HomeMy WebLinkAbout1998-373ORDINANCE NO 2f 7-5
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD
OF A PUBLIC WORKS CONTRACT FOR MAYHILL ROAD PAVING AND DRAINAGE IN
THE AMOUNT OF $632,149 84, PROVIDING FOR THE EXPENDITURE OF FUNDS
THEREFOR, AND PROVIDING AN EFFECTIVE DATE (BID # 2283 — MAYHILL ROAD
PAVING AND DRAINAGE AWARDED TO JAGOE PUBLIC CONSTRUCTION IN THE
AMOUNT OF $632,149 84)
WHEREAS, the City has solicited, received and tabulated competitive bids for the
construction of public works or improvements in accordance with the procedures of STATE law and
City ordinances, and
WHEREAS, the City Manager or a designated employee has received and recommended that
the herein described bids are the lowest responsible bids for the construction of the public works or
improvements described in the bid invitation, bid proposals and plans and specifications therein,
NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the following competitive bids for the construction of public works or
improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on
file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto,
are hereby accepted and approved as being the lowest responsible bids
BID
NUMB CONTRACTOR AMOUNT
2283 JAGOE PUBLIC CONSTRUCTION $632,149 84
SSFCTION 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
SSECTION V That this ordinance shall become effective immediately upon its passage and
approval
PASSED AND APPROVED this the 3W day of 1;me1- ,1998
ATTEST
JENNIFER WALTERS, CITY SECRETARY
BY GL�i(,QJ
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
BYc
2283 MAYHILL ROAD PAVING &DRAINAGE ORDINANCE
ATTACHMENT #1
TABULATION SHEET
BID #
2283
DBR
JRJ
JAGOE
RENAISSANCE
BID NAME
MAYHILL ROAD PAVING & DRAINAGE
CONST
PAVING
PUBLIC
CONST
DATE
13-Oct•98
PROPOSAL TOTAL
$714,936 70
1 $1,011,141 25
$680,212 23
$993,653 00
ADDENDUM
YES
YES
YES
YES
BID BOND
YES
YES
YES
YES
9
CONTRACT AGREEMENT
STATE OF TEXAS
COUNTY OF DENTON
THIS AGREEMENT, made and entered into this 3 day of NOVEMBER A.D.,
1998, by and between CITY OF DENTON of the County of DENTON and State of Texas,
acting through MICHAEL W. JEZ, City Manager, thereunto duly authorized so to do,
hereinafter termed "OWNER," and
JAGOE PUBLIC CONSTRUCTION
P.O. BOX 250 / 3020 Fr. WORTH DR.
DENTON, TX 76205
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 #2283 - MAYHILL ROAD PAVING AND DRAINAGE
in the amount of $632,149.84 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 furmsh 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
CA - 1
plans, winch includes all maps, plats, blueprints, and other drawings and printed or written
explanatory matter thereof, and the Specifications therefore, as prepared by
ENGINEERING DEPARTMENT
all of which are made a part hereof and collectively evidence and constitute the entire contract
Independent Status
It is mutually understood and agreed by and between City and Contractor that
Contractor is an independent contractor and shall not be deemed to be or considered an
employee of the City of Denton, Texas, for the purposes of income tax, withholding, social
security taxes, vacation or sick leave benefits, worker's compensation, or any other City
employee benefit City shall not have supervision and control of Contractor or any employee
of Contractor, and it is expressly understood that Contractor shall perform the services
hereunder according to the attached specifications at the general direction of the City Manager
of the City of Denton, Texas, or his designee under this agreement
Indemnification
Contractor shall and does hereby agree to indemnify and hold harmless the City of
Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of mjury
to property or third persons occasioned by any error, omission or negligent act of Contractor,
its officers, agents, employees, mvitees, 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 he 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 tune 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
J-7 r.TTY11FNTf1N /
OWNER
B
(SEA
JAGOE PUBLIC CONSTRUCTION
CONTRACTOR
JAGOE PLBur rniAoeu�_
BOX 250
DENTON. TEXAS 76202
MAILING ADDRESS
( 1 qa ) 2-
PHONE NUMBER
�&o) 3�l —�73 z
FAX NUMBER /
BY ZSf�_5�v, ce ✓r ' do. —
TITLE
//
PRINTED NAME
(SEAL)
CA-3
PERFORMANCE BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That JAGOE PUBLIC
CONSTRUCTION, whose address is P.O. BOX 250/3020 FT. WORTH DR., DENTON,
TX 76205, hereinafter called Principal, and ASSOCIATED INDEYNP CORPORATIONa 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 THIRTY TWO THOUSAND ONE
HUNDRED FORTY NINE AND 84/100 DOLLARS ($632,149.84) 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 98-373, with the City of
Denton, the Owner, dated the 3 day of NOVEMBER A.D. 1998, a copy of which is hereto
attached and made a part hereof, for BID # 2283 — MAYHILL ROAD PAVING AND
DRAINAGE.
