HomeMy WebLinkAbout1997-212ORDINANCE NO
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD
OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE
EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE
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
N 11 MRFR CONTRACTOR AMOUNT
2069 JAGOE PUBLIC COMPANY $442,850 00
SECTION II That the acceptance and approval of the above competitive bids shall not
constitute a contract between the City and the person submitting the bid for construction of such
public works or improvements herein accepted and approved, until such person shall comply with
all requirements specified in the Notice to Bidders including the timely execution of a written
contract and furnishing of performance and payment bonds, and insurance certificate after
notification of the award of the bid
SECTION III That the City Manager is hereby authorized to execute all necessary written
contracts for the performance of the construction of the public works or improvements in accordance
with the bids accepted and approved herein, provided that such contracts are made in accordance
with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms,
conditions, plans and specifications, standards, quantities and specified sums contained therein
1
SECTION IV That upon acceptance and approval of the above competitive bids and the
execution of contracts for the public works and improvements as authorized herein, the City Council
hereby authorizes the expenditure of funds in the manner and in the amount as specified in such
approved bids and authorized contracts executed pursuant thereto
SECTION V That this ordinance shall become effective immediately upon its passage and
approval
PASSED AND APPROVED this the 54 day of 1997
JAC ILLER, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
BY _
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
DATE AUGUST 5, 1997
TO Mayor and Members of the City Council
FROM Kathy DuBose, Executive Director of Finance
SUBJECT BID # 2069 -- FORT WORTH DRIVE UTILITY RELOCATION
RECOMMENDATION: We recommend this bid be awarded to the low bidder, Jagoe Public
Company, in the amount of $442,850 00
SUMMARY: This bid is for all labor and materials necessary for the relocation of approximately
325 feet of 20" waterline, 2092 feet of 8" waterline, and 565 feet of 6" waterline Sanitary sewer
mains to be relocated consist of 316 feet of 10" sanitary sewer, 2156 feet of 8" sanitary sewer, and 12
manholes The relocation project starts at Collins Street and ends at Interstate 35 These relocations
are necessary due to the proposed state highway improvements planned by Texas Department of
Transportation
PROGRAMS, DEPARTMENTS OR CROUPS_AFFECTED. Water & Sewer Field Services,
Water & Sewer Utility Customers of the City of Denton, and the Citizens of Denton
FISCAL IMPACT: Budget funds for this project will come from 1997 CIP Revenue Funds
Account Number 620-081-0461-R508-9114
Attachments Tabulation Sheet
PUB Meeting Minutes Recommending Approval
Respectfully submitted
Kath aBo
Executive DIrector of Finance
Prepared by p
OL/-
Name Denise Harpool
Title Senior Buyer
Name Tom D Shaw, C P M
Title Purchasing Agent
909 AGENDA
2069 --
BID NAME
FT WORTH DRIVE UTILITY
RELOCATIONS
OPEN DATE
JULY 22, 1997
#
QThY
DESCRIPTION
TOTAL BID AWARD
ADDENDUM
JAGOE DICKERSON CIRCLE C
PUBLIC CONST CONST
COMPANY COMPANY COMPANY
VENDOR VENDOR
$442,850 00 $511,397 00
YES _ _YES _
YES YES
- L
VENDOR
YES
YES
YES_J
4
FROMe DENTON UTIL RDMI FAX NO t 8175668120 09-23-97 10132R P 01
DRAFT
PUBLIC UTILITIES BOARD MEETING MINUTES
EXCERPT
12 CONSIDER APPROVAL OF BID OPENING NO 2069 TO JAGOE PUBLIC
COMPANY IN THE AMOUNT OF $442,850 000 FOR CONSTRUCTION OF
rORJ WORTH DRIVE (HWY 377) UTILITY RELOCATIONS
Ms Jordan presented this item and discussed the relocation of specific water/sewer lines
located on Collins St and I35E She said that this project was under budget and that the bids
were below the estimated contract amount Mr Thompson made a motion to approve the
item as presented Mr Norton scconded the motion Approved as presented
all�aan�,
JUL 3 0 1997
CITY OR UNION
LEGAL DEFT
CONTRACT AGREEM TT
(� / 1 flu P-,<,-6--P)-
STATE OF TEXAS
COUNTY OF DENTON
5
THIS AGREEMENT, made and entered into this
AUGUST A.D., 19 97 , by and between
day o'
THE CITY OF DENTON
of the County of DENTON and State of Texas, actin?
