Loading...
1996-073 ORDINANCE NO O~ "'O~.-~ AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVD1NG FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR TIlE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated compentlve bids for the construction of pubhc works or improvements in accordance with the procedures of STATE law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the hereto described b~ds are the lowest responsible bids for the construction of the public works or ~mprovements described m the bid invitation, bid proposals and plans and specifications there~n, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the construction ofpubhc works or improvements, as described ~n the "Bid Invitations", "B~d Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID NLIMBER CONTRACTOR AMOLINI 1870 PIONEER PAINTING AND CONTRACTING $114,550 00 1880 JAGOE PUBLIC $120,748 00 SECTION II That the acceptance and approval of the above competitive 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 requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid SEC. IIO_NE That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein SECTION IXZ That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V That thru ordinance shall become effective ~mmedlately upon its passage and approval PASSED AND APPROVED this the~&d/_ day of ~/,1996 BOB CASTLEBERRY, MAYO~ ~ / ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY BY ~~2~ ~ ~4~ CONTRACT DOC DATE APRIL 2, 1996 CiTY COUNCIL REPORT TO Mayor and Members of the City Council FROM R~ck Svehla, Acting City Manager SUBJECT BID # 1870 - RENOVATION TO THE AMERICAN LEGION BUILDING RECOMMENDATION: We recommend th~s b~d be awarded to the lowest b~dder, P~oneer Painting and Contracting, ~n the mount of $114,550 00 SIIMMAR¥. Th~s bid ~s for the renovation to the American Legion Bmldmg located ~n Fred Moore Park The award is for the base b~d only w~thout alternates Included m the renovation are required demohtlon, roofing, cabinets and counter tops, doors, w~ndows, floors, s~gnage, fire extmgutshers, and other related activities ~ Tabulation Sheet PROGRAMS; DEPARTMENTSDRGROiJP~LAFFECTED. Parks and Recreation Department, American Legion Members, and C~t~zens of Denton FISCAL IMPACT: This project w~ll be funded from Community Development Block Grant (CDBG) Funds Respectfully submnted Rink Svehla Acting City Manager Approved Name Tom D Shaw, C P M T~tle Purchasing Agent 724 3,GENDb, ~ z z DATE APRIL 2, 1996 CiT_Y_COUJSICIL REPORT TO Mayor and Members of the City Council FROM Rick Svehla, Acting City Manager SUBJECT BID # 1880 - SYCAMORE STREET 6" WATERLINE RECOMMENDATION. We recommend this bid be awarded to the low bidder, Jagoe Public, in the amount of $120,748 00 ,qIIMMARY: Thts bid is for all materials and labor necessary in replacing the 8" waterline between Welch and Carroll with a 6" waterline With construction of the Sycamore Street 20" upgrade waterline the 8" waterline may be decreased to 6" Sycamore Street is scheduled for repavlng, and by replacing the waterline now, cutting the street after paving will be avoided Three proposals were received ~n response to ninety-two notices to bid mailed to contractors BACKGROIIND: Tabulation Sheet, Memorandum from Jerry Cosgrove, PUB backup PROGRAMS: DEPARTMENTS OR GROIIPS AFEECIED. Water and Sewer Ut~htles, Water Utility customers of the City of Denton FISCALly' Budgeted funds for 1996 CIP construction waterline replacement Respectfully submitted Rick Svehla Acting C~ty Manager Prepared by Name Denise H~ool~ Title Semor Buyer AP~~.~N~ Name Tom D~ Shaw, C P M T~tle Purchasing Agent 721 AGENDA CITY of DENTON, TEXAS MUNICIPAL BUILDING · 215 E McKINNEY , DENTON, TEXAS 76201 (817) 566-8200 * DIqA/ METRO 434-2529 MEMORANDUM DATE March 20, 1996 TO Gerald Cosgrove, P E Engineering Administrator FROM David Salmon, P E Senior Civil Engineer SUBJECT Sycamore Street 6" Waterline Bids were opened on the sub3ect project on March 14th, 1996 The low bidder was Jagoe Public with a bid of $120,748 00 The Engineering Dlvlslon estlmated this pro3ect at $128,351 Jagoe Public has constructed many similar waterlines in Denton with excellent results The bid price is also reasonable I recommend that the C~ty Council award the bid for Sycamore Street 6" Waterllne to Jagoe Public David Salmon "Dedtcated to Quahty Servtce" March 18, 1996 PUBLIC UTUATIF~ BOARD AGF2qDA ITEM TO: CHAIRMAN AND MEMBER OF ~ PUBLIC UT~.rI~-~ BOARD FROM: R.E. NELSON, EXECUTIVE DIRECTOR OF UTILITIES SUBJECT: CONSIDER BID OPENING NO. 1880 FOR CAPITAL IMPROVEMg~NT PROJECT SYCAMORE 6 INCH WATEI~LEqE. RECOMMIZNDATION: The Utthty Staff and Pubhc Works Hngmeermg Depmtment recommefld award of the contract to Jagoe Pubhc Construction Co for the amount of $120,'/48 00 for the construction of Sycamore Waterline Replacement SUMMARY: Bids were opened March 14, 1996, with a total pamcxpation of 3 indders Jagoe Pubhc Constructton Co of, Denton, Texas is the lowest q,_~ht'u~d b~dder Jagoe Pubhc is approximately $11,000 under constructton budget including the estimate charge for asphalt patohmg and $7,000 under the engineer's e~qtimate The total project cost is $13,750 under budget The bid does not include asphalt patching The Engineering and Transpertatton Depamnent will perform flus serv~ee for $2 00 per square foot of patch The area to bo patched wdl bo determined after the contractor has completed work The estimate for patching is $21,000 BACKGROUND: During construction of the Sycamore 20 mch upgrade waterline project the erastmg 8 tach waterline between Welch and Carroll was discovered to bo m poor condition and contained lead sorvxees The Street Department wdl also bo repaying the street By replacing the 8 tach it wdl insure that the new pavement will not have to bo excavated to do mamtenanee problems m the area Page 2 FISCAL IMPACT: A total of $173,000 is budgeted m revenue funds for the Fiscal Year 96 CIP for construcUon of the water ~-placement See l]~dublt V (Fund Analysis) for more detad AGENCHr-~{ AFFECTED: The Cmzens of Denton, Denton Mumcipal Utthties, The C~ty of Denton Engineering and TransportaUon Depmtaient and J'agoe Pubhc Respectfully SubnuUed, R B Nelson, ExecuUve Director Utilities Prepared by Gerald P Cosgrove, P E Engmeenng Adm,mstrator Approved by Howard Martin, Director Bnv~ronmental Operations Exlub~t I LocaUon Map Exlubl~ H Project Cons~derauons Exlubit llI Bid Summary Exlub~t IV Fund Analysis Exhibit V CIP Detad Sheet I m GREGG ~ ~ I II IIw oA > > SYCAMORE > -J STROUD CHESTNUT Z '-J PRAIRE CD: HIGHLAND (/) ., FANNIN COLLINS ~ i~ "'l IF "IF/ Il ~c~o~ EXHIBIT ~ DRA~I BY DANIEL BROWN SCALE 1" =600' PROJECT CONSIDERATIONS SYCAMORE WATERLINE REPLACEMENT · The Street Department will be repavlng Sycamore Replacing the existing waterline will insure that the new pavement will not have to be excavated to perform maintenance · The existing waterline is in poor condition and would have to be replaced soon, even if the street was not being paved · The project is within budget EXHIBIT BID OPENING # 1880 MARCH 14, 1996 BID SUMMARY SYCAMORE STREET 6" WATERLINE ITEM CONTRACTOR/ SYCAMORE 6" DAYS BOND NO OFFICE 1 JAGOE PUBLIC $120,748 00 30 YES DENTON, TX 2 DICKERSON $120,797 00 30 YES CELINA, TX 3 DBR CONST 128,772 00 30 YES DENTON, TX EXHIBIT ill SYCAMORE 6" WATER LINE PROJECT FUND ANALYSIS ACTUAL/ DESCRIPTION BUDGET ESTIMATE ENGINEERING DESIGN $8,000 00 $4,517 00 ACT SURVEY $4,000 00 $0 00 ACT INSPECTION $8,000 00 $8,000 00 EST ASPHALT INCLUDED IN CONSTRUCTION $21,000 00 EST CONSTRUCTION $1531000 00 $120~748 00 BID TOTAL $173,000 00 $154,265 00 I(OVER)/UNDER BUDGET $18:735.00 I EXHIBIT IV II ~O ~,,AHI I AL tMHHUVt::MI::N I Pt-~,,)JI:G i ~¢ 96-0461-07  PROJ TITLE (R) REPLACE WATERLINES - SYCAMORE ~ ESTIMATED COST $173 (x 1000) GROUP ASSIGNMENT 5 ii DESCRIPTION Replace 2,070 feet of 6 inch waterline I1 on Sycamore, Carroll to Welch I1 PURPOSE Replace. deteriorating waterline and lead ~l~qC8 Iin88  Design cost estimate $12,000 COST Conatnmflon cost $161,000 CALCULATION Total ~ FUNDING REQUIREMENT8 ENCUMBERANCE~JCA~H EXPENDITURES (In Dollars x 1000)  First Qtr. Second Qtr. Third Qtr. Fourth Qtr ENc ~xP ENc ;x~ ENC EXP ENC EXP lgg6 1.1 81 0 80 0 0 0 0 1997 0 0 .0 0 0 0 0 0  19~) 0 0 0 0 0 0 0 0 ENCUMBERANCES CASH EXPENDITURE~ BOND REV NC OTHER TOTAL BOND REV AIC OTHER TOTAL I TOTAL 18'r YR $0 $161 ~0 $0 $161 $0 $161 $0 $0 $161 TOTAL END YR 0 0 0 0 0 0 0 0 0 0 TOTAL 3RD YR 0 0 0 0 0 0 0 0 0 0 GRAND TOTAL $0 6161 $0 ~) S161 $0 $161 $0 $0 $161 I ENCUMBERANCE DATE8 Encombe~d u ~pent. PHASE DATE AMOUNT OBJECT# Eflginoaring Oeaign 03/96 S 8 8560/8563 Ilupecam 10/06 $ 8 I Ccostructlco 01/97 $153 9114 Miace~laneco8 ENCUMBERANCE TOTAL $161 COMMENTS This ts a munflyenr project begmning in 1996 Eflcumbornnce8 Priorto 1996 $ 12,000 k Cuflront CIP $161,000 Total Project Budget ~//a,uuu EXHIBIT V 3/22ms o 34 P9 CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON S THIS AGREEMENT, made and entered into this ~ day of APRIL A.D., 19 96 , by and between · r~ CITY OF DENTON of the County of DENTON and State of Texas, acting through T~,, ~av~ n~..q thereunto duly authorized so to do, hereinafter termed "OWNER," and pTnma~w PAll~TING AND CONTRACTING 9304 FO_~_~-~T ?~, SUITE 126 D~T.?.~, '"~&-q 75243 of the City of D~TJ~ , County of D~r~ and State of ~ , 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 # 1870 - R~NOVATION TO '£~- AMERICAN LEGION BUILDING in the amount of Sl14.550.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance w~th the conditions and prices stated in the Proposal attached hereto, and ~n accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, CA - I blueprxnts, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by ·f[E ARC~ITECTu~.~L COLleCTIVE, INC. all of which are 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, lnvltees, 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 abov~tten. ATTEST: ! (S~L) ~ILING A~DRES S F~ ~ER TITLE City N{{o~n~' ' AAA0184D Rev. 07/28/94 CA - 3 PAYMENT BOND - PERFORMANCE ~BOND MAINTENANCE BOND NO: PR-251-960604 PRESERVATION REASSU~NCES OF DUBLIN ~LIMITED ONBEHALF OF BOND NO PR-251-9606Q4 PERFORMANCE BOND STATE OF TEXA~ COUNTY OF D~"~ON KNOW ALL ~4EN BY THESE PRESENTS: That PIo~-. Pa/NTING ~a~ , of the City of D;T.T~ County of . D~ , and State of as PRINCIP~, and PRESSRVATION REASSURANCES 0F DUBLIN [IMI/ED A PRIVAIE GUARANTOR , as S~ETY, au~orized under the laws ~e State of ~exas to act as s~ety on bonds for prlnciDals, are held and fi~l~ bound unto ~e -~-~ cI~ 0P D~ as 0~, In t~e penal s~ of 0~ ~D ~'~ ~ F~ FI~ ''~ .~t~n. Dollars ($ ~4.~o_o0 ) for the pa~ent whereof, the saxd Principal and S~ety blnd ~emselves, and ~elr belts, 9dministrators, executors, successors and assigns, Jointly and seNerally, by these presents: ~S, the Prxncipal has entered ~nto a certain ~itten contract wl~ khe O~ER, dated ~e 2 day of ~L , 19 96 , for ~e construction of ~n [ xaTo - ~ ~ ~ ~ whf~ contrac~ ~ hereby referred to and made a part hereof as fully and to ~e same ext~t as if copied at l~gth herein. NOW, TH~FORE, ~e condition of th~s obligation is su~, ~at If the said pr~nclpal shall fal~fully perfo~ said con~act and shall ~n all ~espects, conditions and agre~ts mn and by said con~act a~ee~ and covenanted by the Principal to be observed and perfo~ed, an~ according to ~e t~e 1ntent ~d meaning of contract an~ ~e Plans and Specifications hereto m~exed, ~en ~his obligatiom sh~ll be vol~; othe~lse to r~amn in full force and effect; PROVIDED,, HOW~, ~at th~s bond ls executed pursuant to provisions of ~the Texas Gover~ent Code, ~apt~ 2253 (Vernon, as cu~ently amended), and all 1labilities on ~ls bond shall be dete~ine4 in ~ccordance w~ said prov~slons to ~e same extent if ~ey were ~pled at length here~n. PB - 1 PROVIDED ~URTHER, that if any legal action be filled upon this bond, venue sh~11 lis in Denton County, State of Texas. surety, ~or value reoeivecl, stipulates and agrees that no change, ~e~-~on of time, alteration or addition to the terms of ~he-contraot, or to the work performed thereunder, or the plans, speclflcations~ or drawings accompanying the same, shall in any .way affect, its obl~gation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of ~he contract, or to the work to be performed ~hereunder. IN WITNESS W~-REOF, the said Principal and Surety have signed and sealed thl~ instrument this 4TH day of JUNE 1996 PRESERVAIION REASSURANCES OF DUBLIN PIONEER PAINTING % CONTRACTING LIMITED A PRIVAIE GUARANTOR Pri~pal Surety ADI NIR l DAVID M NOVICK Tltle P~gTDFNT I~ Title~TTO~N~¥~N-FA~,T "10 A~dress: Address: THIRD PARTY ADMINISTRATOR 9304 FOREST L~NE #126 23112 S W 54TH AVENUE DALLAS, TX ~5243 BOCA RATON, FL 33433 The name and s61dress of the Resident Agent of surety ls= N/A NOTE: Date o~ Bond must not he prior to date of Contract. AAAO184D · ,.v. 07/2a/94 PB - 2 BOND NO PR-251-96~604 PAYlv NT BOND STATEr OF TEXA~ cOUNTY OF DENTI)N , KNOW .,~¥~, MEN BY THESE PRESENTS: That ~'r*"~K.e CON~aCTn~. of ~he City of County of m~ , an~ the State of ~ , as prznc~pal, ~nd PRESERVATION REASSURANCES OF DUBLIN LIMITED, A PRIVATE GUARANTOR authorized un~r the laws of the State of Texas to act as suret~ on bonds for pri~ipals, are hel~ an~ fi~ly boun~ unto ~ ci~ ~::D~N , O~, in the penal s~ of for ~e pa~nt whereof, the sai~ Principal an~ Surety bind themselves an~ their hel=s~ a~lBls~ators~ executors, successors and asmlgns, ]~ntly an~ severally, by ~ese presents: ~ ~e Principal has entered into a c~tain ~itt~ contract wl~ the ~, dated ~e ~ day of 19 96 . BID % 1870 - m .~m~ATION TO '~'~ i~N~I~ICAN LP~GION BUILDING to which contract zs hereby referred to and made a part hereof as fully and to He same extent es if copie~ at length herein. NOW, T~EREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the sa~d Principal shall pay all claimants supplying labor and material ~0 him or a s~tbcontractor an the prosecution of the work provided ~for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provision~ of the Texas Government Code, Chapter 2253 (Vernon, as currently %mended), and all liabilities on this bond shall be determined in~ocordance with said provisions to the same extent as if they were ~opied at length herein. PB - 3 Surety, for value received, stipulates and agrees t~hat no change, extension of timer alteration or addition to the terns of the contract, or to the work performed thereunder, oF the ~ans, specificatien~ or drawings accompanying ~he sane, shall ~n any wa~ affe~its ?~ga~ion on this bond, and it does hereby waive notice of any su~ ~ange, ~ens~on o~ time, situation or addition to ~e ~e~s of ~e contract, or to the work to be perfo~ed there~der. ~ IN WI~SS ~EREOF, the sa~d Principal and Surety have 19 96 . PRESERVATION REASSURANCES OF DUBLIN PIONEER PAINTING!I& CONTRACTING LIMITED A PRIVATE GUARANTOR ran ljpa~ ~j Surety ~DI NIR "-- ~ DAVID M NOVICK · lt le PRES IDENT I ?ttle ATTORNEY- I N- F^~ F ~dclres$: THIRD PARTY ADMINISTRATOR Address: ~ 9304 ~0REST tANE #126 23112 S ~ 54TN AVENUE DALLAS~ TX 75243 BOCA RATON~ FL 33433 The name and ~ddrese of the Resident Agent of Surety N/A ~ AAA0184D Soy. 07/28/94 PB - 4 BOND NO PR-251-96060~ THE STATE.,~ ~XAS S c~UNTY OF DENTON S KNOW ~r,~r. MEN BY THESE PRESENTS: That P~ ~AIN~IN¢ AND ~ as Principal, and PRESERVATION REASSURANCES OF DUBLXN LIMITED Surety, do hereby acknowledge themselves to be held and bound to pay unto the city of Denton, a Municipal Corporation of the State of Texas, 1ts successors and assigns, at Denton, Denton County, Texas, the su~ of ~ Tl~ FO0~ HUNDRED PIFTY Dollars ($ ~1.