HomeMy WebLinkAbout1999-061ORDINANCE NO 91--6)CP
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS
CONTRACT FOR CONSTRUCTION OF THE NEW WASTEWATER TREATMENT PLANT
ROAD AND WEIGH STATION SITE, PROVIDING FOR THE EXPENDITURE OF FUNDS
THEREFOR, AND PROVIDING AND EFFECTIVE DATE (BID #2332 — MAYHILL AT
WASTEWATER ROAD IMPROVEMENTS AWARDED TO JAGOE-PUBLIC COMPANY IN
THE AMOUNT OF $191,881 05)
WHEREAS, the City has solicited, received and tabulated competitive bids for the
construction of public works or improvements in accordance with the procedures of STATE law and
City ordinances, and
WHEREAS, the City Manager or a designated employee has received and recommended that
the herein described bids are the lowest responsible bids for the construction of the public works or
improvements described in the bid invitation, bid proposals and plans and specifications therein,
NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the following competitive bids for the construction of public works or
improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on
file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto,
are hereby accepted and approved as being the lowest responsible bids
BID
NUMBER CONTRACTOR AMOUNT
2332 JAGOE-PUBLIC COMPANY $191,881.05
SECTION II That the acceptance and approval of the above competitive bids shall not
constitute a contract between the City and the person submitting the bid for construction of such
public works or improvements herein accepted and approved, until such person shall comply with
all requirements specified in the Notice to Bidders including the timely execution of a written
contract and famishing of performance and payment bonds, and insurance certificate after
notification of the award of the bid
SECTION 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 Bid Proposals, 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 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 tlus ordinance shall become effective Immediately upon its passage and
approval
PASSED AND APPROVED this the /pid day of `1)t&A.� ,1999
ATTEST
JENNIFER WALTERS, CITY SECRETARY
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
2332 - WASTEWATER ROAD IMP CONTRACTUAL ORDINANCE
ATTACHMENT # 1
TABULATION SHEET
Bid # 2M2 Date 1/21/99
MAYHILL ROAD BOX CULVERT
1 Ma hill Road Box Culvert
$104 005 00
$71 653 00
2 Wastewater Treatment Plant Road
$119 984 05
$188119 00
3 Weigh Station
$66 072 00
$110 641 00
4 Ma hill Culvert Alt 1
$21 562 00
$18 930 00
5 Ma hill Culvert Alt 2
$5 350 00
$2 100 00
6 Ma hill Culvert Alt 3
$4 325 00
$1 000 00
7 Wastewater Treatment Plant Rd #4
$5 825 00
$2 500 00
Total Item 1, 2 & 3
$290,061 05
$368,413 00
mil
Y /
d w
Y
OBI d
ICI
��� 4VOtl i11W.VN
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 2 day of MARCH A.D., 1999, by and
between CITY OF DENTON of the County of DENTON and State of Texas, acting through
MICHAEL W. JEZ, City Manager, thereunto duly authorized so to do, hereinafter termed
"OWNER," and
JAGOE PUBLIC COMPANY
P.O. BOX 250
DENTON, TX 76202
of the City of DENTON County of DENTON and State of TEXAS, hereinafter termed
"CONTRACTOR"
WITNESSETH That for and in consideration of the payments and agreements
hereinafter mentioned, to be made and performed by OWNER, and under the conditions
expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to
commence and complete performance of the work specified below
BID # 2332- MAYHILL ROAD AT WASTEWATER ROAD IMPROVEMENTS
in the amount of $ 191,881.05 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 attached hereto, and
in accordance with all the General Conditions of the Agreement, the Special Conditions, the
Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and
Payment Bonds, all attached hereto, and in
CN:MI
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
DEPARTMENT
all of which are 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
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, 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
MMIMV� =� A
APPROVED AS TO FORM
--f
.1I,..1 t ,le
AW •''�
ME
CONTRACTOR
MAILING ADDRESS
-Fqo) 3el —258/
PHONE NUMBER
C 9yo> 3 82 17 S Z
FAX NUMBER,
�/UMMB/ER / 0- /. `^'
BY / (I . l / /Y "'� ' 1 Ica ge:, c�Q.47Y
TPTLE
Y,� i i elk cle-K
PRINTED NAME
(SEAL)
PERFORMANCE BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That JAGOE PUBLIC COMPANY,
whose address is P.O. BOX 250, DENTON, TX 76202, hereinafter called Principal, and
ASSOCIATED INDa1Nn COAPM71ON , a corporation organized and
existing der the laws of tfie Siate of TEXAS, and fully authorized to transact business in the
State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal
corporation organized and existing under the laws of the State of Texas, hereinafter called
Owner, in the penal sum of ONE HUNDRED NINETY ONE THOUSAND AND EIGHT
HUNDRED EIGHTY ONE and no/05 DOLLARS ($191,881.05) 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 99-061, with the City of
Denton, the Owner, dated the 2 day of MARCH A.D 1999, a copy of which is hereto
attached and made a part hereof, for BID # 2332 - MAYHILL ROAD AT WASTEWATER
ROAD IMPROVEMENTS.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill
all of the undertakings, covenants, terms, conditions and agreements of said Contract in
accordance with the Plans, Specifications and Contract Documents during the original term
thereof and any extension thereof which may be granted by the Owner, with or without notice
to the Surety, and during the life of any guaranty or warranty required under this Contract, and
shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions
and agreements of any and all duly authorized modifications of said Contract that may
hereafter be made, notice of which modifications to the Surety being hereby waived, and, if the
Principal shall repair and/or replace all defects due to faulty materials and workmanship that
appear within a period of one (1) year from the date of final completion and final acceptance of
the Work by the Owner, and, if the Principal shall fully indemnify and save harmless the
Owner from all costs and damages which Owner may suffer by reason of failure to so perform
herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may
incur in making good any default or deficiency, then this obligation shall be void, otherwise, it
shall remain in full force and effect
PB - 1
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 2 day of MARCH 1999.
ATTEST
PRINCIPAL
BY
SECRETARY BY
Ucf PRESIDENT
ATTEST
SURETY
BY
��, � ASSOCIATED INDn1Nn CODPC^'',OPI
(�'(L Y10� ��_
BY L& ffiaJ
,ATTORNEY -IN -FACT
s Ma.vA wonuQ.r
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME WILLIS CORROON CORP
nuc n e t t oot A 01nwrnn
STREET ADDRESS DAAS, TEXAS
(NOTE Date of Performance Bond must be date of Contract !f Resident Agent is not a
corporation, give a person's name)
PB-2
PAYMENT BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That JAGOE PUBLIC COMPANY,
whose address is P.O. BOX 250, DENTON, TX 76202, hereinafter called Principal, and
ASSOCIATEDINDEMN2Y, a corporation organized and
existing under the laws of the State ofTEXAS,
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 NINETY ONE THOUSAND AND EIGHTY EIGHT ONE HUNDRED
and no/05 DOLLARS ($191,881.05) 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 99-060, with the City of
Denton, the Owner, dated the 2 day of MARCH A.D. 1999, a copy of which is hereto
attached and made a part hereof, for BID # 2332 - MAYHILL ROAD AT WASTEWATER
ROAD IMPROVEMENTS.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties
and make prompt payment to all persons, firms, subcontractors, corporations and claimants
supplying labor and/or material in the prosecution of the Work provided for in said Contract
and any and all duly authorized modifications of said Contract that may hereafter be made,
notice of which modifications to the Surety being hereby expressly waived, then this obligation
shall be void, otherwise it shall remain in full force and effect
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue
shall lie in Denton County, Texas
AND PROVIDED FURTHER, that the said Surety, for value received, hereby
stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications,
Drawings, etc , accompanying the same, shall in anywise affect its obligation on this Bond,
and it does hereby waive notice of any such change, extension of time, alteration or addition to
the terms of the Contract, or to the Work to be performed thereunder, or to the Plans,
Specifications, Drawings, etc
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 2 day of MARCH 1999
ATTEST
BY �10 cam/ /^- l/L>Z
SECRETARY/
ATTEST
PRINCIPAL
n
BY
VI(E
SURETY
ASSOCIATED INDEMNITYCONPG' 'CAI
BY
I''r' 'if%�.t ( ►.l'. '
ATTORNEY-IN-FACII -
'• • . on
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
mirr.rs CORROON CORD
NAME
STREET ADDRESS
(NOTE Date of Payment Bond must be date of Contract
corporation, give a person Is name)
2332 CONTRACT & BONDS & INSURANCE
If Resident Agent is not a
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 redomeshcated in Nebraska ASSOCIATED INDEMNITY
CORPORATION a California corporation and AMERICAN AUTOMOBILE INSURANCE COMPANY a MISSoari corporation (herein collectively called the
Companies ) does each hereby appoint ROSEMARY WEAVER AND JOHN R STOCKTON OF DALLAS TX