through TED BENAVIDES
thersunto duly authorized so to do, hereinafter termed "OWNER," ara
JAGOE PUBIC COMPANY
P.O. BOX 250
3020 FT. WORTH DRIVE
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 # 2069 -- FORT WORTH DRIVE UTILITY RELOCATION
in the amount of $442,850.00 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
accordance with the plans, which includes all maps, plats,
CA - 1
blueprints, a*' other drawings and print or written explanator:
matter thereo,, and the Specifications t..erefore, as prepared b}
ENGINEERING AND TRANSPORTATION DEPARTMENT
all of which are made a part hereof and collectively evidence an --
constitute the entire contract.
It is mutually understood and agreed by and between City and
Contractor that Contractor is an independent contractor and shall
not be deemed to be or considered an employee of the City of
Denton, Texas, for the purposes of income tax, withholding, social
security taxes, vacation or sick leave benefits, worker's
compensation, or any other City employee benefit. City shall not
have supervision and control of Contractor or any employee of
Contractor, and it is expressly understood that Contractor shall
perform the services hereunder according to the attached
specifications at the general direction of the City Manager of the
City of Denton, Texas, or his designee under this agreement.
Contractor shall and does hereby agree to indemnify and hold
harmless the City of Denton from any and all damages, loss, or
liability of any kind whatsoever, by reason of injury to property
or third persons occasioned by any error, omission or negligent act
of Contractor, its officers, agents, employees, invitees, and other
persons for whom it is legally liable, with regard to the
performance of this Agreement, and Contractor will, at its cost and
expense, defend and protect the City of Denton against any and all
such claims and demands.
t• ,• NVA0 : _-
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 tiro,
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
price or prices shown in the Proposal, which
contract, such payments to be subject to the
Conditions of the Contract.
CA - 2
in current funds the
forms a part of this
General and Special
IN WITNE°S WHEREOF, the parties ° these presents ha%e
executed this lrsement in the year and t,..y first above written.
ATTEST:
APPROVED AS TO
City
AAA0184D
Rev. 07/28/94
CA - 3
JAGOE PUBLIC COMPANY
CONTRACTOR
japoe Public Co
—F ox -
Denton, Tx 76202
MAILING ADDRESS
_r9yo) 3 y Z- -z-
PHONE NUMBER
�gYo) 392- - `1.7 3 2-
FAX NUMBER
BY
TITLE
PRINTED NAME '
(SEAL)
THE STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS That JAGOE PUBLIC COMPANY, whose
address is P.O. BOX 250, 3020 FT. WORTH DR., DENTON, TX 76205, hereinafter called
Principal, and Seaboard Surety Company a corporation organized and existing under the
laws of the State of TEXAS, and fully authorized to transact business in the State of Texas, as
Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and
existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of
FOUR HUNDRED FORTY TWO THOUSAND EIGHT HUNDRED FIFTY AND no/100--
DOLLARS ($442,850.00) plus 10 percent of the stated penal sum as an additional sum of money
representing additional court expenses, attorneys' fees, and liquidated damages ansing out of or con-
nected 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 97-212, with the City of Denton,
the Owner, dated the 5 day of August A D 1997, a copy of which is hereto attached and made a part
hereof, for BID # 2069 -- FORT WORTH DRIVE UTILITY RELOCATION
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
PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue
shall lie in Denton County, State of Texas
PERFORMANCE BOND - Page 1
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 ansmg 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 5 day of August, 1997
ATTEST
