Loading...
2000-055 ORDINANCE NO ~t~''~7'~- AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF LAKEVIEW BOULEVARD, FROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND FROVIDING AN EFFECTIVE DATE (BID 2455 - LAKEVIEW BOULEVARD AWARDED TO JAGOE PUBLIC COMPANY IN THE AMOUNT OF $798,106)~ WHEREAS, the C~ty has sohc~ted, and received competitive sealed bids for the construction of public works or ~mprovements in accordance w~th the procedures of STATE law and C~ty orchnances, and WHEREAS, the City Manager or a designated employee has recexved and recommended that the herein described b~ds are the lowest respondent for the constructton of the public works or ~mprovements described in the b~d mwtatton, and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SI~CTION I That the follovang competitive sealed b~d for the constructton of pubhc works or ~mpmvements, as described m the "Sealed B~d Inwtat~ons", or plans and specfficattons on file in the Office of the Ctty's Purchasmg Agent filed according to the b~d number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 2455 Jagoe Public Company $798,106 SECTION II That the acceptance and approval of the above compet~nve sealed b~d shall not constitute a contract between the Cxty and the person submitting the bid for construction of such public works or, ~mprovements hereto accepted and approved, tmtfl such person shall comply w~th all reqmremcnts specffied ~n the Not~ce to Btdders including the t~mely execution of a written contract and furnishing of performance and payment bonds, and ~nsurance certificate after notfficatlon of the award of the b~d SECTION III That the Cxty Manager ~s hereby authorized to execute all necessary written contracts ~'or the performance of the construction of the pubbc works or ~mprovements ~n accordance w~th the b~ds accepted and approved hereto, prowded that such contracts are made m accordance w~th the Not~ce to B~dderS and Request for Sealed Bids, and documents relating thereto spec~fytng the terms, cond~tmns, plans and specfficattons, standards, quantities and spemfied sums contmned therein ~ That upon acceptance and approval of the above competitive sealed bids and the execution of contracts for the public works and improvements as authorized here~n, the C~ty Councd hereby authorizes the expenditure of funds m the manner and ~n the mount as specified ~n such approved bids and ~tuthonzed contracts executed pursuant thereto SECTION V That thts ordinance shall become effective ~mmedmtely upon ~ts passage and approval PASSED AND APPROVED this the /J-~ day of ~-~, 2000 JACK I~ER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY BID 2455 - CO~CTI~L ORDINANCE (2-00) ATTACHMENT TABULATION SHEET ~ Date 1/18/00 LAKEVIEW BOULEVARD No.I DES~RIF TI~N VENDOR VENDOR VENDOR VENDOR VENDOR · %~ G~lco R~chard Carr Sutton & ~ ~, ~ i~~: Jagoe Pubhc JRJ Pawng Contracting Construction Assoc Inc Total B~d Award $798,106 00 $803,811 50 $830,507 30 $950,549 85 $839,610 13 1 Bond YES YES YES YES YES CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 15 day of February A D, 2000, by and between City of Denton of the County of Denton and State of Texas, acting through Michael W Jez thereunto duly authorized so to do, hereinafter termed "OWNER," and Jagoe Public Company 3020 Ft Worth Dr Denton, TX 76205 of the City of Denton , County of Denton and State of Texas , hereinafter termed "CONTRACTOR" WITNESSETH That for and m consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed m the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below Bid 2455 - Lakeview Blvd in the amount of $798,106 and all extra work in connection therewith, under the terms as stated m the General Conditions of the agreement, and at his (or their) own proper cost and expense to furnish all materials, supphes, machinery, eqmpment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, m accordance w~th the condmons and prices stated in the Proposal and the Performance and Payment BondS, attached