Loading...
2000-443ORDINANCE NO ~/~t~- (/6{,~ AN ORDINANCE AUTHORIZING THE EXECUTION OF CHANGE ORDER ONE TO THE CONTRACT BETWEEN THE CITY OF DENTON AND JAGOE PUBLIC COMPANY, PROVDING FOR THE INCREASE IN THE SCOPE OF WORK, CONTRACT TERM AND AN INCREASE IN THE PAYMENT AMOUNT, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING AN EFFECTIVE DATE (ORDINANCE 2000-054), BD 2455 LAKEVIEW BOULEVARD AWARDED TO JAGOE PUBLIC COMPANY IN THE AMOUNT OF $798,106 PLUS CHANGE ORDER ONE IN THE NOT TO EXCEED AMOUNT OF $195,350 00 FOR ROAD CONSTRUCTION FOR A PORTION OF WINDSOR DRIVE FOR A TOTAL REVISED CONTRACT AMOUNT OF $993,456 00) WHEREAS, on February 15, 2000 (Ordinance 2000-054), the City awarded a public works contract to Jagoe Public Company, m the amount of $798,106 00 for Lakevlew Boulevard, and WHEREAS, the City Manager having recommended to the Council that a change order be authorized to amend such contract agreement with respects to the scope of work, materials, labor and an increase in the payment amount, and smd change order being in comphance with the requirements of Chapter 252 of the Local Government Code, Now, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the change order ~ncreaslng the amount of the pubhc works contract between the City and Jagoe Public Company copy of which is on file in the office of the Purchasing Agent, in the mount of One Hundred Ninety Five Thousand Three Hundred F~fty and no/100 Dollars (195,350 00), is hereby approved and the expenditure of funds therefor ~s hereby authorized The master contract amount ~s amended to read $993,456 00 SECTION II passage and approval That th~s ordinance shall become effective immediately upon ~ts PASSED AND APPROVED this the /t~¢ day of~/~/~_ 2000 EULINE BROCK, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY /tt-- ! APPROVED AS TO LEGAL.~ORM HERB~~Y ATTORNEY By /--~/ ' ;~ / CHANOE ORDER t~(B~0/2455 Lakcwew Blvd ORDINANCE-2000 901-B TEXAS STREET P 0 NUMBER 11508 VENDOR dAGOE PUBLIC COMPANY VENDOR PICK UP P 0 BOX 250 DENTON TX 76202 C I~'~)~'"1~ L~NT O N, TEXAS PURCHASE ORDER DENTON, TX 76201 DATE/VENDOR NO 11-29-00 dAG49000 DOCUMENT S24 SHIP TO CENTRAL RECEIVING STREETS 901 B TEXAS ST DENTON TX 76201 S24 TYPE *** NOTE THIS PURCHASE ORDER SUPERSEDES P 0 # 11508 *** ITEM ACCOUNT NUMBER UNITS NUMBER DESCRI~ION DID NO LINE AMOUNT 01 100 020 0031 8303 0,00 195,350 O0 PROdECT WINDSOR FROM HINKLE TO PARKSIDE CHANGE ORDER ONE The C;ty of Denton, Texas ~s tax exempt-House Bdl No 20 TOTAL FOR P 0 195,350 O( Reference PO Number on all B/L, Shipments and Invmces Shipments are FOB C~t¥ of Benton, or as mdmated By Purchamng D~wsmn RR Number Items Received Date Voucher Number Amount CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this A D, 2000, by and between Clt~ of Denton and State of Texas, acting through Michael W Jez hereinafter termed "OWNER," and Jagoe Pubhc Company 15 day of February of the County of Denton thereunto duly authorized so to do, 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 l_ Lakevlew Blvd m the amount of $798,106 and all extra work m 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 furmsh all materials, supplies, machinery, equipment, tools, supermtendenee, labor, msurance, and other accessories and services necessary to complete the work specified above, m accordance with the condmons and prices stated m the Proposal and the Performance and Payment Bonds, attached hereto, and tn accordance with all the General Condmons of the Agreement, the Special CondlUons, the Not,ce to Bidders (Advertisement for Bids), and Instructions to B~dders, as referenced hereto and on file m the office of the Purchasing Agent, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings ,and prmted or written explanatory matter thereof, CA - 1 and the Specfficatlons therefore, as prepared by Denton Engmeerm[[ and TransportaUon Department all of whmh are referenced hereto and made a part hereof and collectively evidence and consUntte the entire contract Independent Status It is mutually understood and agreed by and between C~ty and Contractor that Contractor ~s an independent contractor and shall not be deemed to be or considered an employee of the C~ty of Denton, Texas, for the purposes of income tax, withholding, somal security taxes, vacation or s~ck leave benefits, worker's compensataon, or