I: Y /Lvwvi
SECRETARY
ATTEST
The fiesfd
processes
PRINCIPAL
JAGOE PUBLIC COMPANY
BY
V c E PRESIDENT
SURETY
SEABOARD SURETY COMPANY
BY
ATTORNEY -IN -FACT
Rosemary Weaver
Agent of the Surety in Denton County, Texas for delivery of notice and service of the
NAME Willis Corroon Corporation of Texas
STREET ADDRESS 13355 Noel Road, Suite 400, Dallas, Texas 75240-6612
(NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a
corporation, give a person's name )
[Revised 2/971
E \FORMS\PBRFORM BON
PERFORMANCE BOND - Page 2
THE STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS That JAGOE PUBLIC COMPANY, whose
address is P.O. BOX 250, 3020 FT. WORTH DR., DENTON, TX 76205, hereinafter called
Principal, and Seaboard Surety Company 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 FOUR HUNDRED FORTY TWO
THOUSAND EIGHT HUNDRED FIFTY AND no/100-- DOLLARS ($442,850 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 winch 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 97-212, with the City of Denton,
the Owner, dated the 5 day of August, A D 1997, a copy of which is hereto attached and made a
part hereof, for BID # 2069 -- FORT WORTH DRIVE UTILITY RELOCATION
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 terns of the Contract, or to the
Work performed thereunder, or to the Plans, Specifications, Drawings, etc , accompanying the same,
shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such
change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be
performed thereunder, or to the Plans, Specifications, Drawings, etc
PAYMENT BOND - Page 1
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government
Code, as amended, and any other applicable statutes of the State of Texas
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in DENTON County to whom any requisite notices may be delivered and on whom
service of process may be had in matters ansing out of such suretyship, as provided by Article 7 19-1
of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas
IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of
which shall be deemed an original, this the 5 th day of August , 19 97
ATTEST
ATTEST
The Resld
processis
PRINCIPAL
JAGOE PUBLIC COMPANY
BY C
VlC� PRESIDENT
SURETY
SEABOARD SURETY COMPANY
BY
ATTORNEY -IN -FACT
Rosemary Weaver
Agent of the Surety in Denton County, Texas for delivery of notice and service of the
NAME Willis Corroon Corporation of Texas
STREET ADDRESS 13355 Noel Road, Suite 400, Dallas, Texas 75240-6612
(NOTE Date of Payment Bond must be date of Contract If Resident Agent is not
corporation, give a persons name )
PAYMENT BOND - Page 2
IMPORTANT NOTICE
TO OBTAIN INFORMATION OR MAKE A COMPLAINT:
YOU MAY CONTACT THE TExAS DEPARTMENT OF
INSURANCE TO OBTAIN INFORMATION ON COMPANIES,
COVERAGES, RIGHTS OR COMPLAINTS AT:
1-800-252-3439
YOU MAY WRITE THE TExAS DEPARTMENT OF INSURANCE:
P. 0. Box 149104
AUSTIN, TX 78714-9104
FAx #(512) 475-1771
PREMIUM OR CLAIM DISPUTES:
SHOULD YOU HAVE A DISPUTE CONCERNING YOUR
PREMIUM OR ABOUT A CLAIM YOU SHOULD CONTACT THE
AGENT OR COMPANY FIRST. IF THE DISPUTE IS NOT
RESOLVED, YOU MAY CONTACT THE TExAS DEPARTMENT
OF INSURANCE.
ATTACH THIS NOTICE TO YOUR POLICY:
THIS NOTICE IS FOR INFORMATION ONLY AND DOES NOT
BECOME A PART OR CONDITION OF THE ATTACHED
DOCUMENT.
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below It is highly
recommended that bidders confer with their respective insurance carriers or brokers
to determine in advance of Bid submission the availability of insurance certificates and
endorsements as prescribed and provided herein. If an apparent low bidder fails to
comply strictly with the insurance requirements, that bidder may be disqualified from
award of the contract. Upon bid award, all insurance requirements shall become
contractual obligations which the successful bidder shall have a duty to maintain
throughout the course of this contract.