their true nid I iwful A(tomev(s) in Fact with full power of authority hereby conterred in their name place and stead to execute seal acknowledge and delver any and all
bonds undermknitn recocnizances or other written obliganons In the nature thereof -------------------------------------------
and to brad the Companes thereby as fully and in the s tmL extent IN if such bonds were signed by the President scaled with the corporaic WAS of thL ( onto inns and duly
attest-d by the Companies Secretary hereby ratifying and Lonhrmmg all that the said Attorney(s) m Fact m n do In the premises
This power of morncy is granted under and by the authority of AmLle VII of the By laws of FIREMAN S FUND INSURANCE COMPANY NAI IONAL SI IRl TY
CORPORATION THE AMERICAN INSURANCE COMPANY ASSOCIATED INDEMNITY CORPORATION and AMERICAN AUTOMOBILE INSURANCE
COMPANY whnh provisions are now in full force and LfteLt
This power of attorney is signed and sealed under (he authority of the following Resolution adopted by the Board of Directors of FIREMAN S FUND INSURANCE
COMPANY NATIONAL SURETY CORPORATION THE AMERICAN INSURANCE COMPANY ASSOCIATED INDEMNITY CORPORATION and AMERICAN
AUTOMOBILE INSURANCE COMPANY at a meeting duly called and held or by wrawn consent on the Inch day of March 1995 and said Resolution has not hLLn
amended or rcpLAled
RESOLVED that the signature of any Vac President Assistant Secretary and Resident Assistant Secretary of the Companies and the seal of IhL
Companies may be affixed or printed on any power of attorney on my revocation of any power of attorney or on any LemfiLate relating thereto by
IdLstmde and any power of attorney any revocation of any power of a(mmey or certthcate bearing such facsimile signature or facsimile seal shall he
valid and hnidmg upon the Companies
IN WITNESS WHEREOF the Compan es have caused these pee (s to be signed by their Vice President and their Lorporate seals to be hereunto dhxed
his 1 / day of December 1�9�
N a nl, C COMPANY
FIREMAN S FUND INSURANCE
�)Pwoppq`�eLru„co ire Fps 1sso,��„F�y,, petLt asp NATIONAL SURETY CORPORATION
THE AMERICAN INSURANCE COMPANY
¢? • f REAL 8- ASSOCIATED INDEMNITY CORPORATION
Z srara�sro a -_+ •I %2' 'si 5 _ _ y.�`� AMERICAN AUTOMOBILE INSURANCE COMPANY
o �ti\/�ygyr
opLR�At take �GRIaCE'COzxlolUIS MO'^
umm� B)
vu Pres,dem
STATE OF CALIFORNIA
ss
COUNTY OF MARIN
On this 17 day of 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 described 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 1 have hereunto set my hand and affixed my official seal the day and year herein first above written
L OCAMPO
t Commission tl 1163726 aa
e Notary Public - Colifomict g /
Mann County
My Comm FxpYesNov28 2001 V.I., Pooh,
Sills CERTIFICATE
STATE OF CALIFORNIA
ss
COUNTY OF MARIN
I the undersigned Resident Assistant Secretary of each company DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full tome
and has not been revoked and furthermore that Article VII of the By laws of each company and the Resolution of the Board of Directors set forth in the Power of Attorney
are now in force
Signed and sealed at the County of Mann Dated the 2 day of March 1999
�P � ,O odW,r'N WP yO,�MI.N stGryO h0 ,o�.1a R(feH ,, �
SEAL
�A t. Lp r C"��
w • 3 — A
< �o ff� • •t 1
saararero D �� �- � 2 a
Resident Assistant Secretary
360789 11-98
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below It is highly recommended
that bidders confer with their respective insurance carriers or brokers to determine in
advance of Bid submission the availability of insurance certificates and endorsements as
prescribed and provided herein. If an apparent low bidder fails to comply strictly with the
insurance requirements, that bidder may be disqualified from award of the contract Upon
bid award, all insurance requirements shall become contractual obligations, which the
successful bidder shall have a duty to maintain throughout the course of this contract
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the Contractor, the Contractor
shall provide and maintain until the contracted work has been completed and accepted by the
City of Denton, Owner, the minimum insurance coverage as indicated hereinafter
As soon as practicable after notification of bid award, Contractor shall file with the
Purchasing Department satisfactory certificates of insurance, containing the bid number and
title of the project Contractor may, upon written request to the Purchasing Department, ask
for clarification of any insurance requirements at any time, however, Contractors are strongly
advised to make such requests prior to bid opening, since the insurance requirements may not
be modified or waived after bid opening unless a written exception has been submitted with the
