HomeMy WebLinkAbout1999-333ORDINANCE NO 99-333
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS
CONTRACT FOR THE RELOCATION OF WATER AND SEWER LINES, PROVIDING FOR
THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING AN EFFECTIVE DATE (BID
2402 — ARCHER TRAIL UTILITY RELOCATION AWARDED TO JAGOE PUBLIC COMPANY
IN THE AMOUNT OF $331,707 40)
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 I 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 according to the bid number assigned hereto,
are hereby accepted and approved as being the lowest responsible bids
BID
NUMBER CONTRACTOR AMOUNT
2402 JAGOE PUBLIC COMPANY $331,707 40
SECTION II That the acceptance and approval of the above competitive bids shall not
constitute a contract between the City and the person submitting the bid for construction of such
public works or improvements herein accepted and approved, until such person shall comply with
all requirements specified in the Notice to Bidders including the timely execution of a written
contract and furnishing of performance and payment bonds, and insurance certificate after
notification of the award of the bid
SECTION III 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 IV That upon acceptance and approval of the above competitive bids and the
execution of contracts for the public works and improvements as authorized herein, the City Council
hereby authorizes the expenditure of funds in the manner and in the amount as specified in such
approved bids and authorized contracts executed pursuant thereto
SECTION V That this ordinance shall become effective immediately upon its passage and
approval
.51
a PASSED AND APPROVED this the /— day of 1999
JACK,MfLLER, MAYOR
ATTEST,
JENNIFER WALTERS, CITY SECRETARY
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
I: I
BID 2402 - CONTRACTUAL ORDINANCE
ATTACHMENT 1
TABULATION SHEET
Bid # 2402
ARCHER TRAIL UTILITY RELOCATION
DATE 8-19-99
No.
Q
VENDOR
VENDOR
VENDOR
VENDOR
1
pp
L hL'�E RQ fx<d Qiq.§8<<Shv `fi G&M1
PIPECON
DICKERSON
KEBO
JAGOE
#xg#g°'f:R�`SH`'Yv^yt4;;%;<y<,`<£";"Y'»<
INC
CONST
SERVICES
PUBLIC
sy 1.93
WATER MAIN AND SERVICE
$91,355 00
$192,945 00
$149,855 00
$85,810 00
1
LINES
SANITARY SEWER
$260,262 80
$381,814 00
$210,261 50
$245,897 40
2
REHABILITATION
TOTAL BID OF AWARD
$351,817 80
$574,759 00
$360,118 50
$331,707 40
ADDENDUM #1
YES
YES
YES
YES
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 21 day of SEPTEMBER A D , 1999,
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
BOX 250
DENTON, TX 76202
of the City of DENTON , County of DENTON
and State of TEXAS , hereinafter termed "CONTRACTOR "
WITNESSETH That for and in consideration of the payments and agreements
hereinafter mentioned, to be made and performed by OWNER, and under the conditions
expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to
commence and complete performance of the work specified below
BID # 2402 - ARCHER TRAIL UTILITY RELOCATION
in the amount of $331,707 40 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 attached hereto, and
in accordance with all the General Conditions of the Agreement, the Special Conditions, the
Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and
Payment Bonds, all attached hereto, and in
CA-1
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
ENGINEERING DEPARTMENT
all of which are made a part hereof and collectively evidence and constitute the entire contract
Independent Status
It is mutually understood and agreed by and between City and Contractor that
Contractor is an independent contractor and shall not be deemed to be or considered an
employee of the City of Denton, Texas, for the purposes of income tax, withholding, social
