HomeMy WebLinkAbout1997-320ORDINANCE NO ql-4 d
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
NUMBER ONE TRACTOR AMOUNT
2109 JAGOE PUBLIC COMPANY $774,924.00
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 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 �f ,/�
PASSED AND APPROVED this the T h day of /,WAQj—'1997
ATTEST;
JENNIFE'R WALTERS, CITY SECRETARY
BY QV
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
i
JACK MILLER, MAYOR
141 1/a 0-v- I'm -Te -
2
DATE NOVEMBER 4,1997
TO Mayor and Members of the City Council
FROM Kathy DuBose, Executive Director of Finance
SUBJECT 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 (BID # 2109 - U.S. 380 UTILITY
RELOCATION)
RFCOMMFNDATION: We recommend this bid be awarded to the lowest bidder, Jagoe Public Company,
in the amount of $774,924 00
BACKGROUND: This bid is for all labor and materials necessary in the relocation of approximately 650
feet of 30" waterline, 1667 feet of 16" waterline, 364 feet of 12" waterline and 665 feet of 8 waterline The
sanitary sewer that must be relocated consists of 193 feet of 16" steel sanitary sewer, 428 feet of 15" sanitary
sewer, 250 feet of 10" sanitary sewer and 5 manholes This relocation project is in the area of U S 380 and
Maylull Texas Department of Transportation is planmng U S 380 improvements and the relocation of these
utility lines must be done prior to that construction
Five bid proposals were received in response to eighty-two notices to bid mailed to vendors
Water and Sewer Utilities, Engineering,
Citizens in the -area of U S 380 and
FISCAL IMPACT— Budgeted water and sewer bond funds for 1998 CIP, account # 675-082-RB96-V502-
8563
Attachment Tabulation Sheet
Respectfully submitted
at e
Executive erector of Finance
Prepared by
Name Deni a at
Title Senior Buyer
Approved
.s
ame om iaw, �
Title Purchasing Agent
954 AGENDA
#
a§[
A
{
�
�\(#
§E
■
\2
$
E
■
--�
m
y
\
0
u
2
a
§
j
§)
�
\
§
\
\
k
k
k
/
f
�
E
�
/
§
t
G
CONTRACT AGREEMENT
STATE OF TEXAS S
COUNTY OF DENTON S
THIS AGREEMENT, made and entered into this 4 day of
November A.D., 19 97 , by and between
PTT nF n1ClPIY)A
Of the County of DENTON and State of Texas, acting
through TED BEHAVIORS
thereunto duly authorized so to do, hereinafter termed "OWNER," and
JAGDE PUBLIC COMPANY
P.O. BOX 250
DENTON, TX 76202
of the City of DENTON , County of DENTON
and State of TEXAS hereinafter
termed "CONTRACTOR."
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by
OWNER, and under the conditions expressed in tl:= bonds attached
hereto, CONTRACTOR hereby agrees with OWNER to commence and
complete performance of the work specified below:
BID # 2109 - U.S. 380 UTILITY RELOCATION
in the amount of s774.924.0o and all extra work in
connection therewith, under the terms as statel in the General
Conditions of the agreement; and at his (or their) own proper cost
and expense to furnish all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and other
accessories and services necessary to complete the work specified
above, in accordance with the conditions and prices stated in the
Proposal attached hereto, and in accordance with all the General
Conditions of the Agreement, the Special Conditions, the Notice to
Bidders (Advertisement for Bids), Instructions to Bidders, and the
Performance and Payment Bonds, all attached hereto, and in
accordance with the plans, which includes all maps, plats,
CA - 1
blueprints, and other drawings and printed or written explanatory
matter thereof, and the specifications therefore, as prepazvd by
CITY OF DENTON ENGINEERING DEPARTMENT
n are made a part he
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, workers
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.
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 timm
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
axacputed this agreement in the year and day first above written.
APPROVED AS TO FORM:
AAA01840
Rev. 07/28/94
CA-3
CITY OF DENTON
OWNS
By
Lf�, �1LLii.
(SEAL)
JAGOE PUBLIC COMPANY
CONTRACTOR
FM N • • ••
,tl
MAILING ADDRESS
( 9 51o) 3 F 2- 2 ,S-, /
PHONE NUMBER
9y6) 382-9-7
FAX NUMBER
BY
LE
,4!!� �4- C���k ✓� .