bid Contractor shall not commence any work or deliver any material until he or she
receives notification that the contract has been accepted, approved, and signed by the City of
Denton
All insurance policies proposed or obtained in satisfaction of these requirements shall comply
with the following general specifications, and shall be maintained in compliance with these
general specifications throughout the duration of the Contract, or longer, if so noted
• Each policy shall be issued by a company authorized to do business in the State of
Texas with an A M Best Company rating of at least A
• Any deductibles or self -insured retentions shall be declared in the bid proposal If
requested by the City, the insurer shall reduce or eliminate such deductibles or
self -insured retentions with respect to the City, its
officials, agents, employees and volunteers, or, the contractor shall procure a bond
guaranteeing payment of losses and related investigations, claim administration and
defense expenses
• Liability policies shall be endorsed to provide the following
•• Name as additional insured the City of Denton, its Officials, Agents,
Employees and volunteers
•• That such insurance is primary to any other insurance available to the
additional insured with respect to claims covered under the policy and that
this insurance applies separately to each insured against whom claim is made
or suit is brought The inclusion of more than one insured shall not operate
to increase the insurer's limit of liability
• All policies shall be endorsed to provide thirty (30) days prior written notice of
cancellation, non -renewal or reduction in coverage
• Should any of the required insurance be provided under a claims -made form,
Contractor shall [maintain such coverage continuously throughout the term of this
contract and, without lapse, for a period of three years beyond the contract
expiration, such that occurrences arising during the contract term which give rise
to claims made after expiration of the contract shall be covered
• Should any of the required insurance be provided under a form of coverage that
includes a general annual aggregate limit providing for claims investigation or legal
defense costs to be included in the general annual aggregate limit, the Contractor
shall either double the occurrence limits or obtain Owners and Contractors
Protective Liability Insurance
• Should any required insurance lapse during the contract term, requests for
payments originating after such lapse shall not be processed until the City receives
satisfactory evidence of reinstated coverage as required by this contract, effective
as of the lapse date If insurance is not reinstated, City may, at its sole option,
terminate this agreement effective on the date of the lapse
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
[XI 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 pretnises, 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 Lumts (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
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 hunts 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 tunes during the prosecution of
the work under this contract, an Owner's and Contractor's Protective Liability
insurance policy naming the City as insured for property damage and bodily injury
which may arise in the prosecution of the work or Contractor's operations under this
contract Coverage shall be on an "occurrence" basis, and the policy shall be issued by
the same insurance company that carries the Contractor's liability insurance Policy
limits will be at least combined bodily injury and property damage per
occurrence with a aggregate
[ ] Fire Damage Legal Liability Insurance
Coverage is required if Broad form General Liability is not provided or is unavailable
to the contractor or if a contractor leases or rents a portion of a City building Limits
of not less than each occurrence are required
[ ] Professional Liability Insurance
Professional liability insurance with limits not less than per claim with
respect to negligent acts, errors or omissions in connection with professional services is
required under this Agreement
[ ] Builders' Risk Insurance
Builders' 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
[x1 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
mad 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
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 mad 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
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
J 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 # 2332
TOTAL BID PRICE IN WORDS T.�.