security taxes, vacation or sick leave benefits, worker's compensation, or any other City
employee benefit City shall not have supervision and control of Contractor or any employee
of Contractor, and it is expressly understood that Contractor shall perform the services
hereunder according to the attached specifications at the general direction of the City Manager
of the City of Denton, Texas, or his designee under this agreement
Indemnification
Contractor shall and does hereby agree to indemnify and hold harmless the City of
Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury
to property or third persons occasioned by any error, omission or negligent act of Contractor,
its officers, agents, employees, invitees, and other persons for whom it is legally liable, with
regard to the performance of this Agreement, and Contractor will, at its cost and expense,
defend and protect the City of Denton against any and all such claims and demands
Choice of Law and Venue
This agreement shall be governed by the law of the State of Texas and venue for its
construction and enforcement shall lie in the courts of Denton County, Texas
The CONTRACTOR hereby agrees to commence work on or after the date established
for the start of work as set forth in written notice to commence work and complete all work
within the time stated in the Proposal, subject to such extensions of time as are provided by the
General and Special Conditions
The OWNER agrees to pay the CONTRACTOR in current funds the price or prices
shown in the Proposal, which forms a part of this contract, such payments to be subject to the
General and Special Conditions of the Contract
CA-2
IN WITNESS WHEREOF, the parties of these presents have executed this agreement
in the year and day first above written
ATTEST
APPROVED AS TO
4
CITY OF DENTON
(SEAL)
CONTRACTOR
JAGOE PUBLIC COMPANY
DENTON. TEXAS 76202
MAILING ADDRESS
q'ga17SZ'7'5 W(
PHONE NUMBER
N6 / 3W2- -G1 31---..
BY
TITLE //
Yl ( (N T✓.
PRINTED NAME
(SEAL)
BID 2402 9/99 /
CA-3
Bond No Ill 3346 3239
PERFORMANCE BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That JAGOE PUBLIC COMPANY
whose address is BOX 250, DENTON, TX 76202, hereinafter called Principal, and ASSOCIATED
INDEMNITY CORPORATION , a corporation organized and existing under the laws of the
State of TEXAS 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 existing under the laws of the State of Texas, hereinafter called Owner, in the
penal sum of THREE HUNDRED THIRTY ONE THOUSAND SEVEN HUNDRED
SEVEN AND 40/100 DOLLARS ($331,707 40) 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 trade, 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 99-333, with the
City of Denton, the Owner, dated the 21 day of SEPTEMBER A D 1999, a copy of
which is hereto attached and made a part hereof, for BID # 2402 - ARCHER TRAIL
TTTTT 1TV RP.T OCATION _
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 this obligation shall be void, otherwise, it
shall remain in full force and effect
PB-1
PROVIDED 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, 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 21 day of SEPTEMBER , 1999
ATTEST
PRINCIPAL
JAGOE PUBLIC COMPANY
BY �.
SECRETARY BY
V it� PR IDE T
ATTEST
C
d. r.. �..,�R
SURETY
ASSOCIATED INDEMNITY CORPORATION
BY R=MJ2Dp� )pl��9fD
ATTORNEY -IN -FACT Rosemary Weaver
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME Rosemary Weaver - Willis Corroon Corporation of Texas
STREET ADDRESS 13355 Noel Road, Suite 400, Dallas, Texas 75240-6643
(NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a
corporation, give a person Is name )
