Loading...
2002-357FILE REFERENCE FORM [ 2002-357 ] Additional File Exists Additional File Contains Records Not Public, According to the Public Records Act Other FILE(S) Date Initial, Change Order No. 1 - Ordinance No. 2003-001 01/07/03 ORDINANCE NO. ~'~-d,_0--7 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF PARKING LOT IMPROVEMENTS TO EVERS PARK; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING AN EFFECTIVE DATE (BID 2900-EVERS PARK PARKING LOT IMPROVEMENT PROJECT- PHASE IV AWARDED TO JONES AND JEFFERY CONSTRUCTION CO., INC. IN THE AMOUNT OF $718,529). WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public 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 herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed accord'mg to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids: BID NUMBER 2900 CONTRACTOR Jones andJeffe~ ConstrucfionCo.,~c. AMOUNT $718,529 SECTION 2. 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 o fperformance and payment bonds, and insurance certificate after notification of the award of the bid. SECTION 3. 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 4. That upon acceptance and approval of thc 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 5. That this ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the Or~/ dayof (~.2002 ATTEST: JENNIFER WALTERS, CITY SECRETARY AP )VED AS TO LEGAL FORM: BID # 2900 Attachment 1 DATE: 10/15/02 EVERS PARK PARKING LOT IMPROVEMENT PRO]ECT VENDOR VENDOR VENDOR VENDOR, Dean ]ones & Ieffery Calvert Paving Reliable Paving Construction Principle Place of Business: Denton, TX :Denton, TX ~Argyle, ;TX . Argyle, TX TOTAL BASE B~D $451,553.00 $451,653.00 $514,707.00 $577,000.00 'YES YES YES YES CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this A.D., 2002, by and between City of Denton and State of Texas, acting through hereinafter termed "OWNER," and 5th day of November of the County of Denton Michael A. Conduff thereunto duly authorized so to do, Jones & Jeffery Construction Company, Inc. 3801 McKirmey Street Denton, TX 76208 of the City of Denton termed "CONTRACTOR." , County of Denton and State of Texas , hereinafter 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 2900 - Evers Park Parking Lot Improvements in the amount of $718,529.00 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 in the Proposal and the Performance and Payment Bonds, attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein and on file in the office of the Purchasing Agent, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by: City of Denton all of which are referenced herein and made a part hereof and collectively evidence and constitute the entire contract. CA-1 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 covenants and agrees to and does hereby indemnify, hold harmless and defend, at its own expense, Owner, its officers, servants and employees, from and against any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of the Work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers, servants, employees, of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner during the performance of any of the terms and conditions of this Contract, whether arising out of in whole or in part, any and all alleged acts or omissions of officers, servants, or employees of Owner. The provisions of this paragraph are solely for the benefit of the parties hereto and not intended to create or grant any fights, contractual or otherwise, to any other person or entity. 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 thc CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: BY: City of Denton / ' Jones & Jeffer¥ Const. Co,, CONTRACTOR 3801 E. McKinney Denton. Texas 76208 APPROVED AS TO FORM: C~TY ATTORNEY MAILINGADDRESS (940) 382-3124 PHONENUMBER (940) 566-2176 FAX NLrMBER Robert W. Jones, Jr. PRINTED NANfl~ CA- 3 PERFORMANCE BOND STATE OF TEXAS COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Jones & Jeffery Construction Company, Inc. whose address is 3801 McKinney Street, Denton, TX 76208 hereinafter called Principal, and [SITz~m/,v/)z~ ~ntTv (2t~£t° , a corporation organized and existing under the laws of the State of T-~ x~ , and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and exist'mg under the laws of the State of Texas, hereinai%r called Owner, in the penal sum of Seven Hundred Eighteen Thousand, Five Hundred Twenty Nine DOLLARS ($718,529.00) plus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages arising out of or connected with the below identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement, which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement, which reduces the Contract price, decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 2002- 357 , with the City of Denton, the Owner, dated the 5th .day of November A.D. 2002, a copy of which is hereto attached and made a part hereof, for Bid 2900 Evers Park Parking Lot Improvements NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by the Owner; and, if the Principal shall fully indemnify and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then tiffs obligation shall be void; otherwise, it shall remain in full force and effect. PB - 1 PROVII)ED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19- 1 of the Insurance Code, Vemon's Annotated Civil Statutes of the State of Texas. 