HomeMy WebLinkAbout1998-217ORDINANCE NO VO -A 1 17
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD
OF A PUBLIC WORKS CONTRACT FOR THE KERLEY STREET WATERLINE IN THE
AMOUNT $826,041 00, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND
PROVIDING AN EFFECTIVE DATE (BID # 2233 — KERLEY STREET WATERLINE
AWARDED TO BOWLES CONSTRUCTION IN THE AMOUNT OF $826,041 000)
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 heremidescribed 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
h=BR CONTRACTOR AMOUNT
2233 BOWLES CONSTRUCTION $826,041.00
SECTION II That thei 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 II That theyI City Manager is hereby authorized to execute all necessary written
contracts or the performance ofithe 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 ordmance shall become effective immediately upon its passage and
approval f�
PASSED AND APPROVED this the day of ,1998
11
r"LLER, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
,r:►� .�woo
i
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
BY � i
2233 KERLEY CONTRACT ORDINANCE
1111I 2 7 1998
CITY OF DENTON
LEGAL DEPT
\
_
)
±
k
\z
§8
\
§
k
\
§
k
§LU
�z
k
§
§�
§
L§
§
0
2
.
_
�
o§
§
kk
.
g
k
§
z
§
§
CO
"
§
2
j
, §
!
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 4 day of AUGUST A.D., 1998, by
and between CITY OF DENTON of the County of DENTON and State of Texas, acting
through TED BENAVIDES thereunto duly authorized so to do, hereinafter termed
"OWNER," and
BOWLES CONSTRUCTION
1634 EASTSIDE DRIVE
WICHITA FALLS, TX 76302
of the City of WICHITA FALLS County of WICHITA 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 # 22�3 — KERLEY STREET WATERLINE
in the amount of $826,041.00 and all extra work in connection therewith, under the
terms as stated in the General Conditions of the agreement, and at his (or their) own proper
cost and expense to furnish all materials, supplies, machinery, equipment, tools,
superintendence, labor, insurance, and other accessories and services necessary to complete the
work specified above, in accordance with the conditions and prices stated in the Proposal
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
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
ATT
e
1��.._. .
psurA lAiplKaltl'), i tso-I
APPROVED AS TO FORM
i��YLL�'4Lyl a `-"Z
CITY ATTORNEY
CA-3
CITY OF DENTON
OWNER
BY��
Bowles Construction Company
CONTRACTOR
1634 Eastside Drive
Wichita Falls, TX 76303
PO Box 1764
Wichita Falls, TX 76307
MAILING ADDRESS
(940)766-3518
PHONE NUMBER
(940)766-3564
FAX NUMBER
BY '
TITLE
R E Bowles, President
PRINTED NAME
(SEAL)
PERFORMANCE BOND
STATE OF TEXAS § BoND No 1366406
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That BOWLES CONSTRUCTION,
whose address is 1634 EASTSIDE DRIVE, WICIUWAL&L-Rims je e�
called Principal, and FAR WEST INSURANCE COMPANY , a corporation organtze `an
existing under the laws of the State of NEPIZASxA , 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 EIGHT HUNDRED TWENTY SIX THOUSAND
FORTY ONE and no/100 DOLLARS ($ 826,041.00) plus ten percent of the stated penal sum
as an additional sum of money representing additional court expenses, attorneys' fees, and
liquidated damages arising out of or connected with the below identified Contract, in lawful
money of the United States, to be paid in Denton County, Texas, for the payment of which
sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators,
successors, and assigns, jointly and severally, firmly by these presents This Bond shall
automatically be increased by the amount of any Change Order or Supplemental Agreement
which increases the Contract price, but in no event shall a Change Order or Supplemental
Agreement which reduces the Contract price decrease the penal sum of this Bond
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the
Principal entered into a certain Contract, identified by Ordinance Number 98-217, with the
City of Denton, the Owner, dated the 4 day of AUGUST A D 1998, a copy of which is
hereto attached and made a part hereof, for BID # 2233- KERLEY STREET WATERLINE.
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
IQ-3W
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
sttpulates 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 4 day of AUGUST 1998.
ATTEST,
BY "ellt zz)jz�
SECRETARY
latIR1619F.10
BOWLES CONSTRUCTION COMPLJa, INC.