PB-2
PAYMENT BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That JAGOE PUBLIC COMPANY,
whose address is BOX 250, DENTON, TX 76202, hereinafter called Principal, and
p p TAmp TTiDE""*7Tmv rnavnunmTON a corporation organized and
existing under the laws of the State of TEXAS 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 existing 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 improvements hereinafter referred to, in the penal sum of
THREE HUNDRED THIRTY ONE THOUSAND SEVEN HUNDRED SEVEN AND
40/100 --�- DOLLARS ($ 331,707 40) 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 99-333, with the
City of Denton, the Owner, dated the 21 day of SEPTEMBER A D 1999 , a copy of
which is hereto attached and made a part hereof, for BID 2402 - ARCHER TRAIL
TTTTT TTV Ryu.nC"ATION
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties
and make prompt payment to all persons, firms, 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 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 21 day of SEPTEMBER , 1999
ATTEST
PRINCIPAL
JAGOE PUBLIC COMPANY _
BY 7 -
SECRETARY BY
V (CL PRESIDENT
ATTEST
SURETY
BY ASSOCIATED INDEMNITY CORPORATION
ATTORNEY -IN -FACT Rosemary aver
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME Rosemary Weaver - Willis Corroon Corporation of Texas
STREET ADDRESS 13355 Noel Road, Suite 400, Dallas, Texas 75240-6643
(NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a
corporation, give a person's name )
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 PRESENTS That FIREMAN'S FUND INSURANCE COMPANY a California corporation NATIONAL SURETY CORPORATION
an Illinois CORPORATION ratlCalifornie corporation, and INSURANCECOMPANY
nAUTOMOBILE eINSURANCE COMPANYoration oa esticated Missouri rcorpo corporationNebraska
(herein collectively INDEMNITY
the
Companies ) does each hereby appoint ROSEMARY WEAVER AND JOHN R. STOCKTON OF DALLAS TX
their true and lawful Atmmey(s) in Fact with full power of authority hereby conferred in their name place and stead to execute seal acknowledge and deliver any and all
bonds und{.rtakmgs ecogmzances or other written obligations m the nature thereof —
and to bind the Companies thereby as fully and to the same extent as if such bonds welt signed by he President scaled with the corporate seals of the Compimes and duly
attested by the Companies Secretary hereby ratifying and Lonfirmmg all that the s ud Attorney(s) in Fact mint do in the premises
This prnser of attorney is granted under and by the authority of Article VII of the By laws of FIREMAN S FUND INSURANCE COMPANY NATIONAL SURETY
CIATED INDEMNITY CORPORATION and AMERICAN AUTOMOBILE INSURANCE
CORPORATION THE AMERICAN INSURANCE COMPANY ASSO
COMPANY which provisions are now in full force and effect
the Board of
rectors of FIREMAN S FUND
This ed I
COMNCE
PANYoNATIONAis L SURETY CORPORATIONeTHE AMERICAN Iof the INSURANCECOMPAtion NY ASSOCIATED TED INDIEMNITY C an ORATION and IAMERICAN
AUTOMOBILE INSURANCE COMPANY at a meeting duly called and held or by written consent on the 19th day of March 1995 and said Resolution has not been
amended or repr.aled
RESOLVED that the signature of any Vice President Assistant Secretary and Resident As, Secretary of the Companies end the seal to by
the
Companies may be affixed or printed on any power of attorney o of attorney of any
beating such fwer of ey or le signature
on any
ce for facsimile
cate geat shall be
facsimile and any power of attorney any revocation of any p Y
valid and binding upon the Companies
IN WITNESS WHEREOF the Compan s have caused these ese is to be signed by their Vice President and then corporate seah to be hereunto affixed
