Loading...
HomeMy WebLinkAbout2000-229AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF PAVING AND DRAINAGE IMPROVEMENTS ON WILLOWWOOD STREET, PROVIDING FOR EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING AN EFFECTIVE DATE (BID 2520 — WILLOWWOOD PAVING AND DRAINAGE AWARDED TO JAGOE PUBLIC COMPANY, IN THE AMOUNT OF $851,274 21) WHEREAS, the City has solicited, and received competitive sealed 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 respondent for the construction of the public works or improvements described in the bid invitation, and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive sealed bid for the construction of public works or improvements, as described in the "Sealed Bid Invitations", 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 2520 Jagoe Public Company $851,271 221 SECTION II That the acceptance and approval of the above competitive sealed bid 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 S CTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Request for Sealed Bids, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein SECTION IV That upon acceptance and approval of the above competitive sealed bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the �5�-� day of , 2000 EULINE BROCK, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY BY I APPROVED AS TO LEGAL FORM HERBERT L BWUTY, CITY ATTORNEY BY _ BID 2520. ATTACHMENT TABULATION SHEET WILLOWWOOD PAVING AND DRAINAGE Na I DESCRIPTION VENDOR VENDOR VENDOR VENDOR VENDOR SUNMOUNT JRJ SUTTON & JAGOE BURNSCO CORP PAVING ASSOC PUBLIC CONST COMPANY Principle Place of Business. ROANOKE DALLAS KELLER DENTON FT WORTH WILLOWWOOD PAVING & DRAINAGE $1,118,28940 $948,98380 $1,030,68009 $851,27421 $1,003,63345 1 ADDITIONAL 2" PAVING ALTERNATE 1 $48,624 25 $48,052 20 $49,539 53 $42 903 75 $53,772 70 2 PAVEMENT MARKING ALTERNATE 2 $45,200 00 $49,000 00 $16,284 00 $18,000 00 $16,000 00 3 BID BOND YES YES YES YES YES CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 25—day of IIT A D , 2000, by and between City of Denton of the County of _acid State of Texas, acting through Michael W rez thereunto duly authorized so to do, hereinafter termed "OWNER," and of the City of Denton County of Denton, and State of Texas , hereinafter termed "CONTRACTOR" WITNESSETH That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below in the amount of $951 274 9.1 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement, and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal and the Performance and Payment Bonds, attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein and on file in the office of the Purchasing Agent, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, CA - 1 and the Specifications therefore, as prepared by all of which are referenced herein and made a part hereof and collectively evidence and constitute the entire contract 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 Indemmfcation 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, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract CA-2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written ATTEST APPROVED AS CITY A CA-3 ONE (SEAL) J41ioe- a w(c (o 5< 1-- CONTRACTOR 090e Public Co. —�'J 130X 25 Denton, Tx 76202 MAILING ADDRESS PHONE NUMBER Area Code Change Main #((940) 382-2581 Fax #(940) 382-9732 FAX NUMBER%%%% � I } Q BY ;��7f%w� Q - VIQ 1'✓e, TITLE /? if C 2k-k— -J� PRINTED NAME (SEAL) PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That faane-Public Company —whose address is P n Rnx 250 Penton, TX 7002 hereinafter called Principal, and ASSOCIATED INDEItNRYCORPORATION a corporation organized and existing under the laws of the State of (UPOWA and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of Fight Hundred Fifty One Thmicand Twn Hundred Seventy Fair and 2111(1) __ TXIi.T.ARS ($ 5511 274 21) plus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages arising out of or connected with the below identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 2000_229 , with the City of Denton, the Owner, dated the —25— day of r'T1; A D _2000_, a copy of which is hereto attached and made a part hereof, for Rid # 2520 _ W,llnwwnnd Paving & Ih_ NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived, and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by the Owner, and, if the Principal shall fully indemnify and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reunburse and repay Owner all outlay and expense which the Owner may incur in iiiaking good any default or deficiency, then this obligation shall be void, otherwise, it shall remain in full force and effect MMI 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 arising out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the .25—day of filly Mno ATTEST II IIztoI7L11 BY SECRETARY BY Ylcf PRESIDENT ATTEST SURETY BY ASSOCIATED INAEMNIfY CORPORATION A)t- M/3 BY ATTORNEY-IN-FALT (ffp The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME WILL13 OF 7'M,=T.JX STREET ADDRESS 2M MQU MI I ATE uQO, MLLnj,MW-J rnu U (NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give a person Is name ) PB-2 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That iagne-Pnhhn Cnin_nany whose address is P n Box 750, Penton, Tx 76707, heremafter called Principal, and ASSOCIATEOINOENNnCORPOAATION , a corporation organized and existing under the laws of the State of(WORAIIA 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 orgamzed 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 Fight Hundred Fifty one Thnuaand Twn Hundred Seventy Fnnr and ?1/IL10 -- DOLLARS ($ 851 77471) 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 7000-779 , with the City of Denton, the Owner, dated the 95_ day of Tilly A D 7000, a copy of which is hereto attached and made a part hereof, for Bid # 759i1 - Willnwwnnd Ravingand Drainage 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 he in Denton County, Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc , accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc PB-3 This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 25 _ day of —I ily , 2000 ATTEST BY S CRETARY ATTEST PRINCIPAL / BY i�rlii- gi V is E PRESIDENT [M11:90 AbbOCIATED INDEMNITY CORPORArcN BY & MC Oc .�l AL)CP �ATTORNEY -IN -FAT UaQ()lA1`1 Qt I LU�AUE- The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME WI W S OF -MRS, TIC, STREET ADDRESS 2 iJ iM Pm, i2Ua 4W I UA3 "M2"O (NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a corporation, give a person's name) I9 M, Bid 2520 - Wdlii wood Paving and Drainage- 7 2000 FIREMAN'S FUND INSURANCE COMPANY NATIONAL SURETY CORPORATION ASSOCIATED INDEMNITY CORPORATION THE AMERICAN' INSURANCE COMPANY AMERICAN AUTOMOBILE INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS That FIREMAN S FUND INSURANCE COMPANY a California corporation NATIONAL SURETY CORPORATION an Illinois corporation THE AMERICAN INSURANCE COMPANY a New Jersey corporation redomesticated in Nebraska ASSOCIATED INDEMNITY CORPORATION a California corporation and AMERICAN AUTOMOBILE INSURANCE COMPANY a Missouri corporation (herein collectively called the Companies ) does each hereby appoint ROSEMARY WEAVER AND JOHN R. STOCKTON OF DALLAS TX their true and lawful Attorney(s) in Fact with full power of authority hereby conferred in their name pl ice and stead to execute seal acknowledge and deliver any and all bonds undertakings recognizances or other written obligations in the nature thereof — and to t sealed with he attested by [lie Companies the Companies Secretary herleby td to the same extent as if such mtifying and confirming all that the said onds 1Att mey(Ld s) n Fy the act asndo in the premises corporate seals of the Comp¢mr, and duly of Article VII of the By laws of FIREMAN S FUND INSURANCE COMPANY NATIONAL SURETY CORPThis pooe, of ORATIONs granted Mer and by the ANY ASSOCIATED ORATIONTHEAMERICAN INSURANCE COMP INDEMNITY CORPORATION and AMERICAN AUTOMOBILE INSURANCE COMPANY whnh provisions are now in full force and effeU This power of attorney Is signed and sealed under the authority of the following Resolution adopted by the Board of Directors of FIREMAN S FUND INSURANCE COMPANY NATIONAL SURETY CORPORATION AMERICAN nnt ASSOCIATED INDEMNITY ARotiid AUTOMOBILE INSURANCE COMPANY at a meeting duly called and held or by onseon the 19hyofM and said hnot been amendt,d or repLald RESOLVED, that the signature of any Vice President Assistant Secretary and Resldunt Assistant Secretary of the