HomeMy WebLinkAbout1998-013ORDINANCE NO
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD
OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS FOR CONSTRUCTION OF
MCKINNEY STREET PAVING AND DRAINAGE AND WOODROW LANE SANITARY
SEWER TO JAGOE PUBLIC CO, IN THE AMOUNT OF $645,614 27, PROVIDING FOR THE
EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE (BID
# 2146 — MCKINNEY STREET PAVING AND DRAINAGE AND WOODROW LANE
SANITARY SEWER IN THE AMOUNT OF $645,612 27)
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
S!;CTION 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
2146 JAGOE PUBLIC CO $645,614.27
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 ��,.e�,n,GG����/
PASSED AND APPROVED this the � day of ,1998
r
JAC LLER, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
10
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY A TORNEY
BY
2146 CONTRACT ORDINANCE
ATTACHMENT # 1
BID #
2145
BID NAME
MCKINNEY ST WIDENING/
JAGOE
WOODROW SANITARY SEWER
PUBLIC
CO
DATE
23-Dec-97
#
QTY 417, DESCRIPTION
VENDOR
TOTAL BID AWARD
$645,614 27
ADDENDUM # 1
YES
ATTACffiMENT #2
THE STATE OF TEXAS
COUNTY OF DENTON
INTERLOCAL COOPERATION AGREEMENT FOR ROAD
IMPROVEMENTS BETWEEN THE CITY OF DENTON AND
DENTON COUNTY, TEXAS
THIS AGREEMENT is made and entered into by and between the City of Denton,
Texas, a political subdivision of the State of Texas, hereinafter referred to as "City" and
Denton County, Texas, a corporate and political body under the laws of the State of Texas,
hereinafter referred to as "County" for purposes of the completion of certain road
improvements, hereinafter referred to as the "Project "
WHEREAS, County is developing its real estate located on McKinney Street within
the limits of City, and
WHEREAS, City's Subdivision Rules and Regulations require that County make
certain improvements to McKinney Street, including widening of McKinney Street and
drainage improvements, the Project, and
WHEREAS, City has identified McKinney Street as one on its Master
Thoroughfare Plan, requiring certain improvements, and
WHEREAS, widening of McKinney Street has been placed on the Texas Highway
Department's list of future projects, and
WHEREAS, City and County value the early completion of the Project, and
WHEREAS, City and County mutually desire to be subject to the provisions of
V T C A, Government Code, Chapter 791, the Interlocal Cooperation Act, and
WHEREAS, City desires the participation of County in the Project as authorized
by V T C A, Transportation Code, Section 251012,
NOW, THEREFORE, it is mutually agreed by the parties hereto as follows
ICA Denton McKinney
I
The term of this Agreement shall commence on October I, 1996, and shall end on
September30, 1997,3tnless sooner terminated as provided in the succeeding provisions
hereof
II
The Project is described as follows in the City of Denton, Texas, widening of
McKinney Street from Jannie Street to Woodrow Lane, including drainage improvements,
as required by City's Subdivision Rules and Regulations, and including all surveying,
engineering and construction
It is expressly agreed and understood that all of County's obligations pertaining to
McKinney Street improvements with relationship to the City's platting process and
pursuant to the City's Subdivision Rules and Regulations shall be fully and completely
satisfied by completion of the Project
III
Pursuant to V T C A, Government Code Section 791011, the parties hereto agree
that the purpose of this Agreement is to ensure that certain governmental functions and
services in the area of streets and drainage are performed The parties hereto further agree
that each of them is authorized to perform the functions and services individually
IV
As required by V T C A , Transportation Code Section 251 012 and as evidenced
by the signature of the City's representative below, the governing body of City by the
execution of and approval of this Agreement approves of the expenditure of County money
to participate in or to fund $300,000 00 toward financing the improvement of a street in the
County that is located in the City
U
In performance of this Agreement, City agrees to assume responsibility for seeking
the removal of the referenced section of highway from the State Highway Department's
ICA Denton McKinney
maintenance responsibility and for securing all necessary surveying, engineering and
construction services related to the Project City further agrees that it shall be solely
responsible for payment of all expenses related to completion of the Project City shall
seek reimbursement for expenses related to the completion of the Project from County as
set forth below
VI
As City proceeds in the completion of the Project, it shall submit to the Denton
County Auditor, at 301 East McKinney Street, Denton, Texas 76201, invoices on a
monthly basis for reimbursement and County shall reimburse City for all expenditures
related to this project within Thirty (30) days of receipt of these invoices Attached to this
Contract is a certification by the County Auditor that the County shall include the sum of
Three Hundred Thousand and no/100 ($300,000 00) Dollars in its 1996-97 budget and that
this amount shall be itemized, set aside and approved by the County Commissioners Court
to be expended for the project that is the subject of this Agreement Reimbursement from
County to City shall not exceed the sum of THREE HUNDRED THOUSAND DOLLARS
AND NO/100 ($300,00000)
VII
In performance of this Agreement, County agrees to assist City in expediting the
completion of the Project If, as construction of the Project proceeds, City determines it
prudent to close McKinney Street, County consents to the closure
In further performance of this Agreement, County agrees to reimburse City, from
its current revenues, a sum not to exceed that stated above
V III
This Agreement may be terminated in whole or in part by County or City upon
thirty (30) days' written notice to the other party setting forth a substantial failure by the
defaulting party to fulfill its obligations under this Agreement through no fault of the
terminating party Provided, however, that no such termination may be affected unless the
ICA Denton McKinney
defaulting party is given (1) written notice delivered by certified mail, return receipt
requested of intent to temnnate setting forth the substantial failure to perform, and (2) not
less than thirty (30) calendar days to cure the failure, and (3) an opportunity for
consultation with the terminating party prior to termination In the event of termination by
the County, County shall reimburse City for all invoices submitted up to and including the
date of termination Notices shall be directed as follows
For City
For County Jeff A Moseley
Denton County Judge
110 East Hickory
Denton, Texas 76201
with a copy to District Attorney's Office/Civil Division
319 West Oak Street
Denton, Texas 76201
IX
The covenants, conditions and terms hereof are to be construed under the laws of
the State of Texas and are performable by all parties in Denton County, Texas The parties
mutually agree that venue for any obligation ansing from this Agreement shall Ire in
Denton, Denton County, Texas
X
This writing is intended by the parties as a final expression of their agreement and
as a complete and exclusive statement of the terms of their agreement This Agreement can
be modified or rescinded only by a writing signed by both of the parties or their duly
authorized agents.