1N WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 5~ day of November, 200~2. ATTEST: PRINCIPAL BY: SE ¢Ak ATTEST: SURETY BY: ATTORIqEY-IIq-F^CT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: (NOTE: Date of Performance Bond must be date of Contract. I/Resident Agent is not a corporation, give a person's name.) PB - 2 PAYMENT BOND STATE OF TEXAS COUNTY OFDENTON § KNOW ALL MEN BY THESE PRESENTS: That Jones & Jeffery Construction Company, Inc., whose address is 3801 McKinney Street, Denton, Texas 76208, hereinafter called Principal, and ~_JT~ff}/AI~Z~-< ~,soq~',~r',/ ~0£/° , a corporation organized and existing under the laws of the State of -f-~ ~(r~' , and fully authorized to transact business in the State of Texas, as Surety, are held and fa-rely bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, finns, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to, in the penal sum of Seven Hundred Eighteen Thousand, Five Hundred Twenty Nine DOLLARS ($718,529.00) in lawful money of the United States, to be paid in Denton, County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 2002- 357 , with the City of Denton,.the Owner, dated the 5th day of November A.D. 2002 , a copy of which is hereto attached and made a part hereof, for Bid 2900 - Evers Park Parldng Lot Improvements. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, finns, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie in Denton County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. PB - 3 This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such surety, as provided by Article 7.19-1 of the Insurance Code, Vernoffs Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 5m day of November, 2002. ATTEST: PRINCIPAL BY: ATTEST: SURETY BY: The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: STREET ADDRESS: .D-'//? /'"-.*~6-/x~/ ,0,-~"t-,/T/)A~/ 7-7K (NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) PB - 4 CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below. It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance cert~cates and endorsements as prescribed and provided herein. If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract. Upon bid award, all insurance requirements shall become contractual obligations, which the successful bidder shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid. Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shah be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted: Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least _. Any deductibles or self-insured retentions shall be declared in the bid proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the City, its officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claira administration and defense expenses. Liability policies shall be endorsed to provide the following: oo Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers. That such insurance is pr/mary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's hmit of liability. All policies shall be endorsed to read: "SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MMTERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED". Should any of the required insurance be provided under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general mmual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is 'not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. SPEC~IC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: [x] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $500~000 shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: · Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. · Coverage B shall include personal injury. · Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least: Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures. Broad form contractual liability (preferably by endorsement) coveting this contract, personal injury liability and broad form property damage liability. [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $300,000 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for: any auto, or · all owned, hired and non-owned autos. [X] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive ali rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and role 28TAC 110.110 of the Texas Worker's Compensation Commission (TWCC). [] [1 Owner's and Contractor's Protective Liability Insurance The Contractor shall obta'm, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under this contract. Coverage shall be on an"occurrence" basis, and the policy shall be issued by the same insurance company that carries the Contractor's hability insurance. Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate. Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than each occurrence are required. [] Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. [] [] Builders' Risk Insurance Builders' Risk Insurance, on an All-Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. Commercial Crime Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this coverage should be written on a "blanket" basis to cover all employees, including new hires. This type insurance should be required if the contractor has access to City funds. Limits of not less than each occurrence are requked. [] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. ATTACHMENT1 ix] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificate")-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project ~ includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons provid'mg services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carders, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 0) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. The contractor shall notify the governmental entity in writing by certified mail or personal dehvery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all o f its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person be~nning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing sm'vices on the proj eot; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) ~ (7), with the certificates of coverage to be provided to the person for whom they are providing services. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll mounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. -, ~N 003,00 -- Proposal (Bid) Form T me: 2:p.m. Date: October 15, 2002 To: Purchasing Agent City of Denton, Texas 901-B Texas Street .Denton, Texas 76201 Gentlemen: The undersigned having examined the Contract Documents entitled: Evers Park Parking Lot Improvement Project Bid #2900 And having visited the Site of th'e proposed construction, and havi'ng familiarized himself witl~ the local conditions affecting the cost of the work~ and with all addenda to the said documents; her...eby proPOsed '[o. furfiish 'all supervision 'labor; materials, equipment, tools, and accessories and to do all work in accordance with said docu'ments and addenda thereto for.the stipulated sum of: · Four Hundred Fifty One Thousand .~., ... ($- 451 ,553.00 :~ive" HUndred Fifty Three & 00/10:0 ...... Doll'ars Total Materials IncOrporated into the Proiect* $ 2~6,000,00 Total Labor, supervision and Materials Not Incorporated into the Project* $ 225,553.00 .* The total of these two lines must equal the Base Bid cost. ALTERNATEs: Alternate #1 -; Add - Construct the concrete parking on .the west end of the nodh parking lot in. compliance wiih the plans and specifications. Twenty Seven Thousand Five· Hundred Fifty.· Three & 00/1 00 ...... Dollars ($ 27 Total Materials Incorporated into the Project* $1 4 r 000.00 Total Labor, Supervision and Materials Not Incorporated into the Project* $1 '~ ~ 55'~ _ 00 * The total of these two lines must equal the Alternate #1 cost. Alternate #2 -- Add - Construct the additional bays of concrete parking on the southside of the north .,parking. lot Five Thousand Seven Hundred Fifty Three--D011ars($ 5,753.00 ) Total Materials Incorporated into the Project* $ 2. 900 ~ 00 _Tota Labor, Supervision and Materials Not Incorporated into the Project* ~ * The total of these two lines must equal the Alternate #2 cost. ?'Mendum: No. 10/11/02 Addendum No. Addendum NO. " Addendum No. The undersigned bidder hereby declares that he has visited the 'site of the work and has carefully ..