this 1 / day of DeC2mbei
FIREMAN S FUND INSURANCE COMPANY
Tv0 o{,IYIr rev`"";,a'o tit ,oS���+rFy'i, `oOatw,y�v�sNATIONAL SURETY CORPORATION
THE AMERICAN INSURANCE COMPANY
Pvo4 m �aJ�" .jjIljjQQ''\\ o • • z 3 e e A L ASSOCIATED INDEMNITY CORPORATION
AMERICAN AUTOMOBILE INSURANCE COMPANY
t M/nllninMaF
gl Ylf PfC,sk.l
STATE OF CALIFORNIA
ss
COUNTY OF MARIN A4 p Mallonee
to me known who being by me
On this 17 day of December 1998 President 01 nco before me personally came
Companies Id de seals d sae totheis Instrument ias such company sealsthatheyiweredso haffix d by ordeich executed rlof hevBoard of Directors hof said companies and that he
signed his name hereto by like order
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year herein first above written
I.00AMPO
Commission N 1163n6
Notary Public • California
Mann County Nmary Pubk
6WCommBq*ffiNoy28200If
CERTIFICATE
STATE OF CALIFORNIA
ss
COUNTY OF MARIN p OF
and a undersigned Resident
Assistant furthermorethatArticle VII of [he gD0 HEREBY oeach company andtthe Resathe gunn of theoing and [Boa d oached �Dire
Rtorrs setourth n he Power of Attorney
has
been
are now in force
Signed and sealed at the County of Mann Dated the ) day 1ouuf
gTYCs ,o{'YYiiz PA'M"N9 FGry 10•pe111lilfey 1, ."&LE INS'•
y� •/rye 'S • 3 ®BAL S
\lV1` o G��p �J f r� �p aesldem Asysum 5ecrclury
b, pt NO'h� •�J.a�o_ 4ANC[CO�' GgANCE'eeJe dUn
N 4 Innnuma>
360789 11 98
IMPORTANT NOTICE
TO OBTAIN INFORMATION OR MAKE A COMPLAINT:
YOU MAY CONTACT THE TExAS DEPARTMENT OF
INSURANCE TO OBTAIN INFORMATION ON COMPANIES,
COVERAGES. RIGHTS OR COMPLAINTS AT:
1-800-252-3439
YOU MAY WRITE THE TExAS DEPARTMENT OF INSURANCE:
P. 0. Box 149104
AUSTIN, TX 78714-9104
FAx #(512) 475-1771
PREMIUM OR CLAIM DISPUTES:
SHOULD YOU HAVE A DISPUTE CONCERNING YOUR
PREMIUM OR ABOUT A CLAIM YOU SHOULD CONTACT THE
AGENT OR COMPANY FIRST. IF THE DISPUTE IS NOT
RESOLVED, YOU MAY CONTACT THE TExAS DEPARTMENT
OF INSURANCE.
ATTACH THIS NOTICE TO YOUR POLICY:
THIS NOTICE IS FOR INFORMATION ONLY AND DOES NOT
BECOME A PART OR CONDITION OF THE ATTACHED
DOCUMENT.
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 certificates 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 shall 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 A
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, claim administration and
defense expenses
Liability policies shall be endorsed to provide the following
•• Name as additional insured the City of Denton, its Officials, Agents,
Employees and volunteers
•• That such insurance is primary 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 limit of liability
• All policies shall be endorsed to read
"SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR
MATERIALLY 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 annual 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
SPECIFIC 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
$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 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) covering this
contract, personal injury liability and broad form property damage
liability
Ixl Automobile Liability Insurance
Contractor shall provide Commercial Automobile Liability insurance with Combined
Single Limits (CSL) of not less than $1,000,000 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
[XI 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 all 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 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 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 liability 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