any other City employee benefit C~ty shall not have supervision and control of Contractor or any employee of Contractor, and it ~s expressly understood that Contractor shall perform the serwces hereunder accordmg to the attached specfficattons at the general d~rectlon of the C~ty Manager of the City of Denton, Texas, or his designee under this agreement Indemnification Contractor shall and does hereby agree to ~ndemmfy and hold harmless the City of Denton from any and all damages, loss, or habthty of any kind whatsoever, by reason of ~njury to property or third persons occasioned by any error, onuss~on or negligent act of Contractor, its officers, agents, employees, mwtees, and other persons for whom it is legally hable, w~th regard to the performance of th~s 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 Th~s agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall he an the courts of Denton County, Texas The CONTRACTOR hereby agrees to commence work on or after the date estabhshed for the start of work as set forth m wrnten not,ce to commence work and complete all work Wlthan the tune stated m the Proposal, subJeCt to such extensions of tune as are provaded by the General and Special Cond~tmns The OWNER agrees to pay the CONTRACTOR m current funds the price or prices shown m the Proposal, which forms a part of th~s contract, such payments to be subject to the General and Special Condmons of the Contract CA - 2 IN WITNESS WHEREOF, the part~es of these presents have executed th~s agreement m the year and day first above written 'EST ATTEST OWNER x / (SEAL) CONTRACTOR APPROVED AS TO FORM CITY ATTORNEY " / / MAILING ADDRESS PHONE NUMBER FAX NUMBER TITLE (SEAL) CA - 3 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS address as 3020 Ft Worth Drive Denton, TX 76205 That Ja[~oe Pubhc Company whose hereanafter called Pnnclpal, and ~SS~L~T~JN~4NITY C~ , a corporation orgamzed and exlstang under the laws of the State of Texas , and fully authorized to transact bnsmess m the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a mumcapal corporation orgamzed and ex~stmg under the laws of the State of Texas, heremafter called Owner, m the penal sum of Seven Hundred Nmty Eight Thousand One Hundred Slx and no/100 DOLLARS ($ 798,106 ) plus ten percent of the stated penal sum as an additional sum of money representing addatlonal court expenses, attorneys' fees, and hqmdated damages arising out of or connected wath the below adentafied Contract, m lawful money of the Umted States, to be pa~d in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby band ourselves, our he~rs, executors, admunstrators, successors, and assagus, jointly and severally, firmly by these presents This Bond shall automatacally be increased by the amount of any Change Order or Supplemental Agreement whach increases the Contract price, but in no event shall a Change Order or Supplemental Agreement whach reduces the Contract price decrease the penal sum of thlS Bond THE OBLIGATION TO PAY SAME as conditioned as follows Whereas, the Principal entered into a certain Contract, ldentafied by Ordinance Number 2000-054, w~th the Caty of Denton, the Owner, dated the 15 day of February A D 2000, a copy of which as hereto attached and made a part hereof, for Bad # 2455 - Lakevaew Blvd NOW, THEREFORE, af the Prmcapal shall well, truly and faathfully perform and fulfill all of the undertalangs, covenants, terms, conditions and agreements of saad Contract m accordance wath the Plans, SpeclficaUons and Contract Documents during the original term thereof and any extension thereof whach may be granted by the Owner, with or wathout notace to the Surety, and during the hfe of any guaranty or warranty reqmred under thas Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, condmons and agreements of any and all duly anthor~zed modaficatlons of saad Contract that may hereafter be made, notace of which modafications to the Surety being hereby waived, and, af the Pnncapal shall repair and/or replace all defects due to faulty materials and workmanshap that appear wathm a period of one (1) year from the date of final completaon and final acceptance of the Work by the Owner, and, af the Pnnclpal shall fully lndemmfy and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herean and shall fully reunburse and repay Owner all