PRINTED NAME
(SEAL)
in
THE STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS That JAGOE PUBLIC COMPANY, whose
address is P.O. BOX 250, DENTON, TX 76202, hereinafter called Principal, and
ASSOCIATED TNngmNTTV rnRPpRATTON 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
SEVEN HUNDRED SEVENTY FOUR THOUSAND NINE HUNDRED TWENTY FOUR
and no/100 — ($774,924.00) 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 97-320, with the City of Denton,
the Owner, dated the 4 day of November A D 1997, a copy of which is hereto attached and made
a part hereof, for BID # 2109 — U.S. 380 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 Plana, 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
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 teams 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 NOVEMBER,1997.
A1TF,ST
PRINCIPAL
JAGOE PUBLIC COMPANY
BY _ BY
rc s,ala �.4 N/ INCE PRESIDENT
ATTEST
I
SURETY
ASSOCIATED INDEMNITY CORPORATION
BYOLjti CM 0j GYM V
,j;T& ye FACT
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
process is
NAME Willis Corroon Corporation of Texas
13355 Noel Road, Suite 400, Dallas, Texas 75240-6612
STREET ADDRESS
(NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a
corporation, give a p r� name )
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, DENTON, TX 76202, hereinafter called Principal, and
ASSOCIATED INDEMNITY CORPORATIOAI 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 SEVEN HUNDRED SEVENTY FOUR THOUSAND NINE
HUNDRED TWENTY FOUR and no/100— ($774,924.00) 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 Thus 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 97-320, with the City of Denton,
the Owner, dated the 4 day of November, A D 1997, a copy of which is hereto attached and made
a part hereof, for BID # 2109 — U.S. 380 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 terms of the Contract, or to the
Work performed thereunder, or to the Plans, Specifications, Drawings, etc, accompanying the some,
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 herem as the
Resident Agent DENTON County to whom any requisite notices may be delivered and on whom
service oin
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 4 day of November, 1997.
ATTEST PRINCIPAL JO oe Ptjb9c CO
P BOX 250
Denton. Tx 76�r»
.rnte� �—
ATTEST
BY
V'L�E PkESIDENT
SURETY
ASSOCIATED INDEMNITY CORPORATION
Rosemary Weaver
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
processis
NAME' Willis Corroon Corporation of Texas
STREET ADDRESS 13355 Noel Road, Suite 400, Dallas, Texas 7524o-6612
(NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a
corporation, give a persons name )
PAYMENT BOND - Page 2
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 principal office in the County of Mann State of California has made constituted and appointed and does by these
presentsmake constitute and appoint JOHN R. STOCKTON, ROSEMARY WEAVER, jointly or severall%
DALLAS TX
its true and lawful Attorney(s) in Fact with full poser and authority hereby conferred In its name place and stead to execute seal acknowledge and deliver ans
and all bonds undertaking, recognizances or other written obligations in the nature thereof ______________________________-
and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President sealed with the corporate seal of the
Corporation and duly attested bs its Secretary hereby ratifying and confirming all that the said Attorney(s) in Fact may do in the premises
This power of attorney isgranted pursuant to Article Vll Sections 45 and46of By laws of ASSOCIATED INDEMNITY CORPORATION now in full forceand
effect
' Article VII Appointment and Authority of Resident Secretaries, Attorney in Fact and Agents to accept Legal Process and Make Appearances
Section 45 Appointment The Chairman of the Board of Directors, the President any Vice President or any other person authorized by the Board of
Directors the Chairman of the Board of Directors the President or any VlcePresident may, from time to time appoint Resident Assistant Secretaries and
Attorneys -In Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the
Corporation
Section 46 Authority The authority of such Resident Assistant Secretaries, Attorneys in Fact and Agents shall be as prescribed in the Instrument esidencing
their appointment Any such appointment and all authority granted thereby maybe revoked at anytime by the Board of Directors or by any person empowered to
make such appointment
Tlvs 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 and the seal of this
Corporation may be affixed or printed on any power of attorney on any revocation of any power of attorney or on any certificate relating thereto by facsimile
and any power of attorney, any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding
upon the Corporation
IN WITNESS WHEREOF, ASSOCIATED INDEMNITY CORPORATION has caused these presents to be signed by its Vice President and its corporate seal to
be hereunto affixed this 7 r t, day of A, g+r r 19 97
ASSOCIATED INDEMNITY CORPORATION
~` By / v •e Prem
STATE OF CALIFORNIA as
COUNTY OF MARIN
27th August 97 M A Mallonee
On this day of 19 _, before me personally came