[ ] 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
ATTACHMENT 1
[XI 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 providing 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 carriers, 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
B 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 401011(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 during the duration of the project, the contractor must, prior to the end of the
coverage period, file a new certificate of coverage with the governmental entity
showing that coverage has been extended
E The contractor shall obtain from each person providing services on a project, and
provide to the governmental entity
(1) a certificate of coverage, prior to that person beginning work on the project,
so the governmental entity 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
F The contractor shall retain all required certificates of coverage for the duration of
the project and for one year thereafter
G The contractor shall notify the governmental entity in writing by certified mail or
personal delivery, 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
H 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
I 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 of
its employees providing services on the project, for the duration of the
project,
(2) provide to the contractor, prior to that person beginning 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 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
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 classification codes and payroll
amounts, 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
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 void if the contractor does not remedy the breach within ten days after
receipt of notice of breach from the governmental entity
ARCHER TRAIL UTILITY PROJECT
WATER LINE
BID TABULATION SHEET
Work Days 45
Bid No a4 oa
PO No
Item Description
Quantity I
Unit Unit Price
Total
1 21 Contractors Warranties and Understandings
-
L S $
/LS
$ p —
Unit Pnce In Words
Bu,e av A",zatty
YWIA
2 12-A
6" Water Line
955 1
L F
$ 3.2 OdLF
$ 30S/cp'
Unit Pnce In Words
o Zi
2 16-A
Water Service (Public)
19
EA 1
$ 70D
$ /3,300
Unit Pnce In Words
2 16-B
Water Service (Private)
2720 1
L F
$ to, DO /LF I
$ LOO —
Umt Pnce In Words
No
2 13
6" Valves
2 1
EA
$ ,SM40EA
$ /,O —
Unit Pnce In Words
oel,
214
Fire Hydrant Assembly
1
I EA Is /EA
$ ;?-/00—
Unit Pnce In Words
✓AW&AC
I LS Is (, 000 — LS $ /, 000 —
3 1
Preparation of Right of Way
Unit Pnce In Words
39
Sod
65
1 S Y
1 $ 6,60/SY $ 3 —
Unit Pnce In Words
3 12
Temporary Erosion Control
I LS Is 4�0 90 LS
$ —
Unit Pnce In Words
8 1
Barricades, Warning Signs, and Detours
S
$ / 75O•MLS
$ 6 7. 0 —
Unit Pnce In Words
;507C
SP-10
Rock Excavation
Y
Is / p0 CY
$ 50 '
Unit Pnce In Words
o�lly
SP-37
Excavation Protection
100
t—L $ a7 DO LF
$ ZG& —
Unit Pnce In Words
tp Go
7/21/99 P 3
ARCHER TRAIL UTILITY PROJECT Work Days 45
WATER LINE Bid No. a40a
BID TABULATION SHEET PO No
SP-39 Project Signs
1 I EA
$ S/5O,Oa EA $ SD
Unit Price In Words
at,
SP-43
Asphalt Saw Cut
1670
L F
$ / 0D LF
$ , (%D —
Unit Price In Words
Uo
SP-45
Miscellaneous Sprinkler System Adjustment
I
L S
1 $ S $ / Seo-
Unit Price In Words
v
Is $
Unit Price In Words
LF
$ /LF 1.$
Unit Price In Words
LF
$ /LF
$
Unit Price In Words
LF
1 $ /LF
$
Unit Price In Words
LF
$ /LF
1 $
Unit Price In Words
Is
1 $
$
Is
7/21/99 P 4
ARCHER TRAIL UTILITY PROJECT Work Days 45
SEWER LINE Bid No ]�QO�
BID TABULATION SHEET PO No
Item Description
Quantity Unit I Unit Price Total
121 Contractors Warranties and Understanchngs
L S $ l2.0001 00 1 $
Unit Pnce In Words