See award in the amount of $191.881.05
In the event of the award of a contract to the undersigned, t.:a
undersigned will furnish a performance bond and a payment bond fc:
the full amount of the contract, to secure proper compliance wi=:
the terms and provisions of the contract, to insure and guarantae
the work until final completion and acceptance, and to quaranzse
payment for all lawful claims for labor performed and mater:a_s
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 t7.=-
plans and specifications, to the satisfaction of the Engineer
The undersigned certifies that the bid prices contained in t _s
proposal have been carefully checked and are submitted as ccrrec=
and final.
Unit and lump -sum prices as shown for each item listed in th-S
proposal, shall control over extensions.
CONTRACTOR
BY
3ozo r4 IA/0�� Av,
Street Address
DIS" , T,ra s 7 G z o z
Czty and State
Seal & Authorization
(IP a corporation) r9jla� 3�'2-2��
Telephone
B - 1
BID# 2332
BID SUMMARY
PROJECT WORK DAYS BID
1 Maylull Road Box Culvert
2 Wastewater Treatment Plant ?toad 25 $ / /g 9fy c s" x
3 Weigh Station 10 $ r & / 077 .c
4 Mayhill Culvert Alternate # I 15 $ 21 s6 z
5 Mayhill Culvert Alternate # 2 10 $ IT 35-o tl O
6 Maylull Culvert Alternate # 3 4 $ ?As 0�
7 Wastewater Treatment Plant Road # 4 4 $ S 8zs me
TOTAL for Items #1, #2, and #3 as listed above 70 $ .210 e ai ,o f �
One contractor will be selected for all items listed above The Bid will be based on the total of
Items #1 Mayli ll Road Box Culvert, #2 Wastewater Treatment Plant Road, and #3 Weigh
Station as listed above The city may elect to accept bids for Items #4 through #7 as listed above
Work days as listed for Items # 4 through #7 will be added to the total if selected The city may
also elect not to award Item # 1 Mayhill Road Box Culvert and still perform Item #2 and Item #3
as well as elect to accept the bids for Items #4 through #7 If the city elects not to accept Item #
1, the work days will be reduced accordingly
IM
Mayhdl Road BID TABULATION SHEET Work Days_35_
Box Culvert Bid No 7ii7
PO No
Item IDescription
IQuantity Unit
Unit Price Total
121 Contractors Warranties and Understandmgs
I - LS
$ ii 5-0 Oo /LS $ Sa o 0
Umt Pnce In Words
2 13
Flexbase 6"
1 286 SY
$ l8 p0 /SY
$ 5-1yQ oO
Umt Pnce In Words 2 ! tM /
2 12 3-A
18" Class III RCP storm sewer
1 40
1 LF
$ q6 00 /LF
$ /8yo 00
Umt Pnce In Words lcu o cevF
2 12 3-C
30" Class III RCP storm sewer
4 LF
$ 70 00 /LF
$ego o 0
Umt Pnce In Words t �s Z�
2 12 3-D
54" Class III RCP storm sewer
8 LF
$ IGo oa /LF
$ 00
Umt Pnce In Words 0,u //
2 12 3 2-A
8' X 8' Box Culvert (Acquisition of Matenals)
50 LF $2qT 60 /LF
I $ /36SC o0
Umt Price In Words o fVC 4Lq�r_% Zees
2 12 3 2-B
8' X 8' Box Culvert (Installation)
65
LF $0285,00 /LF
$/$Sa5 o a
Umt iPnce In Words � o f a4d Z4,z C-wLs
3 -A
Remove Remforced Concrete Pie 1
46
1 LF $ 3o on /LF
$ i38o 00
Unit Pnce In Words I do/ anal Zee
3 1
Preparation of Right of Way
I
LS 1
$ 6000 a o /LS
$ 8000 00
Umt Pnce In Words ei „ /