XI
This Agreement is not intended to extend the liability of the parties beyond that
provided by law Neither County nor City waives, nor shall be deemed hereby to waive,
ICA Denton McKinney
any immunity or defense that would otherwise be available to it against claims ansing by
third parties
XII
In the event that any portion of this Agreement shall be found to be contrary to law,
it is the intent of the parties hereto that the remaining portions shall remain valid and in full
force and effect to the extent possible
XIII
The undersigned officers and/or agents of the parties hereto are the properly
authorized officials and have the necessary authority to execute this Agreement on behalf of
the parties hereto and each party hereby certifies to the other that any and all necessary
resolutions extending said authority have been duly passed and are now in full force and
effect
EXECUTED in duplicate originals this, the a day of ti , 1996
COUNTY CITY
Denton County, Texas
110 West Hickory
Denton, Texas 76201
Vloseley 7 ,
County Judge
Acting on behalf of and by
authority of the Commissic
Court of Denton County, 7,
Attest
Tim Hodges, County
ICA Denton McKinney
City of Denton, Texas
215 East McKinney Street
Denton, Texas 76201
By
Acting on behalf of and by
authority of the City Council of
Denton, Texas
Attest
Ly/
:., WJ
�*- no- �W-
Approved as to form
Assistant District Attorney
Approved as to form
City Atto
I hereby certify that pursuant to Commissioners Court order # U - a of 1 funds
will be available in fiscal year 1996-1997 in i'
THOUSAND DOLLARS ($300,000 00) to accomp
County, Texas under this Agreement
ICA Denton McKinney
Attachment 3
THE STATE OF TEXAS
COUNTY OF DENTON
INTERLOCAL COOPERATION AGREEMENT FOR ROAD
IMPROVEMENTS BETWEEN THE CITY OF DENTON AND
DENTON COUNTY, TEXAS
THIS AGREEMENT is made and entered into by and between the City of Denton,
Texas, a political subdivision of the State of Texas, hereinafter referred to as "City" and
Denton County, Texas, a corporate and political body under the laws of the State of Texas,
hereinafter referred to as "County" for purposes of the completion of certain road
improvements, hereinafter referred to as the "Project "
WHEREAS, County is developing its real estate located on McKinney Street within
the limits of City, and
WHEREAS, City's Subdivision Rules and Regulations require that County make
certain improvements to McKinney Street, including widening of McKinney Street and
drainage improvements, the Project, and
WHEREAS, City has identified McKinney Street as one on its Master
Thoroughfare Plan, requiring certain improvements, and
WHEREAS, widening of McKinney Street has been placed on the Texas Highway
Department's list of future projects, and
WHEREAS, City and County value the early completion of the Project, and
WHEREAS, City and County mutually desire to be subject to the provisions of
V T C A, Government Code, Chapter 791, the Interlocal Cooperation Act, and
WHEREAS, City desires the participation of County in the Project as authorized
by V T C A, Transportation Code, Section 251012,
NOW, THEREFORE, it is mutually agreed by the parties hereto as follows
ICA Denton McKinney 1
I
The term of this Agreement shall commence on October 1, 1997, and shall end on
September 30, 1998, unless sooner terminated as provided in the succeeding provisions
hereof
II
The Project is described as follows in the City of Denton, Texas, widening of
McKinney Street from Jonme Street to Woodrow Lane, including drainage improvements,
as required by City's Subdivision Rules and Regulations, and including all surveying,
engineering and construction
It is expressly agreed and understood that all of County's obligations on or with
relationship to resulting from the City's platting process and pursuant to the City's
Subdivision Rules and Regulations shall be fully and completely satisfied by completion of
the Project
III
Pursuant to V T C A , Government Code Section 791011, the parties hereto agree
that the purpose of this Agreement is to ensure that certain governmental functions and
services in the area of streets and drainage are performed The parties hereto further agree
that each of them is authorized to perform the functions and services individually
IV
As required by V T C A , Transportation Code Section 251 012 and as evidenced
by the signature of the City's representative below, the governing body of City by the
execution of and approval of this Agreement approves of the expenditure of County money
to participate in or to fund $300,000 00 toward financing the improvement of a street in the
County that is located in the City
u
In performance of this Agreement, City agrees to assume responsibility for seeking
the removal of the referenced section of highway from the State Highway Department's
ICA Denton McKinney 2
maintenance responsibility and for securing all necessary surveying, engineering and
construction services related to the Project City further agrees that it shall be solely
responsible for payment of all expenses related to completion of the Project City shall
seek reimbursement for expenses related to the completion of the Project from County as
set forth below
VI
As City proceeds in the completion of the Project, it shall submit to the Denton
County Auditor, at 301 East McKinney Street, Denton, Texas 76201, invoices on a
monthly basis for reimbursement and County shall reimburse City for all expenditures
related to this project with Thirty (30) days of receipt of these invoices Attached to this
Contract is a certification by the County Auditor that the County has the sum of Three
Hundred Thousand and no/100 ($300,000 00) Dollars in its 1996-97 budget and that this
amount has been itemized, set aside and approved by the County Commissioners Court to
be expended for the project that is the subject of this Agreement Reimbursement from
County to City shall not exceed the sum of THREE HUNDRED THOUSAND DOLLARS
AND NO/100 ($300,000 00)
VII
In performance of this Agreement, County agrees to assist City in expediting the