outlay and expense whach the Owner may incur m malang good any default or deficiency, then thas obhgatlon shall be voad, otherwase, n shall remain m full force and effect PB - 1 PROVIDED FURTHER, that if any legal action be filed upon th;s Bond, exclusive venue shall he m Denton County, State of Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of tune, alteration or addltmn to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Speclficatmns, Drawings, ete, accompanying the same, shall m anywise affect its obhgatmn on this Bond, and it does hereby wmve notice of any such change, extension of tune, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawmgs, etc This Bond is given pursuant to the provtslons of Chapter 2253 of the Texas Government Code, as amended, and any other apphcable statutes of the State of Texas The undersigned and designated agent is hereby designated by the Surety here~n as the ResMent Agent m Denton County to whom any requisite notices may be dehvered and on whom serwce of process may be had m matters arising out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this instrument is executed m 4 cop~es, each one of which shall be deemed an original, this the 15 day of February , 2000 ATTEST PRINCIPAL BY Vtc~ PRESIDENT ATTEST SURETY ASSOCIATED IND~MNII~ CO~L=OI~IION flhRNEY-IN-FplCT The Resident Agent of the Surety m Denton County, Texas for delivery of notice and service of the process is (NOTE Date of Performance Bond must be date of Contract corporatton, give a person's name ) PB - 2 If Resident Agent ts not a PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS address as 3020 Ft Worth Drive, Denton, TX 76205 hereinafter called Principal, and That Ja~oe Pubhc Company , whose AS$OCU~ED INDEMNITY C~ORA110~ a corporation orgamzed and ex]sting under the laws of the State of Texas , and fully anthonzed to transact business m the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a mummpal corporation orgamzed and exxstmg under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furmsh materials for, or perform labor upon, the braiding or unprovements hereinafter referred to, m the penal sum of Seven Hundred Nmty Eq~ht Thousand One Hundred Slx and no/100 DOLLARS ($ 798,106 ) m lawful money of the Umted States, to be paid m Denton, County, Texas, for the payment of which sum well and truly to be made, we hereby brad ourselves, our hexrs, executors, adrmmstrators, successors, and assigns, jointly and severally, firmly by these presents This Bond shall automatically be increased by the mount 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 tins Bond THE OBLIGATION TO PAY SAME is condmoned as follows Whereas, the Principal entered into a certam Contract, ~dentffied by Ordinance Number 2000-054, with the C~ty of Denton, the Owner, dated the 15 day of February A D 2000, a copy of which is hereto attached and made a part hereof, for Bid 2455 - Lakewew Blvd NOW, THEREFORE, ff the Prmmpal shall well, truly and fmthfully perform ~ts duties and make prompt payment to all persons, f'mm, subcontractors, corporations and clatmants supplying labor and/or material m the prosecntxon of the Work prowded for m said Contract and any and all duly authorized modfficaUons of said Contract that may hereafter be made, not]ce of which mod:ficat~ons to the Surety being hereby expressly waived, then this obligation shall be void, otherwise it shall remain m full force and effect PROVIDED FURTHER, that ff any legal act]on be filed on this Bond, exclusive venue shall he tn Denton County, Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stxpulates and agrees that no change, extans~on of tune, alteration or addmon to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specfficat~ons, Drawings, etc, accompanying the same, shall m anywise affect ~ts obhgatmn on th~s Bond, and it does hereby waive notice of any such change, extension of tune, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Spec~ficaUons, Drawings, ere PB - 3 Tins Bond ~s given pursuant to the prowslons of Chapter 2253 of the Texas Government Code, as amended, and any other apphcable statutes of the State of Texas The undermgned and designated agent is hereby designated by the Surety hereto as the Resident Agent ,n Denton County to whom any reqms~te notices may be delivered and on whom serwee of