BY 4,
PRESIDENT
ATTEST SURETY,:AAR w,&sT WSURANCE COMPANY
CLEFT F. LESCH, ATTORNEY -IN -FACT
BY .Q AMWEST S INS 11AN COMPANY
BY
By. l on —1��� ATORNEY-IN-FACT
() CLEM F LESCH
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME PCL CONTRACT BONDING AGENCY 972-221-9448
STREET ADDRESS 206 ELM STREET, #105, LEWISVILLE, TEXAS 75057
(NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a
corporation, give a person's name )
'e
PAYMENT BOND
STATE OF TEXAS §
COUNTY OF DENTON §
BOND NO. 1366406
KNOW ALL MEN BY THESE PRESENTS That BOWLES CONSTRUCTION,
whose address is 1634 EASTSIDE DRIVE, WICHIT FAMWEALLS TX,Z�? �grpi 1j�k,
called Principal, and FAR WEST INSURANCE COMPANY h ``t� a``fiiz a�'n`�`
existing under the laws of the State of NEBRASKA 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, funs, and corporations who may furnish materials for, or
perform labor upon, the building or improvements hereinafter referred to, in the penal sum of
EIGHT HUNDRED TWENTY SIX THOUSAND AND FORTY ONE and no/100
DOLLARS ($ 826,041.00) in lawful money of the United States, to be paid in Denton,
County, Texas, for the payment of which sum well and truly to be made, we hereby bind
ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally,
firmly by these presents This Bond shall automatically be increased by the amount of any
Change Order or Supplemental Agreement which increases the Contract price, but in no event
shall a Change Order or Supplemental Agreement which reduces the Contract price decrease
the penal sum of this Bond
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 98-217, with the City of
Denton, the Owner, dated the 4 day of AUGUST A.D. 1998, a copy of which is hereto
attached and made a part hereof, for BID # 2233 - KERLEY STREET WATERLINE.
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
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 4 day of AUGUST, 1998.
ATTEST:
SECRETARY
ATTEST:
BY
By:
PRINCIPAL
BOWIES CONSTRUCTIION �COMPANY, INC
BY
PRESIDENT
SURE FAR ST NSURANCE COMPANY
®�_ '
CL& F. LESCH, ATTORNEY -IN -FACT
AMWESTI�COMPANY
B�
ATN FACT
CLEM F. LESCH
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME PCL CONTRACP BONDING AGENCY 972-221-9448
STREET ADDRESS 206 EIM STREET #105 LEWISVILLE, TEXAS 75057
(NOTE Date of Payment Bond must be date of Contract !f Resident Agent is not a
corporation, give a person's name )
2233 BONDS & CONTRACTS
l271=1I
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. O. 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 the 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.
LIMITED POWER OF ATTORNEY
Amwest Surety Insurance Company
Expiration Date 06/15/00 POWERNUMBER 0000903014
This document is printed on white paper containing the artificial watermarked logo( N ) of Amwest Surety Insurance Company on the front and brown security paper
on the back Only unaltered oniptuds of the Limited Power of Attorney ("PDA') are valid This PDA may not he used in conjunction with any other POA No
representations or warranties regarding this POA may be made by any person This PDA is governed by the laws of the State of Nebraska and is only valid until the
expiration date Amwest Surety Insurance Company and Far West Insurance Company (collectively the Company ) shall not be liable on any limited POA which is
fraudulently produced, forged or otherwise distributed without the permission of the Company Any party concemed about the validity of this PDA or an accompanying
Company bond should call your local Amwest branch office at (972) 503 6925
KNOW ALL BY THESE PRESENT, that Amwest Surety Insurance Company, a Nebraska corporation and Far West Insurance Company a Nebraska corporation
(collectively the Company ), do hereby make, constitute and appoint
Pauline Leach
Clem F Leach
Gary Marais
Steven J Zinecker
As Employees of PCL CONTRACT BONDING AGENCY
its true and lawful Attorney in -fact, with limited power and authority for and on behalf of the Company as surety to execute deliver and affix the seal of the company thereto
if a seal is required on bonds, undertakings, recognizances, reinsurance agreement for a Miller Act or other performance bond or other written obligations in the nature thereof
as follows
All Bonds up to $10,000,000 00
and to bind the company thereby This appointment is made under and by authority of the By Laws of the Company which are now in full force and effect
