HomeMy WebLinkAbout2001-374ORDINANCE NO �iGb��L7
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS
CONTRACT FOR THE CONSTRUCTION OF THE CARPENTER ROAD SANITARY SEWER,
DENTO , TX, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND
PROVIDING FOR AN EFFECTIVE DATE (BID 2731 — CARPENTER ROAD SANITARY
SEWER, AWARDED TO DICKERSON CONST CO, INC, CELINA, TX, IN THE AMOUNT OF
$162,363 75)
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
ECSr TION 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
2731 Dickerson Construction Company, Inc $162,363 75
SSECTION 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 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 5 That this ordinance shall become effective immediately upon its passage and
approval
PASSED AND APPROVED this the Oi — day of , 2001
e'-'Q�..4t4' Aeri—
EULINE BROCK, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
BY
APPROVED AS TO LEGAL FORM
HERBERT L PRQLgY, CITY
BY _
2731 -
ATTACHMENT 1
TABULATION SHEET
BID# 2731 Date 9/6/01
CARPENTER ROAD SANITARY SEWER
No. DESCRIPTI N
VENDOR
V DOR
VENDOR
VENDOR
VENDOR
VENDOR
DICKERSON
CONSTRUCTION
DUVAL & SONS
INC
CIRCLE C
CONSTRUCTION
SUTTON &
ASSOCIATES
MASTEC
JAGOE
PUBLIC
Principle Place of
Celina
Sachse
Ft Worth
Keller
Dallas
DENTON, TX
Business
1
TOTAL BASE BID
$162,363 75
$253,868 00
$303,385 50
$178,760 50
$252,785 00
$191,720 60
BID BOND
YES
YES
YES
YES
YES
YES
2
ADDENDUM # 1
YES
YES
YES
YES
YES YES
Carpenter Road lSamtary Sewer Bid # 2731 CITY OF DENTON
August 21, 2001
CONTRACT AGREEMENT
STATE OF TEXAS
COUNTY OF DENTON
THIS AGREEMENT, made and entered into this 2"d day of October
A D , 2001, 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
Dickerson Construction Co Inc
P 0 Box 181
Cehnj Texas 75009
of the City of Celina County of Denton and State of Texas , hereinafter
termed "CONTRACTOR "
WITNESSETH That for and in consideration of the payments and agreements hereinafter
mentioned, Ito 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 #2731 CUpenter Road Sanitary Sewer
in the amount of $162 363 75 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 land 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
Scott Jordon and City of Denton Staff
all of which are referenced herein and made a part hereof and collectively evidence and constitute the
entire contract
CA-1
Carpenter Road Sanitary Sewer Bid # 2731 CITY OF DENTON
August 21, 2001
Independent Status
It is mutually understood and agreed by and between City and Contractor that Contractor is an
independent contractor and shall not be deemed to be or considered an employee of the City of Denton,
Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave
benefits, worker's compensation, or any other City employee benefit City shall not have supervision
and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor
shall perform the services hereunder according to the attached specifications at the general direction of
the City Manager of the City of Denton, Texas, or his designee under this agreement
Indemnification
Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton
from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or
third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents,
employees, invitees, and other persons for whom it is legally liable, with regard to the performance of
this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton
against any and all such claims and demands
Choice of Law and Venue
This agreement shall be governed by the law of the State of Texas and venue for its
construction and enforcement shall lie in the courts of Denton County, Texas
The CONTRACTOR hereby agrees to commence work on or after the date established for the
start of work as set forth in written notice to commence work and complete all work within the time
stated in the Proposal, subject to such extensions of time as are provided by the General and Special
Conditions
The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in
the Proposal, winch forms a part of this contract, such payments to be subject to the General and
Special Conditions of the Contract
CA-2
a
Carpenter Road,Satntary Sewer Bid # 2731 CITY OF DENTON
August 21, 2001
IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the
year and days first above written
ATTEST
U11,00 _ %1N,..