�� eco itn A®
2 13
Flexbase 6"
2 78
S Y Is
do, vp Is
Unit Pnce In Words
— ,2
2 12-C
8" Sanitary Sewer
962
1 L F
$
Unit Pnce In Words
2 12 -D
8" SDR-26 Sanitary Sewer
35
1 L F
$ //S pp
$
Unit Pnce In Words
3-A
Remove Curb & Gutter
18 1 L F
$
Unit Pnce In Words
T
3-B
Remove Walks & Drive
80
1 S Y
$ / Z.00
$
Unit Pnce In Words
�w 2% s 4
31
Preparation of Right of Way
I L S $ 40eeoo
$ qeqe,9
Unit Pnce In Words
1041ozaaadf7 s
39
Sod
381 1 S Y
$
op
$ ZU
Unit Pnce In Words
S/K LgdjAgcA:Rs
3 10 7
Hydromulch
790
1 S Y
$
$ 31/GO —
Unit Pnce In Words
✓/10
3 12
Temporary Erosion Control
I L S
$ 7,90,Ob
Unit Pnce In Words
3 1 E $ /, .5� $ 3 LSD —
7 6-B
Rebuild Existing Manhole
Unit Pnce In Words
�.c
g Ac
7 6- -1
Install Concrete Manhole (4' I D)
5 EA
$
$ f xz —
Unit Pnce In Words
0.�
IrE
ARCHER TRAIL UTILITY PROJECT
SEWER LINE
BID TABULATION SHEET
Work Days 45
Bid No. aL
PO No
Item Description
Quantity Unit Unit Price Total
7 6-A-2 4' Drop Manhole
2 EA $ -q,550 Op $ 5,
Unit Price In Words
lva �vnn a�
7 6-A-3
Install Concrete Manhole (4' I D 4'-6' Depth)
1 EA $ /, -75-0 00
$
Unit Price In Words
osc6
7 6-A-4
Install Concrete Manhole (4' I D 6'-8' Depth)
1
EA
$ Is
(8S0
Unit Price In Words
8 2-A Install Concrete Curb & Gutter
18 1 L F
$ 2,400$
—
Unit Price In Words
8 3-A
Install Concrete Driveway
80
1 S Y $
$ 3.600--
Untt Price In Words
1p
8 1
Bamcade, Warning Signs and Detours
L S
$—
Unit Price In Words
SP-2
Concrete Saw Cut
47 1 L F
$ ar D0
$ Z35—
Unit Price In Words
,� 4P 9
SP-8
Abandon Existing Manhole
2 1 EA
$ 4 LSD CD
$ Z, 300 -
Unit Price In Words
-7Aw6*1V14w ovX45,
SP-10
Rock Excavation
50 1 C Y
$ ! Do
Is 50 —
Unit Price In Words
SP-37
Excavation Protection
1000
1 L F
$ / p0 $ 1, 0D0 —
Unit Price In Words
s
SP-39
Project Signs
1
I EA
$ yy-7 oa—
Unit Price In Words
kw,y-,CI
SP-40
Cut and Plug Existing Sanitary Sewer
2
1 EA
$ pQ
$—
Umt Price In Words
P6
ARCHER TRAIL UTILITY PROJECT Work Days
SEWER LINE Bid No
BID TABULATION SHEET PO No
45
Item
Description
Quantity Unit I
Unit Price
Total
SP-43
Asphalt Saw Cut
200 L F
$ /, pp
$ ZfXJ —
Unit Price In Words
y
SP-45
Miscellaneous Spnnkler
L S
$ 1,500, M
$ /SOD —
Unit Price In Words
ch t/ /PL�Jj
SP-46-A
8" Trenchless Sewer and Reconnect Services
545 1
L F
$ 1$.31
& —
Umt Price In Words
F/Fdy u s
SP-46-B 6" Trenchless Sewer
8550 1
L F
Is S8,00
$ 3M —
Umt Price In Words
7 ��" ` ' 41"l5
SP-47
Remove and Replace Wood Fence
I L S
$ go60,6V Is
4000—
Umt Price In Words
fL l�w
SP-70
Clean Existing 12" Sanitary Sewer
208
1 LF
$—
Unite Price In Words
F29LL.4Xs if
WS-27
Romove Manhole
1
EA
$
Umte Price In Words
WS-18
Sanitary Sewer Service
41
EA $
Unit Price In Words
3 p LIV $ 40 00
$
Unit Price Pnce In Words P- 5 -',Cb
Is
1 $
Unit Price In Words
Is
1 $
Unit Price In Words
TOTAL of r
P7
TOTAL BID PRICE IN
Da
In the event of the award of a contract to the undersigned, the undersigned will fitmish a
performance bond and a payment bond for the full amount of the contract, to secure proper
compliance with the terms and provisions of the contract, to msure and guarantee the work until
final completion and acceptance, and to guarantee payment for all lawful claims for labor
performed and materials fianished in the fiilfillment of the contract.
It is understood that the work proposed to be done shall be accepted, when Wy completed and
finished in accordance with the plans and specifications, to the satisfaction of the Engineer.
The undersigned certifies that the bid prices contained in this proposal have been carefully
checked and are submitted as correct and final.
Unit and lump -sum prices as shown for each item listed in this proposal, shall control over
extensions.