~ ~o ), ten (10%) percent of the total amount of the contract fpr the payment of which sum said prlncipal and surety do hereby b~nd themselves, their successors and assigns, 3ointly and severally~ Th~s obligation is conditioned, however, that: WHEREAS~ sa~d PION~P~NTINGANDCONTI~'~0~NG has this day entered into a written contract with the said city of Denton to build and construct ,BID % 1~70 -RI~IOVA~IONTOT]I~ which contract and the plans and spec~fzcat~ons therexn mentioned, ad.ted by the City of Denton. are f~led with the City Secretary of said City and are hereby expressly ~ncorporated herein by reference and made a par~ hereof as though the same were wrltten and set out in £ull herel~, and; WHEREAS, under the said plans, specifications, and contract, ~t is provlde~ that the Contractor will maintain and keep in good repair =he woEk therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair cf any defective con~i~ion growing out of or arising from the improper constructlon~fthe improve~aents contemplated bysald contractor on constructing the same or on account of Lmproper excavation or backfilling, ~t being understood that the purpose of this section is to cover al~ defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fall to repair, reconstruct or maintain said lmprove~ents it is agreed that ~he City may do said work in MB - I accordance wi~h said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, apd said Contractor and surety shall be subject to the damages in sa~d contract for each day's fail.ute on the part of Contraotgr t~:comply with the terms and provisions of said contract an&thi~ NOW, ~EREFORE, if the said Contractor ~hall perform its agreement to ~aintazn said constructzon and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, the~ ~hese presents shgll be null and void and have no further effect; otherwise, to remain in full force and effect. It Ls further agreed that this obligation shall be a continuing on~ against the Principal and Surety and that successive recoveries mgy be had hereon for successive breaches of the conditions heFein provided until the full amount of this bond shall have been e~haustedf and it KS further understood that the obligation t~ maintaLn sa~d work shall continue t~oughout sa~d maintenance p~rlod, and the same shall not be changed, diminished, or in any maker affected from any cause during sa~d ~ime. IN WIT~ESS WHEREOF, the said PIO]~E~ING PAINTING AND CONTRACTING as Contracto~ and Principal, has caused these presents to be executed by ADI NIR - PRESIDENT and the sai~ "PRESERVATION REASSURANCES OF DUBLIN LIMITED A PRIVATE GUARANTOR as surety, ha~ caused these presents to be executed by zts Attorney-in-Fact DAVID M NOVICK and the said ~ttorney-in-Fact has hereunto set his hand this 4TH day of JUNE. , 19 ~U~T~: PRESER~IATION REASSURANCES OF DUBLINPRINCIP~:IPIONEER PAINTING AND ~I'~ITE~ A PRIVATE GUARANTOR ~CONTR~ING BY: DAV,D NiR Attorney-in-F~ct PRESIDENT A,~.A0184D R~v. 0?/28/94 MB - 2 CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance reqmrements below It is highly recommended that bidders confer with thmr respective insurance carners or brokers to determine In advance of Bid submlsmon the avadabdlty of insurance certificates and endorsements as prescnbed and provided herren If an apparent Iow bidder falls to comply strictly w~th the insurance reqmrements, that bidder may be d~squahfled from award of the contract Upon bid award, all insurance requirements shall become contractual obhgatlons whIch the successful bidder shall have a duty to malntmn throughout the course of this contract STANDARD PROVISIONS' W~thout hm~t~ng any of the other obhgat~ons or habd~t~es of the Contractor, the Contractor shall prowde and ma~ntmn untd the contracted work has been completed and accepted by the C~ty of Denton, Owner, the m~mmum insurance coverage as intimated hereinafter As soon as practmable after notification of bid award, Contractor shall hie w~th the Purchasing Department satmfactory certffmates of insurance, containing the b~d number and t~tle of the project Contractor may, upon written request to the Purchasing Department, ask for clanfmat~on of any ~nsurance requirements at any brae, however, Contractors are strongly advmed to make such requests prior to b~d opening, since the insurance requirements may not be mod~hed or waived after b~d open]'ng unless a written exception has been submitted w~th the b~d Contractor shall not commence any work or del,ver any matenal until he or she recmves notification that the contract has been accepted, approved, and mgned by the City of Denton All insurance policies proposed or obtained m sabsfact~on of these requirements shall comply w~th the following general specifications, and shall be maintained m comphance w~th these general specffmat~ons throughout the duration of the Contract, or longer, ff so noted · Each pohcy shall be ~ssued by a company authorized to do bus~ness ~n the State of Texas w~th an A M Best Company rating of at least · Any deductibles or self-~nsured retentions shall be declared ~n the b~d proposal If requested by the C~ty, the insurer shall reduce or ehmmate such deductibles or self-insured retentions w~th respect to the C~ty, ~ts AFFOOBAI REVISED 10112/~4 Insurance Requirements Page 2 ofhc~als, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim adm~mstrat~on and defense expenses · L~abd~ty pohcms shall be endorsed to prowde the following ®· Name as additional ~nsured the C~ty of Denton, ~ts Ofhc~als, Agents, Employees and volunteers · · That such insurance ~s primary to any other ~nsurance avadable to the additional ~nsured w~th respect to claims covered under the pohcy and that th~s insurance apphes separately to each insured against whom claim is made or su~t ~s brought The inclusion of more than one insured shall not operate to ~ncrease the insurer's hm~t of habd~ty · All pohc~es shall be endorsed to prowde 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 period of three years beyond the contract expiration, such that occurrences arising during the contract term which g~ve rise to claims made after expiration of the ~ contract shall be covered · Should any of the required ~nsurance be prowded under a form of coverage that includes a general annual aggregate hm~t providing for claims investigation or legal defense costs to be included m the general annual aggregate hm~t, the contractor shall e~ther double the occurrence hm~ts or obtain Owners and Contractors Protective L~abd~ty Insurance · Should any required insurance lapse during the contract term, requests for payments ongmat~ng after such lapse shall not be processed until the C~ty recmves satisfactory ewdence of reinstated coverage as required by th~s contract, effective as of the lapse date If ~nsurance ~s not reinstated, C~ty may, at ~ts sole option, terminate th~s agreement effective on the date of the lapse AFFOOBAI REVISED 10/12/94 Insurance Requirements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS. All ~nsurance pohc~es proposed or obtained ~n sat,sfact~on of th~s Contract shall additionally comply w~th the following marked spec~flcat,ons, and shall be maintained m comphance w~th these add~t,onal specifications throughout the duration of the Contract, or longer, ~f so noted General