process may be had m matters arising out of such suretyship, as prowded by Article 7 19-1 of the Insurance Code, Veruon's Annotated Clv,1 Statutes of the State of Texas IN WITNESS WHEREOF, th~s instrument is executed ,n 4 cop~es, each one of which shall be deemed an original, ttus the 15 day of February, 2000 ATTEST PRINCIPAL ATTEST SURETY BY ATTORNEY-IN-FACT The Resident Agent of the Surety ~n Denton County, Texas for dehvery of not~ce and serwce of the process is STREET ADDRESS (NOTE Date of Payment Bond must be date of Contract If Restdent Agent ts not a corporation, give a person's name ) PB - 4 FIREMAN'S FUND INSURANCE COMPANY NATIONAL SURETY CORPORATION ASSOCIATED INDEMNITY CORPORATION THE AMERICAN INSURANCE COMPANY AMERICAN AUTOMOBILE INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRES,F~TS That FIREMAN S FUND INSURANCE COMPANY a Cahfomm corporation NATIONAL SURETY CORPORATION an ffimots corporation THE AMERICAN INSURANCE COMPANY, a New Jersey corporatmn redomesllcated in Nebraska ASSOCIATED INDEMNITY CORPORATION a Cahforala corporation and AMERICAN AUTOMOBILE INSURANCE COMPANY a Missouri corporatmn (herein collectively called the Compames ) does each hereby appomt ROSEMARY WEAVER AND JOHN R STOCKTON OF DALLAS TX their ~rue and lawful Attomey(O in Fact with full power of authority hereby confen'ed in Ihe~r name place and stead to execute seal acknowledge and dehver any and all alte~ted by the Compame~ Secretary hereby ratdymg and confirming all that the smd Attorney(~) m Fact mas do m the premtses Th~s pov, er of altomey i~ granted under and by the authonry of Amcle VII of the By law~ of FIREMAN S FUND INSURANCE COMPANY NATIONAL SURETY CORPORATION THE AMERICAN INSURANCE COMPANY ASSOCIATED iNDEMNITY CORPORATION and AMERICAN AUTOMOBILE INSURANCE COMPANY whtch provlslon'~ are now m furl force and eBect Th~a power of atlomey m $~gned and sealed under the authority of the fogowmg Resolution adopted by the Board of D~rectors ol FIREMAN S FUND INSURANCE COMPANY NATIONAL SURETY CORPORATION THE AMERICAN INSURANCE COMPANY ASSOCIATED INDEMNITY CORPORATION and AMERICAN AUTOMOBILE INSURANCE COMPANY at a meeting duly called and held or by written consent on the igth day of March [995 and smd Resoluuon has not been amended or repealed RESOLVED that the mgnatum of any V~ce Premdent Asststant Secrelary and Resident Assmlant Secretly of the Compames and the seal ut the STATE OF CALIFORNIA COUNTY OF MARIN FIREMAN S FUND INSURANCE COMPANY NATIONAL SURETY CORPORATION THE AMERICAN INSURANCE COMPANY ASSOCIATED INDEMNITY CORPORATION AMERICAN AUTOMOBILE INSURANCE COMPANY On th,s 17 day Of December 19 ~)~ , before me personally came M A Mallonee to me known who being by m~ du y sworn d d depose and say ~Presldent of each company described in and which execuled the above instrument that he knows the seals of the sat Compames that the seals affixed to the said Instrument are such company sea s that they were so affixed by order of he Board of Directors of sa d companies and that he stgned h~s name thereto by hke order IN WITNESS WHEREOF, I have ~er~unto set my hand and affixed my official seal, the day and ye= heretn first above written · ~ Matin County ~ / '" ! J -- J C.ERTIFICAT~ STATE OF CALIFORNIA J COUNTY OF MARIN I the undersigned Remdem Asmsmnt Secretory of each company, DO HEREBY C£RTIFY that the ~oregolng and attached pOWER OF A'CTORNEY remains m full force and has no~ been ,'evoked and funhennore that Amc]e VII of the By laws of each company and the Resolulmn of thc.Board of D~rectors set forth m the Power of Attorney CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Btdder's attentton ts thrected to the tnsurance requtrements below It ts htghly recommended that bidders confer with thetr respective insurance carriers or brokers to determtne tn advance of Btd submission the avatlabtllty of msurance certtficates and endorsements as prescribed and provided hereto. If an apparent low btdder fads to comply strtctly wtth the insurance requtrements, that bidder may be dtsquahfied from award of the contract. Upon bid award, all tnsurance requirements shall become contractual obhgattons, whtch the successful btdder shall have a dutg to maintam throughout the course of thts contract. STANDARD PROVISIONS: }Vtthout hmttlng any of the other obhgattons or habdtttes of the Contractor, the