Street Address
City and State
JAGOE PUBLIC COMPANY
BOX 250
DENTON TEXAS 76202
Seat &Authorization 1.0 31Z
(If a Corporation)
Telephone
B-1
BID SUMMARY
PROJECT
Water Main and Service Lines
Sanitary Sewer Rehabilitation
TOTAL
WORK DAYS BID
45 $ $S 8 61149
45 $47�15T O
90 $2'S —
Both water and sanitary sewer portion of this project will be awarded to one contractor. Award
of bid will be based on the total Water and sanitary sewer are being separated for bookkeeping
purposes
mm
A(.UHU K Ut:K I II-oA I t UI- LIAbILI I Y INbUKANW-- 109 /25/91
>ROD ICER iS40) 382-9691 FAX (940)243-1050
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
amey & King Insurance
HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
330 South I-35E, Suite A
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
)enton, TX 76205-7829
COMPANIES AFFORDING COVERAGE
Bituminous
COMPANY
%ttn Ext
A
Texas Work Comp Ins Fund
NSURED 3agoe Public Company, Inc
COMPANY
Bill Cheek
P 0 Box 250
COMPANY
C
n� +T nn TX 762n7
Wh -AN,
D
COVERAGES
>`^
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS
EXCLUSIONS ANn CONDITIONS OF SUCH POLICIES LIMITS SHOWN
MAY HAVE BEEN REDUCED BY PAID CLAIMS
CO TYPE OF INSURANCE POLICY NUMBER
TR
POLICY EFFECTIVE POLICY EXPIRATION LIMITS
DATE(MMIDONY) DATE(MMIDW")
GENERAL LIABILITY
GENERAL AGGREGATE $ 2,000,000
X COMMERCIAL GIENERAL LIABILITY
PRODUCTS COMPIOP AGG S 2,000,000
A CLA b 'SCE X OCCUR CLP2302758
10/01/1999 10/01/2000 PERSONAL SACV INJURY S 1,000,000
0,, IEP S S 1'CIITRACTOR S PROT
EACH OCCURRENCE S 1,000,000
FIRE DAMAGE (Any one Ire) S 100,000
MED EXP (Any one person) S 5,000
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMITS
X AN" A --
1,000,000
ALL - EC A -"S
BODILY INJURY $
SCLE" Lc^ A 'OS
q CAP2542947
(Per pemn)
10/01/1999 10/Ol/2000
�
HIRED AJ'"E ,
BODILY INJURY S
NC , C 11 ,E- TCS.
1J
(Per amdenq
PROPERTY DAMAGE S
I
GARAGE LIABILITY ..
AUTOONLY EA ACCIDENT 5
ANY A_^C t
OTHER THAN AUTO ONLY
EACH ACCIDENT S
v
AGGREGATE S
EXCESS LIABILITY
EACH OCCURRENCE S 1,000,000
A UMER=_ LA -`%I CUP2524882
10/01/1999 10/01/2000 AGGREGATE $
OTHER THA 1 UMBRELLA FORM
S 1,000,000
WORKERS COMPENSATION AND
TORY LIMITS ER L�
EMPLOYERS LIABILITY
B TSF0001082310
EL EACH ACCIDENT $ 1,000,000
10/Ol/1999 10/01/2000
THE PRCPR ET^U
R ICL
EL DISEASE POLICY LIMIT 5 1,000,000
PARTNERS'EXECI TIDE
OFFICERS AP= EXOL
ELDISEASE EAEMPLOYEE S 1,000,000
OTHER
)ESCRIPTION OF OPERATIONSILOCATIONSNEHICLESISPECIAL ITEMS
City of Denton, its officials, agents,
employees and volunteers are shown as additional
insured
:ERTIFICATE HOLDER
CANCEUATION
Bud Foreman
Said policy shall not be cancelled, renewed,or
materially changed without 30 days advance
Foreman Williamsburg Square, LTD
writ notice being given to the Owner, except
1612 Arbor Creek Trail
w nth policy is b ing cancelled for non-
ayment of premi m, in which case 10 days
Mansfield, Tx 76063
aavance written ice is required
AUTHORIZE EPRVAT�
ACORD28-6(11")
, " - 4�A G�!#C tt kif i4a9