L,ab,hty Insurance General L~abfl~ty ~nsurance w~th combined single hm~ts of not less than __ $50o~ooo~0o shall be provided and maintained by the contractor The pohcy shall be wntten on an occurrence basra e~ther m a single pohcy or ~n a combmatmn of underlying and umbrella or excess pohc~es If the Commermal General L,ab,l~ty form (ISO Form CG 0001 current edition) ~s used · Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual habfl~ty covering th~s contract and broad form property damage coverage · Coverage B shall ~nclude personal ~njury · Coverage C, med,cal payments, ~s not required If the Comprehensive General L~abfl~ty form (ISO Form GL 0002 Current Ed,tlon and ISO Form GL 0404) ~s used, ~t shall include at least · Boddy injury and Property Damage L~abd~ty for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures · Broad form contractual habfl~ty (preferably by endorsement) covering th~s contract, personal ~njury habfl~ty and broad form property damage habd~ty AFF(X)BA1 REVISED 10112194 Insurance Requirements Page 4 Automobile Llab,l,ty Insurance Contractor shall prowde Commercial Automobile L~ab~hty insurance w~th Combined S~ngle L~m~ts (CSL) of not less than ~3oo,ooo.oo e~ther ~n a single pohcy or ~n a combination of basic and umbrella or excess polm~es The pohcy w~ll ~nclude bodily ~njury and property damage hab~hty arising out of the operation, maintenance and use of all automobiles and mobile equipment used ~n conjunct|on w~th thru contract Satisfaction of the above requirement shall be m the form of a policy endorsement for · any auto, or · all owned, h~red and non-owned autos IX] Workers Compensat,on Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, m addition to meeting the minimum statutory requirements for msuance of such insurance, has Employer's L~abihty i~m~ts of at least $100,000 for each acmdent, $100,000 per each employee, and a $500,000 pohcy I~m~t for occupational d~sease The C~ty need not be named as an "Additional Insured" but the ~nsurer shall agree to waive all r~ghts of subrogation against the C~ty, -~ts officials, agents, employees and volunteers for any work performed for the C~ty by the Named Insured For building or construction projects, the Contractor shall comply w~th 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) [ ] Owner's and Contractor's Protective Llab~hty Insurance The Contractor shall obtain, pay for and maintain at all t~mes during the prosecution of the work under th~s contract, an Owner's and Contractor's Protective Lmb~l~ty insurance policy naming the C~ty as ~nsured for property damage and bodily ~njury which may ar~se m the prosecution of the work or contractor's operatmns under th~s contract Coverage shall be on an AFFOOBAI REVISED 10/12/94 Insurance Requirements Page 5 "occurrence" bas~s, and the pohcy shall be ~ssued by the same insurance company that carnes the contractor's hab~hty ~nsurance Pohcy hm~ts w~ll be at least combined boddy injury and property damage per occurrence w~th a aggregate [ ] Fire Damage Legal Llabd~ty Insurance Coverage ~s required ~f Broad form General L~abd~ty ~s not prowded or ~s unavadable to the contractor or ~f a contractor leases or rents a port~on of a C~ty budding L~m~ts of not less than each occurrence are required [ ] Professional L,ab,hty Insurance Professional habd~t¥ insurance w~th hm~ts not less than per claim w~th respect to neghgent acts, errors or omms~ons m connectmn w~th professional serwces Is required under th~s Agreement [ ] Builders' R~sk Insurance Budders' Risk Insurance, on an AII-R~sk form for 100% of the completed value shall be prowded Such pohc¥ shall ~nclude as "Named Insured" the C~ty of Denton and all subcontractors as their ~nterests may appear [ ] Additional Insurance Other insurance may be required on an ~ndlwdual bas~s for extra hazardous contracts and spec~hc service agreements If such addK~onal insurance m required for a specific contract, that requirement will be described ~n the "Specific Cond~tmns" of the contract spec~flcatmns REVISED 10112194 Insurance Requirements Page 6 ATTACHMENT 1 [x] Worker's Compensation Coverage for Budding or Construction Projects for Governmental Ent~t~es Definitions Cert~hcate of coverage {"cert~hcate")-A copy of a cert~hcate of insurance, a certificate of authority to self-insure ~ssued by the commms~on, 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 providing services on a project, for the duratmn of the project Duration of the prolect- ~ncludes the t~me from the beg~nnmg of the work on the project untd the contractor's/person's work on the project has been completed and accepted by the governmental entity Persons providing serwces on the project ("subcontractor" m §406 096) - includes all persons or ent~t~es performing all or part of the serwces the contractor has undertaken to perform on the project, regardless of whether that person contracted d~rectly w~th the contractor and regardless of whether that person has employees Th~s includes, w~thout hm~tat~on, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furmshes persons to prowde serwces on the project "Services" include, w~thout hm~tat~on, providing, hauhng, or dehvenng equipment or materials, or providing labor, transportation, or other service related to a project "Serwces" does not ~nclude actw~t~es unrelated to the project, such as food/beverage vendors, office supply dehvenes, and dehvery of portable todets B The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and hhng of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011 (44) for all employees of the contractor prowd~ng services on the project, for the duration of the project AFF00BA ~ REVISED I0/12/~4 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, pnor to the end of the coverage per~od, file a new certificate of coverage with the governmental entity showing that coverage has been extended E The contractor shall obtain from each person prowdlng 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 wdl have on file certificates of coverage showing coverage for all persons prowdlng 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 period shown on the current certificate of coverage ends dunng the duration of the project 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 in writing by certified mall or personal delivery, w~th~n 10 days after the contractor knew or should have known, of any change that materially affects the prows~on of coverage of any person prowdmg serwces 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, informing all persons prowdmg serwces on the project that they are requ~redto be covered, and stating how a person may verify coverage and report lack of coverage AFF(}OBAI REVISED 10/12194 Insurance Requirements Page 8 The contractor shall contractually require each person w~th whom ~t contracts to prowde serwces on a project, to (1) prowde coverage, based on proper reporting of classffmat~on codes and payroll amounts and hhng of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011 (44) for all of its employees prowd~ng serwces on the project, for the duration of the project, (2) prowde to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage ~s being provided for all employees of the person providing serwces on the project, for the duration of the project, (3) prowde the contractor, prior to the end of the coverage period, a new certffmate of coverage showing extension of coverage~ ff 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 prowde to the contractor (a) a certificate of coverage, pnor to the other person beginning work on the project, and (b) a new