Companies and the seal of the Companies may be affixed or printed on any power of attorney on any revocation of any power of attorney or on any certificate relating thereto by facsimile and any power of attorney any revocation of any power of attorney or certificate besring such facsimile signature or facsimile seal shall be valid and binding upon the Companies IN WITNESS WHEREOF the Com anbshave caused these Lp a epts to be signed by their Vice President and their corporate aetb to be hereunto affixed this 1/ day of Decemertl FIREMAN S FUND INSURANCE COMPANY TVO erSSURETY „Po„O (_1 s,aa �+NATIONAL INSURA CE OMPANY�p THE AMERICAN INSURANCE COMPANY-+ € ¢mooB eEALASSOCIATED INDEMNITY CORPORATION mgg 6EPraq)0AMERICAN AUTOMOBILE INSURANCE COMPANY F y ttiwo,O lSY ! OA�NCC 00'J'¢e �OgANCEN00�¢� �t)(aWS PO a � n tr "^rvnninoro" urriin By Vic Piet,& l STATE OF CALIFORNIA ss COUNTY OF MARIN On this day of 1 December 1998 before me personally came M A Mallonee to me known who being by me duly sworn, did depose and say that he is a Vice President of each company desenbed in and which executed the above instrument that he knows the seals of the said Companies that the seals affixed to the said instrument are such company seals that they were so affixed by order of the Board of Directors of said companies and that he signed his name thereto by like order IN WITNESS WHEREOF I have hereunto set my hand and affixed my official seal the day and year herein first above written L OCAMPO i Commisslon M 1163726 a r Notary Public - COlifamla _ Marin County r Non, Public MyCamm Ezplim Nov28,2001 CERTIFICATE STATE OF CALIFORNIA as COUNTY OF MARIN tattached ef�force I the en rep rs sforth he Power of Attorney and has not been and furthermore that Secretaryof VII otheBy laws of each company and the Resolution of the off eccto are now to force Signed and sealed at the County of Mann Dated the C)KJ day of F ETYC ¢¢EYNIr p¢Y AN a FOry wF �iP¢ir �r4r FF`14OaE —.IN,rv/ p £ �J • E YEPragrOY w� G b, ¢trgO,e..��t..yyyy.JJLL...rr.••NrC¢C0! ¢`ANCE00�;FB�lEaUA11 ML Resident Amsum Sccrcury`` ¢M1 A unurnrnn unur 360789 1198 IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT. YOU MAY CONTACT THE TEXAS DEPARTMENT OF INSURANCE TO OBTAIN INFORMATION ON COMPANIES, COVERAGES, RIGHTS OR COMPLAINTS AT: 1-800-252-3439 YOU MAY WRITE THE TEXAS DEPARTMENT OF INSURANCE P. 0 BOX 149104 AUSTIN, TX 78714-9104 FAX #(512) 475-1771 PREMIUM OF CLAIM DISPUTES - SHOULD YOU HAVE A DISPUTE CONCERNING YOUR PREMIUM OR ABOUT A CLAIM YOU SHOULD CONTACT THE AGENT OR COMPANY FIRST. IF THE DISPUTE IS NOT RESOLVED, YOU MAY CONTACT THE TEXAS DEPARTMENT OF INSURANCE ATTACH THIS NOTICE TO YOUR POLICY: THIS NOTICE IS FOR INFORMATION ONLY AND DOES NOT BECOME A PART OF CONDITION OF THE ATTACHED DOCUMENT CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract Upon bid award, all insurance requirements shall become contractual obligations, which the successful bidder shall have a duty to maintain throughout the course of this contract STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time, however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted • Each policy shall be issued by a company authorized to do business in the State of Texas with an A M Best Company rating of at least A • Any deductibles or self -insured retentions shall be declared in the bid proposal If requested by the City, the insurer shall reduce or eliminate such deductibles or self -insured retentions with respect to the City, its officials, agents, employees and volunteers, or, the contractor shall procure a bona guaranteeing payment of losses and related investigations, claim administration and defense expenses CI - 1 • Liability policies shall be endorsed to provide the following •• Name as additional insured the City of Denton, its Otficials, Agents, Employees and volunteers •• That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought The inclusion of more than one insured shall not operate to increase the insurer's limit of liability • All policies shall be endorsed to read "SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (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 clauns 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 CI-2 