3 3 1
Unclassified Excavation 1
10 1 CY
$ / S, O 0 /CY
$ / So 06
Umt Pnce In Words Lp ass
37
Compacted Fill
500 1
CY
$,P/ oo /CY
$/o$oa oo
Umt Pnce In Wordsa4L&I)c Q tero
3 107
Hydromulch
1478 1
SY
$ /, OU /SY 1
$/y�g o0
Umt Price In Words 0 ILro CeznTIS
12/15/98 P 3
Mayhdl Road BID TABULATION SHEET Work Days_35_
Box Culvert
Item
Description I Quantity I Unit Unit Price Total
3 12
Temporary Erosion Control - LS $ 350O oa /LS $3Saa o
Unit Price In Words {, 2 u
745
Class A Concrete 25
1 CY
I $ Spp o /CY $ /gs-06 10
Unit Price In Words er
7 67A7 6-A
5' X 5' 4-sided Inlet t
1 EA
$ 3S06 oo /EA
$ 3Soo 4
Unit Price In Words p(o/an Ad
7 6-1)
Type B Headwall 1 2 1 EA $ /7 do Od /EA $340o 00
Unit Price In Words aae dz-a„ -/a44 zgcr) oe^As
8 1
Bamcades, Warning Signs and Detours I LS $ oo, oo/LS $,P�y<10 C6
Unit Price In Words ,dr
8 1 I -A
Metal Beam Guard Fence (MBGF)
1 128 1 LF $moo, oo /LF 00
Unit Price In Words Aes ,-a-=66
8 11-B
25' MBGF Turndown Section 4 EA
Is So, Ob /EA
$ o0 nn
Unit Price In Words A.I. F S
SP-4
Waterline Lowering
2 I
EA
$ 3/o66 oc�/EA
$ 7ao o o o
Unit Price In Words -/4,ec,1, i a(o ais ZEro Ge. 5
SP-10 Rock Excavation
50
CY
$ /U o o /CY
$ o 0 00
Unit Price In Words -�p „ gC
SP-31
Reinforcing Steel
500
LB
$ 3 eo /LB
$/5 0o OO
Unit Price In Words L4,m a laws oul d
SP-37
Excavation Protection 1 260
LF
$ -2, po /LF I
$ 5,90. 60
Unit Price In Words
SP-39 Project Signs
2
EA
$ ��UO, DO /EA
$ goo po
Unit Price In Words &d4 dozLa 0, d zceos
12/15/98 P 4
Mayhdl Road BID TABULATION SHEET Work Days_35_
Box Culvert
Item IDescription Quantity Unit I Unit Price I Total
SP-43 Asphalt Saw Cut 72 LF $ ,�- 00 /LF $ /Ny 00
Unit Price In Words
SP-45
Mscellaneous Sprmkler System Adjustment
I
LS
$ 500 00 /LS
$ 504 a a
Unit Price In Words , iVZ e't fS
Is
$
Is
Is
Is
1 $
$
$
TOTAL S/0y, 0057.
12/15/98 P 5
Plant Road 131U IAt1ULAI IUN SHEET Work Days_25_
Item
IDescription
Quantity
Unit
Unit Price
I Total
121
Contractors Warranties and Understandings
LS
$ 3000 o a /LS
$ 060 O D
Umt Pnce In Words e
0.,E cis
31
Preparation of RihtofWa
-
LS
$3500,00 /LS
$35bc 00
Umt Pnce In Words S
3 10 7
H dromulch
2158
SY
$ I o /SY
$�,,Zn oo
Umt Pnce In Words and
3 12 ITemporary
Erosion Control
LS
/LS
$3Soo co
Umt Pnce In Words
;zg,--b,3
;1SY
e Treatment of Sub ade
4114
SY
$ 92'g 00
Umt Pnce In Words a
12/3/98 P 6 LS = LUMP SUM
Plant Road Uw u IMouaI IUN ahtt i work uays_25_
12/3/98 P 7 LS = LUMP SUM
Plant Road Ulu I AtSULA I iUN ar+tt i Work Days_25_
74 /if -
a AA. !' uaL . ,
11/3/98 P 7 S LS = LUMP SUM
Weigh Station BID TABULATION SHEET Work Days_10_
10/16/98 P 8 LS = LUMP SUM
Weigh Station BID TABULATION SHEET Work Days 10
Item
Description Quantity Unit
Unit Price
I Total
is
$
10/16/98 P 9 LS = LUMP SUM
Mayhill Culvert
Alternate # 1
BID TABULATION SHEET
Work Days_15_
Item
Description
Quandty
Unit Unit Price
Total
2 12 3-A
j 18" Class III RCP storm sewer
U t Price In Words
2 12 3-B
24" Class III RCP storm sewer
10
LF
0. 00/LF
$5Do 06
Unit Price In Words
tl
ewer
101
LFD.