hereto, and m accordance with all the General Condmons of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for B~ds), and Instructions to B~dders, as referenced hereto and on file m the office of the Purchasing Agent, and in accordance w~th the plans, which ~ncludes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, CA- 1 and the Specfficattons therefore, as prepared by Denton g. ngmeermg and Transportation Department all of whxch are referenced hereto and made a part hereof and collectively evtdence and constttute,the etutre contract Independent Status It is mutually understood and agreed by and between Ctty and Contractor that Contractor ~s an independent contractor and shall not be deemed to be or constdered an employee of the Ctty of Denton, Texas, for the purposes of income tax, wtthholdmg, social security taxes, vacatton or stck leave benefits, worker's compensatton, or any other Ctty employee benefit Ctty shall not have supervtston and control of Contractor or any employee of Contractor, and tt ts expressly understood that Contractor shall perform the servtces hereunder according to the attached specfficattons at the general dtrectton of the Ctty Manager of the City of Denton, Texas, or his destgnee under tfus agreement Indemnification Contractor shall and does hereby agree to tndemmfy and hold harmless the Ctty of Denton from any and all damages, loss, or habthty of any kind whatsoever, by reason of mjury to property or third persons occasioned by any error, omission or neghgent act of Contractor, tts officers, agents, employees, tnvttees, and other persons for whom it ts legally hable, with regard to the performance of thts Agreement, and Contractor will, at tts cost and expense, defend and protect the Cay of Denton agmnst any and all such clmms and demands Choice of Law and Venue Thts agreement shall be governed by the law of the State of Texas and venue for ~ts constructton and enforcement shall he m the courts of Detuon County, Texas The CONTRACTOR hereby agrees to commence work on or after the date estabhshed for the start of work as set forth in written nottce to commence work and complete all work w~thm the ttme stated tn the Proposal, subJeCt to such extensions of t~me as are provtded by the General and Special Condtttons The OWNER agrees to pay the CONTRACTOR ~n current funds the price or prices shown tn the Proposal, which forms a part of th~s contract, such payments to be subject to the General and Spectal Condlttons of the Contract CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement m the year and day first above written A~ FEST ~,/~)~ (SEAL) ATTEST Denton,. Tx 76202 MAILING ADDRESS PHONE NUMBER L FAX NUMBER APPROVED AS TOFO~ P~NTED NAME CITY A~TORNEY f CA - 3 / PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That Ja$oe Public Company whose address is 3020 Ft Worth Drive Denton, TX 76205 , hereinafter called Principal, and a corporation organized and exlstmg under the laws of the State of Texas and fully authorized to transact busmess in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a mumclpal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, ~n the penal sum of Seven Hundred Nmty Eight Thousand One Hundred Six and no/100 DOLLARS ($ 798,106 ) plus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages arising out of or connected with the below identified Contract, in lawful money of the Umted States, to be paid m 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 Tfus Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but m no event shall a Change Order or Supplemental Agreement wfuch reduces the Contract price decrease the penal sum of this Bond THE OBLIGATION TO PAY SAME ~s conditioned as follows Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 2000-054, with the City of Denton, the Owner, dated the 15 day of February A D 2000, a copy of which ~s hereto attached and made a part hereof, for Bid # 2455 - Lakeview Blvd NOW, THEREFORE, if the Principal shall well, truly and fmthfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract ~n 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 reqmred under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditmns and agreements of any and all duly anthonzed modfficanons of smd Contract that may hereafter be made, notice of which modfficatmns to the Surety being hereby wmved, and, if the Pnnmpal shall repmr 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 compleuon and final acceptance of the Work by the Owner, and, if the Prmclpal shall fully lndemmfy 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 reunburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then th~s obhgat~on shall be vmd, otherwise, it shall remain m full force and effect PB - 1 PROVIDED FURTHER, that if any legal action be f~ed upon this Bond, exclustve venue shall he m Denton County, State of Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby supulates and agrees that no change, extenston of tLme, alteration or addltton to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Spectficatlons, Drawings, etc, accompanymg the same, shall tn anywise affect tts obhgatton on thts Bond, and ~t does hereby watve noUce of any such change, extension of t~me, alteration or addiUon to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Spectfications, Drawings, etc Th~s Bond ts gwen pursuant to the provtstons of Chapter 2253 of the Texas Government Code, as amended, and any other apphcable statutes of the State of Texas The understgned and destgnated agent ts hereby designated by the Surety heretn as the Restdent Agent m Denton County to whom any reqmstte notices may be dehvered and on whom servtce of process may be had m matters arising out of such suretyship, as provtded by Arttcle 7 19-1 of the Insurance Code, Vernon's Annotated Ctwl Statutes of the State of Texas IN WITNESS WHEREOF, thts mstrument is executed ~n 4 copies, each one of wMch shall be deemed an original, thts the 15 day of February , 2000 ATTEST PRINCIPAL BY V tc ~.ff- PRESIDEI~T ATTEST SURETY The Resldent Agent of the Surety tn Denton County, Texas for dehvery of notice and service of the process ts STREET ADDRESS \.c~.9'~ {k.~X ~L'~,.(;~'~,k'"~: Q"~\~I~;~'~Y~--~ ~c-"~. (NOTE Date of Performance Bond must be date of Contract If Restdent Agent ts not corporation, gtve a person's name ) PB - 2 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That Ja$oe Public Company , whose address is 3020 Ft Worth Drive, Denton, TX 76205 , hereinafter called Pnnclpal, andSS~}~T~IN~I~fY ¢{~TION , a corporation orgamzed and exastmg under the laws of the State of Texas , and fully authorized to transact business m the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organazed and exisnng under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or nnprovements heremafier referred to, in the penal sum of Seven Hundred Nlnty Eight Thousand One Hundred Six and no/100 DOLLARS ($ 798,106 ) m 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 he~rs, 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 an 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 as conditioned as follows Whereas, the Principal entered into a certam Contract, ldenufied by Ordinance Number 2000-054, with the Caty of Denton, the Owner, dated the 15 day of February A D 2000, a copy of whach is hereto attached and made a part hereof, for Bad 2455 - Lakevlew Blvd NOW, THEREFORE, ff the Principal shall well, truly and faithfully perform 1ts duties and make prompt payment to all persons, firms, subcontractors, corporaUons and claimants supplying labor and/or materml m the prosecution of the Work provided for m smd Contract and any and all duly anthorlzed modlflcaUons of said Contract that may hereafter be made, notice of which modaficaUons to the Surety being hereby expressly waived, then thas obligation shall be void, otherwise it shall remain in full force and effect PROVIDED FURTHER, that if any legal actaon be filed on this Bond, exclusive venue shall he m Denton