HomeMy WebLinkAbout2004-016FILE REFERENCE FORM 2004-016
X Additional File Exists
Additional File Contains Records Not Public, According to the Public Records Act
Other
FILES Date Initials
Change Order No. 1 [Approved by PUB] 05/10/04 J R
Change Order No. 2 — Ordinance 2004-371 12/07/04 J R
ORDINANCE NO. &Ov-0/0
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS
CONTRACT FOR THE CONSTRUCTION OF HICKORY CREEK BASIN SANITARY SEWER
REPLACEMENTS AND LINERS; PROVIDING FOR THE EXPENDITURE OF FUNDS
THEREFORE; AND PROVIDING AN EFFECTIVE DATE (BID 3107-1-HCKORY CREEK BASIN
SANITARY SEWER REPLACEMENTS AND LINERS AWARDED TO CIRCLE C
CONSTRUCTION IN THE AMOUNT OF $1,995,275.50).
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 1. That the following competitive bids for the construction of public works or
improvements, as described in the "Bid Invitations", 'Bid Proposals" or plans and specifications on
file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto,
are hereby accepted and approved as being the lowest responsible bids:
BID
NUMBER CONTRACTOR AMOUNT
3107 Circle C Construction $1,995,275.50
SECTION 2. 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 3. That the City Manager is hereby authorized to execute all necessary written
contracts for the performance of the construction of the public works or improvements in accordance
with the bids accepted and approved herein, provided that such contracts are made in accordance
with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms,
conditions, plans and specifications, standards, quantities and specified sums contained therein.
SECTION 4. 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 CityCouncil
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 5. That this ordinance shall become effective immediately upon its passage and
approval.
PASSED AND APPROVED this the day of 2004.
C d
eEULbTCOLAYO
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY: Ju--�2'
APPROVED AS TO LEGAL FORM:
HER13ERT L. EROUTY, VfTY ATTORNEY
BY:
3-0RD-Bid 3107
CONTRACT AGREEMENT
STATE OF TEXAS
§ COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 20th day of January
A.D., 2004, by and between City of Denton of the County of Denton
and State of Texas, acting through Michael A. Conduff thereunto duly authorized so to do,
hereinafter termed "OWNER," and
William J. Schultz, Inc., dba Ci
le "C" Construction
Fort Worth, Texas 76140
of the City of Eort Worth County of Tarrant and State of Texas , hereinafter
termed "CONTRACTOR."
WTTNESSETH: 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 3107 — Hickory Creek Basin Sanitary Sewer Replacements & Litters
in the amount of $1.,856,545.50 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 and the Performance and Payment Bonds,
attached hereto, and in accordance with all the General Conditions of the Agreement, the Special
Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as
referenced herein and on file in the office of the Purchasing Agent, and in accordance with the
plans, which includes all maps, plats, blueprints, and other drawings and printed or written
explanatory matter thereof, and the Specifications therefore, as prepared by:
City of Denton
all of which are referenced herein and made a part hereof and collectively evidence and constitute
the entire contract.
CA-1
Independent Status
It is mutually understood and agreed by and between City and Contractor that Contractor is
an independent contractor and shall not be deemed to be or considered an employee of the City of
Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick
leave benefits, worker's compensation, or any other City employee benefit. City shall not have
supervision and control of Contractor or any employee of Contractor, and it is expressly understood
that Contractor shall perform the services hereunder according to the attached specifications at the
general direction of the City Manager of the City of Denton, Texas, or his designee under this
agreement.
Indemnification
Contractor covenants and agrees to and does hereby indemnify, hold harmless and defend, at
its own expense, Owner, its officers, servants and employees, from and against any and all claims -or
suits for property loss or damage and/or personal injury, including death, to any and all persons, of
whatsoever kind or character, whether real or asserted, arising out of the Work and services to be
performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or
invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers,
servants, employees, of the Owner. Contractor likewise covenants and agrees to, and does hereby,
nify indemand hold harmless Owner during the performance of any of the terms and conditions -of
this Contract, whether arising out of in whole or in part, any and all alleged acts or omissions of
officers; servants, or employees of Owner. The provisions of this paragraph are solely for the
benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise,
to any other person or entity.
Choice of Law and Venue
This agreement shall be governed by the law of the State of Texas and venue for its
construction and enforcement shall he in the courts of Denton County, Texas.
The CONTRACTOR hereby agrees to commence work on or after the date established for
the start. of work as set forth in written notice to commence work and complete all work within the
time stated in the Proposal, subject to such extensions of time as are provided by the General and
Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown
in the Proposal, which forms a part of this contract, such payments to be subject to the General and
Special Conditions of the Contract.
CA-2
IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the
year and day first above written.
A TEST:
ATT
APPROVED AS TO FORM:
CA-3
City of Denton
RED,00,01"
FN VA rr
fflm mu -
(SEAL)
William J. Schultz, Inc., dba
Circle "C" Construction Company
CONTRACTOR
i
P. 0. Box 4032
Trammell
Fort Worth, TX,,.76140
MAILING ADDRESS
817/293-1863
PHONE NUMBER
817/293-1957
FAX NUMBER
M
TITLE
William J. Schultz, President
PRINTED NAME
(SEAL)
w
Bond No. 6196733
PERFORMANCE BOND
STATE OF TEXAS
COUNTY OF DENTON
William J. Schultz, Inc., dba ✓
KNOW ALL MEN BY THESE PRESENTS: That Circle "C" Construction Company
whose address is 500 W rammell Street Fort Worth, TX 76140 herein called Principle, and Safew. Insurance
Company of America corporation organized, and existing under the laws of the State of
WAshington 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 One W1 1 i on, Ei ghtfijkndred
Fifty -Six Thousand,Five Hundred Forty -Five and 50/100DOLLARS 1,856,545.50 plus
ten percent of the stated penal sum as an additional sum of money representing additional court
expenses, attorneys' fees, and liquidated damages arising out of or connected with the below
identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for
the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs,
executors, administrators, successors, and assigns, jointly and severally, firmly by these presents.