to me known who being by me duly sworn did depose and say that he is Vice President of ASSOCIATED INDEMNITY CORPORATION the Corporation
described in and which executed the above instrument that he knows the seal of said Corporation that the seal affixed to the 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
A KRIEGER D
,t0 COMM 91045112 NOTARY PUBLIC CALIFORNIA Notary Pubac
MAR N COUNTY C
�- My Cortm Ecvas i"n p /999 4 CERTIFICATE
STATE OF CALIFORNIA 1 as
COUNTY OF MARIN I
1, the undersigned Resident Assistant Secretary of ASSOCIATED INDEMNITY CORPORATION a CALIFORNIA Corporation DO HEREBY CERTIFY
that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked and furthermore that Article VII Sections 4. and 46 of
the Bylaws of the Corporation, and the Resolution of the a Board of Directors set fo It m the Power of A torney are now in force
Signed and sealed at the County of Marm Dated the LF11 t day of `U.-tLJ�ly L B 1 19
\ rs
-1
R.IdeelA ,Vut 5eaeury
i i,u I
360711 AS 3.96
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 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:
• 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 -L.
• 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
AAA003W
REVISED 1011M Cl - 1
Insurance Requirements
Page 2
officials, agents, employees and volunteers; or, the contractor shall procure
a bond guaranteeing payment of losses and related investigations, claim
administration and defense expenses.
• Liability policies shall be endorsed to provide the following:
•• Name as additional insured the City of Denton, its Officials, Agents,
Employees and volunteers.
• • That such Insurance is primary to any other Insurance available to the
additional insured with respect to claims covered under the policy and
that this insurance applies separately to each Insured against whom
claim is made or suit is brought. The Inclusion of more than one
Insured shall not operate to increase the insurer's limit of liability.
• All policies shall be endorsed to provide thirty(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 after such lapse shall not be processed until the City
receives satisfactory evidence of reinstated coverage as required by this
contract, effective as of the lapse date. If Insurance is not reinstated, City
may, at its sole option, terminate this agreement effective on the date of
the lapse.
AAA00350
REMEL 10/12/64 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:
IX) A. General Liability Insurance:
General Liability Insurance with combined single limits of not less than
$1 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.
IS Coverage B shall include personal Injury.
• Coverage C, medical payments, Is not required.
If the Comprehensive General Liability form (ISO Form GL 0002 Current
Edition and ISO Form GL 0404) is used, it shall include at least:
• Bodily injury and Property Damage Liability for premises,
operations, products and completed operations, Independent
contractors and property damage resulting from explosion, collapse
or underground (XCU) exposures.
• Broad form contractual liability (preferably by endorsement)
covering this contract, personal Injury liability and broad form
property damage liability.
AAA00350
REVISED 1011=4 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 million ($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.
[Xj 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
odcupational disease. The City need not be named as an "Additional Insured"
but the Insurer shall agree to waive all rights of subrogation against the City,
Its officials, agents, employees and volunteers for any work performed for the
City by the Named Insured. For building or construction projects, the
Contractor shall comply with the provisions of Attachment 1 In accordance
with §406.096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas
Worker's Compensation Commission (TWCC).
Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all times during the
prosecution of the work under this contract, an Owner's and Contractor's
Protective Liability insurance policy naming the City as insured for property
damage and bodily Injury which may arise in the prosecution of the work or
AAA00350 Cl - 4
REVISED 1011=4
Insurance Requirements
Page 5
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.
[ 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
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 §406 096) -
Includes all persons or entities performing all or part of the services the
contractor has undertaken to perform on the project, regardless of whether
that person contracted directly with the contractor and regardless of
whether that person has employees. This Includes, without limitation,
Independent contractors, subcontractors, leasing companies, motor
carriers, owner -operators, employees of any such entity, or employees of
any entity which furnishes persons to provide services on the project.
"Services" Include, without limitation, providing, hauling, or delivering
equipment or materials, or providing labor, transportation, or other service
related to a project. "Services" does not include activities unrelated to the
project, such as food/beverage vendors, office supply deliveries, and
delivery of portable toilets.