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the Contractor, the
Contractor shall provide and maintain until the contracted work has been completed
and accepted by the City of Denton, Owner, the minimum insurance coverage as
indicated hereinafter
As soon as practicable after notification of bid award, Contractor shall file with the
Purchasing Department satisfactory certificates of Insurance, containing the bid
number and title of the project. Contractor may, upon written request to the
Purchasing Department, ask for clarification of any Insurance requirements at any
time, however, Contractors are strongly advised to make such requests prior to bid
opening, since the insurance requirements may not be modified or waived after bid
opening unless a written exception has been submitted with the bid Contractor shall
not commence any work or deliver any material until he or she receives notification
that the contract has been accepted, approved, and signed by the City of Denton
All insurance policies proposed or obtained in satisfaction of these requirements shall
comply with the following general specifications, and shall be maintained in
compliance with these general specifications throughout the duration of the Contract,
or longer, if so noted•
• Each policy shall be issued by a company authorized to do business In the
State of Texas with an A M Best Company rating of at least A
• Any deductibles or self -insured retentions shall be declared in the bid
proposal If requested by the City, the insurer shall reduce or eliminate
such deductibles or self -insured retentions with respect to the City, its
AAA00350 Cl - ,
REVISED 10/12194
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 of coverage
that Includes a general annual aggregate limit providing for claims
investigation or legal defense costs to be included in the general annual
aggregate limit, the contractor shall either double the occurrence limits or
obtain Owners and Contractors Protective Liability Insurance
• Should any required Insurance lapse during the contract term, requests for
payments originating gfter such lapse shall not be processed until the City
receives satisfactory evidence of reinstated coverage as required by this
contract, effective as of the lapse date If insurance is not reinstated, City
may, at its sole option, terminate this agreement effective on the date of
the lapse
AAA00350
REVISED 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:
[XI A General Liability Insurance:
General Liability insurance with combined single limits of not less than one
million $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
AAM0350
REVISED 10112/94 Cl - 3
Insurance Requirements
Page 4
[XI Automobile Liability Insurance -
Contractor shall provide Commercial Automobile Liability insurance with
Combined Single Limits (CSL) of not less than $1.000.000 either in a single
policy or in a combination of basic and umbrella or excess policies The policy
will include bodily injury and property damage liability arising out of the
operation, maintenance and use of all automobiles and mobile equipment used
in conjunction with this contract.
Satisfaction of the above requirement shall be in the form of a policy
endorsement for
• any auto, or
• all owned, hued and non -owned autos
[XI Workers Compensation Insurance
Contractor shall purchase and maintain Worker's Compensation insurance
which, in addition to meeting the minimum statutory requirements for issuance
of such insurance, has Employer's Liability limits of at least $100,000 for each
accident, $100,000 per each employee, and a $500,000 policy limit for
occupational disease The City need not be named as an "Additional Insured"
but the insurer shall agree to waive all rights of subrogation against the City,
its officials, agents, employees and volunteers for any work performed for the
City by the Named Insured. For building or construction projects, the
Contractor shall comply with the provisions of Attachment 1 in accordance
with §406.096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas
Worker's Compensation Commission (TWCC)
[ I Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all times during the
prosecution of the work under this contract, an Owner's and Contractor's
Protective Liability insurance policy naming the City as insured for property
damage and bodily injury which may arise in the prosecution of the work or
contractor's operations under this contract Coverage shall be on an
AAA00350
REVISED 10112/94 Cl - 4
Insurance Requirements
Page 5
"occurrence" basis, and the policy shall be Issued by the same Insurance
company that carries the contractor's liability Insurance Policy limits will be
at least combined bodily injury and property damage per
occurrence with a aggregate
[ 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
AAA00350
REVISED 10112/94 CI - 5
Insurance Requirements
Page 6
ATTACHMENT 1
[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 9406 096) -
includes all persons or entities performing all or part of the services the
contractor has undertaken to perform on the project, regardless of whether
that person contracted directly with the contractor and regardless of
whether that person has employees This includes, without limitation,
Independent contractors, subcontractors, leasing companies, motor
carriers, owner -operators, employees of any such entity, or employees of
any entity which furnishes persons to provide services on the project
"Services" include, without limitation, providing, hauling, or delivering
equipment or materials, or providing labor, transportation, or other service
related to a project "Services" does not include activities unrelated to the
project, such as food/beverage vendors, office supply deliveries, and
delivery of portable toilets
B The contractor shall provide coverage, based on proper reporting of
classification codes and payroll amounts and filing of any overage
agreements, which meets the statutory requirements of Texas Labor Code,
Section 401 011(44) for all employees of the contractor providing services
on the project, for the duration of the project
AAA00360
REVISED 10/12194 Cl - 6
Insurance Requiremenis
Page 7
C. The Contractor must provide a certificate of coverage to the governmental
entity prior to being awarded the contract
0. 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 and 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
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
AAA00350
REVISED 10/12/94 CI - 7
Insurance Requirements
Page 8
The contractor shall contractually require each person with whom it
contracts to provide services on a project, to.
