the enttre 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 superwslon 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 d~rection of the City Manager of the City of Denton, Texas, or hts designee under tins agreement Indemnification Contractor shall and does hereby agree to mdemmfy and hold harmless the City of Denton from any and all damages, loss, or habfllty of any kind whatsoever, by reason of injury to property or tinrd persons occasioned by any error, ormssion or neghgent act of Contractor, its officers, agents, employees, mvitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at 1ts 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 m 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 m written nouce to commence work and complete all work within the tune stated m the Proposal, subject to such extensions of tune as are prowded by the General and Special Con~htions The OWNER agrees to pay the CONTRACTOR m 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 tim agreement m the year aud day first above written JAGOE PUBLIC CONSTRUCTION CONTRACTOR JA~OE PHRIIn ~n~p~Fy BOX 250 DENTON. TEXAS 76202 MAILING ADDRESS PHONE NUMBER X NUMBER APPROVED AS~O FO~ [ P~NTED NAME CITY ATT~ CA - 3 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That JAGOE PUBLIC CONSTRUCTION, whose address is P.O. BOX 250/3020 FT. WORTH DR., DENTON, TX 76205, hereinafter called Principal, and A$SOCIATEDINik~NITYCO~RATI~Na corporatmn orgamzed and exlstmg under the laws of the State of TEXAS, and fully authorized to transact business m the State of Texas, as Surety, are held and fmnly bound unto the City of Denton, a mumcipal corporation orgamzed and existing under the laws of the State of Texas, hereinafter called Owner, m the penal sum of SIX HUNDRED THIRTY TWO THOUSA1ND ONE HUNDRED FORTY NINE AND 84/100 DOLLARS ($632,149.84) plus ten percent of the stated penal sum as an addit~onal sum of money representing additional court expenses, attorneys' fees, and liquidated damages arising out of or connected with 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 he~rs, executors, adnumstrators, successors, and assigns, jointly and severally, fn'mly 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 m 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 condmoned as follows Whereas, the Prmc,pal entered into a certain Contract, ldenUfied by Ordinance Number 98-373, w~th the City of Denton, the Owner, dated the 3 day of NOVEMBER A.D. 1998, a copy of which ~s hereto attached and made a part hereof, for BID # 2283 - MAYHILL ROAD PAVING AND DRAINAGE. NOW, THEREFORE, If the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, cunthtwns and agreements of smd Contract m accordance w~th 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 undertakmgs, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, nouce of which modlficattons to the Surety bemg hereby waived, and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanslnp 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 fadure to so perform herein and shall fully reunburse and repay Owner all outlay and expense which the Owner may recur m making good any default or deficiency, then this obhgatlon shall be void, otherwise, it shall remain m full force and effect PB - 1 PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall he m Denton County, State of Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of tune, alteration or addmon to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Spemficatlons, Drawings, etc, accompanying the same, shall m anywise affect its obhgaUon on this Bond, and It does hereby wmve not~ce of any such 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, Spemficauons, 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 hereto as the Resident Agent m Denton County to whom any requisite notices may be delivered and on whom service of process may be had m matters arising out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, Vernon's Annotated Clvd Statutes of the State of Texas IN WITNESS WHEREOF, this instrument is executed m 4 cop:es, each one of which shall be deemed