County, Texas AND PROVIDED FURTHER, that the said Surety, for value receaved, hereby stipulates and agrees that no change, extensaon of tame, alteraUon 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 an anywase affect ats obhgaUon on this Bond, and n does hereby waive notice of any such change, extensaon of time, alterauon or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, SpeclficaUons, Drawings, etc PB - 3 Tlus 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 deslguated agent is hereby designated by the Surety herein as the Resident Agent m Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 15 day of February, 2000 ATTEST PRINCIPAL L,' c c~ PRESIDENT ATTEST SURETY ASSOCIATED INdeMNITY COR~ATION ATTORNEY-IN~'-FACT The Resident Agent of the Sure~ m Denton County, Texas for dehvery of noUce ~d serwce of the process ~s NAME xO%; (NOTE Date of Payment Bond must be date of Contract If Restdent Agent ts not a corporatton, gtve a person fs name ) PB - 4 FIREMAN'S FUND INSURANCE COMPANY NATIONAL SUREtFY CORPORATION ASSOCIATED INDEMNITY CORPORATION THE AMERICAN iNSURANCE COMPANY AMERICAN AUTOMOBILE INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS That FIREMAN S FUND INSURANCE COMPANY a Cahforma corporauon NATIONAL SURETY CORPORATION NCE COMPANY a New .lersey corporation redomestlcated m Nebraska ASSOCIATED INDEMNITY an [Ihnots corporation THE AMERICAN INSURA RIIRA PANY a Missouri co oration (her~m collectively called the CORPORATION a Cahforma corporation, and AMERICAN AUTOMOBILE IN .... NCE COM ........ ~ ~.. Companies ) does each hereby appolnt ROS]~¥ WF-~V1ZR ~ JOHN R, STOCKTON o¥ utu.,~n.~ ~.,x ~ )~er oi attome ~ granted under and by the au hot y of A~tele VII of the By law~ of FIREMAN S FUND INSURANCE COMPANY NATIONAL SURETY rtt of the followme R~soluOon adopted by the Board of D rectors of FIREMAN S FUND INSURANCE COM~NY NmlONAL S~RETY CORPORATION T~E. AM~2~'h':i:?~7~;';; ~Z'd;;;i ;;~;?9,h day of March 1995 and said Resolotton has not been AUTOMOBILE INSURANCE COMPANY at a meeting auty ca,,¢~ an~ .e.~ -. -. __ RESOLVED, th? t~ signature ~[ ~ ~ ........... c ~,,o~e~ o~ any ~v~at,on of any power of attorney or on any certlfic~e relat?g th~r[t~l vahd and binding upon the Compamea th~s & t day of_ Dac~mbe~ , ~ ,,, ~ ,,., , ,,, FIREMAN S FUND INSURANCE COMPANY ~?tr ~ ~ ~xtt t,~,~ NATIONAL SURETY CORPORATION  [, ,~ .~ ~ ~ _ _~, THE AMERICAN [NSU~NCE COMPANY By STATE OF CALIFORNIA } ss COUNTY OF MARIN ~o~panms that th~ seals a~x~d to ~ sam instrument ar~ such company seals that th~ ............ IN WITNESS WHEREOF I hav~ h~unto set my h~? and a~x~ my o~etal $~al ~ day and yeg hereto first abov~ written STATE OF CALIFORNIA } ss COUNTY OF MARIN HEREBY CERT FY ~t iho foregoing and auached pOWER OF A~ORNEY remains m full force I ~. ~g ~ .... :-"~ ..... ~t A~:cle VII o~¢ By laws of each company and the Resolutmn of thc~ 3~789 11-98 CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS BtddeWs attention is directed to the insurance requirements below It ts highly recommended that bidders confer with their respective insurance careers or brokers to determme tn advance of Bid submission the avadabdlty of insurance certificates and endorsements as prescribed and provided herein. If an apparent low bidder fads to comply strictly with the msurance requtremonts, that bidder may be disqualified from award of the contract Upon bid award, all insurance requirements shall become contractual obhgattons, which the successful bidder shall have a duty to maintain throughout the course of this contract STANDARD PROVISIONS: Without hmttlng any of the other obhgattons 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, contalnmg the bid number and title of the project Contractor may, upon written request to the Purchastng Department, ask for clarification of any insurance requirements at any time, however, Contractors are strongly advised to make such requests prtor to bid opening, since the insurance requirements may not be modred or watved