completion of the Project If, as construction of the Project proceeds, City determines it
prudent to close McKinney Street, County consents to the closure
In further performance of this Agreement, County agrees to reimburse City, from
its current revenues, a sum not to exceed that stated above
Will
This Agreement may be terminated in whole or in part by County or City upon
thirty (30) days' written notice to the other party setting forth a substantial failure by the
defaulting party to fulfill its obligations under this Agreement through no fault of the
terminating party Provided, however, that no such termination may be affected unless the
ICA Denton McKinney 3
defaulting party is given (1) written notice delivered by certified mad, return receipt
requested of intent to terminate setting forth the substantial failure to perform and, (2) not
less than thirty (30) calendar days to cure the failure, and (3) an opportunity for
consultation with the terminating party prior to termination In the event of termination by
the County, County shall reimburse City for all invoices submitted up to and including the
date of termination Notices shall be directed as follows
For City Rick Svehla
Deputy City Manager
City of Denton
215 East McKinney
Denton, Texas 76201
For County Jeff A Moseley
Denton County Judge
110 East Hickory
Denton, Texas 76201
with a copy to District Attorney's Office/Civil Division
324-A McKinney
Denton, Texas 76201
�1
The covenants, conditions and terms hereof are to be construed under the laws of
the State of Texas and are performable by all parties in Denton County, Texas The parties
mutually agree that venue for any obligation arising from this Agreement shall lie in
Denton, Denton County, Texas
M
This writing is intended by the parties as a final expression of their agreement and
as a complete and exclusive statement of the terms of their agreement This Agreement can
be modified or rescinded only by a writing signed by both of the parties or their duly
authorized agents
XI
This Agreement is not intended to extend the liability of the parties beyond that
provided by law Neither County nor City waives, nor shall be deemed hereby to waive,
ICA Denton McKinney 4
any immunity or defense that would otherwise be available to it against claims arising by
third parties
XII
In the event that any portion of this Agreement shall be found to be contrary to law,
it is the intent of the parties hereto that the remaining portions shall remain valid and in full
force and effect to the extent possible
XIII
The undersigned officers and/or agents of the parties hereto are the properly
authorized officials and have the necessary authority to execute this Agreement on behalf of
the parties hereto and each party hereby certifies to the other that any and all necessary
resolutions extending said authority have been duly passed and are now in full force and
effect
EXECUTED in duplicate originals this, the W day of. 1998
COUNTY
Denton County, Texas
110 West Hickory
Denton, Texas 76201
By
f A Moseley
enton County Judge
Acting on behalf of and by
authority of the Commissioners
Court of Denton County, Texas
Attest;
1Tim Hodges, County Clerk
«teae
B
CITY
City of Denton, Texas
215 East McKinney Street
Denton, Texas 76201
By
Acting on behalf of and by
authority of the City Council of
Denton, Texas
Attest
sm
1
ICA Denton McKinney 5
Approved as to form
Assistant District Attorney
Approved as to form
AUDITOR'S CERTIFICATE
I hereby certify that pursuant to Commissioners Court order # funds
will be available in fiscal year 1997-1998 in the amount of THREE HUNDRED
THOUSAND DOLLARS ($300,000 00) to accomplish and pay the obligation of Denton
County, Texas under this Agreement
es Wells, County Auditor
ICA Denton McKinney 6
CONTRACT AGREEMENT
STATE OF TEXAS S
COUNTY OF DENTON S
THIS AGREEMENT, made and entered into this
FSBRUARY A.D., 19 98 , by and between
CITY OF DENTON
of the County of
day of
and State of Texas, acting
through _-TED BENAVIDES
thersunto duly authorized so to do, hereinafter termed "OWNER," and
,TAGOE PUBLIC CO.
P O_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 # 2146 - NCRINNEY STREET PAVING AND DRAINAGE AND WOODROW LANE SANITARY SEWER
in the amount of 9645.614_72 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
accordance with the plans, which includes all maps, plats,
CA - 1
blueprints, and other drawings and printed or written explanatory
matter thereof, and the Specifications therefore, as prepared by
all of which are made a part hereof and collectively evidence and
constitute the entire contract.
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.
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.
IT V - • -e• M
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 tin«
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 TA rnum.
AAA0184D
Rev. 07/28/94
CA - 3
ems
CITY OF DENTON
(SEAL)
ZME PUBLIC CO.
CONTRACTOR
MAILING ADDRESS
Cy y,D�) 3e2
PHONE NUMBER
(-�'v Z> 3 8 z- � 7 3 2_
FAX �'jN/UJMBER
BY 'XXd n 1 �o�'�+ N ¢�
TITLE
�<< Cftrs1c i e
PRINTED NAME
(SEAL)
MMMADRHMSM
THE STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS That JAGOE PUBLIC CO., whose address
is P O 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, 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 SIX HUNDRED FORTY FIVE THOUSAND SIX HUNDRED
FOURTEEN and 27/100— ($645,614.27) 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 98-013, with the City of Denton,
the Owner, dated the 3 day of FEBRUARY, A D 1998, a copy of which is hereto attached and
made a part hereof, for BID # 2146 — MCHINNEY STREET PAVING AND DRAINAGE AND
WOODROW LANE SANITARY SEWER
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 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
PAYMENT BOND - Page 1
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 suretyslup, 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 3 day of FEBRUARY 1998
ATTEST
..� I
SECRETARY AS
M401031
processes
PRINCIPAL
r: ,���. !