certificate of coverage showing extension of coverage, pnor to the end of the coverage penod, ff the coverage period shown on the current certffmate of coverage ends dunng 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 m writing by certified marl or personal dehvery, within 10 days after the person knew or should have known, of any change that materially affects the prows~on of coverage of any person prowd~ng services on the project, and AFP00BA 1 REVISED 10/12/~4 Insurance Requirements Page 9 (7) contractually require each person w~th whom ~t contracts, to perform as required by paragraphs (1) - (7), w~th the cerbflcates of coverage to be prowded to the person for whom they are prowdmg serwces J By s~gmng th~s contract or providing or causing to be provided a certificate of coverage, the contractor ~s representing to the governmental enhty that all employees of the contractor who w~ll prowde serwces on the project w~ll be covered by workers' compensation coverage for the duration of the project, that the coverage wdl be based on proper reporting of class~fmat~on codes and payroll amounts, and that all coverage agreements wdl be filed w~th the appropriate ~nsurance carrier or, m the case of a self-insured, w~th the commission's D~v~s~on of Self-Insurance Regulabon Prowd~ng false or mmleadmg mformat~on may subject the contractor to adm~mstrabve penalties, criminal penalties, c~vd penalties, or other c~wl actions K The contractor's fadureto comply w~th any of these prows~ons Is a breach of contract by the contractor which ent~tles the governmental entity to declare the contract void ff the contractor does not remedy the breach w~th~n ten days after receipt of not~ce of breach from the governmental entity AFF00BAI REVISED 10112194 ACORD. CERTIFICATE OF LIABILITY INSURANCE 5-24-96 PRODUCER ...... THis CERTIRC.~TE'IS I-4St~[D AS A MAhEH OF INFORMATION ONLY AND CONFERS NO RIG'S UPON THE CE~FICA~ HOLDER THIS CE~IFICATE DOES NOT AMEND, ~END OR GARL~D CO~ERCIAL I~S AGENCY ALTER THE COVE~GE AFFORDED BY THE POLICIES BELOW P.O. BOX 47242~ COMPANIESAFFORDINQCOVE~QE GARL~D, TX 75047-9990 2~4) 840-0220 F~: 278-9299 A COLONY INSU~CE COMPLY INSURED ~MPANY PIONEER 9AINTING & CONSTRUCTION B T~E WORKERS COMP. FUND INC · ~MPANY 9304 FOREST LN. SUITE ~26 c SOUTHERN COUNTY MUTUAL INS. CO. DALES ~ TX. 7~243 ~MPANY POUCY EFFECTIVE UMI~ CO ~E OF ~NSU~CE ~U~ LTR Oa~ (~/00~ CaTE eE.E~LUABlU~ GENE~LAGGREGA~ $~ 1000 f 000 ~ COMME~I~GENE~LLIABILI~ P~DUCTS ~MP/OP~G $~ ~ 000 1000 A ~NERS&~N~CTORSP~T GL1462808 3-21-96 3-21-97 ~CH~U..E.C~ ~1, 000 ~ 000 ~ FIRE OAMAGE (Any oneflre) $50 f 000 X ALL OWNED AUT~ ~DILY INJURY C ~ ~.EO~UmS STC522517-0 3-13-96 3-13-97 .o=~.~u.v X NON OWNED AUTOS ANY A~TO OTHER ~AN AUTO ONLY EMPLOVERS UABIU~ EL ~CH A~IDENT $ ~ 00 f 000 B THEPROPRIETO~ ~INCL SBP00059609 8-11-95 8-11-96 ~L~S~E ,OL,C~U~.~ ~500,000 ~D'L INSURED - CITY OF DENTON IT'S OFFICIALS,AGENTS, EMPLOYEES & VOLUNTEERS. SHOU~ ANY OF THE ABOVE DE~RIBED ~UCIE6 BE CANCE~D BEFORE C~ O~ D~O~ ~Pi~TION DATE THE~EOF THE 18SUiN~ COMPANY Wi~ END~VOR TO MAIL ~0 ~ ~ ~. ~0 DA~ Wm~N NOTICE TO ~E C~FICATE HO~Efl NAMED TO THE D~O~I ~ ~20~ BUT FAILURE TO MAlE SUCH NOTICE ~HA~ IMPOSE ~00BU~TIOfl OR UABIU~ e A~ORD FORM OF PROPOSAL DATE. F~~ I~. PROJECT BID #1870 RENOVATION TO THE AMERICAN LEGION BUILDING FRED MOORE PARK 629 LAKEY DENTON, TEXAS (hereinafter called "B~dder"), a corporation, a partnership, an ~nd~v~dual doing bus~ness as TO CITY OF DENTON % PURCHASING AGENT 901B TEXAS STREET DENTON, TEXAS 76201 The B~dder, ~n compliance w~th your Advertisement for B~ds for the above referenced Project, having become thoroughly familiar with the terms and conditions of the proposed Contract Documents and w~th local conditions affecting the performance and cost of the Work at the place where the Work xs to be completed and hav~ng fully snspected the s~te ~n all particulars, hereby proposes and agrees to fully perform the Work w~thln calendar days upon Notlce To Proceed, and ~n strxct accordance w~th the proposed Contract Documents, for the following sum of money BASE BID ALTERNATE NO. 1 -(Install Peelle Rolling W~ndow ~n l~eu of the Base B~d DuraFlex Folding K~tchen W~ndow - see Section 08330-1) ADD -7~ea ~o~b Dollars (ADD $ ~000 ) ALTERNATE NO. 2 - (Construct North Porch, ~nclud~ng roofing, concrete slab, etc ) ADD ~e~'~ --~O~D Dollars (ADD $ ~%0O~'~ ) Page 1 of 4 ALTERNATE NO, 3 - (Install Restroom Panic System). (ADD $ ~C,O ) ALTERNATE NO. 4 - (Install Security System): ADD L~C T~o~D ~'~ ~U~4D~-~ Dollars (ADD $ % ~OO ) ALTE~~ - (Install Cer~c T~le Flooring ~n l~eu of VCT in Rooms 104,106,107,109) ROOMS 104, 106 (ADD $ ROOMS 107, 109 ADD ~o %~ ~ Dollars (ADD $ A~OO ) ALTE~ATE NO. 6 - (Add Automatic Door Operator to Door No. 1) ) ~LTE~ATE NO. 7 - (~dd Exterior EIFS, as follows)' Colu~s, Wainscot, and around W~ndows. Soffitt to the Waxnscot ~D $ ~t~aT ~u~6~O Dollars Page 2 of 4 ALTER~ - (Add Ceramic Tile Waznscot to the Wet Walls of the Toilets, as shown on the Drawzngs): (ADD $ I~~'~ ) ALTERNAT__~_E NO. 9 - (Add 24" x 24" Acoustical T~le ~n lieu of 24" x 48" Acoustical Tile)' (ADD $.~400 ) ALTERNATE NO. 10: - (Construct Room 101 - the West Porch, w~th Slab, Columns, Framing, Roof, etc ) ADD $ '~ ~A~ ~DO~ ~O~Q~~ ~F~ Dollars UNIT PRICES: A Unit Price No 1 - Labor and material for 7/16" thick OSB Roof Decking. ADDED WORK ~q~r~ ~0~ ~c~~ ~- S F {$ O, 8~-' /S F ) The Bidder further proposes and agrees to commence work under thls Contract within ten (10) days after the date establzshed ~n a- written "Notice To Proceed" and to fully complete all work thereunder as set forth ~n the Form of Proposal. The B~dder further agrees, and acknowledges that the following Addenda have been received and that the port~ons pertaining to he bxddlng on have been ~ncorporated ~nto the Sectlon(s) that this Proposal: No One, dated ~'~-I~ No Two, dated No. Three, dated No. Four, dated Signed and notarized Affidavit form ~s attached. Page 3 of 4 Respectfully submxtted: (If corporatxon, attest and [ Authorzzed S affxx a Corporate Seal) T~tle For: Name of Contractzng Fxrm B~dder's Corporate Charter T~ __r__Number ~LO2- Address Telephone Page 4 of 4 CONTI CT AGI EEMENT STATE OF TEXAS S COUNTY OF DENTON S THIS AGREEMENT, made and entered into this ~ day of APRIL A.D., 19 96 , by and between THE CITY OF DENTON of the County of DENTON and State of Texas, acting through RICK SVEHLA (ACTING CITY MANAGER} thereunto duly authorized so to do, hereinafter termed ,,OWNER," and JAGOE PUBLIC COMPANY 3020 FT WORTH DRIVE DENTON~ TEXAS 76201 -- of the city of n~o~ _, County of n~n~ 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 thc bonds attached hereto, CONTRACTOR hereby agrees with oWNER to commence and complete performance of the work specified below: BID # 1880 - SYCAMORE STREET 6" WATERLINE In the amount of S]20.74B.