~xa~nined.the .Contract Documents pertaining to the work covered by the above bid, and he further agrees to commence Wo¢k within ten (10) days after date of written notice to proceed and to substantiallycomplete the work on which he has bid within as per p'lans & specifications Consecutive calendar days subject to such extensions of time allowed by specifications. The undersigned bidder agrees that his bid shall be good and may not be withdrawn for a period of 60 calendar days after the scheduled closing time for receiving bids. The undersigned bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. BID GUARANTY: EncloSed with this Bid is a Certified Check for: or a Bid Bond in the sum of' Five Percent of Bid Dollars ($ Dollars'($ 5% of Bid which it is agreed shall be collected and retained by the Owner as liquidated damages in ~he event this Bid is accepted by the Owner within 60 days after the bids are received and the undersigned fails to executed the Contract and the required Bonds with the said Owner within ten (10) days after the date said Bid is accepted: Otherwise said check or bond shall be returned to the undersigned Upon demand. Jones & .Jeffery Const. Co., Inc~ Contractor (firm name) t ri 'g Robert W. President' Jones, Jr. Title Address 3801 E. McKinney Denton, Texas 76208 (Ifcorporation, attest and afix a Corporate Seal) City, State, Zip Code Telephone (940) 382-3124 Fax-(940) 566-2176 (End of Section) Alternate #3 -- Add - Construct the specialized pavement at the north plaza entry walkway as delineated, in compliance with the plans and specifications. Four Thousand Nine Hundred Fifteen & 00/l~llars($ 4,'915.00 ) Total Materials Incorporated into the P~oiect* $ 2 ~ 500.00 Total Labor, Supervision and Materials Not Incorporated into the Proiect* $ 2 .. 41 5 _ o0 * The total of these two I!nes must equal the Alternate #3 cost. Alternate #4 -- Add - Construct the playground walkways from the Field 10 and 11 parking lot to the playground and from'the fence south of the central parking lot to the playgi'ound, in compliance w!th the plans and specifications. Seven Thousand. Four .-~{undred Sixteen & '00/Dolla'rs ($ 7,416.. 00 ) Total Materials Incorporated into the Proiect*. $ q · 7~'ln ~ :' . Total Labor; Supervision and Materials Not Incorporated into the Proiect* $ '3.71 6.00 The total of these two lines.must equal the Aiternate ~-4 cost. Alternate #5 --Add - ConstruCt the concrete parking bay to the north side of the central parking lot and all associated miscellaneous construction, in compliance with the plans and specifications. One Hundred Twenty. Five Thousan~ .. Three Hundred Fifteen & 00/100 ........ '2 Dollars ($125.315.00 ) Total Materials Incorporated into the Proiect* $ 63,000.00 Total Labor, Supervision and Materials Not Incorporated into the Proiect* $ 62,315.00. * The total of these two lineS must equal the Alternate #5 cost. Alternate #6 --Add - Furnish and install the landscape plant materials for the northem parking lot also including the landscaping for the alternate #1 and #2 parking lots, in compliance with the plans and specifications Eighteen Thousand Five Hundred Thirty Four & 00/100 ....... D011ars ($ 18,534.00 ) Total Materials Incorporated into the Proiect* $ 9,300.00 Total I Labor, ~Supervisi0n and Materials Not Incorporated into the Project* $ 9,234.00 * The total of these two lines must equal the Alternate #6 cost. A ternate #? -- Add - Furnish. and install the irrigation for the northern parking lot in compliance with the plans and specifications. Twelve Thousand Forty Five & 00/100 .... Dollars ($~ 12,045.00 Total Materials f%q:orporated into the Proiect* $ 6,000.00 Total Labor, Sup'ervision and Materials Not Incorporated into the Proiect* $ 6,045.00 * The total of these two lines must equal the Alternate #7 cost. Alternate.#8 -- Add - Furnish and install the plant materials for the central lot, Field 10 and 11' lot and the T-Ball' lot also including the landscaping for the alternate #5 parking lot, in compliance ~vith the plans and specifications.. Forty One Thousand · Seven Hundred· Fifty Four & 00/100--'i .... Dollars.($ 41,754.00 ) Total Materials Incorporated into the Proiect* $ 21,000.00 Total Labor, Supervision and Materials Not Incorporated in~o the Proiect* ~ZjZ~.5~_J3~ * The total of these tWO lines must equal the Alternate #8 cost. ". ' Alternate #9 -- Add - Furnish and install the irrigation for the central lot. Field 10 and 11 lot and the T- Ball lot in compliance with the plans and specifications. Eighteen Thousand Eight Hundred Sixty Five & 00/100 ...... ,Do]lars($ 18,865.00,· ) Total Materials Incorporated into the Proiect* $ 9,500 .' oo Total Labor, SuPervision and Materials'Not Incorporated into the Proiect* $ 9~ 365.00 ;~ The total of these two lines must equal the Alternate #9 cost. · Alternate #10 .