I the undersigned secretary of Amwest Surety Insurance Company, a Nebraska corporation and Far West Insurance Company a Nebraska corporation, DO HEREBY
CERTIFY that this Power of Attorney remains in full force and effect and has not been revoked and furthermore, that the resolutions of the Board of Directors of both AmwLat
Surety Insurance Company and Far West Insurance Company set forth on this Power of Attorney and that the relevant provisions of the
/By Laws
of each company are now
full force and effect B C`�!i�p(/t.�►t� N L
Bond No 1366406 Signed&sealed this 4thdayof August 1998
Karen G Cohen, Secretary
+ * + * rt * * * + * + + rt * * * * RESOLUTIONS OF THE BOARD OF DIRECTORS • * * ` ` * ` ` ` * + + + * * * * * * * a * * * * * *
This PDA is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Board of Directors of Amwest Surety Insurance Company
at a meeting duly held on December 15, 1975 and Far West Insurance Company at a meeting duly held on July 28, 1983
RESOLVED, that the President or any Vice President, in conjunction with the Secretary or any Assistant Secretary may appoint attorneys in fact or agents with
authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the Company to execute and deliver and affix the seal of the
Company to bonds undertakings, recognizances, and suretyship obligations of all kinds and said officers may repave any such attorney in fact or agent and revoke any POA
previously granted to such person
RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and bind upon the Company
(1) when signed by the President or any Vice President and attested and sealed (if a seal be required) by any Secretary or Assistant Secretary or
(u) when signed by the President or any Vice President or Secretary or Assistant Secretary, and countersigned and sealed (if a seal be required) by a duly
authorized attorney in fact or agent, or
(ui) when duly executed and sealed (if a seal be required) by one or more attorneys in fact or agents pursuant to and within the limits of the authority
evidenced by the power of attorney issued by the Company to such person or persons
RESOLVED FURTHER, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any PDA or certification thereof
authorizing the execution and delivery of any bond, undertaking recognizance or other suretyship obligations of the Company and such signature and seal when so used shall
have the same force and effect as though manually affixed
IN WITNESS WHEREOF, Amwest Surety Insurance Company and Far West Insurance Company have caused these present to be signed by its proper officers and its
corporate seals to be hereunto affixed this 12th da December 19
" �� **���
John E Savage Presidefit Karen G Cohen Secretary
State of California
County of Los Angeles
On December 12, 1997 before me, Peggy B Lofton Notary Public, personally appeared John E Savage and Karen G Cohen personally known to me (or proved to me
on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me all that he/she/they executed the
same in his/her/their authorized capacity(tes), and that by his/her/then signature(s) on the instrument the person(s) or the entity upon behalf of which the person(s) acted
executed the instrument
WITNESS my and official seal pMr&LOFM
CarlmlMoni1061D!{
e't %NSUp m,, + 9URAM y� -+n�^-����u��iOtOly P{b�10�C01bR�0
4i pPFOff :tea- rci'gc Signature liTAa. ,uT6 (Seal) Los ArvelMCaeft
zero ^gym of/=° �m�Ct MPComm EXMMAtp6.1999
v!'S nEG14 nW OEC 14 o O
ir
��^
rNJ�`yPgR pSlT;b� .�ybyFBR pS't"°; da
1 EL 818 871-2000
5230 Las Vlrgenes Road Calabasas, CA 91302
1 Direek Writing Company
IA. Data Direct Writing Company Executes This Agreement
August 4, 1998
FAR WEST INSURANCE COMPANY
5230 LAS VIROENES ROAD
1B smtaoftncorporauon
CALABASAS, CA 91302
NEBRASKA
2 Reinsuring Company
2A Amount of This Reinsuranoe
$176,041.00
AMWEST SURE? INSURANCE COMPANY
211 Dam Reinsurance Company ExecumsThis Agrwment
5230 LAS VIRIENES ROAD
August 4, 1998
CALABASAS, CA 91302
20 State of incorporation
NEBRASKA
3A Description of Bo , Purpose, eteJ
313 Penal sum of Bond
Including Obliges
$826, 041 .00 �
CITY OF DENTON
3C Date of Bond
BID #2233—KERLEY STREET
August 4, 1998
WATERLINE
PERFORMANCE AND PAYMENT BONDS
3D Bond Number
1366406
3G Description of 01:Igee
3E Principal
OWNER IS CITY
BOWLES CONSTRUCTION COMPANY, INC.