B. The contractor shall provide coverage, based on proper reporting of
classification codes and payroll amounts and filing of any overage
agreements, which meets the statutory requirements of Texas Labor Code,
Section 401.011(44) for all employees of the contractor providing services
on the project, for the duration of the project
AAA00350
REVEM 10n20114 Cl - 6
Insurance Requirements
Page 7
C. The Contractor must provide a certificate of coverage to the governmental
entity prior to being awarded the contract.
D. If the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project, the contractor must, prior
to the end of the coverage period, file a new certificate of coverage with
the governmental entity showing that coverage has been extended.
E. The contractor shall obtain from each person providing services on a
project, and provide to the governmental entity,
(1) a certificate of coverage, prior to that person beginning work on the
project, so the governmental entity will have on file certificates of
coverage showing coverage for all persons providing services on the
project, and
(2) no later than seven days after receipt by the contractor, a new
certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the
duration of the project.
F. The contractor shall retain all required certificates of coverage for the
duration of the project and for one year thereafter.
G. The contractor shall notify the governmental entity in writing by certified
mail or personal delivery, within 10 days after the contractor knew or
should have known, of any change that materially affects the provision of
coverage of any person providing services on the project.
H. The contractor shall post on each project site a notice, in the text, form and
manner prescribed by the Texas Workers' Compensation Commission,
Informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify coverage and
report lack of coverage.
AAA00350
REVISE) 10112/94 Cl - 7
Insurance Requirements
Page $
I. The contractor shall contractually require each person with whom it
contracts to provide services on a project, to:
(1) provide coverage, based on proper reporting of classification codes
and payroll amounts and filing of any coverage agreements, which
meets the statutory requirements of Texas Labor Code, Section
401.011(") 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 Cl S
REVISE) 10/12/94
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
REVISE) 10/12/84 C'i - 9
WORKDAYS 40
BID NO 2109
U S. 380 Utility Relocations PO NO
(Water)
BID TABULATION SHEET
nzm
nlBC MMON
QUARM
UNer
uWtr PMCs
TMAL
121
Contractors Warranties dt
U
—
LS
$ 24,066. Q S
$ 24,066.
Unit Price in Words
Twenty four thousand sixty six dollarscand
nts
2 12-A
6" Waterline
10
LF
$ 30.o0/LF
$ 300.00
Unit Price in Words-
Thirty dollars and no cents
2 12-B
8" Waterline
665
L.F
$ 35. o0/j,F
$ 23 , 275 . o
Unit Price in words:
Thirty five dollars and no cents
2.12-C
12" WaterlIm
364
LF
$ 45.0gU
$16,380.0
Unit Price in Words-
Forty five dollars and no cents
2 12-D
16" Waterline
1,667
LF 1
$ 66.OQLF
$110,022.1 0
Unlit Pace in Words
Sixty six dollars and no cents
2.12-E
30" Waterline
650
LF
$ 175.0C j
0 0
Unit Price in Words:
;nen
One hundred seventy five dollars and s
2.12.8
Ductile Iron F'
1.700
LB
.0
Unit Price in Words.
Tyro dollars and no cents
2 12.9-A
12" Gaup 7 Steel Split
70
IPji
6.00 /LF
$ 4, 620 00
Unit Price in Words:
Sixty six dollarscents
2.12.9-B
18" 7 Steel Cas
164
LF5.00
/L.F
$ 4,100.00
Unit Prim in Words'
Twenty five dollao cents
2.12.9-C '
42" 7 Stet
148
L0.0o
/LF
$ 8,880.0
unit pain Wks.
Sixty dollars ans
2.1.3(4.5)
Flex Base
75
C20.00
/CY
$ 1,soo.o
Uot p� in Words:
Twenty dollars ats3.1
of Ri t-of-Wa
Pricein WorliB:
—
i.00Unit
ee thousand dod no cents
P - 3
U.S. 380 Utility Relocations
(Water)
BID TABULATION SHEET
WORKDAYS 40
BID NO. 2109
PO NO.