~ Add - Furnish and install the irrigation for the north parking lot including.the base bid parking iot irrigation as adjusted and the irrigation at the Alternate #1 and #2 parking lots. . Fourteen Thousand · Seven Hundred Fifty Eiqht & 00/100 ..... Dollars ($ 14,758.00 Total Materials. Incorporated into the Proiect* $ 7,400.00 Total Labor, Supervision and Materials Not Incorporated into the Proiect* $ 7.358.00 * The total of these two lines must equal the Alternate #10 cost. A~ternate#11~~Add-FurnishandinstaI~theirrigati~nf~¢thecentra~t~e~d1~and11I~tandtheT- BalllotasadjustedandtheirrigationattheAIternate#5parkinglot Twenty ~housand Nine Hundred Seventy Eight & 00/100 .... Dollars($ 20,978.00 ) Total Materials Incorporated into the Proiect* $ 10. 500.00 Total Labor, Supervision and Materials Not Incorporated into the Proiect* $ 10 ,'478,00 * The total of these two lines must equal the Aitemate #11 cost. Alternate #12 - I~it~,~ or Add (Circle One)- Furnish and install asphalt pavement on a six inch lime or cement treated base in lieu of the base bid concrete parking lot at the north parking lot. in compliance with the plans and specifications. Five Thousand· & 00/100 Dollars ($ .~;0N0 nn Total Materials Incorporated into the Project* $ 2,500.00 Total Labor, Supervision and Materials Not incorporated into the Proiect*$ 7., ~nn nn * The total of these two lines must equal the Alternate #12 cost. · · Alternate #~13- a~[~o~t~r Add (Circle One)- Furnish and ins.tall asphalt pavement on a six inch lime or cement treated base'in lieu of the base bid concrete parking lot at the central lot, Field 10 and 11 lot and the T~Ball lot, in compliance with the plans and specifications. ' Five Thousand & 00/100 ...... "-- ...... -Dollars($ 5,000.00 ) Total Materials incorporated into the Proiect* ' $ 2,500,0'0 Total Labor, Supervision and Materials Not IncoCporated into the Proiect*~ * The total of these two lines must equal the Alternate #13 cost. UNIT PRICES: The undersigned agrees that the following unit prices will apply to adjust quantities Of materials indicated on d[aWings. Prices are for materials furnished and installed. It is further agreed that the quantities of work to be done at unit prices and material to be .furnished may 'be increased or diminished, as may be considered necessary in the opinion of the Owner's Representativel and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth below except as provided for in the specifications. All unit prices are for addition or deletion. · ~ PAVING COMPONENTS (FURNISH &tNSTALL): 6" Asphaltic Pavement 5" Asphaltic paVement 6" Depth Cement Stabilized Subgrade 6" Depth Lime Stabilized Subgrade 5" thick 3000 PSI concrete paving 6' Wide x 5" Depth concrete Walkway 6" thick 3000 PSI concrete paving 6" Depth Compacted Subgrade 12.65 Dollars per S.E. 12.65 Dollars per S.F. 4.50 Doliam per S.Y. 4.50 Dollars per S.Y. 2.60 Dollars per S.F. 17:. 50 Dollars per L.F. 2,75 Dollars per S.F. 6,00 Do!lars per S.Y. Y 'EAR"~HWORK & DRAINAGE (FURNISH & INSTALL): Cut, Transport &Piace On-site S0il Import and Place Off-site Soil Export and Dispose On-site Soil · 8.75 4.50 Dollars per C.Y. 'Dollars per C.Y. Dollars per C.Y. Oontroller - 24 Station vt'pedestal Controller - 16 Station ,,~'pedestal Quick Coupler Valve with Box ~," Pop-up Spray Head PoP-Up Rotor FC Pop-up Rotor P/C Station Valve 2 1/2" Bronze Gate Valve with Box 2'.' Bronze Gate Valve with Box 1 1/2" Bronze Gate Valve with Box 1" Bronze Gate Valve With BOX 2~" inch pipe 2 inch pipe 1~" inch pipe ' · 1 ¼" inch pipe 1 inch pipe %" pipe ~" inch pipe PLANT MATERIALS (FURNISH & INSTALL) 2" Caliper, Container Grovm Texas Ash 2" Caliper, Container Growa Chinkapin Oak 2" Caliper, Container~X:~uk Oklahoma Redbud ·137.50 121 .00 . 797.5Q 671.00 60.50 38:50 99.0'0 99.0'o' 357.50 104_'50 82_5n 2.75 2.31 I .98 I .82 1 .49 1 .16 .94 Dollars each Dollars each Dollars each Dollars each Dollars each Doli'ars each Dollars each Dollars each Dollars each Dollars' each Dollars each Dollars per L.F: Dollars per LF. Do'liars per LF. Dollars per LF. Dollars per LF. Dollars per L.F. Dollars per L.F. 165.00 lgR ~O 198,00 Dollars each Dollars each Dollars each 00300 - 5 SITE IRRIGATION COMPONENTS AS SPECIFIED ON PLAN (FURNISH AND INSTALL): '2" Caliper, Container Grown .Live Oak 2" Caliper, Container Grown Bur Oak 198.00 198.00 Dollars each Dollars each 1" Gallon Asian Jasmine Ryerson Steel Edging Bed Preparation 3.30 I .65 .06 Dollars each Dollars per' L.F. Dollars per S.F. DRAINAGE COMPONENTS (FURNISH:AND INSTALL): 4'-16" wde concrete flume 8"- 15" Rock RiP-Rap" ~ 30" PCP x 65L. F w/Type C Headwalls. TURF COMPONENTS (FURNISH AND .INSTALL): Common Bermuda solid.sod ~ · Staked Common Bermuda solid sod Drill Seeded Common,Bermuda Grass Hyrdromulched· Common Bermuda .Grass. ,Drill seeded rye grass. ' Broadcast seeded rye grass EROSION CONTROL (FURNISH AND INSTALL): · Perimeter: Siltation Barrier Swale Siltation Fabric Barrier · 18.oo" 30.00 Dollars per L.F. Dollars per C.Y. 3~500.00 Dollars each 2 .'75 ' 2:. 