after bid openmg unless a written exception has been submitted with the bid Contractor shall not commence any work or dehver any material untd he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton All insurance pohctes proposed or obtained tn satisfaction of these requirements shall comply with the following general specifications, and shall be maintained tn compliance with these general specfcatlons throughout the duration of the Contract, or longer, if so noted Each pohcy shall be ~ssued by a company authorized to do business ~n the State of Texas wzth an A M Best Company rating of at least A · 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 ehm~nate such deductibles or self-insured retentions w~th respect to the C~ty, ~ts offimals, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related ~nvest~gat~ons, elmm administration and defense expenses · Lmblhty pohcles shall be endorsed to prowde the following · . Name as additional insured the City of Denton, its Officmls, Agents, Employees and volunteers ** That such tnsurance is primary to any other insurance avmlable to the additional msured with respect to clams covered under the policy and that this insurance applies separately to each insured against whom clam Is made or suit is brought The inclusion of more than one insured shall not operate to increase the insurer's hmlt of liability · All policies shall be endorsed to read' "SAID POLICY SHALL NOT BE CANCELLED, NONRENEHED OR MATERIALLY CHANGE ~ITHOUT 30 DAYS ADVANCED HRITTEN NOTICE BEING GIVEN TO THE OHNER (CITI) EXCEPT HHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN HHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED" · Should any of the required insurance be provided under a cl~ums-made form, Contractor shall mamta~n such coverage continuously throughout the term of flus contract and, w~thout lapse, for a period of three years beyond the contract expiration, such that occurrences ansmg dunng the contract term which give nsc to claims made after expiration of the contract shall be covered · Should any of the reqmred insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance · Should any required insurance lapse dunng the contract term, requests for payments ongmatmg at~er 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 remstated, City may, at its sole option, terminate this agreement effective on the date of the lapse SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All msurance poh¢Ies proposed or obtatned tn sattsfactton of thts Contract shall addttlonally comply wtth the followlng marked specifications, and shall be mamtatned tn comphance wtth these addtttonal specifications throughout the duratton of the Contract, or longer, tf so noted IX] A General Lmbility Insurance' General Liability insurance w~th combined single limits of not less than $1~000~000 shall be provided and mantaned by the Contractor The policy shall he written on an occurrence bas~s either in a single policy or in a combination of underlying and umbrella or excess policies If the Commercml General Liability form (ISO Form CG 0001 current edition) is used · Coverage A shall include premises, operations, products, and completed operations, mdependent contractors, contractual liability covenng 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) covenng ttus contract, personal injury liability and broad form property damage liability IX] Automobile Ltabfllty Insurance Contractor shall provide Commercial Automobile Liability insurance with Combined Single L~mits (CSL) of not less than $1,000~000 either m a single policy or m a combination of basic and umbrella or excess policies The pohey 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 w~th this contract Satisfaction of the above reqmrement shall be in the form o£a policy endorsement for · any auto, or · all owned, hired and non-owned autos IX] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the m~mmnm statutory reqmrements for issuance of such insurance, has