rtsu
o r[oN
QUMTTry
LM
uRrr FarcS
mrnr,
3.12
Temporary Erosion Control
—
Ls
S 1, sot . oo2S
S 1, sot 00
Unit Price in Words:
one thousand five hundred dollars and no cents
3-B
Remove Concrete Curb &
Gutter
201
I.F
F
S lo.00 �'
S 200.00
Unit Price in Words:
Ten dollars and no cents
3-A
Remove Concrete Pavement
56
SY
S 10.00 /SY
S 560.00
Unit Price in Words:
Ten dollars and no cents
3.9 1
Hydromulch
1,178
SY
$ 4.00/SY
$ 4,712.00
Unlit Price in Words:
Four dollars and no cents
5-A
Air Release valve
1
EA
S i , 00o . odEA
$ 1, 000.00
Unit Puce in Words:
One thousand dollars and no cents
5.8-A
Concrete Pavement
56
SY
$ 45.00/SY
$ 2,520.00
Unit Price in Words:
Forty five dollars and no cents
8.1
Barricade, Warning Signs &
Detours
—
LS
$ 5,000.Ot
s 5,Q00.00
Unit Price in Words:
Five thousand dollars and no cents
SP-2
Cote Saw Cut
322
LP
S 4.00 /LP
$ 1,288.00
Unit Price in Words:
Four dollars and no cents
SP-10 Rods D=Vadw
50
CY
1 $ 100.00 $ 5,000.00
U& Price in Words:
one hundred dollars and nd cents
SP-37
BuffafionPM60WM
19910
LP
$ 3.00 /Lp
$ 5,730 00
Unit Prim in Words:
Three dollars and no cents
SP40
Cut & Plug WaNdim
9
EA
S 1, 000 . oIEA S 9 , o00 . o0
Unit Price in Words:
one thousand dollars and no cents
P - 4
WORKDAYS 40
BID NO 21o9
U.S 380 Utility Relocations
(Water)
BID TABULATION SHEET
PO NO.
rr6M
nescavMON
QUAMMrT
UMT
UNI MCE
TOTAL
SP-45
Misc. Spnrilder System
Adjustment
—
LS
$ 500.00 /L3
$ 500.00
Unit Price in Words:
SP-39 Project Signs
Five hundred dollars and no cents
2 EA I$ 40o.00/EA $ eoo.00
Unit Price in Words:
2.16-A Water Service (1")
Four hundred dollars and no cents
11 EA _ $ 700.o0/EA $ 7,700.00
Unit Price in Words:
Seven hundred dollars and no cents
2 10-B
Water Service (2")
2
EA
$ 900.00/EA
Unit Price in Words.
Nine hundred dollars and no cents
6.4-A
18" Bore & Grout
164
LF $ 110.00 /LF
$ 18,040.00
Unit Price in Words:
One hundred ten dollars and no cents
6.4-B
42" Bore & Grout
148 1
LF 1
$ 380.00 /LF 1
$ 56, 240.00
Unit Price in Words:
Three hundred eighty dollars and no cents
8.2-A
Concrete Curb and Gutter
20
LF
$ 15.00 /LF
$ 300.00
Unit Price in Words:
Fifteen dollars and no cents
SP-43
Asphalt Saw Cut
876
LF $ 1.0o /LF
$ 876.00
Unit Price in Words:
one dollar and no cents
2.13.1-A
6" Valve
1
BA
$ 500.00/EA
$ 500.00
Unit Price in Words:
Five hundred dollars and no cents
2.13.1-B
8" Valve
1
BA
$ 650.00/EA $ 650.00
Unit Price in Words:
Six hundred fifty dollars and no cents
2.13.1-C
11 12" Valve
2 EA 1 $1, 000.OdEA
1 $ 2, 000.00
Unit Price in Words:
one thousand dollars and no cents
P - 5
U.S 380 Utility Relocations
(Water)
BID TABULATION SHEET
WORKDAYS 40
BID NO 2109
PO NO —"
nzpA
DENCREMrM
QUANTITY
u ar
tsvrr rerc m
TOTAL
2 13 1-D
16" Valve
1
EA
S 3,500.QtEA
53,500.00
Unit Price in Words.
Three thousand five hundred dollars and no cen
2 13 1-E
30" Valve
1
EA
S25 000.dEA 1
$ 25 000.00
Upit Price in Words:
Twenty five thousand dollars and no cents
SP-44
1 Remove Fire Hydrant
2
EA 1
$ 700.00A
$ 1,400.00
Unit Price m Words:
Seven hundred dollars and no cents
214
Fire Hydrant Assembly
9
EA
$ 1,goo. omEA 1
$17,100.00
U4it Price in Words
One thousand nine hundred dollars and no cents
SP-42
Remove Valve Stack
12
EA
S 30o.00MA 1
$ 3,600.00
Unit Price in Words.