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 [xl 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 • Coverage B shall include personal injury • Coverage C, medical payments, is not required If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least • Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability [X ] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $1,000,000 either in a single policy or in a combination of basic and umbrella or excess policies The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract CI-3 Satisfaction of the above requirement shall be in the form of a policy endorsement for • any auto, or • all owned, hired and non -owned autos [X ] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406 096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensation Commission (TWCC) [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under this contract Coverage shall be on an "occurrence" basis, and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate [ ] Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building Limits of not less than each occurrence are required [ ] Professional Liability Insurance Professional liability insurance with lunits not less than per claim -with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement CI-4 [ ] 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 ATTACHMENT [X ] Worker's Compensation Coverage for Budding or Construction Projects for Governmental Entities A Definitions Certificate of coverage ("certificate"► -A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity Persons providing services on the project ("subcontractor" in §406 096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets B The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 01 1(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 (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 [ORK-1 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 01 1(44) for all of its employees providing services on the project, for the duration of the project, (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project, (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project, (4) obtain from each other person with whom it contracts, and provide to the contractor (a) a certificate of coverage, prior to the other person beginning work on the project, and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project, (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project, and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services CI-7 J By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self - Insurance Regulation Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions K The contractor's failure to comply with any of these provisions Is a breach of contract by the contractor which entitles the governmental entity to declare the contract void If the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity Bid 2520 - Inourance - 9 2000 MW t_ — BID # 2520 PROPOSAL TO THE CITY OF DENTON, TEXAS FOR THE CONSTRUCTION OF WILLOWWOOD PAVING AND DRAINAGE IN DENTON,TEXAS The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, farm or corporation, that he has carefully examined the form of contract, Notice to Bidder, specifications and the plans therein referred to, and has carefully examined the locations, conditions and classes of materials of the proposed work and agrees that he will provide all the necessary labor, machinery, tools, apparatus, and other items incidental to construction, and will do all the work and furnish all the materials called for in the contract and specifications in the manner prescribed herein and according to the requirements of the City as therein set forth It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bads It is agreed that the quantities of work to be done at unit prices and material to be furnished may be increased or diminished as may be considered necessary, in the opinion of the City, to complete the work fully as planned and contemplated, and that all quantities of work whether increased or decreased are to be performed at the unit prices set forth below except as provided for in specifications It is further agreed that lump sum prices may be increased to cover additional work ordered by the City, but