Employer's Llabthty limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy hmit for occupational disease The City need not be named as an "Additional Insured" but the insurer shall agree to waive all r~ghts of subrogation agmnst the City, its 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 with the provisions of Attachment 1 in accordance with §406 096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensation Commission (TWCC) [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and mamtmn at all times during the prosecution of the work under flus contract, an Owner's and Contractor's Protective Llabdtty msurance pohcy naming the City as tnsured for property damage and bodily tnjury which may arise m the prosecution of the work or Contractor's opcrattons under thts contract Coverage shall be on an "occurrence" basis, and the pohcy shall be tssued by the same insurance company that carnes the Contractor's habfllty tnsurancc Policy hmas will be at least __ combined bodily injury and property damage per occurrence wtth a aggregate [ ] Fire Damage Legal Llabihty Insurance Coverage is required if Broad form General Llabdlty ts not provided or ts unavailable to the contractor or if a contractor leases or rents a portion of a Ctty building Ltmtts of not less than each occurrence are required [ ] Professional Liability Insurance Professional habthty insurance wtth ltrmts not less than per claim w~th respect to negligent acts, errors or omtsslons tn connectton with professional servmes m required under this Agreement [ ] Builders' Risk Insurance Builders' R~sk Insurance, on an All-Rask form for 100% of the completed value shall be provided Such policy shall include as "Named Insured" the Ctty of Denton and all subcontractors as their interests may appear [ ] Additional Insurance Other insurance may be reqmred on an ~ndtmdual basts for extra hazardous contracts and specific service agreements If such addttional msurance ts reqmred for a specific contract, that reqmrement wffi be described tn the "Specific Condttions" of thc contract specfficatlons ATTACHMENT 1 IX] Worker's Compensation Coverage for Braiding or Construction Projects for Governmental Entities A Definitions Certificate of coverage ("certfficato")-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 entlty'$ employees providing services on a project, for the duration of the project Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity Persons providing services on the project ("subcontractor" in §406 096) - includes all persons or entities perfornung 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 llmltaOon, independent contractors, subcontractors, leasing companies, motor careers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project "Services" include, wathont limitation, providing, hauling, or dehvermg 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 B The contractor shall provide coverage, based on proper reporting of classfficatlon codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all employees of the Contractor providing services on the project, for the duration of the project C The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract D If the coverage period shown on the contractor's current certificate of coverage ends dunng the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the govemmental entity showing that coverage has been extended E The contractor shall obtlun from each person prov~dlng servmes on a project, and provide to the governmental entity (1) a certificate of coverage, prior to that person begmmng work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons provld~ng 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 dunng the duration of the project F The contractor shall retmn all reqmred certificates of coverage for the duration of the project and for one year thereafter G The contractor shall notify the governmental entity in writing by certified marl or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the