Contractor shall prowde and matntatn unttl the contracted work has been completed and accepted by the Ctty of Denton, Owner, the mtmmum insurance coverage as tnchcated heretnafter As soon as practtcable after nottficatton of bid award, Contractor shall file wlth the Purchastng Department sattsfactory certificates of insurance, contamtng the btd number and tttle of the project Contractor may, upon wrttten request to the PurchastngDepartment, ask for clartficatton of any tnsurance requtrements at any trine, however, Contractors are strongly advtsed to make such requests prtor to btd opening, since the tnsurance requirements may not be mo&fled or watved after bid opentng unless a written exceptton has been submttted with the btd Contractor shall not commence any work or dehver any matertal until he or she recetves nottficatton that the contract has been accepted, approved, and stgned by the Ctty of Denton. All insurance pohctes proposed or obtatned tn sattsfactton of these reqmrements shall comply with the followtng general spectficattons, and shah be mamtamed tn comphance wtth these general spectficattons throughout the duratton of the Contract, or longer, tf so noted Each pohcy shall be ~ssued by a company authorized to do bus~ness m the State of Texas with an A M Best Company rating of at least A Any deductibles or self-insured retentions shall be declared in the b~d proposal If requested by the City, the ~nsurer shall reduce or ehmmate such deductibles or self-insured retentions with respect to the C~ty, ~ts officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, clatm admlmstratlon and defense expenses Llablhty policies shall be endorsed to prowde the following · . Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers That such insurance ~s primary to any other insurance available to the additional insured with respect to clmms covered under the pohcy and that tins ~nsurance applies separately to each insured against whom claam is made or stat Is brought The mclnsion of more than one insured shall not operate to increase the insurer's lumt of liability · AIl pohcles shall be endorsed to read: "SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERIALLY CHANGE WITHOUT $0 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 reqtared insurance be provided under a clmms-made form, Contractor shall maantmn such coverage continuously throughout the term of flus contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising dunng the contract term whrch give nsc to clan-ns made at, er expiration of the contract shall be covered Should any of the reqtared insurance be provided under a form of coverage that tacludes a general annual aggregate hnut providing for clmms lnvest~gation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtmn Owners and Contractors Protective Lmblhty Insurance Should any required insurance lapse dunng the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as reqmred by this contract, effective as of the lapse date If insurance is not reinstated, City may, at ~ts sole option, terminate flus agreement effective on the date of the lapse SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance pohctes proposed or obtained tn satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be mamtamed in comphance with these additional specifications throughout the duration of the Contract, or longer, if so noted [X] A General Liability Insurance: General Liability insurance w~th combined single limits of not less than $1~000~000 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 pohcles If the Commercial General Llabthty form (ISO Form CG 0001 current edition) used Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual hablhty covenng this contract and broad form property damage coverage · Coverage B shall mclude personal injury · Coverage C, medical payments, is not reqmred If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least Bochly 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 hablhty (preferably by endorsement) covenng tins contract, personal injury liability and broad form property damage llabihty [X] Automobile Liability Insurance. Contractor shall provide Commercial Automobile Liability insurance with Combmed Single LlnUts (CSL) of not less than $1~000~000 either in a single policy or in a combination of basra and