This Bond shall automatically be increased by the amount of any Change Order or Supplemental
Agreement, which increases the Contract price, but in no event shall a Change Order or
Supplemental Agreement, which reduces the Contract price, decrease the penal sum of this Bond.
THE:OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 2_W4=016, with the City of Denton,
the Owner, dated the 20th day of January . A.D. 2 004 ... a copy of which is hereto attached
and made part hereof, for Bid 3107 — Hickory Creek Basin Sanitary Sewer Replacements &
Liners. ' {
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 malting good any default or deficiency, then this
obligation shall be void; otherwise, .it shall remain in, full force and effect.
E
PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue
shall He in Denton County, State of Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and
agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the
Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the
same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any
such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to
be performed thereunder, or to the Plans, Specifications, Drawings, etc.
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government
Code, as amended, and any other applicable statutes of the State of Texas. .
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Denton County to whom any requisite notices may be delivered and on whom
service of process may be had in matters 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 executy4 copies, each one of which shall
be deemed an original, this the 209h day of Januarv. 2004. ✓
M-4 a.`"
PRINCIPAL /
William J. Schultz, Inc., dba ✓
Circle "C".Construction Company
BY:
PRESIDENT,, I lliam J. Schultz
SURETY
Safeco InsurAce Company of Ameri
BY:
A ORNEY -FACT
Sheryl A. Klutts
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
process is:
NAME; Pauline Lesch, Denton County Resident Agent
STREET ADDRESS: 206 Elm Street, Suite 105, Lewisville, TX 75057
(NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a
person's name.)
Elm
Bond No. 6196733
PAYMENT BOND
STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS
William J. Schultz, Inc., dba ✓
That. Circle "C" Construction Company
whose address is 500 W. Trammell Street Fort Worth . Tgaas 76140
hereinafter .called Principal, and Safeco Insurance Comoahv of America'_'.a corporation
organized and existing under the laws of the State of Washington 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
DOLLARS1,856,545.50a'm lawful money of the United States, to be paid in Denton, County,
Texas, for the payment o f.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 2004 with the City of
Denton the Owner, dated the 20th day of 7anuary A.D.. 2004✓, a copy of which is hereto
attached and made a partereof,. for Bid 3107 - Hickory Creek Basin Sanitary Sewer
Replacements and Liner
NOW, THEREFORE, if the Principal shall well, truly and faithfully. perform its duties and
make prompt payment to all persons, firms, subcontractors, corporations and claimants. supplying
labor and/or material in the prosecution of the Work provided for in said, Contract and any and all
duly authorized modifications of said Contract that may hereafter be made,: notice of which
modifications to the Surety being hereby expressly waived, then this obligation shall be void;
otherwise it shall remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall
lie in Denton County, Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and
agrees that no change; extension of time, alteration or addition to the terms of the Contract, or to the
Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the.
same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any
such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to
be performed thereunder, or to the Plans, Specifications, Drawings, etc.
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government
Code, as amended, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Denton County to whom any requisite notices may be delivered and on whom
service of process may be had in matters arising out of such surety, 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 }'n 4 copies, each one of which shall
— —be deemed an original, this the 20th day of Uanuary 2004. ✓
ATTEST:
I I•
C� William J. Schultz, Inc.,dba
Circle "C" Construction Company /
BY:
SECRETARY BY:
PRESIDENT
XSKKB%+ fitness as to Surety:
BY:
John A. Miller
William J. Schultz
SURETY
Sheryl A. Klutts
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
process is:
NAME: Pauline Lesch, Denton County Resident Agent
STREETADDRESS:206_Elm Street. Suite 105, Lewisville, TX 75057
(NOTE. Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation,
give a person's name.)
R
SAFECO"
State of Texas Surety Bond Claim Notice
In accordance with Section 2253.021(f) of the Texas Government Code and
Section 53.202(6) of the Texas Property Code, any notice of claim to the named
surety under this bond(s) should be sent to:
SAFECO Surety
Adams Building
4634 154th PL NE
Redmond, WA 98052
Mailing Address:
SAFECO Surety
PO Box 34526
Seattle, WA 98124
Phone: (425) 376-6535
Fax: (425) 376-6533
www.SAFECO.com
EXHIBIT B
IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING
THE TERRORISM RISK INSURANCE ACT OF 2002
As a surety bond customer of one of the SAFECO insurance companies
(SAFECO Insurance Company of America, General Insurance Company of
America, First National Insurance Company, American States Insurance
Company or American Economy Insurance Company), it is our duty to notify you
that the Terrorism Risk Insurance Act of 2002 extends to "surety insurance".
This means that under certain circumstances, we may be eligible for
reimbursement of certain surety bond losses by the United States government
under a formula established by this Act.