CITY OF DENTON
3F state of incorporation (if Corporate Prfnefpaq
TEXAS
AGREEMENT
(a) The Direct Writing Company namsd above is bound es a surety to the abov"amed obligee, on the bond described above, wherein the above -
named Is the principal, The bond Is given for the protection of the obligee and the Direct Writing Company has applied to the above Reinsuring
Company to be reinsured and counter -secured In the amount shown opp^sits the name of the Reinsuring Company (referred to as the 'Amount of this
Relnsurancel, or for whatever amount leu than the *Amount of this Reinsurance' the Direct Writing Company Is liable to pay under or by virtue of the
bond
Agresma s mm mutually
ut t aria reed upon,
p to tl�paid
emu e d DirecorIct
Writing
this parry to the
Reinsuring Company which acknowledges Its receipt, the pantos m this
coven
TERMS AND CONOITIONSThe purpose nd lntsftt Of this wmknt 'a to guarantee and _
the
Reinsurence, oare
or fo any less sum than the `Amount of this Relnsuranoe� l that is owing and igea against
unpaid by the Direct Writing Company to the obl�ipeont Of this
THEREFORE
(1) if the Direct Writing Company falls to pay any default under the bond equal to or in excess of the'Amount of this Reinsurance,` the Reinsuring
Company covenants end agrees to pay to the obilgee the `Amount of this Reinsurance " If the Direct Writing Company falls to pay to the obllgee any
default for a sum less than the 'Amount of this Relnsurance,' the Reinsuring Company covenants and gore" to pay to the obliges the full amount of
the default, or so much thereof that is not paid to the obliges by the Direct Writing Company
(2) The Reinsuring Company further covenants and agrees that In case of default on the bond for the 'Amount of this Rainsuranos; or more, the
obligee may sua the Reinsuring Company for the 'Amount of this Reinsurance' or for the full amount of the default when the default Is leas than the
"Amount of this Reinsurance'
WITNESS
The Direct Writing Company and the Rinsuring Company, nispectivsly, have Caused this Agreament to be signed and impressed with their re a
corporate seals by officers possessing power to %ion this Instrument, and to ba duly attsated to by otNcem empowered thereto, on the day and data
above written opposite their respective names
s Clreat Wrldna Company FAR WEST INSURANCE COMPANY
4A (1) Signature
(2)Attast. Signature
Corporate
seer
Q (1) Nwe and Title (rypao9
(2) Name and a (rypao9
CLEM F. LESCH
BEVERLY WEBB
ATTORNEY -IN -FACT
SECRETARY
S Relnauring Company AMWEST SURETY INSURANCE COMPANY
SA (1) Signature
(2►Attest: Signature
z::2L
U
Corporate
Seat
88 (1) me and Title eo9
(2) Name and Title tlypod)
CLEM F. LESCH
BEVERLY WEBB
ATTORNEY -IN -FACT
SECRETARY
TOTAL BID PRICE IN WORDS
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.
/ --=_�
R ;, Pres , . ,
<A.
Street Address
J14hild Fail;; TX -71,R02
- City and State
Seal & Authorization
(if a Corporation) l4�aj7/��-s5/s
Telephone
B - 1
Kerley 20" Waterline
BID TABULATION SHEET
Work Days_70
Bid No 2233
PO No
Item
Description
Quantity Unit I Unit Price I Total
121
Contractors Warranties and Understandings
LS I $ Q /LS $� t35
Unit Price In Words
2 12-A
6" Water Line
449 LF
1 $ 31 00 /LF
$
Umt Price In Words
2 12-B
20" Water Line
8230 LF 1 $ -75 00 /LF
$ +�
Umt Pnce In Words
2 12-C 12" Sanitary Sewer 1 12 1 LF $ 170, 00/LF I $
Umt Price In Words
2 128
Ductile Iron Fittings 1 5460 1 LB $
Umt Price In Words
2;129-A28"
Gau e7 Steel Casin 67 LF
$ 5-D OD /LFUmt
Pnce In Words
228"
Gau a 7/0 Steel
Umt Price In Words
213 1-A
20" Tapping Sleeve and Valve 1 EA 1
$ 00, OD/EA
$ �? c>✓o.o�
Unit Pnce In Words
2 13 1-13
20" Gate Valve 3
EA
$ iv± 0Q00/EA
$
Unit Price In Words
214
Fire Hydrant Assembly 1
3
1 EA $ I W OD /EA $
Umt Price In Words
2 16-A
1" Water Service (Public) 2 EA $ i 1S0 OD /EA $�Ca
Umt Pnce In Words
2 16-B
2" Water Service Public I EA 1
$ /EA 1 $-vn�, CG
Unit Price In Words
2 16-C
Water Service Pnvate) 18 LF 1
$ P7 DD /LF 1
$ 30,Q
Unit Price In Words
P3
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
AAA00350
REVISED 10112/94
CI-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(30) 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 cf 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.