PRESIDENTVie 6
SURETY
ASSOCIATED INDEMNITY CORPORATION
BY & I J
ATTORNEY -IN -FACT
Rosemary Weaver
_ on County, Texas for delivery of notice and service of the
NAME Willis Corroon Corporation of Texas
STREET ADDRESS 13355 Noel Road, Suite 400, Dallas, Texas 7524o-6612
(NOTE Date of Payment Bond must be date of Contract
corporation, give a rson'name )
PAYMENT BOND - Page 2
If Resident Agent is not a
2M Cal � "11Eel23a]a AD
THE STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS That JAGOE PUBLIC CO., whose address
is P O 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
SIX HUNDRED FORTY FIVE THOUSAND SIX HUNDRED FOURTEEN and 27/100 —
($645,614.27) plus 10 percent of the stated penal sum as an additional sum of money representing
additional court expenses, attorneys' fees, and liquidated damages arising out of or connected with
the below identified Contract, in lawful money of the United States, to be paid in Denton County,
Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our hens,
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 98-013, with the City of Denton,
the Owner, dated the 3 day of FEBRUARY A D 1998, a copy of which is hereto attached and made
a part hereof, for BID # 2146 — MCKINNEY STREET PAVING AND DRAINAGE AND
WOODROW LANE SANITARY SEWER.
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
PERFORMANCE BOND - Page 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 ansing 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, tlus the 3 day of FEBRUARY, 1998
ATTEST
BY /wa' &
SECREJARY
ATTEST
H
Th
processes
PRINCIPAL /
BY
v c E pRESIDENT
SURETY
ASSOCIATED INDEMNITY CORPORATION
BY p IPA a l 1 1V I��
ATTORNEY- FACT
Rosemary Weaver
m County, Texas for delivery of notice and service of the
NAME Willis Corroon Corporation of Texas
STREET ADDRESS 13355 Noel Road, Sutie 400, Dallas, Texas 75240-6612
(NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a
corporation, give a person's name )
PERFORMANCE BOND - Page 2
GENERAL
WEF
ATTORNEYAASSOCIATED INDEMNITY CORPORATION
YNOW ALL MEN BY THESE PRESENTS That ASSOCIATED INDEMNITY CORPORATION, a Corporation duly organized and existing under the laws
of the State of Califorma, and having its principal office in the County of Marts, State of California, has made, constituted and appointed, and does by these
presents make, constitute and appoint JOHN R. STOCKTON, ROSEMARY WEAVER, jointly or severally
DALLAS TX
its true and lawful Attorney(s)-in Fact, with full power and authority hereby conferred in its name, place and stead, to execute seal, acknowledge and deliver any
and all bonds, undertaking, recognizances or other written obligations in the nature thereof _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _
and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the
Corporation and duly attested by its Secretary, hereby ratifying and confimung all that the said Attorney(s) in Fact may do in the premises
This power of attorney is granted pursuant to Article VII, Sections 45 and 46 of By laws of ASSOCIATED INDEMNITY CORPORATION now in full force and
effect
"Article VD Appointment and Authority ofResident Secretaries,Attorney-in-Fact and Agents to accept Legal Process and Mahe Appearances
Section 45 Appointment The Chairman of the Board of Directors, the President, any Vice President or any other person authorized by the Board of
Directors, the Chairman of the Board of Directors, the President or any Vice -President may, from time to time, appoint Resident Assistant Secretaries and
AttOmeys-in Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the
Corporation
Section 46 Authority The authority of such Resident Assistant Secretaries, Attorneys -in -Fact and Agents shall be as prescribed In the Instrument evidencing
their appointment Any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to
make such appointment"
This own of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of ASSOCIATED
INUMNITY CORPORATION at a meeting duly called and held on the 13th day of April, 1984, and said Resolution has not been amended or repealed
"RESOLVED, that the signature of any Vice President, Assistant Secretary, and Resident Assistant Secretary of this Corporation and the seal of this
Corporation may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or on any certificate relating thereto, by facsimile
and any power of attorney, any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding
upon the Corporation"
IN WITNESS WHEREOF, ASSOCIATED INDEMNITY CORPORATION has caused these presents to be signed by its Vice President and its corporate seal to
be hereunto affixed this 9 7 r L day of o„ g„ a r ig 97
ASSOCIATED INDEMNITY CORPORATION
By V16 Pmidew
STATE OF CALIFORNIA "
COUNTY OF MARIN
27th August 97 M A Mallonee
On ties day of , 19 _, before me personally came
to me known, who, being by me duly sworn, did depose and say that he is Vice President of ASSOCIATED INDEMNITY CORPORATION, the Corporation
described in and which executed the above instrument, that he knows the seal of said Corporation, that the seal affixed to the Bind instrument is such corporate
seal, that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto 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
r A KRIEGER D
0 . COMM #1045112
NOTARY PUBLIC CALIFORNIA Y Noovy Pobar
MARIN COUNTY 0
MYCam, OWN Ala, 20 1981; 1 CERTIFICATE
STATE OF CALIFORNIA
1"
COUNTY OF MARIN
I, the undersigned, Resident Assistant Secretary of ASSOCIATED INDEMNITY CORPORATION, a CALIFORNIA Corporation, DO HEREBY CERTIFY
that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked, and furthermore that Article VII, Sections 45 and 46 of
the By-laws of the Corporation, and the Resolution of the Boafd of Directors, set fo h t e Power of Attorney, are now in force
Signed and sealed at the County of Maria Dated the - day of
Reeidem
"... ...... w"a`ar
350711-AS-3-95
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 1(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.