Under this formula, the United States government pays 90% of losses caused by
certified acts of terrorism that exceed a statutorily established deductible to be
paid by the insurance company providing the bond. The Act also establishes a
$100 billion cap for the total of all losses to be paid by all insurers for certified
acts of terrorism. Losses on some or all of your bonds may be subject to this
cap.
This notice does not modify any of the existing terms and condition so this bond,
the underlying agreement guaranteed by this bond, any statutes governing the
terms of this bond or any generally applicable rules of law.
At this time there is no premium change resulting from this Act.
S A F E C O" POWER SAFECO INSURANCE COMPANY OF AMERICA
GENERAL INSURANCE COMPANY OF AMERICA
1131 OF ATTORNEY HOME OFFICE: SAFECO PLAZA
SEATTLE, WASHINGTON 98185
No. 7498
KNOW ALL BY THESE PRESENTS:
That SAFECO INSURANCE COMPANY OF AMERICA nd GENERAL INIRANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby
appoint y+f/
++aaarrrarauurtarrtwtuarJOF9J A. MILLER; SHERYL A. KLIJTT JOHN A. MILLER, It; R.R. HARVEY; Fort Worth, Texasr+++r+t++++t+t++at+r+t++ta+aa+trtt++t+
its true and lawful attomey(s)-in-fad, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character
issued in the course of its business, and to bind the respective company thereby.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and
attested these presents
this 21st
day of April , 1999
R.A. PIERSON, SECRETARY W. RANDALL STODDARD, PRESIDENT
CERTIFICATE
Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
"Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that
purpose by the officer in charge of surety operations, shall each have authority to appoint Individuals as attomeys-in-fad or under other appropriate tides with authority to
execute on behalf of the company fidelity and surety bonds and other documents of similar character Issued by the company in the course of its business... On any
Instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or
undertaking of the company, the seal, or a facsimile thereof, may be Impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not
be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970.
"On any certificate executed by the Secretary or an assistantsecretary of the Company selling out,
(i) The provisions of Article V, Section 13 of the By -Laws, and
(II) A copy of the power-ofattomey appointment, executed pursuant thereto, and
(III) Certifying that said powerofattomey appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, R.A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the
foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are We and
correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
this �a '" day of �QQ
e CIO)
cWnM
SEAL SEAL T /�
1953 � [s2�
�0!Cp(Wyypll��s RA. PIERSON, SECRETARY
S-09741SAEF 7198
® Registered trademark of SAFECO Corporation.
4/21199 POE
2
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below. It is highly recommended that
bidders confer with their respective insurance carriers or brokers to determine in advance of Bid
submission the availability of insurance certificates and endorsements as prescribed and provided
herein. If an apparent low bidder fails to comply strictly with the insurance requirements, that
bidder may be disqualified from award of the contract. Upon bid award, all insurance
requirements shall become contractual obligations, which the successful bidder shall have a duty to
maintain throughout the course of this contract.
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall
provide and maintain until the contracted work has been completed and accepted by the City of
Denton, Owner, the minimum insurance coverage as indicated hereinafter.
As soon as practicable after notification of bid award, Contractor shall file with the Purchasing
Department satisfactory certificates of insurance, containing the bid number and title of the
project. Contractor may, upon written request to the Purchasing Department, ask for clarification
of any insurance requirements at any time, however, Contractors are strongly advised to make
such requests prior to bid opening, since the insurance requirements may not be modified or
waived after bid opening unless a written exception has been submitted with the bid. Contractor
shall not commence any work or deliver any material until he or she receives notification that the
contract has been accepted, approved, and signed by the City of Denton.
All insurance policies proposed or obtained in satisfaction of these requirements shall comply
with the following general specifications, and shall be maintained in compliance with these
general specifications throughout the duration of the Contract, or longer, if so noted:
Each policy shall be issued by a company authorized to do business in the State of
Texas with an A.M. Best Company rating of at least A.
Any deductibles or self -insured retentions shall be declared in the bid proposal. If
requested by the City, the insurer shall reduce or eliminate such deductibles or
self -insured retentions with respect to the City, its officials, agents, employees and
volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
• 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 read:
"SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR
MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE
BEING GIVEN TO THE OWNER (CITI9 EXCEPT WHEN THE POLICY IS
BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10
DAYS ADVANCE WRITTENNOTICE IS REQUIRED".
• 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.
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS:
All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply
with the following marked specifications, and shall be maintained in compliance with these
additional specifications throughout the duration of the Contract, or longer, if so noted:
[X] A. General Liability Insurance:
General Liability insurance with combined single limits of not less than $500,000 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 (XCQ exposures.
Broad form contractual liability (preferably by endorsement) covering this
contract, personal injury liability and broad form property damage liability.
[X] Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability insurance with Combined Single
Limits (CSL) of not less than $300,000 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.
[X] 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 T exas Labor C ode and rule 2 8TAC 1 10.110 o f the T exas W orker's C ompensation
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 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.
[ ] 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.
[ ] 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.
[ ] Builders' Risk Insurance
Builders' R isk Insurance, on an All -Risk form for 100% o f the completed v alue shall b e
provided. Such policy shall include as "Named Insured" the City of Denton and all
subcontractors as their interests may appear.
[ ] Commercial Crime
Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside
the premises, burglary of the premises, and employee fidelity. The employee fidelity
portion of this coverage should be written on a "blanket" basis to cover all employees,
including new hires. This type insurance should be required if the contractor has access to
City funds. Limits of not less than each occurrence are required.