/ 7A
ATTEST
APPROVED S TO
CITY ATTO Y�
OWNER
(SEAL)
Di G. k c eSo N ZO")
CONTRACTOR
P0.80X /y/
F/%,.A Te K A S �Somi
MAILING ADDRESS
38'L-Zl? 3
PHONE NUMBER
qqt- 382•209 3
BY �F NUM//��BER
f A# )
TITLE
CA-3
L.ew',s D 1LL4&)O ✓
PRINTED NAME
(SEAL)
91
TaL
luiln r ORD
Inquiries Reearding Claims
Hartford Fire Insurance Company Twin City Insurance Company
Hartford Casualty Insurance Company Hartford Insurance Company of Illinois
Hartford Accident and Indemnity Company Hartford insurance Company of the Midwest
Hartford Underwriters Insurance Company Hartford Insurance Company of the Southeast
Please address inquiries regarding Claims for all surety and fidelity products issued by
The Hartford's underwriting companies to the following
Phone Number 888-266-3488
Fax - Claims 860-757-5835 or 860-547-8265
E-mail claims@I stepsurety com
Mailing Address The Hartford
The Hartford Fidelity & Bonding (BOND)
Hartford Plaza
690 Asylum Avenue
Hartford, CT 06115
Carpenter RoadlSanitary Sewer Bid # 2731 CITY OF DENTON
August 21, 2001
PERFORMANCE BOND
STATE OF TEXAS
COUNTY OF DENTON
BOND $61BCSA%0662
KNOW ALL MEN BY THESE PRESENTS That Dickerson Construction, Co , Inc whose
address is P 0 Box 181 Celina Texass 75009 hereinafter called Principal,
HART RD FIBS INSIIRANCB COMPANY a corporation organized and
and
eng under the laws of the State of CONNBCTICOT and fully authorized to transact business
xistiin the State pf Texas, as Surety, are held and firmly bound unto the Crty of Denton, a municipal
oration Iorganzed and existing under the laws of the State of Texas, hereinafter called Owner, in
corp
enal s of ONE HUNDRED AND SIXTY TWO THOUSAND THREE HUNDRED AND
the p
s ten percent of the
SIXTH T E DOLLARS and SEVENTY FNE CENTS ($ $162.363 75 )plu
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 2001- 374 , with the City of Denton,
the Owner, dated the 2°a day of October. A D 2001 , a copy of which is hereto attached and made
a part hereof, for Bid #2731 Carpenter Road Sanitary Sewer
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, Spepifications 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 workthanship that appear within a period of one (1) year from the date of final completion and
final acceptance of the Work by the Owner, and, if the Principal shall fully indemnify and save
harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so
perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner
may incur in making good any default or deficiency, then this obligation shall be void, otherwise, it
shall remain in full force and effect
PB-1
92
Carpenter Road Sanitary Sewer Bid # 2731 CITY OF DENTON
August 21, 2001
PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall
lie in Denton County, State of Texas
AND, PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and
agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the
Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc , accompanying the
same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such
change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be
performed thereunder, or to the Plans, Specifications, Drawings, etc
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code,
as amended, and any other applicable statutes of the State of Texas
The undersigned and designated agent is hereby designated by the Surety herein as the Resident
Agent in Denton County to whom any requisite notices may be delivered and on whom service of
process may be had in matters ansmg out of such suretyship, as provided by Article 7 19-1 of the
Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas
IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which
shall be deemed an original, this the _day of orToBER , gool
ATTEST
ATTEST
I
.PRESIDENT
-
SURETY
m
ATTORNEY -IN -FACT
THERESA GARDNER, Tx IRA 11109904
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