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
mcur in making good any default or deficiency, then this obligation shall be void, otherwise, it
shall remain in full force and effect
F9W.
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 herem 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 3 day of NOVEMBER 1998.
ATTEST
ATTEST
PRINCIPAL
SURETY
m
The Resident Agent of the Surety in Denton County, Texh&4or delivery of notice and service
of the process is
NAME
STREET ADDRESS
WILLIS CORROON CORP
NOEL RD SUITE 40C
As, TEXAS 75240
(NOTE Date of Performance Bond must be date of Contract !f Resident Agent is not a
corporation, give a person's name )
�'J
PAYMENT BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That JAGOE PUBLIC
CONSTRUCTION, whose address is P.O. BOX 250/3020 IT. WORTH DR., DENTON,
TX, 76205, hereinafter called Principal, and ASSOCIATED INDEW n 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 THIRTY TWO THOUSAND ONE HUNDRED
FORTY NINE AND 84/100 DOLLARS ($6329149.84) 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 Tlus 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 98-373, with the City of
Denton, the Owner, dated the 3 day of NOVEMBER A.D. 1998, a copy of which is hereto
attached and made a part hereof, for BID # 2283 — MAYHILL ROAD PAVING AND
DRAINAGE.
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 he performed thereunder, or to the Plans,
Specifications, Drawings, etc
19-IM]
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 herem 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 3 day of NOVEMBER, 1998.
ATTEST
PRINCIPAL
�GDF�vofc r c.._ CO
BY SECRETARY BYit
VitE P IDENT
ATTEST
SURETY
ASSOCIATED INDEMNn CORPORATION
BY
TW-T,
-IN---F�A�C/,TT %Vyv vN
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME
STREET ADDRESS
WILLIS CORROON CORP
11355 NOEL RD
DALLAS, TEXAS
(NOTE Date of Payment Bond must be state of Contract If Resident Agent is not a
corporation, give a person's name )
n83 CONTRACT & BONDS
GENERAL
POWER OF
ATTORNEY ASSOCIATED INDEMNITY CORPORATION
KNOW ALL MEN BY THESE PRESENTS. That ASSOCIATED INDEMNITY CORPORATION a Corporation duly organized and existing under the laws
of the State of California, and having its prlactpal office in the County of Mann, 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 Attotsey(s)in-Fact, with full power and authority hereby conferred viits time place and stead, to execute seal, acknowledge and deliver any
and a0 bonds, undertaking, recognizance; 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 confirming 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 Appolatmeat sad Aothorlty of Resldeat Secretaries, Attorney -in -Fact and Agents to accept Legal Process and Make Appearances
Section 45 Appolatmeat The Chairman of the Board of Directors, the President, any Vice -President or any other person authorized by The Board of
Directors, the Chalrmap of the Board of Directors, the President or any Vice -President may, from time to time, appoint Resident Assistant Secretaries and
Aaoroeys-lo Fact to represent and eel 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
Weir appointment Any such appointment and W authority granted thereby may be revoked at any time by The Board of Directors or by any person empowered to
make such appointment "
This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of ASSOCIATED
INDEMNITY 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 end 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,
Anon any
eti
power of attorney, any revocation of any power of attorney, or certificate beang such facsimile signature or facsimile seal shall be valid and binding
D 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 r h day of - A „ g„ a t, , 19 _ 97
M\MQYYXII,C
ASSOCIATED INDEMNITY CORPORATION
f\
By
v P p14m[
STATE OF CALIFORNIA
COUNTY OF MARIN as
On this 27th des of August 97 M A Mallonee
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 We above Instrument, that he knows the seal of said Corporation, that the seal affixed to the said 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
LeA KRIEGER D
COMM s1045112NOTARY PUBLIC CALIFORNIA
MARIN COUNTY 0
MYCairn EvvesMar 20 tang
STATE OF CALIFORNIA
COUNTY OF MARIN es
I, the undenigned, Resident Assistant! oI ASSOCIATED INit
Signed and sealed at the County of Mahn Dated the 3 day of
�,,(YYlrj
W„\\mnnnroM^M
Notuy Pubac
o
CERTIFICATE