(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.
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(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
(7) contractually require each person with whom it contracts, to perform as required
by p aragraphs (1) -( 7), w ith t he c ertificates o f coverage t o b e p rovided t o t he
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.
[ ] 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.
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.
C. The Contractor must provide a certificate of coverage to the governmental entity prior
to being awarded the contract.
D. If t he c overage p eriod sh own o n t he c ontractor's c urrent c ertificate o f c overage 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:
HICKORY CREEK BASIN SANITARY SEWER
REPLACEMENTS AND LINERS
Work Days /.S'O
Bid No. 3107
P.O. No.
BID TABULATION SHEET
Item I
Description I
Quantity 1Unit
Unit Price
Total
1.21
Contractors Warranties and Understandings
1
LS
00
$ /oc5-000 / LS
/ 00
$ /ot.S000
Unit Price In words Y'n, i/e 'j/ u so n C/ �'- n O// O O
2.12-B
8' SDR-26 Sanitary Sewer Pipe1
5,207
1 LF
$ 35 / LF is
e
/ 77 038
�'+
Unit Price In Words / r' / Y 01" rf /70// 0 6
2.12-C
8' SDR-35 Sanl Sewer PI
8,071
LF
$ c7 Z OO / LF
$ / 9 i E 7 L
//
Unit Price In Words -AiPf TLJO �' n0//60
2.12-C
8' Class 51 Ductile Iron PIs� for Sani Sewer
1,739
LF
$'19 O O / LF
$ BS L/ J o0
Unit Price In Words rA/Or f /7//7g rF 170 /QQ
WS31
B' HDPE DR-11,byopencut
44
LF
3 y oo / LF
/ y
1 //+�
Unit Pdceln WOr& T h//' / YOL11, 401100
212-D
10' SDR-35 Sanitary Sewer Pipe1
541
LF
$ 3rs p0/ LF
$ /8935 eo
/�
Unit Price In Words noll0 a
212-E
10*Class 51 Ductile Iron Pipefor Sanita Sewer
100
LF
$ S1 OO1 LF
Unit Price Is Words t / r f D/7 a ^S �O// O 0
2.12-F
12' SDR-35 Sanitary Sewer Pipe
108
LF
$ S O �LF
00
$ 84 02)
Unit Price Ia Words 7Z—t ' tl e v� 1? Ol/O d
2.12-
15' BDR35 SanitarySewer Pip;30
LF
O
l
$O _ OU LF
$ zsso O
Unit Price In Words / Ir v e n0// 0 0
3-13
Demolish and Remove Concrete Curb & Gutter
1,884
1 LF
Is 2 O O 1 LF
Is .776.8 00
Unit Price In Words Te✓ O 4 n d// o 0
3.1
Pre oration of Right of Way/
1
LS
OO
Is l6000 / LS
$ /,SOon U
Unit Price In Words % -1 IF e /J h O U c5'SQ /7 C/ '/ n o 0
3.10.4
113roadcastSeeding
1 1,773
1 BY
`r0 / BY
$ ZG S 9 ,so
Unit Price In Words O /r e. f 'rd�i o d
3.9
Block Sod
534
SY
$ J OO / SY
$ 2670 oa
+ e hd
Unit Pricela Words T //uI- /,Od
3.12
Temporary Erosion Control
1
LS
eo
$ 9500 /
00
Unit Price In Words / n,& Y/ u and >�'�. .4 g 19 0IP 0/ �' nol o o
5.7-13
2'Asphalt Pavement
1
TN
$ /20 00 TN
Is /ZO �o
1
unit pricela words One %r H 0/r 7 wP r) t n0�/00
WS13,
WS15
Concrete Manhole 4'I.D.
76
EA
$ SO d�EA
$/Z5-VD000
Unit Price In words One O n dall.,,e/ r/� ' L h0l/O 0
7.6
Contruct Concrete DropManhole 4//I.D.
5
EA
$ISOO EA
$ /Z SOO Oa
Unit Price In Words w �ry G O 1,r�V [i/'CC.I L
e.t
Bartirades Waming Signs and Detours 1 1
LS1$14100001LS
0
o rl
1$11100D
Unit Price In words 04 no /
1013IP2003 P-3.
HICKORY CREEK BASIN SANITARY SEWER
REPLACEMENTS AND LINERS
Work Days
Bid No. 3107
P.O. No.
BID TABULATION SHEET
Item
Description
Quantity I
Unit I
Total
82-A
Construct Concrete Curb &Gutter 1
1,804 1
LF
$ /,S 00/LF Is 27000 0
Unit Price In Words
WS18
4' Sanitary Sewer Service Including Cleanout
172 1
EA Is
0,0
�/,$-'O /
04
Unit Price In Words r'Ou/ /i e..n0/iB O/ti n0/oe
WS27
Remove Existing Manhole
82
EA
S(000 oO/EA
$,g%20000
/
Unit Priceln Words r 'IX' /74en0//'ed f 00
WS26
AbandonExlstin Manhole
4
EA
��ll
$ 700 0 EA
$ /6000U
Unit Price In Words OLr i' 4 u O//P O'
SP-37
Ezcavatlon Protection
13,810
1 Li
$ / 00 /LF
$ /,?$00 00
Unit Price In Words O n e ,1- h 0//O 0
SP-39
Pro ed Si ns
6
EA
$ SO 000/EA
lEA
$ ,70000 0
/^/'/ ti
Unit Price In Words r' I/t h n C/ /P Q/ rf 'Ol/00
SP•43
As haft Saw Cut -
22,552
LF
S Z `5 6 / LF
s SG 390"'
Unit Price In Words 71 Lv0 0'`r0//0 0
SP-2
Concrete S,, Cut
390
1 LF
Fs 3 0 / LF
Is 1170 00
Unit Price In Words f n 0�/0 0 .