process is
NAME ELSEY s ASSOCIATES SURETY/INSURANCE AGENCY
STREET ADDRESS 8820 WILL CLAYTON PRWY HUMBLE T% 77338
(NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation,
give a person's name )
PB-2
93
Carpenter Road iSanitary Sewer Bid # 2731 CITY OF DENTON
August 21, 2001
PAYMENT BOND
STATE OF TEXAS §
COUNTY OF DENTON § BOND #61BUM662
KNOW ALL MEN BY THESE PRESENTS That Dickerson Construction, Co, Inc whose
address is P O Box 181 Celina Texas 75009 hereinafter called Principal, and
HARTPDRD CBS INSDRANCE COMPANY , a corporation organized and existing under
the laws of the State of CONNECTICUT 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 ONE HUNDRED AND SIXTY TWO
THOUS THREE HUNDRED AND SIXTY THREE DOLLARS AND SEVENTY FIVE
CENTS ($162,363 75 ) 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 wluch
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 2001- 374 , with the City of Denton,
the Owner, idated the 2nd day of October AD 2001 , a copy of which is hereto attached and
made a part hereof, for Bid #2731 Carpenter Road Sanitary Sewer
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 terns of the Contract, or to the Work to be
performed thereunder, or to the Plans, Specifications, Drawings, etc
WIM
94
Carpenter Road Sanitary Sewer Bid # 2731 CITY OF DENTON
August 21, 2001
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, Vemon'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 2ND day of oCTOEER , 2001
ATTEST
I' ``-k.J
M
ATTEST
BY
MANCY T. TAM
BY
PRESIDENT
SURETY
a,nmal.nT 'I,TIiF TI�CTDA��Nl!RQQM7(pAj�
BY
ATTORNEY -IN -FACT
THERESA GARDNER, Tx LRA #1109904
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
processis
NAME E SEY 6 ASSOCIATES SURETY IN ORANCE AGENCY
STREET ADDRESS 8820 WILL CLAYTON PHWY HMLE Tx 77338
(NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a corporation, give
a person's name)
THE HARTFORD
HARTFORD PLAZA
HARTFORD CONNECTICU708115
FX Hartford Fire Insurance Company Twin City Fire Insurance Company 0
0 Hartford Casualty Insurance Company Hartford Insurance Company of Illinois
Hartford Accident and Indemnity Company Hartford Insurance Company of the Midwest 0
0 Hartford Underwriters Insurance Company Hartford Insurance Company of the Southeast 0
KNOW ALL PERSONS BY THESE PRESENTS THAT the Hartford Fire Insurance Company Hartford Accident and Indemnity
Company and Hartford Underwriters Insurance Company, corporations duly organized under the laws of the State of Connecticut Hartford
Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois, Hartford Casualty Insurance Company
Twin City Fire Insurance Company and Hartford Insurance Company of the Midwest, corporations duly organized under the laws of the
State of Indiana and Hartford Insurance Company of the Southeast a corporation duly organized under the laws of the State of Florida
having their home office in Hartford Connecticut, (hereinafter collectively referred to as the "Companies ) do hereby make constitute and
appoint up to the amount of unlimited
Bruce C DeHart Edward L Moore, David R Groppell, Regina C Dowling Rosalyn D Hassell, Theresa Gardner Nancy T Tanko
Of
Humble TX
their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above to sign its name as surety(les)
only as delineated above by ®, and to execute, seal and acknowledge any and all bonds undertakings contracts and other written
instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the
performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings
allowed by law
In Witness Whereof, and as authorized by a Resolution of the Board of Directors Of the Companies on September 121h 2000
the Companies have,caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly
attested by its Assistant Secretary Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby
unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney
•our, ///��''� �\, "'`r
�rWrIMr4\ L�oiS Srd<n'aayi iY �.aOMO,u
Ci r9w f �r
,l
11.y„re,or/� hNMN �y�ra79 L �°,�.� t\1919 �41
, ,,o ct n°',,�`�
Paul A Bergenholtz Assistant Secretary
John P Hyland Assistant Vice President
STATE OF CON N ECTICUT
ss Hartford
COUNTY OF HARTFORD
On this 19tti day of September 2000 before me personally came John P Hyland to me known who being by me duly sworn did
depose and say that he resides in the County of Hartford, State of Connecticut, that he is the Assistant Vice President of the Companies
the corporations described in and which executed the above instrument, that he knows the seals of the said corporations, that the seals
affixed to the said instrument are such corporate seals, that they were so affixed by authority of the Boards of Directors of said corporations
and that he ginned his name thereto by like authority
Jean H Wozniak
CERTIFICATE
Notary Public
My Commission Expires June 30 2004
I the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and
correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of October 2 2001
Signed and sealed at the City of Hartford
r ir6a
�.�..0*7 L�Ot 9 ,�A�M.y S #i(.wrroe .a t��,.ca'oart
YO�nf471
Colleen Mastroianm Assistant Vice President
Carpenter Roa4 Sanitary Sewer Bid # 2731 CITY OF DENTON
August 21, 2001
NAME OF BIDDER b , c�, F Rs
DATE 9- o c,-,o k
MS CHRISTY SKIRCHAK
PURCHASING
CITY OF DENTON
901-B TEXAS STREET
DENTON, TX 76209
Dear Ms Skirchak
C4I > f ro /�
The undersigned, in compliance with your advertisement for Bids for Carpenter Road Sanitary Sewer,
having examined the Drawmgs and Specifications, together with the related documents and all
conditions surrounding the work, and having visited the sites of the proposed work, hereby, proposes
to furnish all work in every detail in accordance with the Contract Documents within the time set forth
herein and at the prices stated below These prices shall coverall expenses incurred in performing the
work under the Contract Documents, of which the Proposal is a part
Attached herewith, please find (Cashier's Check) (Certified Check) (Bid Bond) in the amount of
$ 5 ?o five percent (5%) of the bid
I (or we) acknowledge receipt of the following addenda
ADDENDA #1 t*- (Initial)
ADDENDA #2 (Initial)
ADDENDA #3 (Initial)
74
Carpenter Road Sanitary Sewer Bid # 2731 CITY OF DENTON
August 21, 2001
CONTRACT DOCUMENTS Having examined the Proposal, General Instructions, Materials,
Execution, Drawings, and Contract for (Bid # 2731) Carpenter Road Sanitary Sewer, and having
examined the premises and circumstances affecting the work, the undersigned offer
OFFER 1 To furnish all labor, material, tools, equipment, transportation, bonds, all applicable taxes,
incidentals, and other facilities, and to perform all work for the said Sherman Drive Stone Matrix
Asphalt Overlay for the following area
BASE BID — Carpenter Road Sanitary Sewer
In words ONF A.i rlati S/(F •�w jr/a"/.F2 1 I � �'-'ryAn«Lltlirc $ A. 21363. �R
Seve.Jy r. VC et-4)
SEE ATTACHED UNIT PRICE BREAKDOWN
P3 — P4
75
Project Name Work Days
Carpenter Road Sanitary Sewer Bid No
BID TABULATION SHEET PO No
.E
Item
Description
Quantity JUnitl UnitPrice Total
121 Contractors
Warranties and Understandings
LS $ oat x / LS $ G,000
Unit Price In Words
3 1 Pre
aration of Right of Way
LS
$ 2 5 cos / LS IS
2 Sao
Unit Price hi Words
2122
6" San Sewer Pipe, 5-10'det
303
LF
$ 25
Unit Price In Words
21210
8" San Sewer Pipe, 5'-10'deep
1794
LF
0
$ 2 4
Unit Price In Words
212 11
8" San Sewer Pipe, 10'-15'deep
404
LF
$ 12 s� / LF
$ 13 13o. K4
Unit Price In Words
212
8" C-900 SS Pipe, 5' - 10'deep
20
LF 1
$
Unit Price In Words
64
15" Bore & Case incl 8" SS
100
LF
$ 15 o xx / LF
$ IS coo 6.
Unit Price In Words
7 6-A-1
4' Dig Concrete Manhole (6' )
8
1 EA
$ 18 So o . / EA
$ 14, soo 7.