McKinney Street BID TABULATION SHEET Work Days
Paving Drainage Bid No 2146
PO
Item Descrition Quanta
Unit Unit Price Total
121 Contractors Warranties and Understandm s -
L S $-2Sbt,Z7i S $ ,25b'DO °z
Unit Price In Words 'rWE: - 1✓ 17tinu54n1D V XL*-e-5 4vD 4JO C V/JT-s
2 115
Inlet Frame and Cover
16
EA
$?00.6MEA
$ 3'J- oa
Umt Price In Words rWO, 4MRICA D Av
06 + AV 49nfS
2 12 3-A
18" Reinforced Concrete Pipe
288
1 L F
Is 04'i F
Unit Price In Words F/z
Ca7/v(S
2 12 3-13
24" Reinforced Concrete Pipe
299
1 L F
$ 0AO/L F
$ 1'F ?50 00
Unit Price In Words E4P
2 12 3-C
4' by 3' Box Culvert
245 1
L F
$ i-10.001, F
$ 31o1610
Umt Price In Words e' .vco
e-ln ,apLl,*,z5 i -**-o e0w5l ,
2 12 9-A
14" Gau e 7 Steel Casing
55 1
L F
$ , 5,0,e JL F
$ 47SD °O
Umt Price In Words
0,1ZAeir f AYo edvv
2 13
Flexbase 6"
353 1
S Y Is
, °%S Y
$ 3177 00
Umt Price In Words D
D l.L AR.s d�./ TZ
3-A
Remove Concrete Curb & Gutter
159 1
L F
$ '7001L F
$ I 1 1 3 oD
Unit Price In Words
3-131
Remove Concrete Drives & Walks
288 1
S Y
$ 7 0 S Y
$ 2 D It. o0
Umt Price In Words Sell
D ,Ue
3-C
Rem ve Concrete Headwall
2
EA
$ I-X. 6PEA
$ I o oD
' /
Unit Price In Words U6- H/V
p
3-D
Remove Reinforced Concrete Pipe
9 1
EA
$bZ00'61PEA
$
Unit Ence In Words
AzwmS{k0 r;'sac
3-11
Remove Mp Rap
156 1
S Y Is
7-d as Y Is
i oq 2, o0
Umt Ence In Words
3-F
Rem ve Yby 2' Box Culvert - 48 feet
1 EA
$45760,VA
$ Z500,00
Unit Price In Words
*0 CO�GTs
P3
McKinney Street BID TABULATION SHEET Work Day_--QQ_
Paving Drainage Bid No 2146
PO
Item
Descrr tion
Quanta Umt
Unit Pnce
Total
3 1
Pre aration ofFight of Way
- L S
$A2.000/1, S
$' .22-a'a.�'
Unit Price In Words To. T(M�
D Two I�hbu O"P, P,44" "J I �o CC'n.5
33
Unclassified Excavation
4852
C Y
Is rzx Y
Is 38$/1, °'
Umt Pnce In Words Fri v OT—
bL�ArsS A]c S.u73
3 7
Com acted Fill
310
C Y / 2 , 3'/C Y
Is 312.0
Untt Price In Words ?r�1 E L-✓ f,
3 107
H dromulch
2070
1 S Y
$ / p° /S Y
$ 207Q°'
Unit Price In Words 0/0 i=
Pz a +„ram iU A c Z;,,j .rs
3 12
iTemporwy Erosion Control
I L S Is
I ow, °°/L S
Is /coo o3
Unit Price In Words ON
uS ,tlA DJi.LAItS Mb AJO CgAtMS
4 6-A
6" Lime Treatment of Subgrade
5932 1
S Y
$ S8 /S Y
$ rf 3 r6
Unit Price In Words 'OA/6- DO
LA-0 ir- Ear, d, C a
4 6-B
T e A Hydrated Lime (Slurry)80
TON
$ 8S °=/TON
$
Unit Price In Words 15r dr -
iVP— ODr,(,,tAs A/,0 o C51.j,.r3
5 7-A
4 1/2" Asphalt Pavement Base (Type A
5223 1
S Y Is
7, iy/S Y$ 17 344, 4S
Unit Price In Words c gv P,Aj
JLL p fj C.a,173
5 7-3
1 1/2" Asphalt Pavement (Type D
52,13
S Y $ Z. Sr/S Y$
13 31 F. 6I
Unit Price In Words TW o pCC
rz.s °w i> tVE CENTS
7-C
2" As halt Pavement T e Base
5807
$ 3, 46
$ 2o2og, 3o
I5 Unit Price In Words Ti{�k
OL.LAj2j i4 D i-oR-T FI &04T- Ct,LI-�
5 7-D
Asphalt Pavement (Type D Patch Mad)
58
TON
$ LS. °*/TON
$ 3 7 7 O, 00
Unit Price In Words S /XT -
Fr ✓f- P oLt 47t.y AAjb ASo c. 97nJ-A
7 4 5
Class A Concrete
4
C Y
$ffa 6O/C Y$
1$00.