(1) provide coverage, based on proper reporting of classification codes
and payroll amounts and filing of any coverage agreements, which
meets the statutory requirements of Texas Labor Code, Section
401.011(44) for all of its employees providing services on the project,
for the duration of the project;
(2) provide to the contractor, prior to that person beginning work on the
project, a certificate of coverage showing that coverage is being
provided for all employees of the person providing services on the
project, for the duration of the project;
(3) provide the contractor, prior to the end of the coverage period, a new
certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the
duration of the project;
(4) obtain from each other person with whom it contracts, and provide to
the contractor:
(a) a certificate of coverage, prior to the other person beginning
work on the project; and
(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
AAA00350
REVISED 10/12/94 Cl - 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
AAA00350
REVISED 10/12/04 Cl - 9
BID SUMMARY
TOTAL BID PRICE IN WORDS A-ov2 Oom>2Fp F o2Ti/-Two -rHoyS4A/p
J�51Cvf{% 14VIVO eE.�J FiF7Y DD��Ft2s ,anJ P No Cc�TS
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 inSiire 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.
_5AG06- P,,I AI l � Cann P,44
CONTRACTOR
BY 4
30 2 0 -�--(--
Street Address
205
City and State
Seal & Authorization
(If a Corporation) C 8 0) 3 9 2_" Z S 9 f
Telephone
Im
BID SUMMARY
PROJECT
Water Main Relocation
Sanitary Sewer Relocation
WORK DAYS
45
45
.Z&6"58%
TOTAL 90 $ VI/z s'SD to
Both water and sanitary sewer portions of this project will be awarded to one contractor Award
of the bid will be based on the total Water and Sanitary Sewer are being separated for
bookkeeping purposes only
Fin
WORK DAYS 45
BID NO 2069
PO NO.
BID TABULATION SHEET
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
1 21
Contractors Warranties &
Understandings
LS
$ /I.S
$
IA,IC47 -
Unit Price in Words
2 12-A
6" Waterline
565 1
LF I
$Jq 00 /LF 1
$12,`(30 -
Unit Price in Words
[well i u tu.0 .4,) !
2 12 B
8" Waterline
2,092
LF
$ /LF
$( "gLid-
Unit Price in Words
u u u c q 0�'l00
2 12 C
20" Waterline
325 LF
$1 (� , Ct /LF
$ �14, `l5c -
Unit Price in Words
t'M)lull J u d ' 4 6 I (,b
2 1 3(4;Unit
x Base
5
CY $ �L. 6b /CY
$1 CV
rice in Words.
/ Wept o� 1oo
3 Iparation
of Right -Of -Way
LS $ 300o as /LS $ 3oW -
Unit Price in Words
CCQ H1CUS�c n/i 04 C ioo
3 12
Temporary Erosion Control
LS
$ oI 0 &D /LS
$ oco
Unit Price in Words
l)/k Ehbu 1u nct two Au ndu ek + "' 1 0 _
3-A I
Remove Concrete Pavement
138 1
SY
$1( 6Z /SY $ 316, '
Unit Price in Words
�� n d o Ua,16 �k�10o
3-C
Remove Concrete Walks &
prive
138
SY
$ /SY
l0 !Z
$
Unit Price in Words
39
Hydromulch
358
SY
$ q oo /SY
$ 1, ` ,50 -
Unit Price in Wordspui
d o (l as r 6"/ico
5 8-A
Concrete Pavement
138
SY $ /SY
$ q% 2 -
Unit Price in Words
JIl C 6�/ CC
P - 3
17MM' Mot
WORK DAYS 4_
BID NO 2069
PO NO.
BID TABULATION SHEET
E
INSCRIPTION
t1UAMM
UMT
UNIT PRICE
TOTAL
300 Gauge 7 Steel Casing
112
I F
s 6, fJp /I.F
$ Q71—
Wnit Price in Words:
8.1
Barricade, Warning Signs &
Detours
Ls
$/Ls
, Ccc, x
Is
Are
Unit Price in Words:
JWo �/11vc5�11cL W�`loc
8.3-B
Concrete Driveway
138
SY
$ 3�,Gb /SY
Unit Price in Words:
SP-2
Concrete Saw Cut
530
L,F
$ ki oo
Unit Price in Words:
_'LP
� out Ljo u s uu/1L)o
SP-10
Rock Excavation
50
CY 1
$ / p /CY
Unit Price in Words:
Jeh do Ma,,— * 0'h o u
SP-37
Excavation Protection
710
LF 1
$ ( C /LF
$—
Unit Price in Words:
b1c (c l { 0.l 0
SP-40
Cut & Plug Waterline
S
EA $'7co, /EA
—
Unit Price in Words:
&"n AU/1 Ia E cl w C 01G
SP-45
Misc. Sprinkler System
Adjustment
IS
$ 2S
JDDO ao
$
�000 —
Unit Price in Words:
SP-39 Project Signs
2
EA
$ �z /BA
$ k, _
Unit Price in Words:-
2.16A
Water Service (1")
16
EA
$6" ua /EA
$—
Unit Price in Words:
rLti1�{ u� w Gc�IGG —
P - 4
WORK DAYS 45
BID NO. 2069
PO NO.