UnitlPaCe hi Words
7 6-A-1
Addthonal Depth ( 4' Dia) MH
21
LF
Is l oo 'r K / LF
$ 2 100 vnL
Unit Price In Words
7 6-A-2
5' Dxa Concrete Manhole (6'dee)
1
EA
$ A oo - / EA
$ 4,coo. T
Unix Price In Words
7 6-A-2
Additional De th ( 5' Dia) MH 10
LF
$ 2 co e x / LF
$ 2 000 '1-
Unit Price In Words
WS-30
Br ak Into Exist MH
1
EA
$ Sae 'r / EA $ soa r<
Unit Price In Words
WS-18
lSanttary Sewer Service
11 EA
$ 24S.7 EA
$ 301aS- vA.
Uatt Price In Words
Pnvate Sewer Service
1094
LF
$ I t, f K / LF $ 13 1 Z E
WS-18
0/101ul
Project Name
Carpenter Road Sanitary Sewer
BID TABULATION SHEET
Work Days 60
Bid No
PO No
Item
Description
Quantity
Unit
Unit Price
Total
Unit Pnce In Words
SP-43
halt Saw Cut
380
LF
$ 2'= / LF
$ ::;Go `va
Unit Pnce In Words
5 8
halt Pavemeiit
12
TON
$ q m v,,, / TON
$ 800 A
Unit Pnce In Words
SP37
Trench Safet S stem
2492
LF
$ I ^ / LF
$ 2 4 9 z
Unit Pnce In Words
3 12 ITemporary
Erosion Control
LS
$ a Sm tx / LS
$ 4ux
Unit iPnce In Words
SP39
Pro ect Si s
3
Unit Pnce In Words
8 1
Bamcades, Wamm Signs and Detours
LS
$ 2 000 Tn / LS
$ 2
Umti Pnce In Words
3 107
lHydromulch Seeding
7753
SY
s
$
Unit Pnce In Words
3 9
Sod 606
SY
$
UnA Pnce In Words
WS-24
Post Construction Clean & TV Record
2640
LF
$ 2— / LF $
Unit Pnce In Words
2 1 3(4 5) 1 Flexbase 260 SY Is -4 S= / SY $ 1,950 vK
U t Pnce In Words
SP-10
Ro k Excavation
50
1 CY
is 2 S. —IV. / CY
$ t z so i
Unit Pnce In Words
$1(0 3C3,xi
TOTAL Doc �wo ` 0J IAA kk '.1n,1
Se v�.�� {t ae dp�*)
8/15/01 P 4
Carpenter Road Sanitary Sewer
MATERIALS
Bid # 2731 CITY OF DENTON
August 21, 2001
Project Total Cost = $ l (e2 35-3 11(vg
$ AS Sao. 2.
TOTAL $ 363
EXAMINATION OF SITE By signing the Proposal Form, contractor acknowledges he is an
authorized representative and has examined the site and is aware of all field conditions, wluch may
affect the work
TAXES Tax shall not be included in your bid
Upon receipt of notice of acceptance of this bid, within thirty (30) days of the date of this proposal, I
(or we) agree to execute the formal contract within ten (10) days thereafter, and to deliver an Insurance
Certificate,, a SURETY BOND in the amount of ONE HUNDRED and TEN PERCENT (110%) of the
contract price for the faithful performance of the contract, and a ONE HUNDRED PERCENT (100%)
STATUTORY PAYMENT BOND
The under Iigned agrees to complete all work shown on the drawings and in the specifications within
the time l#mts set forth below subject to additional days that may be added due to inclement weather
and/or other justified and reasonable extensions or time as may be approved by the Owner
Contractors that are awarded contracts shall be prepared to immediately sit down with the City of
Denton Representatives and present a plan that will illustrate how progression of work is to take place
to insure completion of all work within specified time limits The time limits are as follows
All work is to be started and completed within 60 (sixty) work days Work days are defined in the
Suppleme tary Conditions
If a contractor is awarded the project, the project must be completed within the dates shown above or
the contractor will be subject to liquidated damages as set forth below
A working day is defined as a calendar day, in which weather or other conditions not under the control
of the company will permit the performance of the principal units of work underway for a continuous
period of $rot less than seven (7) hours between 7 00 A M and 6 00 P M
The undersigned agrees that the Owner may retain the sum, as prescribed in the North Texas Council
of Governments General Provisions, from the amount to be paid to the undersigned for each calendar
day that the work contemplated remains incomplete beyond the time set forth, Sundays and holidays
INCLUDED This amount is agreed upon as the proper measure of liquidated damages which the
Owner will sustain per day by failure of the undersigned to complete the work at the stipulated time,
and is not to be construed in any sense as a penalty
iF:3
Carpenter Road Salutary Sewer Bid # 2731 CITY OF DENTON
August 21, 2001
Payment wild be made to the contractor within thirty (30) days after receipt of proper invoice and
written acceptance of project from the Owner's representative, all required material invoices,
documentation, etc and all written warranties from both contractor and manufacturer