Unit Price In Words FOU240A*J9;D 6r--r
CW L?S
is
P4
McKinney Street BID TABULATION SHEET Work Day 8t�
Paving Drainage Bid No 2146
PO
Item
Description
Quantity I Unit
Unrt Price Total
7 6-A-I
4' Inlet
3 1 EA
$ /.1-fJ,CRA $ E 2Sa oO
UnitPnce In Words S
4&
7 6-A-2
5' Inlet
4
1 EA $4' 9.W,XVEA
$ 740o.00
Unit Price In Words gUtx j2g2jWaWp &20p
fJ
7 6-A-3
10' Inlet
5
1 EA
$.7.83049EA
$ 1 i 7n 00
Unit Pnce In Words
aWatzir
7 6-A-4
I Special 4' Inlet
I I EA
$1.7 W,6WA
$ I75'0, °°
Unit Price In Words
AA"eD F/ j6kW k A)e
7 6-A-5
S ecial 5' Inlet
1
I EA
$ 6 %SO.0)IRA
is I SSa. °'
Unit Price In Words oui
-Juwrirt a0
7 6-A-6 I
Special 5' Type Y Inlet
I
EA $•t.000-EA is 2,000
Unit Price In WordsSctSAria'"
.tAt s ka
7 6-A-7
5' by 5' Junction Box
I
EA
$,?,VV .1ipEA
$ Zo(3O °J
Urut Price In Words T D 22 jp4w MAO(
a No Gauj
7 6-A-8
8' by 4' Junchon Box
1
EA
$-44r60,6MA
$ 2 4 olo oa
Unit Price In Words ZWc b
u
7 6-A-9 I
Rebuild 10' Junction Box
1 I EA I
$ JW OmEA
$ too
Unit Price In Words &&gAj
On W2p nf Cex{j
8 1
Barricades, Warning Signs and Detours
I
L S
$4,000.a% S
$ to O.p0
Urut Price In Words I
t A) le 4a4h
8 2-A-I
Install Concrete Curb & Gutter
1647 1
L F
$ ��/L F
$
Unit Price In Words V J6.-J 20LA&ZS
A&D SOV I(%i ✓i:- <-7A/-r3
8 2-A-2
Concrete Pavement 6" Flatwork
115 1
S Y $ S'D/S Y
$ qC2 To
Unit Price In Words
I F*n C igeqT3
8 3
Dnvewa 6"
602
S Y
$ 3 01S Y$
1 107 00
Unit Price In Words P-0
file£ ND fr fr- C1;A17-S
P5
McKinney Street BID TABULATION SHEET Work Day--QO _
Paving Drainage Bid No 7i&fi
PO
Item I Descn tion
Quanta Unit
Unit Price
Total
8 3-A-1 4" Concrete Sidewalk(Hook-Up)
84 1 S Y
Is Z.7,"-°/S Y
Is 221c8,°0
Umt Pnce In Words TW'i:N
-Se uEI1 paL�Lq-RS o C /JT
8 3-A-2
4" Concrete Sidewalk Continuous
74
1 S Y $ 27. 2S Y
$ 1929-'"
Umt Pnce In Words ud fN
-S 61/t,Ai P 0 r.LAdLC* o C EN'a
8 12
Handrail
Z
1 EA
$ 3COAEA
$
Unit Pnce In Words -rO-UP
( OIt66 Q°ULRr►) r> .J o
SP-2
Concrete Saw Cut
80
1 L F
$ -SCv/L F
Is 4Dz,O°
Unit Pnce In Words
u ma c(2- '&
SP-4-A
Ad ust 8" Water Line
2
EA
$ Z.Buod9EA
$ 540E),oa
Unit Pnce In Words wo
1 /co
SP-4-B
Ad ust 12" Water Line
1 I
EA JASM-MEA
$ 3'soo °
Unit Pnce In Words ZACAgsk
t && C
SP-4-C
Adjust 16" Water Line
1
EA
$3,,000.00EA
$ Soofl °o
Unit Pnce In Words .- vst ea 9M
A i7 c f1
SP-10
Rock Excavation
50 1
Cy Is
Z-XdC Y Is
z5o up
Unit Pnce In Words
SP-15-A
Adjust Valve
1 I
EA
$zoo.OVEA
$ 200
Umt Pnce In Words Nq
02$-4 A Ae, P ku CAS
SP-15-B
Ad ust Manhole
2 1
EA $ do0 -MEA
$ 400,
Unit Pnce In Words
SP-31
lReinforcing Steel
390 1
LB
$ • 3S%LB
$ 1 3 (o ,TO
Unit Pnce In Words
SP-37
Excavation Protection
-
L S
$ ,w V,0L S
$ 6m
Umt Pnce In Words
�w "/, f- o
SP-39
Pro ect Signs
2
EA
$ Y-Oa/EA
$ 900,00
rUmt Pnce In Words
T
McKinney Street BID TABULATION SHEET Work Day�Q_
Paving Drainage Bid No 2146
PO
Item I Descn tion Quantiq I Un t Unit Pnce Total
SP-43 Asphalt Saw Cut 233 1 L F $ 9 0V /L F $ °O
Unit Pnce In Words
SP-55 Traffic Signal Loos 3 EA $ 4(X•0/EA $ f 2fl0,00
Unit Pnce In Words r-wp- OVA) DRi;O ra &&IQ AJO CF M
Total 33 (,3 ;Z . 2
P7
Woodrow Lane BID TABULATION SHEET Work Days 40 _
Sanitary Sewer Bid Novi 4 6
PO
Item Descri tion
Quand Unit
I Unit Price Total
121 Contractors Warranties and Understandings
- I L S
$ 210007L S $ z-I 000 "
Unit Price In Words TW0.Ji'
ONev 'rff0VSW4 If A No Ce^J'rS
2 13
Flexbase 6"
18
1 S Y
11 znoO /S Y$
3 o0
Unit Price In Words
bi QAL
2 12-A
8" Sanitary Sewer
106 L F $ y6.00/1,F $ D OD
Unit Price In Words
2 12-B
10" �Samtary Sewer
67 1 L F $ a7.00/L F
$ 4J.00
Unit Price In Words
2 12-C
12" Sanitary Sewer
165
1 L F
$ ,oa/L F
$ q JD Dry
Unit Price In Words
o
2 12-D
15" Sanitary Sewer
I L F $ DO/L F $
Unit Price In Words
F/
2 12-E
Electnc Duct Bank
130 1 L F $/2000/L F
$ ,00
Unit Price In Words
2 12-F
-98- -E F- I $
Unit Price In Words
2 12 9 36" Gauge 7 Steel Casing
90 1 L F
$ 4,5_00/1, F
$ DO
Unit Price In Words
1/ 4 o
3-A lRemove Concrete Curb & Gutter
46 1 L F $ 1,00/L F $ i7O
Unit Price In Words
3-B
Remove Concrete Drives & Walks
87 1 S Y $ 7• 00/S Y $ 9
Unit Price In Words
o
3 1
11'reparatton ofRight of Way
L S 0& S
$ DOD,OD
Unit Price In Words
EK/
3 107
lidromulch
137 1 S Y $ -7.00/S y$ p
Unit Price In Words
p
3 12
iTemporary Erosion Control
I L S $ /,2ao.O L S $
Unit Price In Words
GZ7
Woodrow Lane BID TABULATION SHEET Work Days 40
Sanitary Sewer Bid No2146
PO
Item
Description
uand
Unit
I Unit Price Total
64
1Bonng for 36" Casing
90
L F
$ ak,0o/L. F $ /
Unit Price In Words
euo duk FO LJM IV4C $ +00 Ge4&
7 6-A-10