o 0
1LF
$ 7010 0 0
U t Pnce In Words /
2 12 3-1)
54" Class III RCP storm sewer
63
1 LF
$ /W oo
/LF
$ /0080 o 0
Umt Price In Words ,/�
zpw^$
zee
3 - B
18" RCP Removal
47
1 LF
$ 0 0 0
/LF
$ /yl 0.00
Unit Price In Words
LF
1 $ o 0 0
/LF
$ o 0 0 0
3- C
24" RCP Removal 10
Price In Words -,W'
7 6-B-2 16 1 Safety End Treatment (18" Pt e) I I EA $ // O, oo /EA $
Unit Price In Words a La,
7 6-C 18" X 30" Wye 1 EA $ 00 00 /EA $5$-00 OO
Unit Price In Words -A it A..,..1 j a_,l_ j
TOTAL Oo
10/16/98 P 10 LS = LUMP SUM
Mayhill Culvert BID TABULATION SHEET Work Days_10_
Alternate # 2
10/16/98 P 11 LS = LUMP SUM
Mayhill Culvert DID TABULATION SHEET Work Days_4
Alternate # 3
10/19/98 P 12 LS = LUMP SUM
Wastewater Treatment Plant Road BID TABULATION SHEET Work Days_4_
Alternate # 4
10/19/98 P 13 LS = LUMP SUM
AGENDA INFORMATION SHEET
AGENDA DATE. March 2, 1999 Questions concerning this
DEPARTMENT Purchasing acquisition may be directed
g to Howard Martin 349-8232
ACM- Kathy DuBose, Fiscal and Municipal Services
SUBJECT,
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC
WORKS CONTRACT FOR CONSTRUCTION OF THE NEW WASTEWATER TREATMENT
PLANT ROAD AND WEIGH STATION SITE, PROVIDING FOR THE EXPENDITURE OF
FUNDS THEREFOR, AND PROVIDING AN EFFECTIVE DATE (BID 02332 — MAYHILL
ROAD AT WASTEWATER ROAD IMPROVEMENTS - AWARDED TO JAGOE-PUBLIC
COMPANY IN THE AMOUNT OF $191,881 05)
The City of Denton intends to construct a new entrance at Mayhill and the existing Wastewater
Treatment Plant road The entrance was designed by the City of Denton Engineering Department
This new design will eliminate a very difficult intersection for the Solid Waste vehicles The
weigh station asphalt paving is a planned infrastructure improvement for the landfill expansion
This area will be used as a control point for the general public entering the landfill
y ���uu dui:_ •
We recommend approval of the bid and award of a contract to the lowest bidder, Jagoe-Public
Company, in the amount of$191,881 05 for bid items 2, 3, and 7 (alternate 4)
ESTIMATED SCHEDUE OF PROJECT:
This project is scheduled to begin March 1999 and to be completed June 1999
FISCAL INFORMATION
This project will be funded from Solid Waste Bond fund accounts (634-024-CO96-805D-9003
and 634-024-CO96-806D-9003)
This bid is for the construction of improvements to the entrance of the Wastewater Treatment
Plant and asphalt paving at the weigh station site Originally included was Installation of
approximately 60-feet of 8-feet by 8-feet box culvert on Mayhill Road That portion has been
deleted due to the high -bid price City work crews will perform this work at a later date
The project still includes approximately 4,000 square yards of 6 %:-inches asphalt paving, 1,500
square yards of 8 %-inches paving on the road, and approximately 3,300 square yards of 8 %:-
inches paving at the weigh station site
AGENDA INFORMATION SHEET
MARCH 2, 1999
PAGE 2 OF 2
Respectfully submitted
Name Tom Shaw, C P M , 349-7100
Title Purchasing Agent
Attachment #1 Tabulation Sheet
Attachment #2 Location Map
1192 AGENDA
DATB (MM-MQ"
PRODUCER (940)382=9691 FAX (940)243-1U5U
,mo vua „r,v,.,�w,v....�....—........