umbrella or excess pohcies The policy will include bo(hly injury and property damage hablhty ansmg out of the operation, maintenance and use of all automobiles and mobile equipment used m conjunction with tins contract Satisfaction of the above requirement shall be in the form of a pohcy endorsement for · any auto, or · all owned, lured and non-owned autos [X] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in adchtion to meeting the nummum statutory requirements for issuance of such insurance, has Employer's Llablhty limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 pohcy limit for occupational disease The City need not be named as an "Additional Insured" but the insurer shall agree to wmve all nghts of subrogation agmnst 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 rule 28TAC 110 110 of the Texas Worker's Compensatmn Commission (TWCC) [] [] Owner's and Contractor's Protective Liabthty Insurance The Contractor shall obtaan, pay for and maintain at all times dunng the prosecutaon of the work under tins contract, an Owner's and Contractor's Protectave Lmbflaty insurance pohey naming the Caty as insured for property damage and bodily injury whach may arise in the prosecution of the work or Contractor's operations under flus contract Coverage shall be on an "occurrence" basis, and the pohcy shall be assued by the same insurance company that earnes the Contractor's habahty insurance Pohcy hmats wall be at least combined bodily injury and property damage per occurrence w~th a aggregate Fire Damage Legal Lmblhty Insurance Coverage ns reqmred af Broad form General Liability is not prowded or ~s unavmlable to the contractor or ifa contractor leases or rents a portxon ora Caty building Lamts of not less than each occurrence are reqmred [] Professional Lmbihty Insurance Professmnal habthty insurance wath hmtts not less than per claim w~th respect to neghgent acts, errors or om~ssmns an connectaon wath professional servaees is reqmred under flus Agreement [] Builders' Risk Insurance Builders' R~sk Insurance, on an All-gask form for 100% of the completed value shall be prowded Such pohcy shall include as "Named Insured" the Caty of Denton and all subcontractors as thear anterests may appear [] Additional Insurance Other insurance may be mqmred on an individual bas~s for extra hazardous contracts and specific service agreements If such addmonal insurance is reqmred for a specific contract, that reqmrement vall be descnbed m the "Specafic Condat~ons" of the contract specaficataons ATTACHMENT 1 Worker*s Compensation Coverage for Building or Construction Projects for Governmental Ent~tles A Defimtlons Certificate of coverage ("certfficate")-A copy of a certificate of msurance, a certfficate of authority to self-msure ~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 entlty's employees providing services on a project, for the duration of the project Duration of the project - mcludes the t~me from the beg~nmng 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" m §406 096) - Includes all persons or entlt~es perfonmng 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 Th~s Includes, without lunltatlon, mdependent contractors, subcontractors, leasmg companies, motor careers, owner-operators, employees of any such entity, or employees of any entaty whmh furmshes persons to provide servmes on the project "Services" ~nclude, without limitation, promdmg, hauhng, or dehvenng equipment or materials, or providing labor, transportation, or other service related to a project "Serrates" does not include actavmes unrelated to the project, such as food/beverage vendors, office supply dehvenes, and delivery of portable toilets B The contractor shall provide coverage, based on proper reporting of classfficatlon codes and payroll mounts 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 provldmg services on the project, for the duration of the project C The Contractor must prowde a certfficate of coverage to the governmental entity prior to being awarded the contract D If the coverage penod shown on the contractor's current certffieate 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 wah the governmental entity showing that coverage has been extended E The contractor shall obtaan fi:om each person prow&ng 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 entaty