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated ~n the Proposal attached hereto, and ~n accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, CA - blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepa~ed by CITY OF DENTON ENGINEERING DEPARTMENT all of which are made a part hereof and collectively evidence a~,d 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 h~s 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 ~ts cost and expense, defend and protect the C~ty of Denton against any and all such claims and demands. Choice of Law and Venue Thls 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 w~th~n the tlm~ stated in the Proposal, subject to such extensions of t~me 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 rpRODUCER ' THIS CERTIFICATE IS ISSUED AS A MA1'I'ER OF INFORMATION ONLY AND ~ CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE RAMEY & KiNG INSURANCE pOHCIES SELOW e30 S k~E, Suite A COMPANIES AFFORDING COVERAGE Denton TX 76205-7829 COMP/~Y A The Travelers Inauren;e LE~ER C0~PANY C LEr~-R J&goe-Pubiio Company Ino Bill Cheek P 0 Rex 250 COMPLY D Dento~ TX 76202 LETnm COMPLY E THiS IS TO CERTIFY THAT THE POUCIE8 OF INSURANCE LISTED BELOW HAVE REEN ISSUED TO THE iNSURED NAMED ABOVE FOR THE POUCY PERIOD INDICATED NO~NITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WiTH RESPECT TO WHICH THiS CERTiFiCATE MAY EIE ISSUED OR MAY PERTAIN, THE iNSURANCE AFFORDED BY THE POUClES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDiTiONS OF SUCH POUClES UMITS SHOWN MAY HAVE BEEN REDUCED BY PAiD CLAIMS I~-~¥ FJ'FECTrV~ POUCY ~X~^T~N u~r~s ~PE De ~su~e4cE ~OL~Y NUMBER OAR (~M~D/YY) ~A~ G~.NEP, N. LU,~LnrY YLECP342K438'8 10/01/96 10/01/96 (~..NE~L AGOFtE(~.~E $ 2000000 A ~RODUCTS-C0~tP/~ AGO $ AUTOMOBILE L[~ YCAP342ZK435-4 10/01/95 10/01196 LIMtTC0~BINED $1NOLE EXCESS LU~,.m' YEMCUP342K437'6 10/01/~$ 10/01/96 EACH OCCURRLNCE $ 10~000 ~O YEEUS342K430-3 10/01195 10/01196 E~CH ACCIDENT $ Additional Inaured City of Denton Street 6 Inch water line Municipal aulldlng '~ LIABiLIT<~F. ! ANY KIND UPON THE COM~'NY iTS AGENTS OR REPRESENTATIVES Demon TX 762010000 ~OOR,~ IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. (Sm L) ATTEST: ~6~'~~ JAGOE PUBLIC COMPANY CONTRACTOR APPROVED AS TO FORM: (SEAL) AAA0184D Rev 07/28/94 CA - 3 PERFORMANCE BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That JAGOE PUBLIC COMPANY , of the Clty of DENTON County of DENTnN , and State of ~Y~ as PRINCIPAL, and SEABOARD SURETY COMPANY , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the THE CITY OF DENTON as OWNER, in the penal sum of ONE HUNDRED TWRNT¥ TN~rl~A~n ~RVm~ ~II~TnD~ FORTY RIGHT and mo/]00 .......... Dollars ($ ~.7~ nn ) for the payment whereof, the sald Principal and Surety bind themselves, and their heirs, admlnistrators, executors, successors and assigns, jointly and severally, by these presents: ~ WHEREAS, the Principal has entered lnto a certain written contract with the OWNER, dated the 2 day of APRIL , 19 96, for the construction of BID # 1880 - SYCAMORE STREET 6" WATERLINE which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PB - 1 PROVIDED FURTHER, that if any legal action be filled upon this bond, venue shall lie in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect 1ts 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. IN WITNESS WHEREOF, the sald Principal and Surety have ~lgned and sealed this Instrument this llth day of April , 19 96 . %~Prlnclpa~ Surety ..... Rosemar~ Weaver Address:.l~%~ m,,~, . ~ Address: Burnt M~lls Road & Route 206 ""~'p~UBLil,; UMPANY ~'. Pl~' ,'~,-, Bedmln~ter, N.~T. 07921 U~NTON. (SF~L) (SF~) The name and address of the Resident Agent of Surety is: Willis Corroon Corporation of Texas 13355 Noel Road, Suite 400, Dallas, Texas 75240-6612 NOTE: Date of Bond must not be prior to date of Contract. AAAO184D Rev 07/28/94 PB - 2 PAYMENT BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That JAGOE PUBLIC COMPANY of the City of p~NTON County of _~E.~;TQ.~! , and the State of TEXAS as principal, and SEABOARD SURETY COMPANY authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF DENTON , OWNER, in the penal sum of OME DRED ENTY T OUSAND SBVEM UN RED ORTY 00 for the payment whereof, the said Principal and Surety bind themselves and their he,rs, administrators, executors, successors and asslgns, jolntly and severally, by these presents: WHEREAS, the Principal has entered into a certain wrltten contract with the Owner, dated the 2 day of 19 96 · BID # 1880 - SYCAMORE STREET 6" WATERLINE to whlch contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length hereln. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the sald Prlnclpal shall pay all claimants supplying labor and mater~al to h~m or a subcontractor ~n the prosecution of the work provlded for in said contract, then this obligation shall be void, otherwzse to remaln in full force and effect; PROVIDED, HOWEVER, that this bond ls executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all llab~lltles on this bond shall be determined in accordance with said provisions to the same extent as if they were cop[ed at length herein. PB 3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this llth day of ^pr~l 19 5J6b~Oe--f~l~Q~rlnclpa / ~-~ SEABOARD SURETY COMPANY Surety Rosemary Wea%er Tltle //- ct -~'~~ Title Attorney-in-Fact Address: Address: Burnt M~lls Road & Route 206 JAGOE-PUBLIC COMPANY , PO. BOX 250 Bedmznster, N.J. 07921 DENTON. TX 76202 (SEAL) (SEAL) The name and address of the Resident Agent of Surety xs: Wlll~s Cor~oon Corpo~atxon of Texas 13355 Noel Road. Suite ~00. Dalals. Texas 752~0-6612 AAAO184D Rev 07/28/94 PB - 4 MAINTENANCE BOND THE STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That JAGOE PUBLIC COMPANY as Principal, and SEABOARD SI]R~TY C(qMDAM¥ a corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, a Munzclpal Corporation of the State of Texas, 1ts successors and assigns, at Denton, Denton County, Texas, the su/~ of TWELVE THOUSAND SEVENTY FOUR and 90/100 .... Dollars ($ 17-~7~-~ ), ten (10%) percent of the total amount of the contract for the palrment of which sum sald principal and surety do hereby bind themselves, their successors and assigns, ]olntly and severally. Thls obligation is conditioned, however, that. WHEREAS, said JAGOE PUBLIC COMPANY has thls day entered into a written contract wlth the sald City of Denton to build and construct BID ~ 1880 - SYCAMORE ~TR~T 6" WATERLINE which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said Clty and are hereby expressly incorporated hereln by reference and made a part hereof as though the same were written and set out in full herein, and; WHEREAS, under the said plans, specifications, and contract, · t is provided that the Contractor will maintain and keep ~n good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary In connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it be%ng understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by sa~d Contractor, and ~n case the sa~d Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provasions of said contract and this bond. NOW, THEREFORE, if the said Contractor shall perform its agreement to maintaan saad construction and keep same in repair for the maantenance period of one (1) year, as herean and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obllgatlon shall be a contanuang one agaanst the Prlncapal and Surety and that successive recoveries may be had hereon for successave breaches of the conditions herein provlded until the full amount of this bond shall have been exhausted, and at is further understood that the obligation to malntaan said work shall continue throughout said maintenance per~od, and the same shall not be changed, dlminashed, or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said Ja~oe Public Compan~ _ as Contractor and Prlncapal, has caused these presents to be executed by Bill Cheek and the said Seaboard Suret~ Company as surety, has caused these presents to be executed by ~ts Attorney-in-Fact Rosemar~ Weaver and the said Attorney-in-Fact has hereunto set his hand this llth day of April , 19 96 SURETY: PRINCIPAL: Rosemary Weaver Attorney-an-Fact AAAO184D Rev 07/28/94 MB - 2 Fo~ of th s Power of Attorney you may call collect, 908-658-3500 and ask for the Pow..er ?f _A.tt ,o~m.e,.y of Attorney number the above named Individual(e) and details of