Three hundred dollars and no cents
5 7-B
Type D Asphalt Patch
30
TN
S a0.00 /T'N
$ 2,400.00
Unit Price in Words:
Eighty dollars and no cents
2.19.9-E
22" Gauge 7 Steel Casing
50
LF
$ 30.00 nX
$ 1,500.00
Ul* Price In Words:
Thirty dollars and no cents
6.4-C
22" Bore dt OMA
72 1
LF
S 168.0o/LF
S 12,096.0
Unit Prim In Words:
One hundred sixty eight dollars and no cents
TOTAL
$ 505,405.00
Im
U.S. 380 Utility Relocations
(Sanitary Sewer)
BID TABULATION SHEET
WORK DAYS 40
BID NO 2109
PO NO
nut
neacn"ON
QUAMTPY
UNR
Mff rarca
TOTAL
121
Contractors Warranties &
Understandings
—
IS
$ 10,470.6bS
$10,470.0
Unit Price in Words:
no s
Ten thousand four hundred seventy dollars an
2 12
21 " Sanitary Sewer Clamps
3
EA
$1, zoo . oo'BA
$ 3 , 600. o
Unit Price in Words
one thousand two hundred dollars and no cents
2 12-F
8" Sanitary Sewer
83
LF 1
$ 59 00 /LF
$ 4, 897.0
Unit Price in Words:
Fifty nine dollars and no cents
2 12-G
10" Sanitary Sewer
250
L.F
$ 46 00 /L.F
$11, 500.0
Unit Price in Words
Forty six dollars and no cents
2 12-H
15" Sanitary Sewer
428
L.F
$ 50.00/LF
$ 21,400.
Unit Price m Words.
Fifty dollars and no cents
2 12-J
16" Steel Sanitary Sewer
(Plastic Coated)
193
LF
S ao.00/I-F
$15,440.0
Unit Price In Words:
Eighty dollars and no cents
2 12.9-A
12" Gauge 7 Steel Split
Casing
57
LF
$ 66.00 /L.F
$ 3,762.0
Unit Price in Words:
Sixty six dollars and no cents
2.12.9-B
18" Gauge 7 Steel Casing
70
LF
$ 25.00 /LF $ 1,750.0
Unit Price in Words:
Twenty five dollars and no cents
2.12.9-D 27" Gop 7 Steen Casing
140
LF
$ 35. o0 /LF
$ 4 , 900.0
Unit Price in Wotds:
Thirty five dollars and no cents
3.1
Preparation of Right -of -Way
—
LS
$3 , 000. 0dLS
$ 3 , 000. o0
Unit Price in Words'
Three thousand dollars and no cents
3.12
Temporary Brosion Control
I
$ 2,00o.001S $2,000.00
Unit Price in Words-
Two thousand dollars and no cents
P - 7
US 380 Utdity Relocations
(Sanitary Sewer)
BID TABULATION SHEET
WORKDAYS 40
BID NO y no
PO NO —
rr w
11e8C7t MON
Qoetr M
Mr
UMT mMM
TOTAL.
3-B
Remove Concrete Curb and
(cutter
5
LF
S lo.00 /LF
$ 50.00
Unit Price in Words
Ten dollars and no cents
3-10 7 1
Hydromulch
480mmmr
SY I
S 4.00 /SY
$ 1, 920.0
Unit Price in Words:
Four dollars and no cents
6 4-D 1
18" Bore and Grout
7o
Unit Price in Words:
One hundred ten dollars and no cents
6 4-E
27" Bore and Grout
140
LF
S 190.00 /I.F
$ 26,600.0
Unit Price in Words:
One hundred ninety dollars and no cents
7 6-A I
Rebuild 5' Manhole
1
EA
S 1,�oo.o6F�
S1,7oo.00
Unit Price in Words:
One thousand seven hundred dollars and no cen s
7 6-11
5' Manhole
5
BA
$4,00o.o07EA
$ 20,000.