)RATION, a CALIFORNIA Corporation, DO HEREBY CERTIFY
been revoked, and furthermore that Article VII, Sections 45 and 46 of
the Power of Attorney, are now in force
November
360711-AS-3-95
Insurance Requirements
Page 1
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 falls 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
e 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
2283-INSURANCE
CI-1
Insurance Requirements
Page 2
• Any deductibles or self -Insured retentions shall be declared in the
bid proposal If requested by the City, the Insurer shall reduce or
eliminate such deductibles or self -insured retentions with respect
to the City, its
officials, agents, employees and volunteers, or, the contractor
shall procure a bond guaranteeing payment of losses and related
investigations, claim administration and defense expenses,
• Liability policies shall be endorsed to provide the following
•• Name as additional insured the City of Denton, its Officials,
Agents, Employees and volunteers
•• That such insurance is primary to any other insurance
available to the additional insured with respect to claims
covered under the policy and that this insurance applies
separately to each insured against whom claim is made or
suit is brought The inclusion of more than one insured shall
not operate to increase the insurer's limit of liability
• All policies shall be endorsed to 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 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
2283INSURANCE
CI-2
Insurance Requirements
Page 3
• Should any required Insurance lapse during the contract term,
requests for payments originating after such lapse shall not be
processed until the City receives satisfactory evidence of
reinstated coverage as required by this contract, effective as of
the lapse date If insurance is not reinstated, City may, at its sole
option, terminate this agreement effective on the date of the
lapse
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS -
All insurance policies proposed or obtained in satisfaction of this Contract
shall additionally comply with the following marked specifications, and shall
be maintained in compliance with these additional specifications throughout
the duration of the Contract, or longer, if so noted
[X I 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
2283-INSURANCE
CI-3
Insurance Requirements
Page 4
• 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 (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
110.1 10 of the Texas Worker's Compensation Commission (TWCC)
2283INSURANCE
CI-4
Insurance Requirements
Page 5
[ 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
[ 1 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
[ 1 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
[ 1 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
2283-INSURANCE
CI-5
Insurance Requirements
Page 6
ATTACHMENT1
[X] Worker's Compensation Coverage for Budding 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
2283 INSURANCE
CI-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 mall 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
2283 INSURANCE
CI-7
Insurance Requirements
Page 8
I. The contractor shall contractually require each person with whom
it contracts to provide services on a project, to
(1) provide coverage, based on proper reporting of classification
codes and payroll amounts and filing of any coverage
agreements, which meets the statutory requirements of
Texas Labor Code, Section 401 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 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
2283 INSURANCE
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 entitles the
governmental entity to declare the contract void If the contractor
does not remedy the breach within ten days after receipt of notice
of breach from the governmental entity
2283INSURANCE CI- 9
In the event of the award of a contract to the undersigned,
undersigned will furnish a performance bond and a Payment t--e
the full amount of the contract, to secureproper P Ya►ent bond tc:
the tarns and provisions of the contract, tisure andguarantee
wit;
the work until final completion and acceptance, and to guarantee
guarantee
Payment for all lawful claims fo
mr labor performed and mst
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 corrac-
and final.
Unit and lump -sum prices as shown for each item listed in thas
proposal, shall control over extensions.