the bond to wh ch the power ~s attached In New YOn< u~m CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS B,dder's attention ~s directed to the insurance requirements below It is highly recommended that bidders confer w,th their respective insurance carriers or brokers to determine in advance of Bid submission the avallabdlty of insurance certificates and endorsements as prescribed and provided herren If an apparent Iow bidder falls to comply strictly with the insurance requirements, that bidder may be dlsquahfled from award of the contract Upon bid award, all insurance reqmrements shall become contractual obhgatlons which the successful bidder shall have a duty to maintain throughout the course of this contract STANDARD PROVISIONS: W~thout hm~tmg any of the other obhgat~ons or habd~t~es of the Contractor, the Contractor shall prowde and maintain until the contracted work has been corr~eleted and accepted by the C~ty of Denton, Owner, the mm~mum insurance coverage as md~cated hereinafter As soon as practmable after notification of b~d award, Contractor shall file w~th the Purchasing Department satisfactory certificates of insurance, conta~mng the b~d number and t~tle of the project Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any t~me, however, Contractors are strongly adwsed to make such requests prior to b~d opemng, since the ~nsurance requirements may not be modified or waived after b~d opening unless a written exception has been submitted w~th the b~d Contractor shall not commence any work or deliver any material untd he or she receives notification that the contract has been accepted, approved, and s~gned by the City of Denton All insurance pohc~es proposed or obtained m satisfaction of these requirements shall comply w~th the following general specifications, and shall be maintained m comphance w~th these general specifications throughout the duration of the Contract, or longer, If so noted · Each pohcy shall be msued by a company authorized to do business ~n the State of Texas w~th an A M Best Company rating of at least A · Any deductibles or self-insured retentions shall be declared ~n the b~d proposal If requested by the C~ty, the ~nsurer shall reduce or ehmmate such deductibles or self-~nsured retentions w~th respect to the C~ty, ~ts AAAO0350 REVISED 10112/94 Cl - 1 Insurance Requirements Page 2 officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related ~nvest~gat~ons, claim admm~stratmn and defense expenses · Liability pohc~es shall be endorsed to prowde the following ®· Name as additional insured the C~ty of Denton, ~ts Officials, Agents, Employees and volunteers · · That such insurance is p.mary to any other ~nsurance available to the additional insured w~th respect to claims covered under the pohcy and that th~s ~nsurance applies separately to each insured against whom claim ~s made or su~t ~s brought The ~nclus~on of more than one ~nsured shall not operate to increase the insurer's hm~t of habd~ty · All pohc~es shall be endorsed to prowde thirty(30) days prior written not~ce of cancellation, non-renewal or reduction m coverage · Should any of the required insurance be prowded under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of thru 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 rme to claims made after expiration of the contract shall be covered · Should any of the required insurance be prowded undera form of coverage that includes a general annual aggregate hm~t providing for claims ~nvest~gat~on or legal defense costs to be included m the general annual aggregate hm~t, the contractor shall either double the occurrence hm~ts or obtain Owners and Contractors Protective L~ab[hty Insurance · Should any required insurance lapse during the contract term, requests for payments ong~natmg after such lapse shall not be processed until the C~ty receives satmfactory ewdence of reinstated coverage as required by thru contract, effective as of the lapse date If ~nsurance ~s not reinstated. C~ty may, at ~ts sole option, terminate th~s agreement effective on the date of the lapse AAA00360 REVISED 10/121S4 CI - 2 Insurance Requirements ~ Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained ~n satisfaction of this Contract shall additionally comply with the following marked spec~ficatlons, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, ~f so noted' [X] A General Liab,hty Insurance General L~abd~ty insurance w~th combined s~ngle hm~ts of not less than 1.000.000 shaft be prowded and maintained by the contractor The policy shall be written on an occurrence bas~s e~ther ,n a s~ngle pohcy or m a combination of underlying and umbrella or excess pohc~es If the Commercial General L~abd~ty form (ISO Form CG 0001 current edition) ~s used · Coverage A shall ~nclude premises, operations, products, and completed operations, ~ndependent contractors, contractual habd~t¥ covering th~s contract and broad form property damage coverage · Coverage B shall ~nclude personal ~njury · Coverage C, medical payments, ~s not required If the Comprehensive General L~abdlty form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least · Boddy injury and Property Damage L~abd~ty for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures · Broad form contractual habdlty (preferably by endorsement) covering th~s contract, personal ~njury habd~ty and broad form property damage I~ab~hty A~3GO ~wsEo ~o/~94 Cl - 3 Insurance Requirements Page 4 [X] Automobile Llabll,ty Insurance' Contractor shall provide Commercial Automobile L~ablhty insurance w~th Combined Single L~m~ts (CSL) of not less than ~500.000 e~ther m a single pohcy or in a combination of basic and umbrella or excess pohc~es The pohcy will ~nclude bodily injury and property damage hab~hty arising out of the operation, maintenance and use of all automobiles and mobile equipment used m conjunction with th~s contract Satisfaction of the above requirement shall be m the form of a pohcy endorsement for · any auto, or · all owned, h~red and non-owned autos [X] Workers Compensat,on Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, ~n addition to meeting the m~n~mum statutory requirements for ~ssuance of such insurance, has Employer's L~ab~hty hm~ts of at least $100,000 for each accident, 9100,000 per each employee, and a $500,000 pohcy hm~t for occupational d~sease The C~ty need not be named as an "Additional Insured" but the insurer shall agree to waive all r~ghts of subrogation against the C~ty, its ofhcmls, 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 prows~ons 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 (TVVCC) [ ] Owner's and Contractor's Protective L,ab,lfity Insurance The Contractor shall obtain, pay for and maintain at all t~mes dunng the prosecution of the work under th~s contract, an Owner's and Contractor's Protective Llab~hty insurance pohcy naming the C~ty as insured for property damage and bodily ~njury which may ar~se m the prosecution of the work or contractor's operations under th~s contract Coverage shall be on an AA~O0350 REVISED 10112194 CI - 4 Insurance Requirements Page 5 "occurrence" bas~s, and the pohcy shall be issued by the same ~nsurance company that carries the contractor's habd~ty insurance Pohcy hmits w~ll be at least combined bodily ~nlury and property damage per occurrence with a aggregate [ ] Fire Damage Legal L~ablhty Insurance Coverage ~s required ~f Broad form General L~abd~ty ts not prowded or ~s unavailable to the contractor or ~f a contractor leases or rents a port~on of a City bu~ld~ng L~m~ts of not less than each occurrence are required [ ] Professional L~abd~ty