Install Concrete Manhole 4' I D
1
EA j$17oV,X1EA. $
Unit Price In Words
7 6-A-11
Install Concrete Manhole 5' I D
7
EA 1 $!.S`oo dEA
1$,aqpp
Unit Price In Words
7 6-A-12
Install Drop Manhole 4' I D
1 EA Itagov,CMA $
1 I EA $ 40,00.6¢EA $ 410GODD
Unit Price In Words
7 6-A-13 Install Drop Manhole 5' I D
Unit Price In Words
Ue %X
7 6-A-14 Rebuild Manhole Invert 4' I D
2 1
EA $ g ,oaA $ I&OD ob
Unit Price In Words
7 6-A-15
Rebuild Concrete Manhole 5' I D
1 I EA
$ �ZOV 4MA $ 00
Unit Price In Words
r
L S $7,000e�i. S $ 7b00 OD
8 1 Bamcades, Warning Signs and Detours
Unit Price In Words
�
8 2-A
Install Concrete Curb & Gutter
46 1 L F $ 7 50 /L F $
Unit Price In Words $ E J ,J D�4:�
e�AJR Ef ,X;Ap 's
83 iDriveway 6"
56 1
S Y Is
, So/S Y
Unit Price In Words -r(,4 t r . p
4o1.L*P-s q i> FT Q £n%113
8 3A
4" Concrete Sidewalk
32 1 S Y
$ 2700/S Y $ 03
Unit Price In Words TW -5
AAA DOLLA-VU p,Jp AJo CEN-U
814
Miscellaneous Fence
-
L S $ i.roo oox S $ D
Unit Price In Words
laici D r wo C
WS-18 ISanitary
Sewer Service
13 EA
Unit Price In Words
WS-30
Break Into Existing Manhole
4 E A $ SeaOa/EA
$
Unit Price In Words
Woodrow Lane
Sanitary Sewer
BID TABULATION SHEET
Work Days 40
Bid No 2146
PO
Item
Description
uanti Unit I Unit Price
Total
SP-2
Concrete Saw Cut
356 1 L F $ 9:et7 /L F
$ pc)
Unit Pnce In Words
Fiva DvILAAim C
SP-8
Abandon Existing Manhole
3
1 EA $ 200-MEA
$
Unit Pnce In Words
/vp
SP-10
Rock Excavation
50 1 C Y Is g,atc Y Is z) pb
Unit Pnce In Words
619K J)g 46odig v, N o Cadg
SP-37
Excavation Protection
2286 1 L F $ i•0UL F
$ p�
Unit Pnce In Words
tC
SP-39
Project Signs
2 1 EA $ ysv,edEA
$ 9DOW
Unit Pnce In Words
SP-40 Cut and Plug Existing Sanitary Sewer
10 1 EA $ lcdEA $
Unit Pnce In Words
t e
WS-27
Remove Manhole
EA $/,zoo.i%EA I $ 3/000 00
Unite Pnce In Words
SP-43
As halt Saw Cut
4622 1 L F $ ,7,00 /L F
$
Unit Pnce In Words
f./va
SP-45
Miscellaneous Sprinkler S sem Adjustment
I L S
$ I,zoa.oziL S $
Unit Pnce In Words
SP-49 Remove 24" Abandoned Sanitary Sewer
55 1 L F $ ,da /L Fj$,,UC0.CD
Unit Pnce In Words
SP-55
Traffic Signal Loos
8 EA $ 4M 'O/EA I 62.00 CO
Unit Pnce In Words a U R- 4
itl D" o D a t,L 41A$ Aloe i5wm
Total
P10
1L/10/DI 1V it rnn VYVVYYVJIu YL11r Vl\-GI�V-ucr r- C. vt
McKinney Street
Sanitary Sewer Services
BID TABULATION SHEET
Work Days__fi0_
Bid No Z/
PO
Item I
Description
Quantity
Unit I
Unit Price
Total
WS-18-B
2" Sanitary Sewer Service
1
E A
$ s y /EA
$ /CCO DO
Unit Price In Words
WS-18-C
4" Sanitary Sewer Service
5 1
E A
$1.&cV-0EA IS
SOM OD
Unit Price In Words
6
Si
EA
$ 74W R/EA IS
0 CC
216
Water Service 2"
Unit Price In Words
6 4-B
6" Boring
12 1
L F
S :ro,oWL F$
_ qtgOLP
Unit Price In Words
s
r7T
TOTAL
O
Cl
a S�
P//
BID SUMMARY
TOTAL BID PRICE IN WORDS S !X #yA1 A2.r_ D f- o1ZCY-F t VC
7fi4au SftND s /,< F6i,2TF E.) ANa
_TW E^/TN - S ,E v 6nJ C "f-5
In the event of the award of a contract to the undersigned, the undersigned will furnish a
performance bond and a payment bond for the full amount of the contract, to secure proper
compliance with the terms and provisions of the contract, to insure and guarantee the work until
final completion and acceptance, and to guarantee payment for all lawful claims for labor
performed and materials furnished in the fulfillment of the contract
It is understood that the work proposed to be done shall be accepted, when fully completed and
finished in accordance with the plans and 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
oe Public Co
•i Box 25350
DarftrwaJmWOL�j
CONTRACTOR
BY
��-
Street Address
7 6 ZoS
City and State
Seal & Authorization c
(If a Corporation) (/ q C 3 K Z -2 S S/
Telephone
FM
PROJECT WORK DAYS
1 McKinney St Paving & Drainage 60
2 Woodrow Lane Sanitary Sewer 40
TOTAL
$ 33, 7 432 Z'7
$ 30793z O°
Both paving and drainage and sanitary sewer portion of this project will be awarded to one
contractor Award of bid will be based on the total Paving and drainage, and sanitary sewer are
being separated for bookkeeping purposes Workdays will be kept separately on each section of
the project See "Sequencing" on page SC-1 of these specifications for details concerning the
order of construction
B-2
N G sue DATE (Mwnom)
�+►
£' pfpt 4 0211v9e
a.+w^x.xaaa xaa$tti°
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE
RAMEY III KING INSURANCE PDOES NOT
OLICIES AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
ELOW
830 S. II Suite A
COMPANIES AFFORDING COVERAGE
Denton TX 70205.7820
COMPANY A The Travelers Insurance