prowslon of coverage of any person providing services on the project H The contractor shall post on each project s~te a not~ce, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, tnform~ng all persons prowdmg services on the project that they are reqmred to be covered, and stating how a person may venfy coverage and report lack of coverage I The contractor shall contractually reqmre each person w~th whom ~t contracts to provide services on a project, to (1) prowde coverage, based on proper repomng of classification codes and payroll amounts and fihng of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Sectmn 401 011(44) for all of ~ts employees providing servmes on the project, for the duration of the project, (2) provide to the contractor, prior to that person beg~nmng work on the project, a certificate of coverage showing that coverage ~s being prowded for all employees of the person promdmg servmes on the project, for the duration of the project, (3) prowde the contractor, prior to the end of the coverage period, a new certfficate of coverage showing extensxon of coverage, ~f the coverage period shown on the current certfficate of coverage ends dunng the duration of the project, (4) obtmn 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 certfficate of coverage showing extension of coverage, prior to the end of the coverage period, ~f the coverage period shown on the current certificate of coverage ends dunng the duration of the project, (5) retain all required certfficates of coverage on file for the duration of the project and for one year thereafter, (6) not~fy the governmental entity in writing by certified mail or personal delivery, wtth~n 10 days after the person knew or should have known, of any change that materially affects the provtslon of coverage of any person providing services on the project, and (7) contractually require each person w~th whom it contracts, to perform as reqmred by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are provld~ng services J By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of elassfficatlon codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-msured, with the commxsslon's Division of Self-Insurance Regulatton Provldxng false or misleading reformation may subject the contractor to admlmstratlve penalties, criminal penalties, civil penalties, or other civil actions K The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract vmd if the contractor does not remedy the breach within ten days after recetpt of not,ce of breach from the governmental entity Bid 2455- Lakeview Blvd -CONTRACT & INS 2-00 BID SUMMARY TOTAL BID PRICE IN WORDS In the event of the award of a con~act to the undersigned, the undersigned will furmsh a performance bond and a payment bond for the full amount of the contract, to secure proper comphanc~ with the terms and provmlons of the contract, to insure and guarantee the work until final compleuon and acceptance, and to guarantee payment for all lawful clanns for labor performed and matermls furmshed m the fulfillment of the contract It Is understood that the work proposed to be done shall be accepted, when fully completed and fimshed m accordance with the plans and specifications, to the satisfaction of the Engineer The -nflerslgned certlfie~ that the bid prices contained m this proposal have been carefully checked and arc subnutted as correct and final Umt and lump sum prices as shown for each item hated m th~s proposal, shall control over exteaslons co r cro ,.-) ' J Street Address CI~ and S~ate Seal & Authonzauon (If a Corporation) ?~ ~ $ 9~ ~ Tel~bon~ B-1 Lakevtew Boulevard WORKDAYS 90 Paving and Drainage BID NO PO NO BID TABULATION SHEET 1 21 Contractors Warranties and LS $ t o o~a,elLS $ 60oo o OO Understandmgs Umt Price in Words 51o/-~ 4'/~,,,.q.. ,~ d.//,,.r~ o_~ z.e,-o 21~ 3-^ I ~8" ¢lassm sto=,ewer 527 I LF UnltlPrlcemWords ¥..[,. r~'~ t ~,,o6 e ~OIIq r~ e~,,~t ze,'a 2 12 3-B ] 24' Class III storm sewer 235 I LF I$..