O- OTt s"FA: 4�&WMh
rresr
0 ISCRUFrION
QUAKMT
uNrr
IM MCB
T0TAL
2.16B
E
Water' Service (20)
4
EA
$ �CO - /EA
$3, 3Cc —
Unit Price in Words:c
lit u 1 �` LCo
2.16e
water sorvtce (4">
1
EA
$ 9co or- /EA
$ qCC —
Unit Price in Words:
n Ulu �c o
8.14
Misc. Fence Repau
/LS
is
Unit Price in Words:
% ha r)du et Dulto u
64
30" Bore & Grout
112
LF
$ roc oD /LF
$—
Unit Price in Words:
bale A lin d (u. (1 k velar cl 4-I° lot,
SP-48
Remove and Replace
Reinforced Concrete Storm
Sewer
45
LF
$ /LF
, 5 pb
$
/)
Unit Price in Words:
Cudyj WAW6pp o
3-B
Remove Curb & Gutter
58 LF Is
IM /LF I
$ 3�
Unit Price in Words:
p p(o l.(cu5 QOr�o
8.2-A I
Cono to Curb & Gutter
44
LF
$ 10 M /LF
$ `ttD,
Unit Price in Words:
TQ ✓1 d o I U.us a vo/(N -
SP-43 I
Asphalt Saw Cut
681 1
LF 1
$ / p p /LF
$ b `d r, '
Unit Price in Words:
011Q Gl o l lcu ``coo
SP 47
ZO" Wet Tap Valve
1
BA
$ 33 CO "MA
—
Unit Price in Words:
t h 0 usaAd, N-
.1
6" Valve
3 —
EA
$ _T
Unit Price in Words:
F2.
/Due h U n tv d twe -
.1
8" Valve
2
BA
$(000, /EA
$(1400 UD
Unit Price in Words:
,Sys h y- 6u tbo
P-5
WORKDAYS 455_
BID NO 2069
PO NO
BID TABULATION SHEET
rMM
DRaCRIMON
QUANTITY
UNIT
UNIT MCR
TOTAL
SP-44 I
Remove Fire Hydrant
3Unit
Price Price in Words
214
Fire Hydrant Assembly
10
EA
$ /'/oo co/EA
$ I'], GDP —
Unit Price in Words-
a4x4l otQ.t.td +6 (to
C(lkGU.JM l /IA-
SP-42
Remove Valve Stack
9
1 EA 1
$ JDo Lv/EA
$ 7C0
Unit Price in Words
That hu r)d u d-p1hoo
2 13 1
20" Valve
1
I EA
1 $ G 000 a/EA
$ q, Goo —
Unit Price in Words
LC q nk
SP-49B
I Remove Existing Waterline
65 LF $ 30, Ja
Unit Price in Words
jht; y- O'hou —
6 4A
12" Bore and Grout
60
LF
$ Jo, CG /LF
$ 3 _
Unit Price in Words
rt ((� o l l p R s v Qtl tco
TOTAL
$ �65, 5g9 00
Total Price in Words
lw uyd
d St th Wehu.nd d ,fl t
IM
U,� 0�,C,
Fog Worth Drive Utilt(y ImMyuments
(Sanitary Sewer)
BID TABULATION SHEET
WORK DAYS 45
BID NO 2069
PO NO.