3-A
I Demolish and Remove Concrete Paving
97
1 BY
Is /O O O / SY
Is 97000
Unit Price In Words T A n 0 / 0 0
5.8
Reinforced Concrete Paving
78
BY
Is i 0 0/ SY
$ 3 v Z 0 00
` /
Unit Price In Words r inr T n0�/O O
3•C
I Demolish/Reniove Concrete Sidewalk and Driveways
189
1 BY
s Z O O ! BY
Is 778 `5
Unit Price In Words p/ 0 f' n 0�/0 0
8.3
Construct Concrete Driveway
89
1 SY
$ 1457 0 O / SY
$ 1/001 00
1
Unit Price In Words / �" r/ (/t
8.3A
Construct Concrete Sidewalk
69
1 SY
s ,S 0 0/ BY
Is /OS 00
+
Unit PriceIo Words R•t— 7/// iie d// 0 d
7.6
Extre Depth for 4' Diameter Sanitary Soler Manhole
114
VF
$ 9,5- GO / VF
$ /083000
Unit Price In Words n/ n —0X r i vi 0// U 0
7.6
Extra Depth for 4' Diameetter Sanitary Sewer Drop Manhole
1 9
1 VF
$ /SO O0/ VF
I S /15 .000
Unit Price In Words 0/7 e l t. ii c✓i o t/ {• y(' �r 4 0//eb
WS34
Manhole Lining for 4' Diameter/Manhole
609
VF
— 00 / VF
//
Unit Price la Words 0 ne h e n o/il el �/ hT t/'!�1 4. 070�/OU
6.4
Sleeve Case Fx Water Llne-12' Steel Casing Pipe
1 160
1 LF
$ /00 OG/ LF
$ /6000 00
Unit Price In Words 0/16 .4 /70h,90
6.4
Sleeve Case Ex Water Una-20' Steel Casing Pipe
1 20
1 LF
$ /,50 0 0/ LF
$ 3 000 00
Unit Price la words one ILUnal.-ed 7C-1'jC1j1 It no//OC)
in4 mnni
HICKORY CREEK BASIN SANITARY SEWER
REPLACEMENTS AND LINERS
Work Days
Bid No. 3107
P.O. No.
BID TABULATION SHEET
Item
Description I
Quantity I
Unit I Unit Price I Total
16' Bore and Steel Encasement105
00 0
LF $ 25o, LF $ Z (. 2 S O
Unit Price In Words 7 w o
16' RR Bore and Steel Encasement
60
LF $ 2 rs'O a/o LF $ /S_ 000oU
� n� 1
Unit Price In Words T1utu 4un a'� O/ T''1' 7 /t n0//oo
16' Steel Encasement by Open Cut
40
LF $ 8s � � LF $ SV 00o0
/ �
Unit Price In Words e/ T >` 7 '// e 00" no/// 0 O
20' Bore and Steel Encasement
I BO
LF ZSO 0 0 LF $ ZOOO
Unit Price In Words Two of n0//00
Relocate FH
1
EA
$ 906 01EA
$ 800 or)
/
Unit Price In Words g/ TL hu diP c/ f n0/00
Plans .
Concrete Encasement of 8' SanB1 Sewer
120
LF
$ L�r$ 00/ LF
$ y2oo
Unit Price In Words j T/ dat ,4 "O�/o O
WS21
Cut and Plug E)dstIng Sanitary Sewer Line
14
EA
$ /100 / EA
$ oo0�0
Unit Price la Words one, O d 04 /'7 0X/ o O
6.8
Concrete Mrinhole 5' I.D.
2
1 EA
$ ZZOO'/ EA
$ VY00
Unit Price In Words -We 7o.4ouaon071., /tun dam!o/ It 70//og
7.6
Install Concrete Drop Manhole 5' I.D.
2 1 EA
$ 9?$00 0 o EA
$ 5-to 00 o O
Unit Price In Words 0 I<X a&.fa o/rrs°� 0
6.6
Extra Depth for 5' Diameter SwItary Sewer Manhole 1 15 VF
$ /S-O 0 0/ VF
s Z 2 SO 00
Unit Price In Words On 6 h cr n wi' e 4#1 ye�-of n o//a 0
7.8
Extra Depth for 5' Diameter Sanitary Sewer Drop Manhole
1 19
1 VF
$ /7,5001 VF
Is 33 o 0
Unit Price In Words one ..4mna -e e�wd 1 no O
WS34
Manhole Uning for 5' Diameter Manhole
1 58
1 VF
I ZZ.9 00/VF
I j3DS'0"
Unit Price In Words W0 nol/oo
SP-10
Rock Excwatlon
50
1 CY
Is /O 0 O l CY
$ 6-0 O p0
L
Unit Price In Words TI n f' n 0�/ 00
SPECIAL
Abandon Existin 6' SwIta Sewer
1.218
LF
G
Is O 0O / LF
Is 7YY'
Unit Priceln Words Lo/ iiT f /70//00
SPECIAL
Abandon Existing 8' SanftaFy Sewer
1 1,863
1 LF
$ O 00 / LF
$ /fL.30 o0
Unit Price In Words .pn 4 n0l7OO
WS35 Pips Ream 8' HDPE DR-11, or certa-lock C900 RJ PVC
658
1 LF
$ 70 0 0 / LF
$ $0 ZZOp0
Unit Price In Words
WS31
Pipe Enlargement 6' to 88'/
258
LF
$ 3B
Unit Price In Words Try%r i° Qi /1 n0//oo
WS31
lPipe Enlargement 8' to 8' 1 421
1 LF
$ O o 0 / LF
$ /G84/0 oU
Unit Price In Words -/- O / fr f 0//O O
WS31
jPip, Enter ement 101, to 1D" .