AAA00360
REVISED 10/12/94 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
1XI 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
[XI Automobile Liability Insurance.
Contractor shall provide Commercial Automobile Liability insurance with
Combined Single Limits (CSU 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
AAA00350
REVISED 10/12/94
CI-3
Insurance Requirements
Page 4
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
[X1 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
"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
[ 1 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
AAA00350
REVISED 10/12/94 Cl - 4
Insurance Requirements
Page 5
[ 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 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
[ 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
CI-5
Insurance Requirements
Page 6
ATTACHMENTI
[X) 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) -
mcludes 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 401 01 1(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
AAA00350
REVISED 10/12/94
CI-6
Insurance Requirements
Page 7
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
mad 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
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 01 1(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
AAA00350
REVISED 10/12/94
CI-7
Kerley 20" Waterline
BID TABULATION SHEET
Work Days 70
Bid No 2233
PO No
Item Description Quantity I Unit I Unit Price Total
3-B Remove Concrete Curb & Gutter 1 65 1 LF $ S, DD /LF $ 3m? . DD
Umt Price In Words
3-C Remove Concrete Drives & Walks 1 71 1 SY
Is ,0, 00 /SY
$ —t 10 , 0c>
Umt Price In Words
3 1
lPreparation of Right of Way
LS
$ 50D, DD /LS
Is 5D0 a0
Umt Price In Words
39
Sod 15 SY $ /17, 0 L-) /SY
I $ 15D DD
Umt Price In Words
3 107
H dromulch 1 4750 1 SY Is
(,5 /SY
$ 9 50
Umt Price In Words
3 12
ITemporary Erosion Control I
I LS 1
$ sip 00 /LS 1
$ 5Loz>D
Unit Price In Words
5-A
2-inch Air Release Valve
1 3 1 EA $ 1 o-20D, 00/EA $ 3loDD, DO
Unit Price In Words
fi4
28" Boring 1 467 1 LF
$ 135.D0 /LF
$ &3vk5
Umt Price In Words
745
Class A Concrete Encasement
1 15 1 SY Is
$D 00 /SY 1
$ /aOD 00
Unit Price In Words
7 6-A
Install Concrete Manhole 4' I D
1 I EA Is
°?i 00A90/EA
$ l000 00
Unit Price In Words
7 6-B
Install Concrete Drop Manhole 4' 1 D
i I
EA $ c2, SOD 00 /BA
$, 300 00
Unit Price In Words
81
Bamcades, Warning Signs and Detours
LS
$ SOQD,00 /LS $ 500D OD
Unit Price In Words
8 2-A Install Concrete Curb & Gutter
507
LF
$ I i 00 /LF
$ 55-77 00
Unit Price In Words
P4
Insurance Requirements
Page 8
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 entities 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
AAA00350
REVISED 10/12/94
L M
Kerley 20" Waterline
BID TABULATION SHEET
Work Days 70
Bid No 2233
PO No
Item
Description I Quantity I Unit
I Unit Pnce I Total
8 3-A
Concrete Driveway 6" 1 56 1 SY
Is 3500 /SY $ 191"O D
Umt Price In Words ^
8 3-B
4" Concrete Sidewalk 1 13
1 SY $ 30, DO /SY
$ 390, 00
Unit Price In Words
8 3-C
Bamer Free Access Rainp
1 EA
$ 1 OD DO /EA $ /OD, pp
Umt Price In Words
SP-2
Concrete Saw Cut
1 218
1 LF $ ;�50 /LF
$ Tq!f ,00
Unit Price In Words
SP-4
Waterline Lowering
1 I EA
$ 7S01 too/EA $ 7-60 OD
Umt Price In Words
SP-10
Rock Excavation
50 CY 1
$ 35 Do /CY $ 1750 00
Umt Price In Words
SP-37
Excavation Protection
82 5 LF $ 50 /LF 1
$ N13,750
Umt Price In Words
SP-39
Pro ect Signs 1
2 1
EA
$ 00 /EA
$ /000,00
Umt Price In Words
SP-40-A TCut
and Plug Existing S tary Sewer 2 1 EA
$ /EA
$ /DOD DD
Umt Price In Words
SP-40-B
Cut and Plug Exis ting Water Main 2 1
EA
$ 50D 00 /EA
$ /000 DO
Umt Price In Words
SP-43
As halt Saw Cut 1
6708 1
LF $ /, o? /LF $ $3$5, 00
Umt Price In Words
Is
$
Umt Price In Words
Is
$
Unit Price In Words
TOTAL
P5
Bedford, TX 76095
COMPANY
Bowles construction Co, Inc. COMPANY
PO BOX 1764 BNatzonal Standard Ins. Company
Wichita Falls, TX 76307 COMPANY
CNan of N
Northern Insurance Co X
COMPANY
THE; a To '$n .3 iJfi.u,<mir" c�.:i+.:::wr,rs.�.,=�„^" i:: -'� • - .. , w ...w ..