an original, this the 3 day of NOVEMBER 1998. ATTEST PRINCIPAL SECRETARY / - BY V~c~ P ATTEST SURETY ASSOCIATED INOEMNITY C Tex'a~for The Resident Agent of the Surety m Denton County, delivery of notice and service of the process is WILLIS CORROON CORP NAME n~ n ~! ~l A TOW~.R 13355 NOEL RD SUITE 40C STREET ADDRESS DALLAS. TEXAS 75240 (NOTE Date of Performance Bond must be date of Contract If Resident Agent Is not a corporation, g~ve a person's name ) PB - 2 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That JAGOE PUBLIC CONSTRUCTION, whose address is P.O. BOX 250/3020 FT. WORTH DR., DENTON, TX, 76205, hereinafter called Principal, and a corporation organized and existing under the laws of the State of TI~XAS, and fully authorized to transact business m the State of Texas, as Surety, are held and firmly bound unto the C~ty of Denton, a mumclpal corporauon orgnmzed and existing under the laws of the State of Texas, beremafter called Owner, and unto all persons, firms, and corporations who may furmsh materials for, or perform labor upon, the bmldmg or unprovements hereinafter referred to, m the penal sum of SIX HUNDRED THIRTY TWO THOUSAND ONE HUNDRED FORTY NINE AND 84/100 DOLLARS ($632,149.84) m lawful money of the Umted States, to be prod m Denton, County, Texas, for the payment of wh:ch sum well and truly to be made, we hereby brad ourselves, our beuts, executors, admnustrators, successors, and assigns, jointly and severally, f'u'mly by these presents Tins Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but m no event shall a Change Order or Supplemental Agreement winch reduces the Contract price decrease the penal sum of thls Bond THE OBLIGATION TO PAY SAME ~s cun&tloned as follows Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 98-373, w~th thc C~ty of Denton, the Owner, dated the 3 day of NOVEMBER A.D. 1998, a copy of which xs hereto attached and made a part hereof, for BID # 2283 - MAYHILL ROAD PAVING AND DRAINAGE. NOW, THEREFORE, ~f the Principal shall well, truly and faithfully perform Its duties and make prompt payment to all persons, firms, subcontractors, corporations and clammnts supplying labor and/or material m the prosecuUon of the Work prowded for m said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, not~ce of which mochficat~ons to the Surety being hereby expressly waived, then this obllgaUon shall be void, otherwise It shall remam in full force and effect PROVIDED FURTHER, that ff any legal action be filed on th~s Bond, exclusive venue shall he m Denton County, Texas AND PROVIDED FURTHER, that the smd Surety, for value received, hereby stipulates and agrees that no change, extension of tnne, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specfficauons, Drawings, etc, accompanying the same, shall m anywise affect its obhgat~on on this Bond, and It does hereby wmve not~ce of any such change, extension of tune, alteration or adtht~on 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 apphcable statutes of the State of Texas The undersigned and designated agent ,s hereby designated by the Surety hereto as the Resident Agent m Denton County to whom any reqmslte notices may be dehvered and on whom service of process may be had m matters arising out of such suretyship, as prowded by Article 7 19-1 of the Insurance Code, Vernon's Annotated C~vll Statutes of the State of Texas IN WITNESS WHEREOF, tins instrument ~s executed m 4 copies, each one of which shall be deemed an original, this the 3 day of NOVEMBER, 1998. ATTEST PRINCIPAL ~'t ~E PRL~IDENT ATTEST SURETY ASSOCIATED INdEMNIfY CO~PORAI~ON The Resident Agent of the Surety m Denton County, Texas for delivery of notice and service of the process ~s WILLIS CORROON CORP NAME o~ ~ c, a~ ~ ~!