Unit Prim in Words:
Four thousand dollars and no cents
8.1
Barricade Warning Signs Bt
Detours
—
LS
$ 3,000.Ods
$3,000.00
Unit him in Words:
Three thousand dollars and no cents
SP-2
Concrete Saw Cut
5
LF
$ 10.00 /LF 1
$ 50.00
Unit Price in Words:
Ten dollars and no cents
SP-8
Abandon Manhole
1
EA
$ 1, 300.0QEA
$ 1, 300.0
Unit Pdw in Words:
one thousand three hundred's dollars and no cent
Sp- dd
'i Rock eavation
Bt
50
CY
$ 100.00 /CY
$ 5 , 000.0
Uhit Prim In Words'
One hundred dollars and no cents
SP 37 Swavation Protection
,00
20
LF
S 1. oo /LF
$ 2, too. o
Unit Price in Words-
one dollar and no cents
P - 8
US 380 Utility Relocations
(Sanitary Sewer)
BID TABULATION SHEET
WORK DAYS 4
BID NO 2109
PO NO
rrnf
otenaurrrort
QUArmrr
UNff
tnvrrrares
rorAr
SP-40
I Cut & Plug Sanitary Sewer
2
EA
$ 1,000.o�EA
$2,000.00
Unit Pnce m Words
SP-45 Misc Sprumer System
One thousand dollars and no cents
— LS $ 500.OWU $ 500.00
U t Price in
Five hundred dollars and no cents
WS-3C
Break Into and Rebuild Inver
of Existing Manhole
I
EA I
$1, 200.00EA
$1, 200.00
Unit Price in Words:
One thousand two hundred dollars and no cents
SP-50
Remove Manhole
1
EA 1
$2,50:0o0BA
$2,500.00
Unit Price in words
Two thousand five hundred dollars and no cents
8 2-A
Concrete Curb a� Gutter
5
LF
$ 20.00 ILF
$ loo.00
UQtt Price In Words
Twenty dollars and no cents
SP43
Asphalt Saw Cut
30
LF
$ 1.00
Unit Price in Words:
One dollar and no cents
5 7-11
Asphalt Patch Typo D
1
TN
$ 100.00 /TN
$100.00
UQrt Price in Words:
One hundred dollars and no cents
SP-4
Exisdng Waterlim A41".
1
BA
$ 3 , 000.00EA
$3 , 000.00
Unit Pfte in Wes;
Three thousand dollars and no cents
7 6-C
Relafomd Cordate ?I=
3
EA
$ 1, 200.O�iA
$3 , 600.00
U* Prim In wotdti:
One thousand two hundred apd no cents
2 12.9-13
1 42" Gntge 7 Split Caft
137
LF
$ 400.00 /LP
1 $54, 800. 0
Unh Price in Words:
Four hundred dollars and no cents
TOTAL
$ 219,869.00
P - 9
U.S. 380 Utility Relocations
(Electric)
BID TABULATION SHEET
WORKDAYS 5
BID NO 2109
PO NO.
n8M
oN
QUAMM
UNIT
VM MCC
TMAL
2.12-K
Install Electric Duct Bank
331
LF
s 150 . oo /i.F
$49 , 650.0
Unit Price in Words:
one hundred fifty dollars and no cents
s /
a
Unit Price in Words:
s /
s
Unit Price in Words:
s /
S
Unit Price in Words:
s /
s
Unit Price in Words:
s /
s
Unit Price in Words:
$ / Is
Unit Price in words:
s /
$
Unit Price in Wads:
s / $
Unit Price in Words:
s I
Is
UnR Price in wards:
$/
s
Unit Prioe in wads:
s /
s
Unit Price in Words:
P-10
WORKDAYS 1_
BID NO 2109
U S 380 Utility Relocagons PO NO
BID TABULATION SHEET
PZ3,�1(,1,11f
rrsm
92MMIFTLON
Quwm-Y
UNIT
UNIT mcs
TOTAL,
224
Gabion Mattress
338
SY
$
55.00 /Sy
$18,590.0
Unit Price in Words
Fifty five dollars and
no cents
$
/
$
Unit Price in Words:
s
/
$
Unit Pnce m Words
Unit Price m Words-
$
/
$
Unit Price m Words
$
/
$
Unit Pnce m Words.
Unit Prix in Words -
Is Is
Unit Prix in Words:
$ / s
Unfit Prix in Words:
$
Unit Prix in Words,
s Is
Unit Prix in Words
$ / $
Unit Pdx in Words
P-11
�n t
TOTAL, BiD pi cE IN WORDS Seven hundred seventy fouY thousand nine hundred
twenty four dollars and no cents
In the avant 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 chums 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 c artifies 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.