C 1'T' i THAT THE POLMIS OF aKUPMCa °"" '' '-, : .7-: ;w. .'. ic;,sr""':.-"'.:. `:77-7 W3,..:.;^,.<...7
CERTJ14010'TH0. NMTWRHOTANDINQ ANY REQUIREMENT U D BEIOW HAVE Beai WBUEb TO THE W8URM NAMNDABOVEFORTMEPOLICYPE7DOD EXCLU 0g7E MAY TPAAI OR OONDmON OP ANY OWTRACT OR 07HIM DOCUMENT WrrH MXFOCT To VMIDH THIS
IMONS OR MAY PERTA'N TH6 S=PANCE APFOROND BY THE POUC73 DEBCRWD HEAEW Bt 6U&IECT TO ALLTHE TEAMS
EXCLuegNB AND CO R'lDN8 OP 8 OH POUCIFA i1MlT8 SHOYVN MAY HAVE B$N REDUCED BYPAp CL,ADAB,
LTONI TYPE DP tNSuMNOE POLIOTHUMBNR ID CYUM IN DOTBP <DD 1 OMITS
A GENGRALugalurY II EPA32013899 �
MMERCULL DEWMAL I I.Re e j 11/01/97 I11/Ol/98 QSNBMLAOORQOA7! I19 . nnn Mn
I AUTOWNILE LIASIUTN
' X I ANYAUTO
ALL OWNED AUTOS
GOMEDULED AUTO$
HRSQ AUTO*
X,I NON OWNED AuToo
ANYAUTO .,
....+..Www I USA6$070268 - 11/O1 97111/01/9
UMRRgLLA PORM
SINGLE LIMIT IS1., 000, 000
I; i07Yltlm4� If
I[MP iYjF 641'UTT'I�^^^� +�-ooO�iv�d1`J Ill/01/97 11/01 98 I 61TATVTOAYL1MtT0
THEPAMMILTORI INOL ACCI NT io« 00 00
PAR TNeRera>eDUTIYe XI Du Blkt W S 30 DI r TT 1,000,00
)CFPI RSA
]::
I OTHER II al 1 000 00
I
DBSORURTON OPOPBRATTON LOOATLDNBNBNIDLEWwWjALT18MS
Certificate H lder, its Officials, Agents,
included as Witional Insures on aprimaryEmployees and volunteers are
(See AttachediSchedule.) and non contributory basis on
,„.c ..z:�..;z'�,;�.�,a.��z�t.��A..����A1�GEE,Cir`rts�w•:w,�-� _::s-.�",�°,., s awn :-.,A>... w..
Cityoti " SHOULD ANYOFTNEABOVBDBOORIBBD POUOIBSBEDANODLLPD gffMR6THE
221 Bevery BLPIRAnDN DAYETHRPMW-l"aEIWUIN000MPANYWILLENOBAVORTOMML
everly 3.0_ DAYBWRRTBR NOTTDE TOTHE CRIU (OATS HOLDeR NAMED TO THE LBPT,
221 N Elm SOTFAILURB To MAILNCOH MUM SHALLIMPOSS NO OBLIGATION OR UABILTTY
Denton, TX 79201 OF AILY KINDD THE PART, n AQRNTS OR A
ALfi7 0A"wOREg188ENTATpiB
,�,�.,,��yyp��y�t �t,..yL,y.,.�,.�. (JAv� L/.27
lDi7iD1i.•4OPO NINF��°'�eC+TS'.I' �aiL�a UB"`",-s'iiMx4^ . nc cer an xx ��
W&-zVLT"'3r—$uJ = g tivri 3s-sn'aluded-in favor of Certificate on Workers
Compensation policy