CONTRACTO
8Y Lc..�� //V
Street Addr-etas---""'—
city and State
Beal & Authorization
(If a corporation) ( ?fo) 382 - 2-S8'/
Telephone
H - 1
Mayhill Road BID TABULATION SHEET Work Days,_,BQ_
Paving and Drainage Bid No
P O No
item I Descn don i Quantity Umt
Unit Price
I Total
121 Contractors Warranties and Understandings LS
$02/006, 0G/LS
$,�-/o0o ao
Unit Pnce In Words 4c ova , a d o/% s a .f .t o ti
2 11 5
Inlet Frame and Cover
11
EA
IS -,�00• Ott
$ jo0 00
Umt Pnce In Words
2 12 3-A
42" Class III stone sewer 857
1 LF
$ 103. p0 /LF
Is $ra71 eo
Umt Pnce In Words oar. mod, eo(I
2 12 3-B
48" Class III storm sewer
371
1 LF $ /a o 00 /LF
I $
Umt Pnce In Words aAz A4t4dnbi 06!/0 a,^d,,,b
2 12 3-C
t 8" Class 1II storm sewer 162
1 LF
$ SO.O o/LF
$ 9100,00
Umt Pnce In Words F �/ (,,�cz vxts
2 12 3-1)
21" Class III stone sewer
90 1
LF
$ TO, 06/LF Is
ySoO 0�
Umt Price In Words do / ys �,( n/d 4zAd-,3
2 12 3-E
24" Class IV storm sewer
90 1 LF
$ SS.00 /LF $ Sao• 00
Umt Pnce In Words j ei /l o iS ano/ ^AO cC.-S
2 12 3-F
36" Class IV storm sewer
653 1
LF
$ 8S 06/LF 1
$ 555'05-
Umt Pnce In Words et kl A ..e do/la is a.u[ No
21232
6' X 4' Class IV Box Culvert 1
272
LF
$ 33 0.00/LF
$ i f.p, u
Umt Pnce In Words ) a. Q W A/o
214
Fie Hydrant Assembly 2 1
EA
$ / 5 vo, 0O/EA
$ 3oo0 00
Umt Pnce In Words -G �e tiVaadd Ala Ce
3
Remove 18" Remforced Concrete Pipe 1
238
LF
$ -90. 0O /LF $ 4-X, 0. oo
Umt Pnce In Words
3-A
Remove Concrete Curb & Gutter
25 1
LF
$ / S oo/LF 1
$ .37 S 00
Umt Pnce In Words , ,s n el Ills C C c�s
3-11
Remove Concrete Dnves & Wa&s
112 1
Sy Is
/ 0, 0O/Sy I
$
Umt Pnce In Words J�&v d0//ui5
9/15/98 P 3
Mayhill Road BID TABULATION SHEET Work Days_2C_
Paving and Drainage Bid No
PO No
Item
Descri lion Quantity
I Umt
I Unit Price I
I Total
3 1
P aration of Right of Way -
LS
$ /S,PSa Q0/LS
$ l SaSa w
Umt Pnce In Words -� � ' fkoa so +d f4Jo hu. o(r�/�, (,f Q„ g,4 A06 Lr.�Ls
33
Unclassified Excavation
3475
CY
$ 9 00 /CY
$ 3l.VL7S0 °
Umt Price In Words N1ne do a, Gertfs
37
Com acted Fill
475 1 Cy
$ q u°/CY
$ /9eo. w
Umt Pnce In Words AJ0
39
Sod
10
SY
$ /0,00/Sy
$ 00,00
Umt Price In Words &&arz ati s
3 10 7
H dromWch
954
SY
Is -�L oo/Sy
$ /90 8 ao
Umt Price In Words 4-jag/ p r dilol iUo
3 12 Ilemporary
Erosion Control I LS
$ (p3oo 79LS
$ 4300.00
Umt Price In Words , kt6oj4,1,,,,/ m/ &jgN0
4 6-A
6" Lune Treatment of Subgrade 11,125 SY
$ /.'70 /SY
$
Umt Price In Words glol
4 6-13
T e A Hydrated Lime(Slurry)
151 1
TON
$ 0. 00/rON 1
$ 13n 0 Q0
Umt Price In Words &4 Q
5 7-A
4 1/2" As halt Pavement e A 9,691 1
SY
$ to 70 /SY 1
$