ITEM
121
DESCRIMON
Contractors Warranties &
Understandings
QUANTITY
UNIT
UNIT PRICE
$ /IIS
TOTAL
$
d{l tU
Unit Price in Words
2 12-K
8" Sanitary Sewer Line
(SDR 26)
10004
LF
$ /LF
al cc
$
' I a d r
Unit Price in Words.
u-Ij two 'Ct LCC
2 12-D
8" Sanitary Sewer Line
1,152
Unit Price in Words
/Ltd GYIk 4 voftLo
2 12-E
10" Sanitary Sewer Line
316
Unit Price in Words
2 1 3(4 5) 1 Flex Base
rr
/ I � l t UJC- 4 0100 -
10 CY I $ � 5 lSU /CY $ �50 —
Unit Price in Words.
l uer Ue j Ov ov
-Of-Way
��e 1 �uSa(1 G /«
rControl
LS $ /5Go - /LS
$ GG -
patgm
evement
e p 5u nA f ut t d q-� dui -
46 SY $ ((,, b?� /S1' $o -
7e p) 61 o l �6u $ * 6 I GG
ve Caltcrete Walks &
Drive
46
SY
$ /SY
Is `-E�o —
Unit Price in Words
39 Sod
eh o o 1 w S q oo/Io„
228 1 SY $ , /SY I $ 3b8 -
Unit Price in Words-
S tq d of 41s 4 coko
5 8-A
Concrete Pavement
84I
SY Is 3� to /SY
Is3, Gdq -
Unit Price in Words.
T-I t�C �C CO/pc,-
P - 7
Fort Worth Drive Utility Imrovements
(Salutary Sewer)
WORK DAYS 45 _
BID NO 2069
PO NO
BID TABULATION SHEET
rr9m I
MSCRIPTION
QUAMTPY
UNIT
UNIT PRICE
TOTAL
7 6-A-1 1
4' Precast Manhole
1
EA 1
$ /7Lv - /EA
$1,7W -
Unit Price in Words
bne- M &eckii t L 2 W
7 6-A-2
4' Manhole
10
EA
$ 7co - /EA
$ (1
Unit Price in Words
I-u thou Scc nd Sr\ v o'''/i00
7 6-A-3
4' Drop Manhole
1
EA
$ IWO - /EA
$,99V O -
Unit Price in Words:
U o p�
o Ijtiu cl
0
2 12 9-B
14" Gauge 7 Steel Casing
102
LF
$ 35, 0-D /LF
$ 3, 5 7 c
Unit Price in Words.
-rh u u e 4- 00 i D0
8 1
Barricade Warning Signs &
LS $ LS$Detours - 7m/
3, ux, -
Unit Price in Words
,A 61 uu Su,ncl l) u
8 3-B I
Concrete Driveway
84 1
SY I
$ 36,00 /SY
$ �Odc
Unit Price in Words.
as.q- OU
SP-2
I Concrete Saw Cut
363 1
LF
1 $ q .00 /LF-
Unit Price in Words.
Fo u,rdo i taA-s 't"h o u
SP-8
Abandon Manhole
5 EA
1 $ 1000 &/EA
$ 000, -
Unit Price in Words.
Diu �7h 0 oa4wC 012
SP-10
I Rock Excavation
50
1 CY
1 $ 10 0 /CY
$ 500, -
Unit Price in Words.
7p 010 UgAS q-00 IOD
SP-37
Excavation Protection
2,000
1 LF
1 $ 1, ao /LF $a000 -
Unit Price in Words
O ru CIO UAA d o01 Do
SP-40
Cut & Plug Sanitary Sewer
3
1 EA
$ q00, u, /EA
$ J JOD,
Unit Price in Words
SP-45 Misc Sprinkler System
n L ,u h urou d 4 oolwo
LS I $ am) -/LS $ a'OOo -
Unit Price in Words:
Lu o t)100-aaA6( v- oo Ito
ml
Fort Worth Dave Utili JMRM, ,ments
(Sanitary Sewer)
BID TABULATION SHEET
WORK DAYS 45
BID NO, 2069
PO NO.
ITEM
DBBCRI]MON
QUANTrry
UNIT
UNIT Pmca
TOTAL
WS-18
4" Sewer Service
12
EA
$ 0 00 II/EA
$ (o00
Unit Price in Words:
h nd)WL Oolo
WS-
30A&B
Break Into & Rebuild Invert
of Exist, Manhole
I
EA
$ /EA
i 000 -
$
Qn0 —
Unit Price m Words
�IpfA SG rid q(�
814
Misc. Fence Repair
LS
$q/00, MILS
1 $G00 --
Utut Price in Words:
nUV ' ndu d- 4- ! o
2 12-F
i 10" Ductile Iron Pipe
85
LF
$ 30, 00 /LF
0,550 —
Unit Price in Words.