will have on file certificates of coverage showing coverage for all persons pmwdtng services on the project, and (2) no later than seven days after receipt by the contractor, a new certfficate of coverage showing extension of coverage, ff the coverage period shown on the current certfficate of coverage ends dunng the duration of the project F The contractor shall retmn all required cemficates of coverage for the duration of the project and for one year thereafter G The contractor shall notify the governmental entity ~n writing by certafied mml or personal dehvery, w~thm 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 services on the project H The contractor shall post on each project site a not,ce, ~n the text, form and manner prescribed by the Texas Workers' Compensation Commtss~on, reforming all persons prowdmg serrates on the project that they are reqmred to be covered, and stating how a person may venfy coverage and report lack of coverage The contractor shall contractually reqmre each person w~th whom ~t contracts to prowde services on a project, to (1) prowde coverage, based on proper reporting of clasmficatlon codes and payroll amounts and filing of any coverage agreements, whmh meets the statutory reqmrements of Texas Labor Code, Sectmn 401 011(44) :for all of ats employees providing servmes on the project, for the duration of the project, (2) prowde to the contractor, prior to that person beg]truing work on the project, a cemficate of coverage showing that coverage ~s being prowded for all employees of the person prowdmg 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 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 begmmng work on the project, and Co) 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 duratxon of the project, (5) retain all reqmred 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 mml 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 pmv~rhng services on the project, 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 as representmg 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 classfficatlon 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 commission's Division of Self-Insurance Regulation Provlrhng false or misleading information may subject the contractor to admtmstratlve penalties, cnmmal penalties, mwl penalties, or other civil actions K The contractor's failure to comply with any of these prowslons 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 atler receipt of notice of breach from the governmental entity Bid 2455- Lakevlew Blvd -CONTRACT & INS 2-00 BID SUMMARY TOTAL BID PRICE IN WORDS In the event of the award of a contra~t to the undersigned, the undersigned will furmsh a performance bond and a payment bond for the full amount of the contract, to secure proper comphance with the terms and prowsions of the contract, to insure and guarantee the work unUl final completion and acceptance, and to guarantee payment for all lawful ¢launs for labor performed and materials furmshed m the fulfillment of the contract It ~s 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 satisfacUon of the Engineer The undersigned certtfies that the bid prices continued m flus proposal have been carefully checked and are submitted as correct and final Umt and lump sum prices as shown for each item l~sted m tins proposal, shall control over extensions Street Address City and State Seal & Authorv. atlon (If a Corporation) Telephone B-1 Lakewew Boulevard Pawng and Drainage WORKDAYS 90 BID NO aqSS' PO NO BID TABULATION SHEET 1 21 Contractors Warranties and LS $ i- ~ ooo,~4LS $ ~; ooo o oo Un&rstandmgs UlntPnceln Words 5¥/,~ 4L,,,,.s., ,t d~//o.r~ 2 12 3-A [ 18' Class III storm ;ewer 527 I~ UlntPncelnWords 4'l,.,..% rto,,, t ~ollo..,-~ ~.,~ z ~,- ,~ cema 2 12 3-B 24" Class m storm sewer 2,5 ILF UmtPncelnWords aCo t-.e~ d ,:lt~: ~. ,,.a. 2 12 3-C I 30" Class m storm sewer 185 UmtPncelnWords -/:or.Q/ 4~;ve a o//ur~ tx, ti 2 12 3-D I a6- Class m stormsewer 20o I LF I$w,.o~lLFl$ltOoooo UmtPricelnWords .~r.,c.e.¥ ~p;,,~ a 'o/l~r 5 a,~ z~-o Ce~r~ 2 12 3-E 48" Class I11 storm sewer 20 I LF UlntPricelnWords e. ig/..cg da/Ito a o.,.g r. oa 3 0-A RelnovalandDlsposmgof 6126 SY $ .,~ 50 /SY $/~31~ Pavelnent Unit Price In Words 4-c,) o d.e//~.~, o~,.