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Camay d Kin Insurance
9
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
630 South I-35E, Suite A
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
Denton, TX 76205-7829
COMPANIES AFFORDING COVERAGE
Eituminous
COMPANY
Alto Ext
A -
Yexas Work Comp Ins Pund
INSURED )agoe Public Company, Inc.
COMPANY
Bill Cheek
P 0 Box 2$0
COMPANY
C
Denton, TX 76202
COMPANY
D
OWNS
THIS 0 TO Can 11PY "AT THE POUCIBB OF INSURANCE LISTED BELO W WE SEEN mSUEO TO THE INSURED MIMED ABOVE FOR PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN S SUBJECT TO ALL THE TERMS
EXCLUSIONS AND CONDITIONS OF SUCH POLICES UNITS KNOWN MAY HAVE BEEN REDUCED BY PAID CLASIB _
CO ~ TYPE OF INSURANCE POLICY NUMBER
LTR
OPOLICY MRECTIV PGTH IMMmOAYN LIMITS
GENERAL L4181LITY
GENERAL AGGREGATE f 2,000,000
d
X COMMERCIAL GENERAL LIABILITY
PRODUCTS COMPIOP AM f 1 t 000 t 000
A CLAIMS MADE 'X IOCCURCLP2302758
10/Ol/1998 10/01/1999 PERSONAL &ADVIJURY f 1,000,000
OWNER'S A CONTRACTORS PROT
EACH OCCURRENCE i 1,000T0001
ei
PREDAMAGEpma»Sn) 50,0001
ds
MED EXP(AnyORXSX) 5,000
AUTOMOBILE LABILITY
X ANYAUTO
COMBINED SINGLE LIMIT f
11000,0001
I
BALL OWNED AUTOS
BODILY INJURY f
P'w Pw�on)
p AUTOS8 SAP2542947
10/Ol/1998 10/Ol/1999
X HIRED
BODILY INJURY f
X NON -OWNED AUTOS
G
BOe
PROPERTY DAMAGE f
AUTOONI.Y EAACCDENT f
OARAOB tJABILTTY
ANY AUTO
OTHER THAN AUTO ONLY Mow
`
EACH ACCIDENT f
d
AGGREGATE f
;W"=UAWTY
BACH OCCURRENCE f 11000,000
A X UMBRELLA FORM CUP2524882
10/01/1998 10/01/1999 AGGREGATE of 1,000,000I
OTHER THAN UMBRELIJI FORM
-- f
WDMMBCOM TIGNAND
EMPLOYERS' LIABILITY
%� 1 LIM 8 � ER KM` `
EL EACH ACCIDENT f 1,000,000
B TSF0001082310
THE PROPRIETOR/
10/01/1998 10/01/1999
EL DISEASE Poucv UNIT f 1,000,000
�
1NCL
PARTNERBIE%HCUTNE .
SL DISEASE EAEMPLOYEE f 1.000.000
DW0'4AG[ Iris"D `°2ffrRR'Wf ,"ITS OFFICIALS, AGENTS, EMPLOYEES AND VOLUNTEERS -BID 2332-14AYHILL
ROAD AT WASTEWATER ROAD IMPMROVEMENT POLICIES WILL NOT BE CANCELLED, NON -RENEWED OR MATERIALLY CHANGED
ITHOUT A 30 DAY ADVANCE NOTICE TO OWNER "XCEPT NON-PAYMENT IN WHICH CASE THERE WILL BE A 10 ITAY NOTICE
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL 1100006M IA UL
30 DAYS WRITTEN NOTICE TO THE CERTIP LATE HOLDER NAMED TO THE LEFT
CITY OF DENTON
901E TEXAS STREET
X%G6X XiBBW
DENTON, TX 76201 TNOR ZED RBP BBNTAswe