not shown on the plans or required by the specifications, in accordance with the provisions to the General Conditions Similarly, they may be decreased to cover deletion of work so ordered It is understood and agreed that the work is to be completed in full within the number of work days shown on the bid tabulation sheet P - 1 BID # 2520 Accompanying this proposal is a certified or cashiers check or Bid Bond, payable to the Owner, in the amount of five percent of the total bid It is understood that the bid security accompanying this proposal shall be returned to the bidder, unless in case of the acceptance of the proposal, the bidder shall fail to execute a contract and file a performance bond and a payment bond within fifteen days after its acceptance, in which case the bid security shall become property of the Owner, and shall be considered as a payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder Owner reserves the right to reject any and all bids Owner may investigate the prior performance of the bidder on other contracts, either public or private, in evaluating bid proposals Should bidder alter, change, or qualify any specifications of the bid, Owner may automatically disqualify bidder The undersigned hereby proposes and agrees to perform all work of whatever nature required, in strict accordance with the plans and specifications, for the following sum or price to wit BID SUMMARY TOTAL BID PRICE IN In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final Unit and lump sum prices as shown for each item listed in this proposal, shall control over extensions CONT CT —7 BY tj,'N Lek Tr UL2 i�/es cQen f Street Address Qeo*c) -, %1c City and State Seal & Authorization (If a Corporation) lUQ-3$�-Ssg/ Telephone WOI-dS OQoeS AJoT M] Wdlowwood Paving and Drainage Work Days 100 Bid No 2520 BID TABULATION SHEET PO No Item Description I Quantity jUnItj Unit Price Total 121 Con actors Warranties and Understandings LS $')I 000 pO /L5 $71 000 oo Unit price In Words Sept {�h Zen e_- 2 115 Inlet Frame and Cover 1 29 1 EA $ /,25 bo /EA $ 3ror,;L5 0 a Unit Price In Words o, a ltu,,,ol/ed ,,,ie x se a%llo ,-s etno( 2r,-o ceYcf-s 2 12-A 18" Storm Sewer Pipe - Culvert 27 1 LF $ 40 00 /LF $ /()o oo Unit Pnce In Words ototlazs rl zz z ceA�3 2 12-B 18" Sloped End Treatment 1 2 1 EA $ Soo 0 ° /EA $ l00o ob Umt Pnce In Words a handier!! o vs a -A zero ceps 2 12-C 18" Storm Sewer 1 1502 1 LF $ i0 66 /LF $6o0go 0' Unit Price In Words 212-D 24"Storm Sewer Pipe 1 422 1 LF $ q7 0° /LF I $/9g3'f Oo Unit Price In Words Lt. d Q&'-s of Z.eio c e 2 12-E 30" Storm Sewer Pipe 1 1240 1 LF $ S6 00 /LF Unit Price In Words t; lla�5 .Ad Zelb oeVC4-9 212-F 36" Storm Sewer Pipe 1017 LF $ U7 00 /LF 1 $69/37 oa Unit Price In Words .5,243e e•�• cl ( is moo( zero Gen! 2 12-G 4" Schedule 40 PVC Conduit 170 LF $ /a 00 /LF $3oNo 00 Unit Price In Words ,l,Je &,pdj2UJIL�Z e eQS 2 12 3-A 5' X 2' Concrete Box Culvert 1 112 1 LF $ 164 60 /LF 1 $l$36$ o0 UnitiPnce In Words v 2 12 3-B 4' X 3' Concrete Box Culvert 168 LF $ /,9'0 Q0 /LF $3oiNo 00 Unit Price In Words Ono- hrtAd /eoe f v// /-J ZP/a 2 128 8" Spnitary Sewer (Ductile Iron) 10 LF $ Sa oo /LF $ 53o o0 UnitPrice In Words dollars /-p Ceps 3-A Remove Concrete Curb & Gutter 1 1328 1 LF $ 3 3-? /LF $ yy 75 36 Unit Price In Words ollais a..,d f ¢ f 5/1/00 P 3 Wdlowwood Paving and Drainage BID TABULATION SHEET Work Days 100 Bid No 2520 PO No Item Description I Quantity I Unit I Unit Price Total 3-B Remove Concrete Drives & Walks 1 154 1 SY $ G 6 / /SY $ 0 oyy Unit Price In Words 5, do / .s S/ ..c A�V 3-C Remove existing culverts (12" - 1811) 218 LF $ /o /LF $aI gp oo Unit Price In Words -je, s A,, ,.A zerWlab 3-1) Remove Concrete Valley Gutter 57 SY $ � o /SY $ 37& 77 Unit Price In Words S,,e o(oll S' o..a 3-E Remove Concrete Flume 11 1 SY $ S Oo /SY I $ S5 00 Unit Price In Words. ,-S i 3-F Break Into Existing Headwall 1 I EA 1 $ 5Oo o a /EA $ Soo oo Unit Price In Words zee 3-G Remove Rip Rap 98 1 SY $ 3 00 /SY I $ a-9N op Unit Price In Words/fa 3-11 Remove Concrete Flatwork 1 23 SY $ 6 61 /SY 1 $ /5a 03 Unit Price In Words 3 5)2�ex 34 Remove Concrete Street 235 1 SY Is ( (aI /SY $/553.3"') Unit Price In Words 5 x a-e (,e 3 1 Preparation of Right of Way I LS $ 3�—, 000 oO/LS $3Btio0, o 0 Unit Price In Words ,r-f a d gyp/ Zeta /_&,'lS 3 3 Unclassified Excavation 1 5245 1 CY $ 6 oo /CY $ 3/9'70 co Unit Price In Words q/ Zci e is 37 Compacted Fill 1 167 CY $ / j Qv /CY $ SSo 5 oo Unit Price In Words F //p n " /-o 39 Sod 1 3436 1 SY Is o'1-,SU /SY $ 8J 70 o0 Unit Price In Words is , ,d-s 3 107 Hydromulch 2987 SY $ 0 i S /SY $ 0,10 Unit Price In Words le/-o o// S a^d- Seve .e amend s 5/l/00 P 4 Willowwood Paving and Drainage Work Days 100 Bid No 9920 BID TABULATION SHEET PO No Item Description Quantity Unit Unit Price Total 3 12 Temppry Erosion Control L5 I $ g5o6 ao /LS $ H500 00 Unit Price In Words -Yo/ ze/v GGrtfS 4 6-A 6" Lime Treatment of Subgrade 1 11,738 1 SY $ / 6 S /SY $ /936,� 70 Unit Price In Words 0,.o o/Jal- :51, ; . �-s 4 6-B Type A Hydrated Lime (Slurry) 159 1 TON $ 9p oo ,rox $ /y3io oa Unit Price In Words ,,, &&a a„d 5 7-A 4 1/2" Asphalt Pavement (Type A) 9942 SY $ 7 St /5Y $7y(,G,y 4� /� Unit Price In Words S2 ✓ev`, o of -f 5 7-13 1 1/2" Asphalt Pavement (Type C) 9942 5Y I $ 02 67 /5Y $ jqs-/g Unit Price In Words o b aid S/k 5 7-C 2" Asphalt Pavement Overlay (Type C) 1 8200 1 SY $ 3 S(o /5Y I $2-9/ 4a PD Unit Price In Words fez , 5 7-D 2" As halt Pavement Base (Type A) 255 1 SY $ 11 00 /SY $ a8o5 ba Unit Price In Words �e�( Z,eio 5 7-E Asphalt (Type Q - Driveways and Miscellaneous 22 TON $ ?a Do /TO $/5`}n no Unit Price In Words Zero es� 5 7-G 6" As halt (Type A) - Base Failures 1230 SY $ / 7 /SY Unit Price In Words u / S ,td 6- 5 8-A Concrete Pavement 6" (Flatwork) 193 1 SY I $ PP7 aS /SY $ Gy 3S Unit Price In Words / 5 8-13 Concrete Pavement 6" (Valley Gutter) 57 SY UnitPnce In Words /cc/s ad A lei f e 5 8-C Concrete Pavement 6" (Flume) 11 1 SY is a9 aS /SY $ 3a1-7i- Unit Price In Words J ,true % ' ::g 5 8-E Concrete Pavement 8" (Street) 11 235 1 SY $ 31 So /SY I $74cp Se) Unit Price In Words 1-p,tiz o(o// l J 5/1/00 P 5 J Willowwood Paving and Drainage Work Days 100 Bid No 2520 BID TABULATION SHEET PO No Item I IDescription Quantity Unit I Unit Price Total 745 Class Concrete 1 CY I $ `/ 00 /CY $ tloo 00 Unit Price In Words /t.,, -0(�( da Zeta 7 6-A-1 4' X 4' Junction Box 1 14 1 EA $ jSoo co /EA $ o0 Unit Price In Words //a,/s 'Id ,e D S& 7 6-A-2 7' X 4' Junction Box 1 I EA I $ .�-ooa ob /EA $ loco 00 Unit Price In Words -hc , ri ow50., c� a(/a4d 7,e,,-o 7 6-A-3 7' X 6' Junction Box 1 I EA $ al00 00 /EA $ a/oo Unit Price In Words Ad Ze/a C_-,tb 7 6-A-4 6' X 6' Junction Box 1 2 1 EA $ /q 00 QO /EA $ 3S oo 0o Unit Pace In Words�LA^dl i ze/-o 7 6-B-1 8' Curb Inlet 1 24 1 EA $ /900 Q0 /EA $ y3aoo 00 Unit Price In Words e; dr avid Z"-O 7 6-13-2 1 10' Curb Inlet 2 1 EA $ iuoo 00 /RA $ gocn m Unit Price In Words (Zeezc ea 7 6-B-3 Special Inlet - Double Sided 4' 1 1 EA $ /YS-0 ov, /EA Unit Price In Words w. vA,-Ad2cl Lr5a-Adze-ie. 8 1 1 Bamcades, Warning Signs and Detours LS $ �000 oo /LS $ o0 Unit Price In Words xZeiS 8 2-A Installs Concrete Curb & Gutter 5510 LF Is 7, (, O /LF $ q/ $7(,. o0 Unit Price In Words 8 3 7Dnveway 6" 88 SY $ aq a5 /SY $ a'S7v vo Unit Price In Words f 4 8 3A-1 4" Co crete Sidewalk with Fiber 556 1 SY $ a7 00 /SY $/ oo Unit Price In Words 8 3A-2 4" Concrete Sidewalk Ramps 1 68 1 SY $ 1/0 00 /Sy $ a-7ao 0o Unit Price In Words o da a /s anet Zeio ce�h 5/1/00 p 6 Willowwood Paving and Drainage BID TABULATION SHEET Work Days 100 Bid No 2520 PO No Item Description Quantity I Unit I Unit Price Total 8 11-A Metal Beam Guard Fence (MBGF) 1 150 1 LF Is /8 bo /LF 1 $ 2-7 po 00 Unit Price In Words / ei CQ-c�S 8 11-B 25' MBGF Turndown Section 1 2 1 EA $ oa no /EA $ /6,6a 00 Unit Price In Words wnllor5 a/j ,-- Q 8 15 Concrete Rip Rap 1 112 1 Sy 1$31 5o /SY 1 $ 35aa o0 Unit Price In Words /�,� l rs SP-2 Concrete Saw Cut 1 535 LF $ y,Uo /LF I $,�9-lyo oa Unit Price In Words Kfi S SP-4 Waterline Lowering 1 7 1 EA 1 $ 3,-0o OD /EA $,q->Noo 0o Unit Price In Words d Zrio c SP-10 Rock Excavation 1 50 1 Cy Is S oo /CY $ g5o 00 Unit Price In Words ; // o SP-15-A Adjust Manhole 1 9 1 EA $ 0250 0o /EA $,;!pLS-0 00 Unit Price In Words dl/ s CLAW c,e SP-15-B Adjust Valve Stack 30 1 EA $ moo 06 /EA $6000 oo Unit Price In Words .F dl / CcS SP-27-A I Adjust Service Lines - Water 1 7 1 EA $ 30 b o0 /EA $2,00 oo Unit Price In Words 2.e6 SP-27-B Adjust Service