~ ¢, ~¥ 3 0-B Relnove Concrete Drives & 745 SY $ g. aa /SY $ Walks 5' q to ~.t:> o UmtPncemWords ~3/,4' d~/,~,' a.,'~ze,-~ 3 0-C Remove Relnforced Concrete 595 LF $ la ~o/LF $ Pipe UlntPrmemWords '~"-- do/)o.z~ a,,~/ z.,~z~. ~ I Prepam°n°fm~ht°fWay I ES I$ Umt Price m Words Umt Price tn Words ",Co~r' doRq.,'~ ~..--d '~e~-o c...e..~ P-3 Lakevlew Boulevard pawng and Drmnage WORKDAYS 90 BID NO g ct csg PO NO BID TABULATION SHEET 39 3107 3 12 4 6,7 57-A 57-B Unit Price m Words I 76-A-3 UmtPrlcemWords ~,'v- dolla~-~ av I Hydromulch Unit Price m Words Temporary Erosion Control Unit Price m Words 6' Conerete/Lune Treatment of Subgrade Umt Price m Words ~cOo d~,{Inr$ 6" Asphalt Pavement (Type A) Umt Price m Words 58 6 7,2-A AdJust Samtary Sewer 4 Manholes Umt Price m Words 4-kre~ ~.u~dt'ee &/o//ar5 5' Curb Inlet 2" Asphalt Pavement (Type D) UmtPr~cemWords q/&,,4¥ q-~Oo ~o//t,._,~ tx.,~ve-~v I C°ncrete Pavement 9,864 Un~tPrmemWords 4x.oe~-~/ ~x/~ do/lo, rs a-.,-d Unit Prtce m Words ~k4'eer,--- 10' Recessed Curb Inlet Unit Price in Words 4.t~_)Oacff ~o ~ / 14' Recessed Curb Inlet Umt Price m Words EA $300 /EA $ oo /.~OO, O o 1 lEA I$lgoo. o~EA [$/~oo,oo I EA j$,mCr'5~ oYEA 1,5,oo 2 76-A-4 76-A-5 P-4 Lakevlew Boulevard Paving and Drainage BID TABULATION SHEET WORKDAYS 90 mD NO PO NO 76-A-6 76-A-7 Y-Inlet Umt Price m Words q-~o (~ q-A, ~, I 4'X4' Junction Box 7 6-A-8 7 6-A-9 76-A-10 81 82 8 3-A 83-B 8 3-C 8 15 SP-2 Unit Price In Words 4-,4.~,~.~ ~,~ i 5' X 5' Junction Box Unit Price m Words Type "C' Headwall Umt Price m Words 4~;~ Type "B' Headwall Umt Price m Words Barricades, Warning S~gns and Detours Unit Price In Words Install Concrete Curb & Gutter Umt Price tn Words t Concrete Driveway Unit Price in Words Concrete Sidewalks and Pedestrian Ramps Unit Price in Words t Stamped/Colorexl Co~crete Unit Price In Words I Concrete Palp Rap Unit Price in Words I Concrete Saw Cut Unit Price m Words $ ~ oo 665 /SY $ 130 I SY I$ g'O 0o/SY l$/o9oo oo $ fro oo/SY I $q7oo oo 94 I sY 150 ILF J$ '¢c,o /LF I$6oo, oo P-5 Lakevtew Boulevard Pawng and Drainage BID TABULATION SHEET WORKDAYS 90 BID NO ~ ~3' PO NO SP-15 SP-37 Adjust Valve Umt Price m W~~ ~.o~, I ExcavaUon ProtecUon 5 $~-go,°e'/EA SP-39 SP-43 SP-55 SP-60 SP-61 UmvPnce m Words I Project S~gns Umt Price ~n Words I Asphalt Saw Cut Umt Price m Words Pavement Markings UmtPneemWords "~o,r~ ~-/~,~, I Slgnage (Traffic Slgnage) Umt Price m Words Traffic Stgnal Conduit and Pull Boxes Umt Price ~n Words Umt Price ~n Words Unit Price ~n Words Unit Price m Words Unit Price m Words 3 I EA 1$~<3o,oo/EA I$/O%aOa [LS I Sq0o~ooo/LS I$¢ooos o~ ILS [$goooo°/LS I $~0o~ OO LS $ ILS $ qooe, ~o ?Ooo o~ TOTAL 7 ?L/o/.,, oc, P-6 CORD. CERTIFICATE OELIAB!LiTYINSURANCE ER (940)382-9691 & K~ng Insurance ,outh 1-35E, Suite A )n, TX 76205-7829 FAX (940)243-1050 Ext DATE 2/23/00 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW COMPANY A COMPANY 3agoe Public Company, Inc B P O Box 250 C DRnton TX 7~202 COMPANIES AFFORDING COVERAGE B1 tuml nous Texas Work Comp Ins Fund RAGES IS IS TO CERTIFY THAT THE POLICIES OF INSURANCE USTEO BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIO0 ~ICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THiS PTIFImATE MAY BE T$SUED DP MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIFS DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS CLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS CL* '= ~E × ocCuRcLP2302758 10/01/1999 10/01/2000 GENERA[. AGGREGATE PRODUCTS COMPIOP AGG PERSONA[. & ADV INJURY ~ACH OCCURRENCE FIRE DAMAGE (Any one tile) 2,000,000 2,000,000 1,000,000 1,000,000 100,000 5,000 CAP2542947 10/01/1999 10/01/2000 COMBtNED SINGLE LIMrT BODILY INJURY $ 1,000,000 $ $ $ CUP2524882 10/01/1999 10/01/2000 TSF0001082310 10/01/1999 10/01/2000 THER EACH OCCURRENCE $ 1,000,000 1,000,000 EL EACH XCCIOENT $ 1,000,000 EL DISEASE POLICY LImff $ 1,000,000 ELDIS~SE EAEMRLOYEE $ 1,000,000 PTiONOFOPERATIONB~OCATIONE~EHICLE~SP~IALITEMS Re Bid #2455 - Lakeview Blvd Certifzcate holder is shown as additional insured IF[CATE HOLDER of Denton, Its officials, agents, oyees and volunteers Texas Street on, Texas 76201 iD 2S-S CANC~UktlON Said policy shall not be cancelled, renewed,or materially changed wzthout 30 days advance written notice being given to the Owner, excepl whe_B_.[he policy is Being cancelled for non- .p~yme~t of premium, ip' which case 10 days aavan~e written ~tl/~e zs required