LETTER
cR Y B Securlty Ins Cc
INSURED
Jagoe•Publio Company Ina LETTER
COMPANY C
Bill Cheek
P O Box 230 COMPANY D
Denton TX 76202 LETTER
COMPANY E
LE M
. nsnsd�s
THIS IS TO CERTIFY TAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED NOTWIhIS ANDING 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 AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
'O TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS,TR DATE (MMM)DMT DATE (MMIDD^
A GENERAL LIABILITY YLSCP342K438.8 10/01/97 10/01/98 GENERAL AGGREGATE s 2000000
X COMMERCIAL GENERAL LIABILITY
PRODUCTSSCOMPIOP AGO
s
200DOOD
CLAIMS MADE X OCCUR
PERSONAL S ADV INJURY
s
100DOOD
OWNERS S CONTRACTORS PROT
EACH OCCURRENCE
s
lo00000
X CG254XI
FIRE DAMAGE (My one Sw)
$
50000
MED EXPENSE (My ans pe,w) S
5000
A AUTOMOBILE LIABILITY
YCAP342ZK430 4
10/01/97
10/01/08
COMBINED SINGLE
°
1000000
X ANY AUTO
LIMIT
s
ALL OWNED AUTOS
BODILY INJURY
SCHEDULED AUTOS
(Per person)
S
X HIRED AUTOS
BODILY INJURY
X NON OWNED AUTOS
(Per acc,dent)
s
GARAGE LIABILITY
PROPERTY DAMAGE
i
A EXCESS LIABILITY
YSMCUP342K437.8
10/01/97
10/01/08
EACH OCCURRENCE
s
1000000
X UMBRELLA FORM
AGGREGATE
$
1000OOO
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION
STATUTORY LIMITS
`s
A AND
YEEUB342K430.3
10/01/97
10/01/98
EACH ACCIDENT
1000000
DISEASE POLICY LIMIT
S
1000000
EMPLOYERS LIABILITY
DISEASE EACH EMPLOYEE
s
1000000
OTHER
B CONTRACTORS EQUIPMENT
CIMA84844
02/15/97
02/15/98
OWNED EQUIPMENT
3370730
1% DEDUCTIBLE
DESCRIPTION OF OPERATIONBA=ATIONSNEHICLESBPECIAL ITEMS
City of Denton as Additional Insured
McKinney Street Pavingl & Drainage and Woodrow Lane Sanitary Sewer
Ref 2140
` 5 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO
City Of Denton MAIL 3 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
221 N Elm BUT F ILURE TO MAILS CH TICE SHALL IMPOSE NO OBLIGATION OR
Denton TX 76201 LIABILITY F ANY KIND UP3 T COMPANY ITS AGENTS OR REPRESENTATIVES
AUTHOR REPRE T/^
n n�9 / Sedates, IRC
AQQRD2s.sf7reD1 �,>:" '";f,_ °" � , 6AcORd'C01rPOAAT1DN199D
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
AAA00350
REVISED 10/12/94 Cl - 1
Insurance Requirements
Page 2
officials, agents, employees and volunteers, or, the contractor shall procure
a bond guaranteeing payment of losses and related 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 provide thirty(3O) days prior written notice
of cancellation, non -renewal or reduction in coverage
• 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
AAA00350
REVISED 10112/94 Cl - 2
Insurance Requirements
Page 3
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
[XI 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 CIS 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
AAA00350
REVISED 10112194 CI - 3
Insurance Requirements
Page 4
[XI 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)
[ 1 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
AAA00350 Cl - 4
REVISED 10/12/94
Insurance Requirements
Page 5
"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
[ I 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
[ I 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
[ I Builders' Risk Insurance
Builders' Risk Insurance, on an Ail -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
[ I 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
AAA00350
REVISED 10/12/94 Cl - 5
Insurance Requirements
Page 6
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 entitles 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 401 01 1(44) for all employees of the contractor providing services
on the project, for the duration of the project
AAA00360
REVISED 10112/94 Cl - 6
Insurance Requirements
Page 7
C. The Contractor must provide a certificate of coverage to the governmental
entity prior to being awarded the contract
D. If the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project, the contractor must, 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.
AAA00350
REVISED 10112194 CI - 7
Insurance Requirements
Page 8
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
Ib) a new certificate of coverage showing extension of coverage,
prior to the end of the :overage period, if the coverage period
shown on the current 1ertificate 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
AAA00360
REVISED 10/12/94 CI - 8
Insurance Requirements
Page 9
(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 e6ties 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
AM003E0
REVISED 10/12/94 CI - 9