Lines - Sewer 1 4 1 EA $ 30o 00 /EA $ /D<-o oo Unit Price In Words -Ikled „-�-s SP-31 Reinforcing Steel 1 115 1 LB is 0 3 /LB 1 $ 34 S0 Unit Price In Words 2gi Q SP-37 Excavation Protection 1 2680 1 LF $ /LF 1 $ 3�g0 00 UnitlPrice In Words oe,�z SP-39 Project Signs 2 I EA Is q60, 0D /EA $ 800 00 Unit Price In Words GQ I-ed aeiZeio 5/t/00 P 7 Willowwood Paving and Drainage BID TABULATION SHEET Work Days 100 Bid No 2520 PO No Item Description Quantity I Unit I Unit Price Total SP-43 Asphalt Saw Cut 1 1275 1 LF $ 3 po /LF 1 $ 38a5 aO Umt Pnce In Words ea 1- SP-44 2" Asphalt Mill 1 8200 1 SY Is Igo /SY $ 4710 o 0n Unit Pnce In Words tit SP-45 Miscellaneous Sprinkler System Adjustment I LS $ /S00 pO /LS 1 $1506a0 Unit Price In Words SP-46 Pickup Broom 1 8 1 HR $ /HR $ (oSO as Unit Price In Words t 2 1 3 (4 5 FFlemble Base 52 SY $ 1q 00 /SY $ 7"1 00 Unit Price In Words Q6/ ct SP-70 Traffic Control Pull Box 1 4 1 EA $ SOU oo /EA $0�00o oO Unit Price In Words "o- S e KF Is Is Is $ Is Is Is $ TOTAL 85 1, g-7 Ll 171-1 5/2/00 P 8 Willowwood Alternates # 1 and #2 BID TABULATION SHEET Alternate #1 Additional Two Inch Depth under 6" Pavement Work Days 5 Bid No 2520 PO No Item 1 1 Description I Quantity I Unit I Unit Price I Total 5 7-F 2" Asphalt Pavement Type A - Section A 1 11441 1 SY Is 3 S /SY I WL103.-15 Unit Pnce In Words ¢ / Is $ TOT � `f� 903 75— Alternate #2 Pavement Markings Work Days 10 Bid No PO No Item Description Quantity I Unit I Unit Price Total SP-55 All Pavement Markings / 00 L S $ I SOUO °a $ l K000 °U Unit Pnce In Words eA-fee� 4,4usA W o10 La,s aAJ o 44 Is 1 $ Umt Pnce In Words $ $ Unit Pnce In Words Is 1 $ Unit Pnce In Words Is 1 $ Un t Pnce In Words Is $ Unit Pnce In Words Is 1 $ Unit Pnce In Words TOTAL / 8 0 0 n O v I OA 3 PROJECT Willowwood Paving and Drainage Willowwood Alternate # 1 Willowwood Alternate # 2 WORK DAYS BID 100 $ Ssl a,ja I-1 5 $ q3-903 -75 10 $ 19000-00 Willowwood shall be awarded to one contractor The bid price shall be based on Item 1 as listed above only If Alternates 1 and 2 (Items 2 and 3 as listed above) are chosen, they will be awarded to the same contractor IM ACORD., CERTIFICATE OF LIABILITY INSURANCE o9io6n000 Ramey & King Insurance 830 South I-3SE, Suite A Denton, TX 76205-7829 INSURER^ INSURER E P 0 Box 2SO Denton, TX 76202 INSURERS AFFORDING COVERAGE M.z THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMEDABOVE FORTHE POLICY PERIOD INDICATED NOTWRNSTANDINO ANY REQUIREMENT TEAMOR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED MERSIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH YULlulES Avbl(tLGAI E IMITS SHvWNJ MAY MAbE bS Z;N NNLOJCCD LJ PAIO Ct 4lma Type OF INSU= POLICY NUMBER FM LIMA A GENERAL LIABILITY X COMMERCuLOSNIPALLIABILITY CLAIMS MADE OX OCCUR IP2326145 10 01 1999 10 Ol 2000 EACHOCCURAENGE I 1, 0001000 FIRSOAMAOB(A"y fiN) & 100,000 MED EXP("&N WNOM E 51000 PERSONAL,& ACV INJURY & 1,000,000 GENERAL AOOREGATE I 2,000,00 OENL AOGREOATE LIMIT APPLIES PER 17 POLICY r7 P 7 LOO PROOUCTB•COMP)OPAGO a 2,000 000 A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS NON-0YMED AUTOS NON4 A NE0 ZAPZ543375 10/01/1999 10/0l/2000 COMBWEDSWOLELIMrc (Es kdd I) & 1,000,00 X BODILY INJURY (Nk PE ) 1 (P« L Rv I (PW 6001IM DAMAGE & GARAGE LIABILITY ANYAUTO AUTOONLY SAAOCIDEM I OMPAACC AUTO ONTLY. AGO & a A EXCESS LIABILITY2526771 Ti OCCUR 7'iCLAMISMADE DEDUCTIBLE RETENTION a 10 01/1999 10 01 2000 PACHCCCURRENCE I 1,000,000 AOMOATe & 1,000,000 s 0 I I B WORKERS COMPENSATION AND IMPLOYERS' LIABILITY F0001062 10 10 0 999 10 01/2000 LL EACHACCmENT 1 1 000 DID I L DUMB • EA WLOYFA a 1 000 0 LM an EL DISEOE POLICY LT I 1 000 onwa I D SC10 �gN OFOPEMTION lt(IA CWNON$ADPW BY P PROVNIONB fty of Denton , t s a) c�a ,agents, enp oyees an"� avo`wfanteers are shown as additional insured roject Willowwood Paving & Drainage CERTIFICATE HOLDER gOdi10NALaaURI MWRERLJnTERI CANCELLATION City of Denton 14SO E. McKinney Denton, TX 76201 Said o11iicy all no bbe ca e11led, enewed or maper�iallyian add wthout� d ya avance written In cey�eing givEen to tiE owner, e>,Cep when the polic is bgaiin cancellled for non - paiment of premium, in which case 10 days advance written notice is requireu. AUTNXf ft REPRBSENTIATIVE ACORD 26-5 (719T) Iaov RECE17ED SEP r 