JAGOE-PUBLIC CO.
Street Address P Box 250
Denton, Tx 76202
City and State
Seal 4 AuWosissdion (9 Y O) 3 8 Z- 7 5 8l
(if a mow)
Telephone
B-1
BID SUMMARY
F
SECTION
WORK DAYS
I water Relocations 40
2 Sewer Relocations 40
3 Electric Duct Bank 5
4 TOTAL 85
5 Gabion Mattress 10
WE
$ 505,405.00
$ 219,869.00
$ 49,650.00
$ 774,924.00
$ 18,590.00
Award of the bid will be based on the total One contractor will be selected to complete all
sections of this project Sections are being separated for bookkeeping purposes only The
Gabion Mattress work is an additive alternate so 10 work days and the additional bid price for
the mairess construction will be added to the contract if the City of Denton wishes to have that
work included
B - 2
NOV -1 i 91 �.A) ll 1J KANIBI N. nllvu
mm�T
I
RAMEY i KINC INSURANCE
ESD S. IaBE, Sint A
Denton TX TBEDS-L'BDB
NNIRED
JaSoaPublie COFnWY IN
BIII Cheek
P D Boa 2E0 TX 752U
Dental
Core"'"`' A
COMPANY B
LETTER
COMPANe C
COMPANY D
LEM
COMPANN F
LETTER
A
COMPANIES AFFORDING COVERAGE
TM TnWIme bToun rToe
S, �R.k lily Tip A I�- 5o r 8� r s� I A A y POIUCY PERIOD
BELOW HAVE SEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE
OR OTHER HEREIN 9 SUBJECT WITH PTO ALL THE ITEAMSIS
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE UBTEO
REOUIRENEI'll, TERM OR 00F
TANDIID
IN UMNCB AFFORD DINDMON
oT TH BYNTHE POLICES DESCRIBED
EimFl ATE ap OR
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE PEEN REDUCED BY PAID CLAIMS
r
POLICY 0"CINE POLICY EXPIRATION
LAIRS
0 TYPE or NN1AJUiCE POLICY NUMBER DATE MEUDW DATE IMM,DO"
N
, YLSB-B t010110T 10101AB
CPS4EK49
OENERAL ACI AEOATE iE
5000000
101XX700
OQIEIML DAeUTY
PROOUCT9COMP+OP A00 1
A
X COMIAFRCUL UPPA1 LIABILITY
PERSONAL A ADV INJURY
CLAMS MADE X OCCUR
EACH COCUARENCE t
1000000
OWNERS E CowrRACTORO PROT
F1RE DAMAN (MY nM n»I E
60000
X ca" ,
MED 00IPX9E (My Mr PAN^A)S
S0�
YCAPS4EZK498d lulls? 10/01AB
COATBwED SwOLI: F
' LIMIT
loom
A NEIOIIOOEJE wxm
X ANY AUTO
BODILY IN.AIAV 1
ALL OWNED AUTOS
(PAr pdr )
SCHEDULED AUTOS
, BODILY INJURY S
x HIRED AUTOS
Nr KccMPn
X NOr OWNED MINTS
PROPERTY CMIADE rA
OAAAOE LVHLaV
'
YSMCUP44EK497�6 1NOlA7 1WO1KB
EACH OCCURRENCE t
1000000
loom
A aCEBE UABIRY
aTE
nooAES
X UMNFLA FORM
OTHER THAN UMBAEIlA FORM
STAMCM LIMITS
WORKER S COMPENSATION
YEEUBSe2x430 S 10101107 10I0110B
, EACH ACCIDENT S
low=
1000000
A AND
oDaASE PCUCr LMrt A
EMOUDYERB LIABILITY
OWEASE LAM EMPLOYEE 1
IODMOD
OTHER
pEJgRIPTXN OF OMIATONSLOCATCNBMMCLI!&WWL L ITEMS
PROJECTI U S SBOiUnLrrY RELOCATION
CRY OF DENTON
DOTC TEXAS ST
DENTON
TX T1101
UW1Rrr%*WA",` Prat - �..�,,.• ... ... ...
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES RE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT B LURE TO MAIL SUCH NOTIC SHALL IMPOSE NO OBLIGATION OR
UA ANY KIND UPON THE CONY ITS AGENTS OR REPRESENTATIVES