Umt Price In Words ; ,/
5 7-B
1 1/2" Asphalt Pavement e D
9,691
SY
$ A531SY
Umt Price In Words / C
5 7-C
T' Asphalt Pavement a A, Base
10,793 1
SY Is
3. 00/Sy
$ 3.>67 q o 0
Umt Price In Words
5 7-1) lAsphalt
Pavement a D, Patch Matl
29 1 TON
$ ion 04roN I
$ / i B S. O o
Umt Pnce In Words
7 6-A-1
6 1 Safety End Treatment - 42" Pie
12 1 EA
$ /900, 0kA
sT;-7? o °
Umt Price In Words adf 1-4,' g //a-:s
9/14/98 P 4
Mayhill Road BID TABULATION SHEET Work Days_M_
Paving and Drainage Bid No
PO No
9/14/98 P 5
Mayhdi Road BID TABULATION SHEET Work Days__20_
Paving and Drainage Bid No
PO No
Item Description
I Quantity
I Unit
I Unit Price Total
8 2-A Install Concrete Curb & Gutter
3,659
LF
$ 8.60 /LF $ //o /. S°
Umt Pnce In Words r lit do//ae5 and FrFt ce,�ts
8 3-A;8"
Dnvewa 6" 521
SY
Is 33.'S0 /SY
$ /-7NS3.So
Uju Pnce In Words f ti; r o
8 3-B
Valle Gutter 4 SY $ &0. 00 /SY
$BYO• Q0
Unit Pnce In Words olo/�a�-addNe e-a�
814 Fence Removal / Reconstruction
I LS
Is q0 00, "1LS
$ /{000, 00
Umt Pnce In Words ilt&ia9499,ve
8 15 Concrete Riprap 89 1 SY $ O.Oo/SY $ 3� /oo. oo
Unit Pnce In Words �01,021 d/Q. N
SP-2
Concrete Saw Cut
49 LF
$ 00/LF I
$ /S 60
Umt Pnce In Words-4,A6, o(o/lo,a a,a/ A&
SP-4 Waterline Lowenng 1 1 1 EA $ 3a00. 0o/EA $3000.'O
Umt Pnce In Words 62& 24,dGa�3
SP-10
Rock Excavation 50 1
CY Is
410,001CY
$a000, 00
Umt Pnce In Words
SP-15
Adjust Valve
3 1
EA
$ a00. p0/EA
$ &00.0o
Umt Pnce In Words A/0
SP-37 Excavation Protection 50 LF $ '- p0 /LF $ /00. 00
Umt Pnce In Words && dadaiz addAAAGf.+.r45
SP-39
Pro ect Signs
2
EA
$ '/$0.06/EA
$ ?00-00
Umt Pnce In Words 4
SP-43
As halt Saw Cut 1
241 1
LF $ al 00 /LF
$ 00
Umt Pnce In Words - � do/lais
SP-44
Remove Fire Hydrant 1
2
EA
$ 7U0• 40 /EA
$ /q00, 0 0
Umt Pnce In Words e r i✓e c�
9/14/98 P 6
MayhIII Road BID TABULATION SHEET Work Days_gQ_
Paving and Drainage Bid No
PO No
9/15/98 P 7
P�
a $
U
Attach this ehaot immediately behind sheet P-5 in the PROPOSAL TO THE CITY OF
DENTON, TEXAS FOR THE CONSTRUCTION OF MAYHILL ROAD PAVING AND
IPRAINAGE IN DENTON, TEXAS r
Item
t 4 , , Description
Quantity
Unit
Unit Price
Total
33
jUnclassified Excavation
3189
1 CY
$ 9 _° /CY
$ z8701.4t
Unit Price In Words AA%c o a, s 4 o c erg
3 7
Compacted Fill ^ _
751
CY
$ eJ /CY
$ gn,i_ m
Unit Price In words �.4� . i�4 �N C. H /3
8.14-13 lChamLinkFence
jL=pSumj LS
$ / 8vo,ao /LS
$ 7 2bD, �
Umt Price In Words
PROJECT
1. Uhmodtfied Proposal TOTAL
2. Modified Proposal TOTAL
TOTAL
WORKDAYS
FO
$ e-79,88' �3
$
The paving and drainage improvements will be awarded to one contractor The bid price will be