TYI t c q�0/(o0
6 4B
14" Bore & Grout
58
1 LF
1 $ J W 6b /LF
1 $ 5, 9 00 —
Unit Price in Words
0 ru ku n q-01/ o
SP-49A
[Remove 12" Sanitary Sewer
Pipe
257
LF
1 $ /LF
30- oa
1 $
`150
Unit Price in Words-
ALTtil dQUO,4,4-OLM
3-B
I iRemove Curb & Gutter
88
1 LF
$ µ,Jv /LF
$ 35� —
Unit Price in Words-
/-btkk dt)U A, 4-00/I.Jo
8 2-A
Concrete Curb & Gutter
36 1 LF
1 $ /0, 00 /LF
$ J6 0 —
Unit Price in Words
SP-43
Asphalt Saw Cut
2,000
LF
$ l Jo /LF
$a000 -
Unit Price in Words
Oyu 00 Uax j Oo/w
5 7-11
1, Asphalt Patch TvDe D
160
1 TN
$ 0. L0 /TN
$ q. G, no —
U'
t Price in Words-
5 OD b
SP-4
Existing Waterline Adjust
1 1 EA
$a b0 /EA
1 $a,$00
U t Pnce In Words-
Iwo 6hot 1SR AG( LghtL d N3WV —
TOTAL $ / `]
Total Price m Words bna
d zwt,4N OturnJ two ad ud
"
RAMEY 8 KING INSURANCE
B30 & 1.388, Subs A
Denton TX 78904.7M
INSURED
JaBa'Public, CownPan7 kW
Bill Cheek
P 0 Box 990
Denton TX 78908
THIS EL TO CERTIFY TF -T THE POLICES
INDICATED, NOT ISTSA4��PIDING ANY tROO
o
CERTIFICATE MAY BE I UED OR MAY PI
EXCLUSIONS AND CON RIDNS OF SUCH
'b TYPE OF NSURANOB
.TR
A aWEw.LIABILITY
�,�e�
X _ COMMERCIAL0001 i1 LIABILITY
CLANS MADE X OCCUR
OMERS S CONTRACTORS PROT
X CO250
POLICIES BELOW
COMPANIES AFFORDING COVERAGE
> A The Trawlers h aunwm
LEM
COMPANY B
LEM
> COMPANY c
LEM
COwAw D
LETTER
COMPANY E
LEVER
INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
EMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
AIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS
UCIES UM178 SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
POLICY NUMBER POLICY UPBOTIVE POLICY EXPIRATION LMITB
DATE MMNWM DATE p"OMT
YLBCPS49K49B4 10/Ot/96 10/01/97 GENERAL AGGREGATE is
e
A AUTOMOBILE LIABILITY YCAP34VX436-4 10/01/96 10/0/N7
X ANY Am
ALL OWE) AUTOS
t SCHEDULED AUTOS
X ; HIED AUTOS
X NON4WRI D AUTOS
GARAGE LIABILITY
A ExcessLPSEm YSMCUP892K4374 10/01/98 10/01/97
X Ra1BSELA FORM
OTHER THAN UMBREAA FORM
WOFU=l COVYWSATICN
A µD YEBUB399K4$" 10/01199 10/01/97
EMPLOYER& UMBLRY
DTNW
089ORFMN OF OPE ATICN84pCATg0INMIO NSweOML MOM
CITY OF DENTON 18 ADDITIONAL MURBD
PROJECT FT WORTH DRIVE UTILITY IMPROVEMENTS
CITY OF DENTON
901C TEXAS ST
DENTON
Y FROOUCI&COMPIOP ADD
e
ee
PERSONAL S AOV IWURY
EACH OCCURRENCE
e
FEE DAMAGE (Aw w as)
e
MED EXPENSE (Anl' arr arwUee
COMBINED SINGLE
UNIT
e
GODLY NMIW
S
0%, Aron)
BODILY INJURY
e
e
IPM eenbFAO
PROMIRTY DAMAGE
e
' EACH OCCUFIiENCE
i
AGGREGATE
0
STATUTORY UAITS
; <
'S
EACH ACCIDENT
onEASE POLICY UNIT
8
DISEASE EACH WPLOM
e
20MM
S0MM
1000000
loom
sm
SON
/000000
1000000
loom
loom
loom
10W000
......... _. _.. _............
6EKPIRATION
LD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
90DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
RE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
OF Y KIND UPON THE C P ITS AGENTS OR REPRESENTATIVES
TX 7/901
OED 77
SBNTATN@