I (or we) agree to promptly furnish a correct and current financial statement of condition with a list of
owned equipment and an experience record of completed projects for examination by Owner and
architect, if same is required
SEAL (If by Corporation) RESPECTFULLY SUBMITTED BY
(Name)
(Title)
Qti E 1
(Title)
Po MI
(Address)
F �l. d .—feKl•5 3 SOOT
79
Carpenter Road Sanitary Sewer Bid # 2731 CITY OF DENTON
i August 21, 2001
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
Im
Carpenter Road Sanitary Sewer Bid # 2731 CITY OF DENTON
August 21, 2001
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 (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR
NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTEN
NOTICE 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 $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
97
Carpenter Road Sanitary Sewer Bid # 2731 CITY OF DENTON
August 21, 2001
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 (XCL)) exposures
Broad form contractual liability (preferably by endorsement) covering this
contract, personal injury liability and broad form property damage liability
[XI Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability insurance with Combined Single
Limits (CSL) of not less than $500,000 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 ansmg 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, lured and non -owned autos
[XI Workers Compensation Insurance
Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to
meeting the muumum 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
$50:,000 policy limit for occupational disease The City need not be named as an "Additional
Ins ed" but the insurer shall agree to waive all rights of subrogation against the City, its
offi�ials, 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 arse in the
M,
Carpenter Road Sanitary Sewer Bid # 2731 CITY OF DENTON
August 21, 2001
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 Lirmts 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' 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
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
M
Carpenter Road Sanitary Sewer Bid # 2731 CITY OF DENTON
August 21, 2001
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 401011(44) for all employees of the
Contractor providing services on the project, for the duration of the project
C The Contractor must provide a certificate of coverage to the governmental entity prior to
being awarded the contract
D If the coverage period shown on the contractor's current certificate of coverage ends during
the duration of the project, the contractor must, prior to the end of the coverage period, file
a new certificate of coverage with the governmental entity showing that coverage has been
extended
E The contractor shall obtain from each person providing services on a project, and provide
to the governmental entity
100
Carpenter Road Sanitary Sewer Bid # 2731 CITY OF DENTON
August 21, 2001
(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 penod 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, pnor 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
101
Carpenter Road Sanitary Sewer Bid # 2731 CITY OF DENTON
August 21, 2001
for one year thereafter,
(6) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on the
project, and
(7) contractually require each person with whom it contracts, to perform as required by
paragraphs (1) - (7), with the certificates of coverage to be provided to the person for
whom they are providing services
J By signing this contract or providing or causing to be provided a certificate of coverage,
the contractor is representing to the governmental entity that all employees of the
contractor who will provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that the coverage will be based on
proper reporting of classification codes and payroll amounts, and that all coverage
agreements will be filed with the appropriate insurance camer 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 adrnimstrative 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
Bid 2731 — Carpenter Road Sanitary Sewer
102
iwidi,eul 10 40 9038926593
EMPLOYERS GENERAL
PAGE 01
r AC96Q,. I CERTIFICATE OF LIABILITY INSURANCE �1�D;
EMPLOYERS 0 NERAL INSURANCE GROUP, INC.