Insurance Professional habd~ty ~nsurance w~th hm~ts not less than per claim w~th respect to neghgent acts, errors or omissions in connection w~th professional services ~s required under this Agreement [ ] Builders' R~sk Insurance Builders' Risk Insurance, on an AII-R~sk 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 ~nsurance may be required on an individual bas~s for extra hazardous contracts and specific service agreements If such additional insurance is required for a specific contract, that requirement wdl be described ~n the "Specific Conditions" of the contract spec~hcat~ons AAA00360 REVISED 10112~84 Insurance Requirements Page 6 ATTACHMENT I [X] Worker's Compensation Coverage for Building or Construction ProJects for Governmental Ent~tms A Deflnit~ons Certificate of coverage ("cert~flcate")-A copy of a certificate of ~nsurance, a certificate of authority to self-insure ~ssued 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 ent~ty's employees providing serwces on a project, for the duration of the project Duration of the project- includes the t~me from the beginning of the work on the project untd the contractor's/person's work on the project has been completed and accepted by the governmental entity Persons providing serwces on the project ("subcontractor" ~n §406 096) - includes all persons or ent~t~es performing all or part of the serwces the contractor has undertaken to perform on the project, regardless of whether that person contracted d~rectly w~th the contractor and regardless of whether that person has employees Thru ~ncludes, w~thout I~m~tat~on, Independent contractors, subcontractors, leasing companms, motor carrmrs, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to prowde services on the proJect "Serwces" include, w~thout hm~tat~on, prowdmg, hauhng, or dehvermg equipment or materials, or providing labor, transportation, or other service related to a project "Serwces" does not ~nclude act~wtms unrelated to the project, such as food/beverage vendors, office supply dehvenes, and delivery of portable to~lets B The contractor shall prowde coverage, based on proper reporting of classification codes and payroll amounts and flhng of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all employees of the contractor providing serwces on the project, for the duration of the project AAA00350 REVISED 10112/{}4 Cl - 6 Insurance Requirements Page 7 C The Contractor must prowde a certificate of coverage to the governmental entity pnor 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 per~od, 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 prowdmg serwces 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 w~ll have on file cert~flcaLes of coverage showing coverage for all persons providing 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 cert~hcates 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, within 10 days after the contractor knew or should have known, of any change that materially affects the prowsmn of coverage of any person prowdmg serwces on the project H The contractor shall post on each project s~te a not~ce, m the text, form and manner prescribed by the Texas Workers' Compensation Commission, reforming all persons prowdmg services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage AAA00350 REVISED 10112m4 CI - 7 Insurance Requirements Page 8 The contractor shall contractually require each person w~th whom ~t contracts to prowde serwces on a project, to (1) prowde coverage, based on proper reporting of classification codes and payroll amounts and flhng of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011 (44) for all of ~ts employees prowd~ng serwces on the project, for the duration of the project, (2) prowde to the contractor, prior to that person begmmng work on the project, a certificate of coverage showing that coverage ~s being prowded for all employees of the person prowd~ng serwces on the project, for the duration of the project, (3) prowde the contractor, prior to the end of the coverage penod,~ 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, (4) obtain from each other person w~th whom ~t contracts, and prowdeto 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 per~od, ~f the coverage per~od shown on the current certificate of coverage ends dunng the duration of the project, (§) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) not~fy the governmental entity ~n writing by certified mad or personal dehvery, w~thm 10 days after the person knew or should have known, of any change that mater~ally affects the prows~onof coverage of any person prowdmg serwces on the project, and AAAOO360 REVISED 10112/94 Gl - 8 Insurance Requirements Page 9 (7) contractually require each person w~th whom tt contracts, to perform as required by paragraphs (1) - (7), w~th the certificates of coverage to be provided to the person for whom they are prowdlng serwces J By signing th~s contract or prowd~ng 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 prowde serwces on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage w~ll be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements wdl be filed wtth the appropriate ~nsurance carrier or, in the case of a self-insured, w~th the commission's Dw~s~on of Self-Insurance Regulation Prowd~ng false or misleading information may subject the contractor to administrative penalties, criminal penalties, CIVIl penalties, or other CIVIl actions ~ K The contractor's fadure to comply w~th any of these provisions ~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 w~th~n ten days after receipt of not~ce of breach from the governmental entity AAA00360 CI - 9 REVISED 10112194 WO~ DAYS 30 BID NO 1880 Syc~ore Street 6" Waterline PO NO BID TABULATION SHEET ITEM DESCRIPTION 9UANTI~ UNIT PRICE 2 12-A Water Main 2,062 $ ~,~/LF $ Unit Price in Words. SP-40 cut and Plug Exaating 5 EA $ ~O~/EA $ Waterline Unit Price in Words 2 16-A Replace Existing Water 31 $ ~,~)/EA $ Service (1") Unit Prace in Words Unit Price in Words Unit Price in Worda Unit Prate ~n Worda. SP-44 FLre Hydrant 2 $ ~0W&//EA Unit Price in Words ~ ~ ~ Valve Unat Prate ~n Words SP-42 Remove Valve Stack 4 EA $ /~/EA $ ~)/-/6) Unat Prate an Words Remove Concrete Curb and 90 $ 7~)/LF ~3~A~6) Gutter Unit Prace an Words. 8 2-A Concrete Curb and Gutter gO LF $ {~ ~/7~)/LF $ /~?~P~ Unat Price in Words P - 3 Tabulatmon Sheet (contmnued) ITEM DXSCRIPTION QUALITY UNIT PRICE TOTAL 3-A Concrete Pavement 3 $ ~._~,~2/SY $ Unmt Prmce mn Words 8-A Concrete Pavement 3 SY $ Unmt Prmce mn Words ~p_~ saw cut 24 $ ~.oO I~P $1~'~0 Unmt Prmce mn Words ~ sod 88 Unmt Price mn Words S~-37 Excavatlon Protection 200 LF $ ~,¥O /LF Unmt Przce mn Words SP-39 project Sz~ns 2 $ unit Przce ~n words 21 Contractor's Warranties -- LS Sg~g~qC~ /LS and U~d.rstandln~s Unmt Prmce mn Words 1 Barricade, Warnln~ Sm~ns -- S Z~C~&~/Ls $~;~.~ and Detours Unzt Prmce mn words 2 12 8 Ductlle Iron Fittings 660 $ Unit Price ~n Words -10 Rock Excavation 50 CY $ ~;~ /CY $ Unit Price in Words 3 1 Preparation of -- $ R~ght-of-Way Unit Price ~n Words Total Price ~n Words p - 4 BID SUMMARY TOTAL BID PRICE IN WORDS 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 untll flnal completlon 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 speclflcatlons, 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 co~rrect and flnal. Unit and lump-sum prlces as shown for each item listed 1n th~s proposal, shall control over extenslons. CONTRACTOR /~ Street Address ' ,City and State Seal & Authorization / (If a Corpo£atlon) ~ TM, Telephone PLEASE RETURN THE TABULATION SHEETS IN DUPLICATE B - 1