Loading...
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