~ Toxw.R l ~555 NOEL RD SUITI/400 STREET ADDRESS DALLAS, TEXAS 75240 (NOTE Date of Payment Bond must be date of Contract If Restdent Agent ts not a corporatton, gtve a person's name ) 2283 CONTRACT & BONDS PB - 4 GF.;~ERAL POWER OF ~x'ro~v ASSOCIATED INDEMNITY CORPORATION /~OW ALL MEN BY TH]F. BE PRE~ENTS. That ASSOCIATED INDEMNITY CORPORATION a Corporation duly organized and ex~stmg under the laws of the State of California, and having its prinopal office in the County of Mann State of Cahforma, has made constituted and appointed and does by these pre~entsmake, constttute and appoint JOHN R. STOCKTON, ROSEMARY WEAVER, jointly or severally DALLAS TX its true and lawful Attorney(s) in-Fact, with full power and authority hereby conferred la its name place and stead, to execute seal, acknowledge and dehver any and all bonds, undertaking, recognizances or other written obhgat~ons m the nature thereof ............................... and to brad the Corporation thereby as fully and to the sarne extent as If such bonds were signed by the President sealed w th the corporate seal of the Corporation and duly attested by its Secretary, hereby rat lying and confirming ali that the smd Attorney(s) an Fact may do in the premises Tlus power of attorney is granted pursuant to Article VII, Sections 45 and 46 of By laws of ASSOCIATED INDEMNITY CORPORATION now m full force and effect "Article Vll Appointment nod Authority o! R~lde#t ~retl~es, Attorney.h~.Fact aBd Agents to accept Legit] Proees~ and M~ke Ap~o~rJnces Section 45 Appolntmeot The Chaiman of the Board of Directors the President, any Vlce-Presidem or any other person anthartzed by the Board of Directors, the Chnl~map of the Board of Direclors, the Pm dant or any Vice-President may, from time to time, appoint Resident Assistanl Seetetarie~ and Attorneys-In Fae~ to ~pte~nt and act for and on behalf of the Compunction and Agents to accept legal process and make appearnnces for and on behalf of the Corpoestlon Section 46 Authority. The authority of such Resident Assistant Secretaries, Attorneys Jn-Faet and Agents shall be as prescribed In the lastrnment evidencing Ihalz appointment Any such appolntmant and nil anthoriW stunted thereby may be esvoked at any time by the Board of Directors or make ~uch appolatment" by any person empowered to Tluspower of attorney is signed and sealed under and by the authority of the follow ng Resolution adopted by the Board of Directors of ASSOCIATED INDEMNITY CORPORATION at a meeting duly called and held on the 13th day of Aprd 1984 and smd Resolution has not been amended or repealed "RESOLVED, that the signature of uny Vice President Assistant Secretary, and Resident Assistant Secretary of tlus Corporation and the seal of tlus Corpofat on may be a ffLxed or printed on any power of attorney, on any revocation of any power of attorney, or on any certl flcate relating thereto, by facsimde, and any power of attorney, any r~vo~atiou of any power of attorney, or certificate beann such facsimile sa nature or facsnmtle seal sba2 be valid and binding upon the Corporation' IN WITNESS WHEREOF, ASSOCIATED INDEMNITY CORPORATION has caused these presents to be s~gned by its Vine-President, and Its corporate sea] to be hereunto affixed this , ?Tt]~ dayof_ A.~.~ , 19 97 % " By STATE OF CALIFORNIA COLqqTY OF MAR. IN On~s 27th dayof August 97 , 19 , before me personally came M A Mallonee tn ole kuowa, who, being by me duly sworn, dui depo~ and ~.y thlt he as VtceoPresldans of ASSOCIATED INDEMNITY CORPORATION, the Corporutto~ d~'lbed m and which ~t~d the above mstrnmant, that he knows the s~l of ~ld Corporation, that the ~eal affla~l to thc s~d instrument as such corporate · ~1, that it ~ so ~f£m~l hy order of thc BO~d of Dtr~or$ of ~ld Corporution and that he signed Ins nme thereto hy hke order IN WlTNI~SS WHEREOF, I huve hercunto set my hand and affl~ad my officml s~d, the d~y and year herein first nhove wrnteu STATE OF CALIFORNIA COUNTY OF MARIN ~ ss the By-laws of the Corpo~&tiou, 8ad the Rmolution of the ~o~l~V~*~ .a~_ .u~ ~ ~n ,o_t ?~een..revoaeo.,?nu tarthermore that Arttcle VII, Sections 45 and 46 of ................ , ~t ~ortn in ~ne rower ut Attorney, are now in force SlgnedandsanlednttheCotmtyofMarin Dat~dthe. ~ dayof NOV~' , 19 9~ Insurance Requirements Page 1 CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requ,rements below It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of B~d subm,ssion the availability of insurance certificates and endorsements as prescribed and provided herein. If an ·pp·rent Iow bidder fails to comply strictly w,th the insurance requirements, that bidder may be disqualified from award of the contract. Upon bid award, all insurance requ,rements shall become contrectual obligations which the successful bidder shall have a duty to malnta,n throughout the course of this contract STANDARD PROVISIONS: W~thout hmtt,ng any of the other obl,gat~ons or hab~ht~es of the Contractor, the Contractor shall prov,de and maintain until the contracted work has been completed and accepted by the C~ty of Denton, Owner, the m~mmum ~nsurance coverage as ~nd~cated hereinafter As soon as practicable after notification of bid award, Contractor shall file w~th the Purchasing Department sattsfactory certificates of ~nsurance, contalmng the b~d 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 adwsed to make such requests pnor to bid opemng, s~nce the insurance reqmrements may not be modified or waived after bid opening unless a written exception has been submitted w~th the b~d Contractor shall not commence any work or deliver any mcterml until he or she recmves notification that the contract has been accepted, approved, and signed by the City of Denton All insurance pohc~es proposed or obtained ~n satisfaction of these requtrements shall comply with the following general specifications, and shall be maintained ~n comphance w~th these general spemflcat~ons throughout the duration of the Contract, or longer, ~f so noted · Each pohcy shall be issued by a company authorized to do bus~ness ~n the State of Texas w~th an A M Best Company rattng of at least A 2283-INSURANCE CI- 1 Insurance Requirement s Page 2 · Any deductibles or self-~nsured retentions shall be declared ~n the bid proposal If requested by the C~ty, the ~nsurer shall reduce or eliminate such deductibles or self-~nsured retentions w~th respect to the C~ty, ~ts officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related ~nvest~gatlons, claim administration and defense expenses, · Liability pol~mes shall be endorsed to provide the following Name as additional insured the City of Denton, ~ts Officials, Agents, Employees and volunteers That such ~nsurance ~s primary to any other ~nsurance available to the additional ~nsured w~th respect to claims covered under the policy and that th~s ~nsurance applies separately to each insured against whom claim ~s made or su~t ~s brought The ~ncluslon of more than one insured shall not operate to ~ncrease the ~nsurer's hmlt of I~abll~ty · All pol~mes shall be endorsed to provide thirty (30) days prior written not,ce of cancellation, non-renewal or reduction ~n coverage · Should any of the required ~nsurance be prowded under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of th~s contract and, w~thout lapse, for a per~od of three years beyond the contract expiration, such that occurrences arising during the contract term which g~ve r~se to claims made after expiration of the contract shall be covered · Should any of the required ~nsurance be provided under a form of coverage that ~ncludes a general annual aggregate I~mlt providing for claims investigation or legal defense costs to be ~ncluded ~n the general annual aggregate hm~t, the Contractor shall e~ther double the occurrence I~mlts or obtain Owners and Contractors Protective L~ab~hty Insurance 2283INSURANCE Insurance Requirements Page 3 · 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 ewdence of reinstated coverage as required by this contract, effective as of the lapse date If insurance ~s not reinstated, C~ty may, at ~ts sole option, terminate th~s agreement effective on the date of the lapse SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS' All insurance policies proposed or obtained ~n satisfaction of th~s Contract shall additionally comply w~th the following marked spemflcat~ons, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, ~f so noted [X ] A General Liability Inaurance. General Liability insurance w~th combined s~ngle hm~ts of not less than 1,000.000 shall be prowded and ma~ntmned by the Contractor The policy