793
IJ?
s VJ— 00/ Ix
Is 35,493 °
//++
Unit Price In Words b/ T T %V[ / n0 /o
i nm Mm.
IMA/�GY�GCIGJ LY•Yp uwuRu\tnu
HICKORY CREEK BASIN SANITARY SEWER _._ ___ •—_ --
REPLACEMENTS AND LINERS
Work Days
Bid No. 3107
BID TABULATION cueer P.O. No.
Itom
Destrl doA on.min.I
Unit
I Usrt Priee
Tyta1
W631
Ian EN emetS'to12•
Sef
L
S'S2a°ILF
ZB�Sie
r.p1
Unit Prke In Woidt i t /
/
Twe,f, hO//o ..
.
Sapitam 30LWe
Unit Pricela Wads
�7'
3s
LP
S e01 P
It / 1184
./io
,
w232
LInellrsanl s
T3s
F
Y9 aO LF
s 3Goby °O
//
unit Price In Wm* 617
t �, �o
wss2
Lne t In Sewer
sea
LF
s 570 ° ° LF
s Zo/dp eo
Unit Pate Ice Wank
W 2
L 01e'Seni
MB
LF
S G y°° I LF
s 3072 e
J
Unit Prks in Worts T
Out 1 170 / O
W332
LIM 27• Senhe Sewer
SLIP
U P' In ords
O G Pt' n O//O O
..,•�••.,
S CIAL
C nensm
?3
SY
f %S 1 SY
/7L S eu
UdtWkaNWords GtiG f
n
F.'✓e f ne
AL
Rerwva Pyladn Clell ro arastln
OO e0Y
300 eu
/
Unit prim in Words 2<4/It
ECIAL
ree W
1
s SOO °per
800 ee
11
tink Prim in Wo T / /7
( O/r Cl Ir 0p/
SUBTOTAL SASE BID
11124=03
P-6.
TOTAL P.05
HICKORY CREEK BASIN SANITARY SEWER
REPLACEMENTS AND LINERS
ALTERNATE NO. 1 MANHOLE REHAB SHEETS MH-1,2,3 & 4
BID TABULATION SHEET
Work Days
Bid No. 3107
P.O. No.
Item
Description
Quantity I
Unit I Unit Price I
Total
WS14
Replace Manhole Frame and Cover (Paved Area)
4 1
EA $ /s-00 00 / EA
$ 4000 00
Unit Price In Words
WS14
Replace Manhole Frame and Cover (Not Paved)
4
EA
$ / Zo o c 0/ EA
$ YOC760O
Unit Price In Words
WS34
Manhole Lining for 4' Diameter Manhole
1 480
1 VF
$ Z5-0 % VF
$ /ZOOOO
Unit Price In Words
8.1
Barricades, Warning Signs and Detours
1
1 LS
$ 5� 0600 / LS
0
$ 5,5-000
Unit Price In Words
SP43
Asphalt Saw Cut
60
ix
I $ 3�j oo/ LF
$ Z/0O l
Unit Price In Words
SP-2
Concrete Saw Cut
20
LF
$ 6 -,"
Unit Price In Words
3-C
Demolish/Remove Concrete Sidewalk and Driveways
1 3
1 SY
00
Is Jam, / SY
-
Is /S00
Unit Price In Words
8.3A
Construct Concrete Sidewalk
3
SY
$ to s• 0 / SY
a0
$ / 9S
Unit Price In Words
SUBTOTAL ALTERNATE NO. 1 B 73 O ° 0
P-7
HICKORY CREEK BASIN SANITARY SEWER
REPLACEMENTS AND LINERS
BID TABULATION SUMMARY SHEET
ALTERNATE NO. 1
- BASE BID PLUS ALTERNATE 1
Work Days
Bid No. 3107
P.O. No.
/SSG S-`/S. S o
/3 f3 730 Ocl
/99SZ7S: S-
10/31/2003 P R
Attachment AD1-1
BID SUMMARY
TOTAL BASE BID PRICE IN WORDS one rni//ippon11 e d
eia�f lTunodi
�v S/X �housanc/ Fi✓e /l4nc/ ral Y01- U el" //arj an�I3dGlen�'r
I ,. 1
TOTAL BASE BID PLUS ALTERNATE No. 1 PRICE IN WORDS one. ,n i //i o n
nir2 <14".,W114✓ z2:r2e.f Yi'✓e Aot.,roncl 7iwoiia17sriea/
Alternate bid items: The additive alternate bid items may be added to the total base bid
prior to award of a contract. Award of the contract will be based on items actually
included in the Project. The decision to add the alternate items listed will be solely at the
discretion of the City. The lowest responsive proposal for purposes of award shall be the
conforming responsible Bidder offering the lowest aggregate amount for the base bid plus
those additive alternate bid items providing the most features of the work as selected by
the City. The City may or may not choose to incorporate any or all of the additive
alternate items listed in the Proposal.