86 1;60 '55 '1 . 1.0- 2.50 Dollars per S.Y. Dollars per S.Y. 'Dollars per S.Y. Dollars per S.Y. 'D011ars' Per.S.Y.' Dollars pe~' S.Y. 2.50 Dollars per L.F. Dollars per L.F. Stabilized Construction Entrance 750.00 Dollars each Staked Erosion Control Matt ng Inlet projection· 2.'20 7,'500.00 Dollars per S.Y. Dollars each BIDDER understands the statements and Owner's objectives contained in SECTION 01010 Summary of Work. · .. ADDENDA: Acknowledge receipt of the following addenda which are part of the Bidding Documents by placing Addendum #, Date issued and initialing: 00300 - 6 October 11, 2002 ADDENDUMNUMBER ONE Evers Park- Perk ng Lot mprovements, Denton, Texas To: All Contra~ Bidders.of Record From: Dunkin Sims Stoffels, inc. 9603 White Ro~k Trail, Suite #210 Dallas, TX 75238 Ackhowledge recelp{ 0f th{s Addendum by including it with the submitted Proposal Form and noting ~t's receipt In the space provided wlthtn the PropoSal Form. Failure to do so may subject bidder to disqualification. This ·addendum forms a part of the Contract Documents end modifies, amends, deletes and/or adds to the Drawings and Project manuel as follows: Item ~ Item #2 Item #3: item #4: Item All cons'eta' shall be 3,000 psi 5 saok conarete, disregard 4,000 psi concrete Indloatsd on some details, ' When movlng the existing light poles· and making other adjustments to the existing electrical the Contractor will not be required to install new eJeotrloal feeds. Instead the ContraCtor shall provide and install'traffi~ rated Junction boxes in the concrete at tho existing termination of the lines and run new electrical Ilnas to the proposed 10oations of the elements. Electrical work shall be done In compliance with all national, state and local codes. The thickness of the concrete for the Alternate #5 parking lot ehal[ be the same as the Other parking lots; 5' thick In the parking bays and 6" thick In the driveways. The hatch shown-on sheet SL-10 simply delineates the limits for the Attemate #5 parking, lot: .Nternete g3 clarification; reference attached Exhibit 'A' 'for additional information about A~ternate ~3 - "Pavement pattern at entry walkway." The Contractor will be required to paint fire lanes within all parking lots, reference attached Exhibit Item #6: The Contractor will be required to paint the striping within the parking lots. Cost for striping shall be placed inthe base bid, as well as. the respective alternates. Item #7: Site Earthwork; Calcu{aticns Indicate that there will be excess cut from the · · ~ '~--= no~hern~'parking.t0tY Tcf'avo{d'expo~(ing' ti~is rfi~erial ~rom the Site the foilowin'g work shell be included in the bass bid: The Conlractor shall strip a6" depth of topsoil from the area underlying the Alternate #5 parking lot. The stripped top soil shall be stock plied on-site at a location determined by the Owner's Representative. The excess material from the northern parking lot shall then be.placed under the Alternate #§ lot bringing the grades up to the subgrade elevations, If Alternate #5 is accepted the Concrete shell be poured on the fill, which· must be placed in compliance with the apecific~ticns. 'The topsoil shall then be distributed around the perimeter of the parking lot. If Alternate #$ is not accepted the Contractor shell redistribute 1he removed topsail over the till material. All disturbed areas shall be seeded In compliance'with the specifications. END OF ADDENDUM #1 EVERS PARK - PARKING LOT IMPROVEMENTS. CITY OF DENTON, TEXAS Jones' & Jeffer¥ Const. Co., By Robert W. Jones, ~Jr~ Inc. OLD REPUBLIC Old Republic Surety Company Old Republia Insurance Company Bituminous Casualty Corporation Bond # BID BOND The American Institute of Architects, AIA Document No. A310 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, that we JONES & JEFFERY CONSTRUCTION CO., INC. as Principal, hereinafter called the Principal, and Bituminous Casualty Corporation as Surety, hereinafter called the Surety, are held· and firmly bound unto CITY OF DENTON as Obligee, hereinafter called the Obligee, in the sum of5% OF BID Dollars ($ ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WltEREAS, the Principal has submitted a bid for Evers Park Parking lot improvement NOW, TItEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 15 day of October 2002 Witness JONES & JEFFERY CONSTRUCTION CO., INC. ~l Pri~N~ ff'N (Seal) By: /l~tuminous Casualty Corporation /~ ~,$u~ty (Seal) ORSC 21328 (5/97)