shall be written on an occurrence bas~s either ~n a single policy or ~n a combination of underlying and umbrella or excess pol~mes If the Commercial General Lmb~l~ty form (ISO Form CG 0001 current edition) is used · Coverage A shall ~nclude premises, operations, products, and completed operat;ons, ~ndependent contractors, contractual Imb~l~ty covering this contract and broad form property damage coverage · Coverage B shall include personal ~njury · Coverage C, medical payments, ~s not required If the Comprehensive General bablhty form (ISO Form GL 0002 Current Edmon and ISO Form GL 0404) ~s used, ;t shall include at least 22834NSURANCE CI- 3 Insurance Requirements Page 4 · Bodily ~njury and Property Damage Lmblhty for premises, operations, products and completed operations, ~ndependent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures. · Broad form contractual hab~hty (preferably by endorsement) covenng this contract, personal injury hab~hty and broad form property damage hab~hty [X] Automob,le Liability Insurance' Contractor shall prowde Commercial Automobile Lmb~hty ~nsurance with Combined S~ngle L~m~ts (CSL) of not less than 1,QO0.O00 either ~n a single pohcy or m a combination of basic and umbrella or excess pohcms The policy will ~nclude bodily ~njury and property damage hablhty arising out of the operation, maintenance and use of all automobiles and mobile equipment used ~n conjunction w~th this contract Satmfact~on of the above requirement shall be in the form of a policy endorsement for · any auto, or · all owned, h~red and non-owned autos [X] Workers Compensation Insuranoe Contractor shall purchase and maintain Worker's Compensation ~nsurance whmh, ~n addmon to meeting the m~mmum statutory requirements for issuance of such ~nsurance, has Employer's L~ab~hty hmlts of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 pohcy hm~t for occupational disease The City need not be named as an "Addmonal Insured" but the ~nsurer shall agree to waive all rights of subrogation against the City, ~ts offlmals, 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 ~n accordance w~th §406 096 of the Texas Labor Code and rule 28TAC 110,110 of the Texas Worker's Compensation Commission (TWCC) 2283 INSURANCE CI -4 Insurance Requirements Page 5 [ ] Owner's and Contractor's Protect,vs Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecut,on of the work under this contract, an Owner's and Contractor's Protective Llab~hty ~nsurance policy naming the C~ty as ~nsured for property damage and bodily ~njury which may arise ~n the prosecution of the work or Contractor's operations under th~s contract Coverage shall be on an "occurrence" basis, and the pohcy shall be ~ssued by the same insurance company that carries the Contractor's hablhty insurance Pohcy hmlts w~ll be at least combined bodily ~njury and property damage per occurrence with a aggregate [ ] Fire Damage Legal Liability Insurance Coverage ~s required ~f Broad form General L~ablhty ~s not prowded or Is unavailable to the contractor or If a contractor leases or rents a portion of a C~ty building Limits of not less than each occurrence are required [ ] Professional Liability Insurance Professional liability ~nsurance w~th hm~ts not less than per claim with respect to negligent acts, errors or omissions in connection w~th professional services ~s required under th~s Agreement [ ] Builders' Risk Insurance Builders' R~sk Insurance, on an AII-R~sk form for 100% of the completed value shall be provided Such policy shall ~nclude as "Named Insured" the City of Denton and all subcontractors as their Interests may appear [ ] Additional Insurance Other Insurance may be required on an ~ndlwdual basis for extra hazardous contracts and specific serwce agreements If such additional insurance Is required for a specific contract, that requirement will be descubed ~n the "Specific Conditions" of the contract specifications 2283-INSURANCE CI - 5 Insurance Requirements Page 6 ATTACHMENT 1 IX] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entltlee A. Deflmtlons: Certificate of coverage ("cert~flcate")-A copy of a