In the event of the award of a contract to the undersigned, the undersigned will furnish a
performance bond and a payment bond for the full amount of the contract, to secure
proper compliance with the terms and provisions of the contract, to insure and guarantee
the work until final completion and acceptance, and to guarantee payment for all lawful
claims for labor performed and materials furnished in the fulfillment of the contract.
It is understood that the work proposed to be done shall be accepted, when fully completed
and finished in accordance with the plans and specifications, to the satisfaction of the
Engineer.
The undersigned certifies that the bid prices contained in this proposal have been carefully
checked and are submitted as correct and final.
Unit and lump sum prices as shown for each item listed in this proposal, shall control over
extensions.
Receipt is hereby acknowledged of the following addenda to the plans and specifications:
Addendum No. 1 dated / 2 / - 03 Received GJgs
Addendum No. 2 dated p y _ 03 Received /,,/,p f
Addendum No. 3 dated Received —`
Addendum No. 4 dated Received
Addendum No. 5 dated Received
UM6
TOTAL BASE BID PRICE IN
In the event of the award of a contract to the undersigned, the undersigned will furnish a
performance bond and a payment bond for the full amount of the contract, to secure proper
compliance with the terms and provisions of the contract, to insure and guarantee the work
until final completion and acceptance, and to guarantee payment for all lawful claims for
labor performed and materials furnished in the fulfillment of the contract.
It is understood that the work proposed to be done shall be accepted, when fully completed
and finished in accordance with the plans and specifications, to the satisfaction of the
Engineer.
The undersigned certifies that the bid prices contained in this proposal have been carefully
checked and are submitted as correct and final.
Unit and lump sum prices as shown for each item listed in this proposal, shall control over
extensions.
Receipt is hereby acknowledged of the following addenda to the plans and specifications:
Addendum No. 1 dated // Z I - 03 Received 4,10 f
Addendum No. 2 dated l I - Z'/ - 03 Received A/ 4 J
Addendum No. 3 dated
Addendum No. 4 dated
Addendum No. 5 dated
Received
Received
Received
W
CONTRACTOR &),)11&m me dba Clec% C Cons�r4r-roh
BY
Piesi d.,, -F
Soo LJ I,Ommg//
Street Address
fm. f 4,1o,1-4 72 7GJ VO
City and State
Seal & Authorization
(If a Corporation) 817 - 2 93 - / 86 3
Telephone
P-10
ACORDDATE
CERTIFICATE OF LIABILITY INSURANCE
(MWODfYY)
01/29/2004
PRODUCER Serial #
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
JOHN A. MILLER & ASSOCIATES, INC.
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
P. O. BOX 7214
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
FORT WORTH, TX 76111-0214
PHONE: (817) 834-7111 FAX: (817) 834-7115
INSURERS AFFORDING COVERAGE
JIAIC#
INSURED
INSURERA: ST. PAUL FIRE & MARINE INS. CO.
24767
WILLIAM J. SCHULTZ, INC. DBA
INSURER B:INSURER
CIRCLE "C" CONSTRUCTION COMPANY, ET,�L
C:
P. O. BOX 40328 I/ry A
INSURER D:
FORT WORTH, TX 76140
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
hoot
NSR
TYPE OF INSU E
POLICY NUMBER POLICY
EFFECTIVE
DATE MM/DC
POLICY EXPIRATION
DATE MMIDD
LIMITS
GENERAL
LIABILITY
EACH OCCURRENCE
$ 1,000,000
X
DpM GE TO RENTED
PRE ran
a occu
$ 300,000
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE OCCUR
DEXP (Any oneperson)
$ 10,000
A
X
$5,000 P.D. DED.
KC09100112 /
08/12/03
08/12/04
X
PERSONAL &ADV INJURY
$ 1,000,000
X
CONTRACTUAL, XCU
GENERAL AGGREGATE
$ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS-COMP/OP AGG
$ 2,000,000
PE 7 F-ILOG
POLICY Xji
AUTOMOBILE
X
LIABILITY
$ 1,000,0001
ANYAUTO/
EaacINED Cdeent'INGLELIMIT
DILV INJURY
A
X
ALL OWNED AUTOS
SCHEDULED AUTOS
KV09100082/
08/12/03
08/12/04
(Per person)
$
X
HIRED AUTOS/
BODILY INJURY
X
$
NON -OWNED AUTOS
(Per accident)
PROPERTY DAMAGE
(Per acnJdenl)
$
GARAGE
GARAGE LIABILITY
AUTO ONLY -EA ACCIDENT'
$
THAN EA ACC
$
ANYAUTO
$
AUTO ONLY: AGO
EXCESSNMBRELLA LIABILITY
EACH OCCURRENCE
$
OCCUR CLAIMS MADE
AGGREGATE
$
8
DEDUCTIBLE
a
RETENTION $
$
WORKER'S COMPENSATION AND
yyC gTp7U TH
TORV LIMNS ER
A
EMPLOYERS'LIABILITY
ANY ECUTIVE
WVS9100115
08/12/03
08/12/04
EL EACH ACCIDENT
$ 1,000,000
EL DISEASE -EA EMPLOYEE
$ 1,000,000
OFFICER/MEMBEREXCLNERI
If yes. describe under
EL DISEASE -POLICY LIMIT
$ 1,000,000
SPECIAL PROVISIONS below
OTHER
DESCRIPTION OF OPERATIONSILOCATIONS'VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
PROJECT: BID 3107 - HICKORY CREEK BASIN SANITARY SEWER REPLACEMENTS & LINERS
THE CIT F DE IT'S OFFICIALS, AGENTS, EWLOYEES AND VOLUNTEERS ARE INCLUDED AS ADDITIONAL INSUREDS ON A
POL LIES (EXCEPT WORKER'S COMPENSATION) BALL LIABILITY POLICIES APPLY ON A PRIMARY BASIS IN RELATION TO TRE
ADDITIONAL INSURED'S OWN POLICY, WHICH WILL BE NON-C A WAIVE OF SUBROGATION IN FAVOR OF THE
ADDITIONAL INSUREDS IS INCLUDED ON THE WORKER OMP�ENSATION6POL .