based on the Proposal Unmodified or the Proposal Modified
sly, "r., 6,51.+, T"14 SA.04
6066 Two ( eLra�7'I,�o�✓2
RAMEY A KING MISURANCE
on & WE, SVIb A
Denton TX rms.7SSE
NWPEE
JeOoe•Publb COmMnr E+e
OBA Tema Qloup
P G Box 260
Dmlon TX TS309
9 PYf Aj.'1,rEu 11 Y�II 1 ( N 1 �E �
CA OAIA D1M
RRE CERTIFICATE IB ISSUED AS A MATTER OF INFORMATION ONLY AND
:ONFERB NO RIONTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE
009E NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
POLICIES BELOW
COMPANIES AFFORDING COVERAGE
COIAPANY A Bitulnlnoa Cewdty
LEVER
COMPANY
LETTER
B swurlty Ina Co
COMPANY LETTERC
Teeee Wort ComP FWW
COMPANY
LETTER
D
COMPANY
LETTER
E
I<' 1��6''^41�1B7fx+t'It'tflNr I�P6,"."7•Ist,`!,"P>,IF 4.17k" b'G"Sl'%' , 1' xt, : " _ d' : » n' x
THIS IS TO COMFY THAT THE POLICIES OF INSURANCE LISTED EELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWRHETANDINO 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 UNUTS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
'0 TYPE OF NBIMNOE POLICY NUMBER POLICY EFFECTPYE POLICY EXPIRATION WH$
TR DARE (Mmonem DATE IMMNO"
A MOM LIABILITY OLPSSOSTSS 10101to 10/O1119 OEN ADacDAIC I
X COMMERCIAL OOVK LIABLRY PRODUCTS COMPAP AGO I
CAME MADE X OCCUR PniS(XI.M a MV I,LAIRY i
OWNERS a CONRMCWRS P ROT EACH OCCIRPENCE S
FIRE DAMAGE (MY " NE) I
4E0 DPFNSE (MY" Few) I
A AUTOMOBILE LIAILIR'
X ANY AUTO
ALL Own AUTOS
SCMFGI µRoe
X HIRED AUTOS
X NOROANED AUTOS
GAUGE LIABILITY
A EECEIB LWMY
X LAABRELLA FORA
OTHER THAN UMMBLLA FM
WORKIR I COVANSATICN
C AND
ILIPLOYOW LRILRY
MIR
B CONTRACTORS EQUIPMENT
CA11119341967 101011SB 101011" COMBINED SINOLE I
LIMIT
GODLY I,AURY
RPM alEml
BODILY IIMAIRV I
(Pr, E�t
PrIMRTY DAMAGE I
CUP25MM i"Im 10101199 EACH 00CURNNCE I
AGGREGATE �I
STATUTORY LIAIIS
Tao 10101/M 101009 EACH ACCIDENT I
DGEAEE POLICY LIMIT I
OLSFASF EACH FMn OVFF I
w
CIMAB6864 09/16/SS D"519S OWNED EQUIPMENT
1% DEDUCTIBLE
RENTED PER REM
DESCRIPTION OF OPERATMV. MTII MV MCLMLWWPL MM
CRY OF DENTON RB OFFICIALS, EMPLOYEES AND VOLUNTEERS ARE NAMED AS
ADDITIONAL INSURED
PROJECT BID 2" MAYNILL RD PAVING B DRAINAGE
City of Duran
9013 TNMe 81
DMW
TX 76201
2000000
2DODDDD
1000000
1000000
50000
IDDO
1000000
1000000
1000000
loom
IODOW
1000000
mm"
flim
F,II�lM,Nh Y,r �,.. v„1 xu, .a, e5 oxo YIW Yny vto •W
n SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
ttI EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL EMILAIVOBIXWXXXX
'd MAIL _30 6 DAYS WRITTEN NOTICE 70 THE CERTIFICATE HOLDER NAMED TO THE
W.
<" TB"4(I1y� wry kuPDlBla, Ina.
XvA:ig2T11 £/Z 3OVd Lb b 96/ZT/TT 9UTA{ ?g A,EUJPJJ