certificate of ~nsurance, a certificate of authority to self-~nsure ~ssued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation ~nsurance coverage for the person's or ent~ty's employees prowd~ng serwces on a project, for the duration of the project Duration of the project ~ ~ncludes the t~me from the beglnmng 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 prowd~ng serwces on the project ("subcontractor" ~n §406 096) - ~ncludes all persons or ent~t~es performing 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, w~thout I~m~tat~on, ~ndependent contractors, subcontractors, leasing compames, motor carriers, owner-operators, employees of any such entity, or employees of any entity whmh furmshes persons to prowde serwces on the project "Services" ~nclude, w~thout hm~tat~on, providing, hauling, or delivering equipment or materials, or prowd~ng labor, transportation, or other serwce related to a project "Serwces" does not include actlwtles unrelated to the project, such as food/beverage vendors, office supply dehver~es, and delivery of portable to~lets. B The contractor shall prowde coverage, based on proper reporting of classification codes and payroll amounts and fll~ng of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all employees of the Contractor prowdlng serwces on the project, for the duration of the project 2283 INSURANCE CI - 6 Insurance Requirements Pa~e 7 C The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract D If the coverage per~od 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 prowd~ng serwces on a project, and prowde to the governmental entity (1) a certificate of coverage, prior to that person beg~nmng work on the project, so the governmental entIty w~ll have on file certificates of coverage showing coverage for all persons prowd~ng serwces on the project, and (2) no later than seven days after receIpt by the contractor, a new certificate of coverage showing extension of coverage, ~f the coverage per~od 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 not~fy the governmental entity ~n writing by certifIed ma~l or personal dehvery, w~th~n 10 days after the contractor knew or should have known, of any change that matermlly affects the prowslon of coverage of any person prowd~ng services on the project H The contractor shall post on each project s~te a not~ce, ~n the text, form and manner prescrIbed by the Texas Workers' Compensation Commission, ~nform~ng all persons prowd~ng services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage 2283 INSURANCE CI- 7 Insurance Requirements Page 8 I. The contractor shall contractually require each person w~th whom ~t contracts to provide services on a project, to (1) prowde 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 serwces on the project, for the duration of the project, (2) provide to the contractor, prior to that person beg~nmng work on the project, a certificate of coverage showing that coverage ~s being prowded for all employees of the person providing services on the project, for the duration of the project, (3) prowde the contractor, prior to the end of the coverage per~od, 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 w~th whom ~t contracts, and provide to the contractor (a) a certificate of coverage, prior to the other person beg~nmng work on the project, and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, ~f 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 ~n wrmng by certified mini or personal delivery, w~thln 10 days after the person knew or should have known, of any change that matermlly affects the provision of coverage of any person prowd~ng serwces on the prolect, and 2283 INSURANCE CI- 8 Insurance Requirements Page 9 (7) contractually require each person w~th whom ~t 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 prowded a certificate of coverage, the contractor ~s representing to the governmental entity that all employees of the contractor who w~ll provide serwces on the project w~ll 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 w~ll be filed w~th the appropriate insurance carner or, ~n the case of