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
CITY OFDENTON/
DATE THEREOF, THE ISSUING INSURER WILL i�XYaiE MAIL 30 DA` Y>• TEN
901 B TEXAS STREET
NOTICETOTHECERTIFI OLDERNAMEDT ELEFT
DENTON, TEXAS 76201
X
A�4
AUTHORIZED REPRES VE
ACORD 25 (2001/08) CO D CORPORATION 1988
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25
COPY
NOTICE TO DESCRIBED PIERSONS OR ORGANIZATIONS OF
MATERIAL CHANGE OR POLICY CANCELLATION ENDORSEI
This endorsement changes:
• your General Rules; or
• any state -required endorsement that changes
the Policy Changes or Cancellation rules in
your General Rules.
How Coverage Is Changed
There are two changes explained below.
1. The following is added to the Policy
Changes section. This change describes
other persons or organizations we'll
notify if a material change is made to
your policy. Such change does not
benefit any persons or organizations not
described below.
We'll mail or deliver written notice of a
material change to your policy during its
policy period to the described persons or
organizations.
The described persons or organizations
and the number of days notice before
the change will take affect are shown
below.
Material change means a reduction in
the applicable:
• coverage; or
• limits of coverage.
Described Persons Or Organizations
(Name)
The first named insured and all
certificate holders requiring at least
the number of days shown below.
Number Of Days Notice
TMBSI19ul
(GENERAL LIABILITY POLICY)
2. The following is added to the
Cancellation section. This change
describes other persons or organizations
we'll notify if your policy is canceled by
you or us. Such change does not benefit
any persons or organizations not
described below.
We'll also mail or deliver a notice of
cancellation to the described persons or
organizations. The described persons or
organizations and the number of. days
notice of cancellation before coverage,
will end are shown below.
No other change applies to the
Cancellation rule.
Other Terms
All other terms of your policy remain the
same.
(Address)
PO Box 40328
Ft. Worth, TX 76140
60 For material change or cancellation, other than nonpayment of premium
10 For nonpayment of premium
Name of Insured Policy Number KC09100112 Effective Date 08/12/03
WILLIAM J. SCHULTZ, INC. Processing Date 08/25/03 13:10 001
D0084 Edi 10-00 Printed in U.S.A. Endorsement
mSt.Paul Fire and Marine Insurance Co. 2000 All Rights Reserved Page 1 of 1
TE 02 02A
(Ed.Effective 3/92)
CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT
This endorsement modifies the insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
GARAGE COVERAGE FORM
TRUCKERS COVERAGE FORM
This endorsement changes the policy effective on the inception date of the policy unless another
date is indicated below:
Endorsement Effective Policy Number
08/12/03 KV09100082
Named Insured Countersigned by
WILLIAM J. SCHULTZ, INC.
(Authorized Representative)
60 * days before this policy is cancelled or materially changed to reduce or restrict coverage we
will mail notice of the cancellation or change to:
The first named insured and to all certificate holders requiring at least the
number of days shown above.
* except 10 days for non payment of premium.
(Enter Name and Address)
FORM TE 02 02A- CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT
Texas Standard Automobile Endorsement
Revised March 18,1992
WC420601
(WORKER'S COMPENSATION POLICY;
TEXAS NOTICE OF MATERIAL CHANGE
This endorsement changes the policy to which it is attached and is effective on the date issued
unless otherwise stated.
(The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.)
This endorsement, effective on 08/12/03 at 12:01 A.M. standard time, forms a part of
(Date)
Policy No. WVS9100115 Endorsement No.
of the ST. PAUL FIRE AND MARINE INSURANCE COMPANY NCCI Carrier Code 13706
(Name of Insurance Company)
issued to: WILLIAM J. SCHULTZ, INC.
Policy Expiration Date: 08/12/04
Premium (if any) $
Authorized Representative.
This endorsement applies only to the insurance provided by the policy because Texas is shown in
Item 3.A. of the Information Page.
In the event of cancelation or other material change of the policy, we will mail advance notice to
the person or organization named in the Schedule. The number of clays advance notice is shown in
the Schedule.
This endorsement shall not operate directly or indirectly to benefit anyone not named in the Sche-
dule.
Schedule
1. Number of days advance notice: 60 days except 10 days for non payment of premium
2. Notice will be mailed to:
The first named insured and to all certificate holders requiring the number of days
shown above.