8 2000 PERSONAL INc RAN MA(t, Denton 940 382 9691 830 South 135E Suite A Denton/Dallas 940 243 4400 R"EYOKING Denton TX 76205 7829 Fort Worth 817 431 1141 Keller 817 431 1141 1 N .S U R A N C E WEB SITE Lewisville 9402434400 Pilot Point 940 686 2229 BUSINESS HOME AUTO HEALTH www rameyking corn Lake Dallas 040 497 6060 since 1881 DPW Metro 972 434 1006 E MAIL FAX 9402431050 king@rameykln9 com 9/6/2000 City Of Denton 1450 East McKinney BUSINESS Denton,Tx 76201 INSURANCE ❑ DENTON RE Jagoe Public Company, Inc dba James Kmg CPA Jeff Kmg CIO Dxo,C,aven Jeffrey Wdhod C/C Dear Sirs Taher Gdon, No. Uk n, Joel Oahlwg 030 SOUTH 135 E 8A Please find the enclosed certificate of insurance for your file Please contact us if we can DENTON TX 940382969176206 40 382 96917U205 be of any assistance or answer any questions concerning this form Denton/Dallas 940 243 4400 9D ZW Mettro 005 We would welcome the opportunity to discuss how the coverage provided by this Fax 940 243 1050 certificate works and relates to your insurance program ❑ KELLER Exsa Reeves Ramey & King is an independent insurance agency who represents over 80 major 817 431 3760 Fax 940243431 4037fi0 insurance companies We feel we are well versed in the complexities of handling the ❑ LEWISVILLE insurance program for most commercial accounts Greg &dwell 10226 1"AI TST #2606 We are a full service agency providing coverage for property, liability, workers E Mall compensation, auto, as well as health insurance geldwell@dellas net 972 4363700 Fax 972 436 4312 Please contact us if you would like the opportunity fol us to review your current insruance ❑SHERMAN program or if we can tailor a plan to fit your specific needs Judy Oavenpon Midrele Crouse PM8 211 2320 TEXOMA PKWY We hope to be of service to you in the future SHERMAN TX 75090 E Mall s� q— �1 �C1_0O eaglmnsurance@texo 0ly, � w/��Z' r ��Pamey Fax 903 465 2098 ❑DALLAS Pam ak C/C & reeN°`O 7605 MO UM&.W 04 — SUITE2 DAL /yf 972 931 TX 5003 z CC Jagoe Public Company, Inc dba 972 931 5003 Fax 972 931 5261 E Mall pslovak@flash net ACORDe CERTIFICATE OF LIABILITY PRODUCER (940) 382-969 FAX (940)243-1050 Ramey & King Insurance 830 South I-35E, Suite A Denton, TX 76205-7829 DATE (MMIDDrN) INSURANCE 09/06/2000 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW INSURERS AFFORDING COVERAGE INSURER Bituminous INSURED 7agoe Pu Tc ompany, Inc P 0 Box 250 Denton, TX 76}D2 INSURER TeXas Work Comp Ins Fund INSURER INSURER INSURER E COVERAGES THE POLICIES OF INSURANGE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PFRTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH 1 I L LIMI .. of IuJVry V- b N nLL�"LO _ "Al CIA POLICY NUMBER E ID LIMITS YPE OFIN$URANCE L LIABILITY MERCIAL GENERAL LIABILITY © LP2326145 10/01/1999 10/01/2000 EACH OCCURRENCE $ 1,000,000 FIREDAMAGE(Anyonefire) $ 100,000 MED EXP (Any one person) $ 5,00C PERSONAL B AOV INJURY $ 1,000,000 CLAIMS MADE OCCUR GENERAL AGGREGATE $ 2,OOO,OOO PRODUCTS COMP/OP AGO $ 2,000,000 GREGATE LIMIT APPLIES PERICY JECT LOCBILE LIABILITY AP2543375 10/01/1999 10/01/2000 COMBINED SINGLE LIMIT accident) $(Ea 1,ODD,000 AUTO OWNED AUTOS r1A SOMLV INJURY (Per person) S HEDULED AUTOSED AUTOS BODILY INJURY$ (Per accident)N OWNED AUTOSPROPERTY DAMAGE (Par accident) $ AUTO ONLY EA ACCIDENT $ E LIABILITY Y AUTO OTHER THAN EA ACC AUTO ONLY AGG $ $ A LIABILITY CUR CIAIMS MADE UP252677110/Ol/1999 10/01/2000 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,00( $ 0 It DEDUCTIBLE $ B RETENTION $ WORKERS COMPENSATION AND EMPLOYERS LIABILITY SF000108231D 10/01/1999 10/01/2000 TORY LIMITS ER EL EACH ACCIDENT $ 1,000,000 EL DISEASE EA EMPLOYE $ 1,000,000 E L DISEASE POLICY LIMIT $ 1 000,000 OTHER D SCRIPTION OF 61 ERATION&L. CATIO SNEHICL SIEXCLUSIONB ADDED BY ENDORSEMENT/SPECIAL PROVISIONS sty of Denton , i 's oficia s, agents, employees and volunteers are shown as additional insured ro7ect Willowwood Paving & Drainage n wwi/�C, I ATI(lAl Said policy mall not be caw fled, renewe or materially thanQQed without ff days advance written notice Vin liven to the owner, except when the policy is being cancelled for non - City of Denton payment of premium, in which case 10 days advance written notice is requireu. __ 1450 E McKinney AUTp11fZED REPRESENTATIVE Denton, TX 76201