a self- ~nsured, with the commms~on's Diws~on of Self-Insurance Regulation Providing false or mmlead~ng ~nformat~on may subject the contractor to administrative penalties, criminal penalties, c~v~l penalties, or other c~vll actions K The contractor's failure to comply w~th any of these prows~ons ~s a breach of contract by the contractor which ent~tles the governmental entity to declare the contract void ~f the contractor does not remedy the breach wtth~n ten days after receipt of not~ce of breach from the governmental entity 2283 INSURANCE CI- 9 BID ~e ~u~ ~o~t ~* -~ .... ~ . ~c~ mond ~d a pa~t bond ~e vo~ ~f~~e oon~a~, Co ~s~e and Panic ~o~ a~ ~.._~a~c~on and acceptance, ~d ~o · u~shed ~n ~e -------- - ~ ~abo~ p~o~ed and ~ ~t ~" ~derstood ~at ~e York p=oposed Co be done aha~ accap~od, vh~ ~u~y oo~p~etod and f~n~shad in acco=dance · he unde=signed oe~ies ~a~ ~e b~d p=~ca, contained p=oposa~ have been carefully ~e~ed and ara subsisted a~ co.ac: and ~na~. Unit ~d Z~p-s~ prices as sho~ for each item l~s~ed proposal, shall control over ~ensions. S~eeC Address city and State (If a Co~oratfon) _ Telephone B - 1 Mayhill Road BID TABULATION SHEET Work Days Paving and Drainage Bid No ' PO No Item Des.--~ ~ Umt Price Total 21 Conm~ctors Warrant~esandt $~/~oo. °°/LS $~./ooo Unit Price In Words o,,.~ -/-4, ~/ ll 5 Cover 11 ~6o.O~EA $,Aa-oo oo Umt Price In Words v-,~ ~ ,~.~o 123-A 42"Claasff[ stormsewer 857 $ Io~.°°/LF ~'.,~'71 UmtPnceIn Words o,~',/t.,~.~/~-o~-~/~,'e~ ~'~,'A,~ ~ ,,~ ~,~ 12 3-B ¢8" Claas ~I storm sewer 371 1~-o aa/LF Umt PncaIn Word~ o,~ ~ ~ 18" Claas ~I storm sewer 162 ~-o.°O/LF 8'1 oo. aa Umt Pnce In Words -/54~ au~ud~u~o ~ 12 3-D 21" Class DI storm sewer 90 $ ff'o. °a/LF $ Umt Price In Wor~ ~ ~/~. ~ 12 3-I~ IV storm sower 90 Umt Price In Words, ~/Io.,"5 a.~t ~ Class IV storm sewer 653 g~' °°/LF 12 3 2 6' X 4' Class IV Box Culvert 272 Umt Price In Words. a.~ ~ 9/15/98 P 3 Mayhill Road BID TABULATION SHEET Work Days Paving and Drainage Bid No PO No Item Unit Price Total 31 Umt Pnce In Words '~,~ 4'g.o~,~,,,a ~/o 3 Unclassified Bxcavat~on 3475 ~ oo Umt Price In Words tld$^C a/c 7 475 $ q. e~"/Cy Umt Pnce In Words 9 Sod 10 IO.e°/SY , Umt Price In Words ~ d~//at"5 a..o~ Ado 107 IHydromnlch I 954 I SY I$ .~O.o~/$yl$1rto Umt Pnce In Words 4'~o ~o/(~.,~ ~,,~'t~)o ITempor.7 ~.m,,on Control I - I ~'S I$ Umt Price In Words ~ ~./.Ao~,~.~d -,~-~-ee//~V,--e~/ ~/o//,~,~ ~.~/,~/o ~ Umt Pncc Mayhlll Road BID TABULATION SHEET Work Days ... 9o. Paving and Drainage Bid No PO No Item Umt Price Total I ' End Treatment - 6' X 4' Culvert 1 $/'7o O, 0 o/EA oo Unlt Pnce In Words o~e. 6-A-3 6'Inlet 3 $ ,~/oo. o0/EA Umt Pnce In Words ~o 6-A-4 8' Inlet 1 Umt Pnce In Words- 6-A-5 10' Inlet 1 =gq~oo. UmtPnceIn W°rds /'°d° vq~°~"~ 4~4'r~ /~4r~/r~d ~/°//a/'$ a'"ta[ ~4d°r-~'~'J Umt Price In Words Umt Pnce In Words-ih/t/'~. ~/~ot~'~.~l -~,i~' A~dr'~rd ~//a<~ ~ ~ 76-A-13 T~eBH~w~l~d~e 1 ~ $ 9114~8 P 5 Mayhgl Road BID TABULATION SHEET Work Days Paving and Drainage Bid No PO No 2-A Install Concrete Curb & Gutter 3,659 ] LF 15 ~.~o /LF[$31loi.~c~ Umt Pnce In Words ~t~Aq' o[o{/o,r'5 ~ .~h~ ~ Umt Pnce In Words 9/14/98 P 6 Mayhlll Road BID TABULATION SHEET Work Days 9~ Paving and Drainage Bid No PO No Item Description Unit Price Total ~P-55 $/5'Ooo.°~/LS $/5'oo0, 0o Umt Pnce In Words. SP-60 5 ~b-O. oo/EA /'75'0 0o Umt Pnce In Words - $ TOTAL 9115/98 P 7 BID SUMMARY PROIECT WORK DAYS BID 1. Unmodified Proposal TOTAL ?9 $ ~ 79~ti'1~2 z3 2. ModifiedProposal TOTAL ~)0 $ ~2'O rAl~ ~''~ TOTAL $ Tho paving and drainage improvements will be awarded to one contractor The bid pnce w~H be ba~ed on the Proposal Unmodified or the Proposal Modified OONFEg~ NO RIG~ UFON THE OER~fl~A~ HOLDE~ OOEi gOT AMEND, EX~ND OR AL~R ~E COVERAGE AFFORDED BY ~E ~M~ & ~Ng ~URANOE ~lE~ B~LOW ~ & ~, ~ A COMPANIES AFFORDING ~VE~GE O~A T~ P O ~E ~ ~P~ D INOICA~ NO~OIN~ JY REQU {Mi, ~ OR C}0111~ OF ~Y CON--CT ~ O~ D~UMJNT WI~ REJPECT TO WHI~R~IS CER~FICA~ ~Y ~ ISSUED OR MAY ~A N, ~E I~U~E ~FORD~ ~ ~E ~UCIES D~CfllaED HE~ N IS SU~ECT TO AIL 1% DEDUCiBlE RE~D PER ~EM ~ODl~O~k INSURED PR~E~ BID ~ MAYHILL RD FAVING & DRAINAGB