~-~/LFlSqqooo~ UnltPrlcemWords ~ot-4-~ dollo, r: c.,~et 2 12 3-D I 36" Claas m storm sewer 200 /LF t $ :5~ o~/LF Um~PrlcemWords $2;.~..t.Y 4O;~/e oo/lars a.~at z~,~o 2 12 3-E ] 48" Class ]III storm sewer 20 I LF ] $ go oo/LF UmtPncemWords E,~l,~ &dlo.,'~ o.,..2 ~,.e,~ 3 0-A Removal and D~sposmg of 6126 SY $ ~ 50 /SY Pavement Umt Price m Words 4-~) ~ d.~//a~-~ o~,.-d 42, f~¥ r.~,~ ~ 30-B RemoveConcreteDrlves& 745 SY $ oo o~ /SY Walks UnltPrlcemWords ~.t~/..4" dd/,',~.,, a-,'~lz~''0. 3 0-C Remove Reinforced Concrete 595 LF $ /~ c~o /LF $ Pipe 31 I PreparaUonofRlghtofWay ]LS I* o"LS Umt Price m Words UmtPrlcemWords ~2o~r' Olo/7o.,'~ ~,-d -ze.~o P-3 Lakeview Boulevard WORKDAYS Paving and Drainage BID NO PO NO BID TABULATION SHEET UmtPrtceinWords -~ou.r o~llo~r~ ~ 4~':f&l UmtPn~nWords 5~ ffotlo~s ~ ~ ~ 3107 I Hy omulch I 312 ~Tempor~Eros~onCon~ol ILS 1590~ ~o/LS I Umt ~ m Words 4 6,7 of 6" Subgr~eC°~rete/L~e Trident 15,784 SY Umt ~ m Words ~o d~(l~ ~ ~ ~s 57-A I6" As~tPavement(T~eA) 1,~8 I TON I$~ 57-B ~2' Asphalt Pavement (Type D) 556 I TO~IS UmtPncemWords ~/~ q~o ~o//~ ~ ~v 58 [ Concrete Pavement 9,864 ] SY I$ 6 7,2-A Adjust S~t~y Sewer 4 EA $ 3 o a /EA M~oles UnltPncemWords ~dFee ~o/[orS ~ ~o 7 6-A-3 [5' CurbI,et 1 ~ EA I$ Unit Pn~ m Words ~ ~ d/~ ~/~rs ~ ~ ~o 7 6-A-4 ]I0' RecessedC~bi~et 2 ]EA I UnitPn~mWords ~ p ~ ~ UnitPnce~nWords 6~~ g~tred ;~& do//~/~ P-4 Lakewew Boulevard WORKDAYS Paving and Drainage BID NO PO NO BID TABULATION SHEET UmtPncemWords 4x.o~ -(-A~ ~ ~o//~s ~4~e~o ~ '1 76-A-7 , 4'X4'J~CtlOnBox 1 ~ EA ~$~I0Ooo/EA UmtPn~mWords ~e~ O~ ~ ~dr~ d~//~r, ~ 7 6-A-9 [T~e"C' Headw~l 4 I EA Umt ~l~ m Words ~r~ k~dr~ ~//~rg ~ ~ro ~ Unit ~1~ m Words ~v~ ~ ~d ~o&/l ~ ~ 8 1 B~n~es, W~g S~ ~d LS $ /~ Unit ~tce m Words ~ ~,~ ~ ~ ~ ~<d 82 [InsmllConcreteCurb&OuRer ,130 ]LF UnttPn~mWords Zero ~/l~ ~ 5~e~7 ~;~ 83-A [ Concrete Driveway 665 laY UnttPn~mWords ~r~o~ d~//~c~ ~ ~ ~ SY /SY 8 3-B Concrete Sldewal~ ~d 26 $ qo P~estn~ ~ps Unit Prme m Words 8 3-C I s~p~/Color~Concrete 130 I I* Umt ~ce ~n Words umt er~ m words ~, ~ d d/~s ~ ~ ~o sP-2 I Com~teSaw cu, ,5o I LF P-5 Lakev~ew BouleYard WORKDAYS 90 Pawng and Drm~age BID NO ~q~g' PO NO BID TABULATION SHEET SP-15 Adjust Valve 5 $~¢o ,o'¥EA $1~O,O ~ SP-37 I Excavat,onPro~t,on ] ES I S/ooooq~ [$tooo oo Umt ~tce m Words Um~ ~ m Words ~ ~r~ ~ ~ do//~ ~ ~o ~ sP-43 [n~phmtS.~Cut ] LF ~$ ~ oo /LF Umt ~ m Words ~c da//a.r ~ ~o ~ SP-55 I Pav~mM~kmgs ] ~ [$q0ouo~qLS I$%oo - UmtPn~mWords ~,~L~ ~.s~. ~//~ ~ad ,e~o SP-61 Traffic S~g~l Condmt ~d hll ~ $ ILS $ Boxes qoo~ ~o ?o~ o~ Umt Pn~ m Words Umt Price ~n Words Umt Price ~n Words Umt Pn~ m Words Umt ~ce m Words TOTAL P-6 CORa. CERTIFICATE OF LIABILITY INSURANCE ~ (940)382-9691 FAX (940)24]-10S0 THIS CERTIFICATE IS lSSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE & K 1 ng [ nsu Fence HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ~outh I- 35 E, Sul te A ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW )n, TX 7620 $-7829 COMPANIES AFFORDING COVERAGE Ext A ~ COMPANY Texas Work Comp [ns Fund ]&goe Public Company, Inc B ~ I l 1 ¢ h~k COIVPA~Y P O Box 250 C D~nton TX 7~202 D ;.AGES G;~;R~L ^aa~;aA~ 2,0OO, 000 C~'%~ '~ X O:CU~ CLP2302758 10/01/1999 10/01/2000 EACH ~CURRENCE 1,000,000 FIF~E OAUAGE (Any one 5re) 100,000 MED EXP (Any one person) 5 , 000 1,000,000 SCHOOl ~E~ ~ -~ CAP2542947 10/01/1999 10/01/2000 EACH CCCUR~ENCE $ 1,000,000 ~[CES$ LIABILITY UMS~LL~ ::~U CUP2S24882 10/01/1999 10/01/2000 AGGREGATE $ $ 1~000~000 TSF0001082~lO 10/01/1999 10/01/2000 EL O(SF-~$E PO[. CY LIMF~ $ 1,000,000 PTION OF OPERATION $~OCATIONSN;H'CLE~TSPECIAL 'T~MS Re Bid ~2455 - Lakeview Blvd Certificate holder is sho~ as additional insured IF~A~ ~LDER ~A~N Said policy shall no~ be cancelled, renewed,or , of Denton, Its officials, agents, materially changed without 30 days advance ~oyees and volunteers written notice being given to the O~er, excepl whe~ ;he polzcy is 5e[~g cancelled for non- [ Texas Street ~ t o[ premium, i~which case 10 days on, Texas 76201 / aCw ~e writ[eh ~t~e is required