123 N. CROCKS , SUITE f00
SHERMAN, TOM
DICKS SON CONSTRUCTION COMPANY, INC
P O BOX 181
CELINA, TEXAS 7800E
INSURERS AFPORt" COVSRA08
THE POLI $ OF PN
MAY PERRTTAIINE THE IINSURAN
►OLICIE8 A00RE0AA1
UU7RRA�RA��NCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIDO INDICATED NOTAITHSTAND►NO
ORRESPECTTH ALL HETERMS EXCH CLUCERTIFICATEUI0D OR
POLICIES DESCRIBED HEREIN I8 DOCUMENT
All RR020 BY ANY
SAND CONDITIONS OF SUCH
UMI►B SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
TYP N
A
D$M$AAt
X
uAnu+v
COMMIACOL OAMnAL LwR.ITY
cww MADE FX 00CUR
TOP-4464234 •
03A5 1011
03.0&2002
EAC1/ OCGllllll$ t
1 1 OSO OOD
FIRE D"011( "fal
1 1 ,000
MCD BXP AT " pw000
1 8 000
PERSONAL 1 ACV 114MY
1 11000,000
OKNPM,LADARBOATP
1 2 000
UNLAOCREOATE WITAPPLIM PeR
POLICY X P rl Lac
PRODUCT$ OOMPW ADO
1 2,000 000
A
AUTOMOMAP
X
UA8UrY
ANYAUTo
ALLOVWMAUTOt
W" ULEDAU�Tot
MMM AUTO/
NDN-IXWODAUTOM
SM-1467509
09-01.2001
09.01 2002
I
come"o NNou Lam
(EA mal"n /
$ 1 000,ODO
X
X
X
X
$OCIL LM AMY
$
IOON Y MIIURY
w
$
OAAADK LAAMIUTY
ANYAvro
AUTOONLY PAAOCMPNT
1
pryNR TIyyN BAAOC
AVTIV Y A90
1
t
AMN UANLny -+-I
OCCUR I I CLA" YAOE
CBDUOTWA
{
RACH OCCVMPMCK
1
AODIIEOATE
/
1
1
B
RaAL"CF, P$N 11001AW
AMnoraw Limuly
WC-1463828'"
03-05.2001
03-05.2002
X
E L 9ACN
$ 000
ELOMNB-SA PM%M
$ 600000
$Lo LMf
800 N
SAID PO ICY SHALL N
WRITTEN NOTICE BEING GI
OF PREMIUM IN WHICH CAifli
DT BE CANCELLED, NONRENE
WEN TO THE OWNER (CITY) EXCEPT
10 DAYS ADVANCED WRITTqN
ED OR MATEF
WHEN TH
NOTICE IS R
IALLY CHANGED
E POLICY IS BEING
OUIRED-
WITHOUT 30 DAYS ADVANCED
CANCELLED FOR NONPAYMENT
ANITARY $15 WWE$RNOORt[M$MTI$PegAL PACNronNe
MBOPmBIODN aw731 A- EWER RRBOCALBDBI SANITARY
POLICIES ENDOR ED TO PROVIDE "WAIVER OF SUBROGATION &'ADDITIONAL INSURED IN FAVOR OF THE CITY OF DENTON,
ITS OFFICIALS , ENTS, EMPLOYEES & VOLUNTEERS IF THERE IS A WRITTEN CONTRACT BETWEEN THE ABOVE INSURED, THE
CITY OF DENTO J. ITS OFFICIALS, AGENTS, EMPLOYEES & VOLUNTEERS REQUIRING THE ABOVE
CITY OF DENTON
ATTN, CHRISTY A SKIRCHAK
901E TEXAS STREET
DENTON, TEXAS 7001
BIQILD ANY OP THE ADOVE DKiaRIDKD POLIDA$ MCAMCPMtONPOAB 11 M 17IIIMiMM1
DAY# THPACOF T t MUR46 AN$UMA WIL)WJWJ" WA _V _ DAY$ $/DYr$N
NOMCt TO THt CRA71FICAT4 IIOLOLII NAMED TO TNPUPTWAval"IsQW06m
7411JHLYiK