Loading...
1993-081ORDINANCE NO. 9,,3 -03/ AN ORDINANCE ACCEPTING A COMPETITIVE BIDS AND AWARDING A CONTRACT FOR THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City has solicited, received and tabulated com- petitive bids for the purchase of necessary materials, equipment, supplies or services in accordance with the procedures of state law and City ordinances; and WHEREAS, the City Manager or a designated employee has reviewed and recommended that the herein described bids are the lowest responsible bids for the materials, equipment, supplies or services as shown in the "Bid Proposals" submitted therefor; and WHEREAS, the City Council has provided in the City Budget for the appropriation of funds to be used for the purchase of the ma- terials, equipment, supplies or services approved and accepted herein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION I. That the numbered items in the following numbered bids for materials, equipment, supplies, or services, shown in the "Bid Proposals" attached hereto, are hereby accepted and approved as being the best responsible bids for such items: BID ITEM NUMBER NO. VENDOR AMOUNT 1479 ALL BIG JOHN MFG CO. $18,349.00 1488 ALL S & S WELDING EXHIBIT A 1490 A MAXWELL SUPPLY $36,960.29 1496 1,3,4 PREFERRED SALES $56,140.00 1496 2 PRIESTER SUPPLY $24,260.00 1500 1 TEMPLE INC. $38,227.50 1500 213 WATSON ELECTRIC $ 31270.60 1500 4,5 POLELINE ELECTRIC $49,980.00 SECTION II. That by the acceptance and approval of the above numbered items of the submitted bids, the City accepts the offer of the persons submitting the bids for such items and agrees to purchase the materials, equipment, supplies or services in accordance with the terms, specifications, standards, quantities and for the specified sums contained in the Bid Invitations, Bid Proposals, and related documents. SECTION III. That should the City and persons submitting ap- proved and accepted items and of the submitted bids wish to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the bids, the City Manager or his designated representative is hereby authorized to execute the written contract which shall be attached hereto; provided that the written contract is in accordance with the terms, conditions, spec- ifications, standards, quantities and specified sums contained in the Bid Proposal and related documents herein approved and accepted. SECTION IV. That by the acceptance and approval of the above numbered items of the submitted bids, the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved bids or pursuant to a written contract made pursuant thereto as authorized herein. SECTION V. That this ordinance shall become effective imme- diately upon its passage and approval. PASSED AND APPROVED this io`t day of 1993. ATTEST: JENNIFER WALTERS CITY SECRETARY BY: D APPROVED AS TO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY NEY a C BY: ALx ec A DATE: May 18, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1479 - BRUSH CHIPPER RECOMMENDATION: We recommend this bid be awarded to Big John Mfg. Co. Inc. in the amount of $18,349.00. SUMMARY: This bid is for the purchase of a commercial heavy duty 12" diameter capacity brush chipper. It will be utilized by the Electric Utility Department in their overhead line clearance program as well as easement maintenance. Big John Inc. is the only bidder responding that meet specification for a 100 horsepowered unit with double edge cutting knives and 4" diameter shaft. The unit offered by Goldwaites is 85 horsepower, single edge knives with 3" shaft. BACKGROUND: Tabulation Sheet. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Electric Distribution Division and Overhead Electric Line Maintenance. FISCAL IMPACT: 1992-93 budget funds account #610-080-0252-9232, Capital Expenditure - General Plant Equipment. Respectfully submitted : Lloyd V. Harrell City Manager Approved: Name: Tom D. Shaw, C. P.M. Title: Purchasing Agent agenda.373 BID # BID NAME OPEN DATE # QUANTITY 1 ~ 1 1479 BRUSH CHIPPER APRIL 13, 1993 DESCRIPTION BRUSH CHIPPER DELIVERY GOLDTHWAITES VENDOR $16,790.00 15-30 DAYS BANDIT IND VENDOR NO BID BIG JOHN VENDOR $18,349.00 60 DAYS DATE: MAY 18, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1488 - ROLL OFF REFUSE CONTAINERS RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, S & S Welding as listed: ITEM 1 30 CU YD CONTAINER $2,587.00 EACH ITEM 2 20 CU YD CONTAINER $2,411.00 EACH ITEM 3 40 CU YD CONTAINER $2,819.00 EACH Prices to remain firm for 120 days. SUMMARY: This bid is for the purchase of Roll Off Refuse Containers for the Commercial Solid Waste Division. The quantities may vary during the 120 day contract period. Our initial purchase will total $18,221.00 for 2 - 20 yard containers, 3 - 30 yard containers and 2 - 40 yard containers. These containers will be added to the "fleet" and available for rent to commercial customers. BACKGROUND: Tabulation Sheet. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Commercial Solid Waste Division. FISCAL IMPACT: 1992-93 Budget Funds account #630-024-0802-9106 Fixed Assets Machinery and Equipment. Respectfully submitted: Lloyd V. Harrell City Manager Approved: Ic Name: Tom D. Shaw,C.P.M. Title: Purchasing Agent agenda.371 z H ~a U H a a W U z H A a s~ VI zU W z aC w H U) U) a 0 z a 0 zz i W H ~ a a 0 a a 0 r74 W H W 9 z w N Sr 0 O 0 N In If) rn OD 4 °o m a N N M N In w u. v. N O O O 0 O 0 00 H >1 w H H N L w to 04 Cl N N N N va v. v. O M O O N O n 4 rn d' is N N m o 0 q m N z u. v. 0 M O O O O O O O O O VI LO Ln L r ~r m m FC W 0 N N N N v. H. y. O O) A 11 > C 4 C q N •rl -A -a 4J (d (d Q U m 0 r. 93 O O O 0 U U U 00 .4 H co m a a a a H W sr a E H N U a m w v m w A a w a 0 0 0 0 N N N ° ci v ti a =lb z ca a H H W fTl w H Q z w a O 0 0 O r, N d E m N N H E 4 ZD O) r 1 N f I BID # 1488 BID NAME Roll Off Refuse Containers S & S WELDING OPEN DATE May 4, 1993 # - 1QUANTITY1 1-1 DESCRIPTION VENDOR 1. 3 130 C.Y. Open Top container 1$2,587.00 EACH 2. 2 120 C.Y. Open Top Container 1$2,411.00 EACH 3. 2 140 C.Y. Open Top Container 1$2,819.00 EACH ADDENDUM YES Delivery: 30 DAYS EXHIBIT A DATE: MAY 18, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1490 - IRRIGATION MATERIALS AND CONTROLS RECOMMENDATION: We recommend that Section A Irrigation Supplies of this be awarded to the lowest bidder, Maxwell Supply in the amount of $36,960.29. We also recommend that all bids for Section B Controls be rejected and rebid at a later date. SUMMARY: Section A of this bid is for the purchase of pipe, fittings and irrigation heads for North Lakes Park Improvement Project. These supplies will be utilized to irrigate the new ball fields and soccer fields. Major components of the bid are approximately 48, 000' feet of pipe, 50, 000 feet of control cable, 600 irrigation heads and numerous fittings. Six responses were received from the eleven invitations mailed. Installation will be done by Park Maintenance Personnel. Section B bids for irrigation controls will be rebid at a later date after modifications are made to the bid specifications. BACKGROUND: Tabulation Sheet, Memorandum from Bob Tickner, Superintendent of Parks. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Parks and Recreation Department, Park Maintenance Division. FISCAL IMPACT: Funds for this project are 50% from Texas Parks and Wildlife Park Grant and 50% from Park Improvement Bond funds Account #465-038-0063-0001-9009. Respectfully submitted: Lloyd V. Harrell City Manager Approved: Name: Tom D. Shaw, C.P.M Title: Purchasing Agent agenda.372 - - 1 a o n H A4 z O o w w - - - - - - - - - - - - - - - - - 44j. - - - - - - - - - - - z M N N d a N z z co z c o ' o - a M . - - - - - - - - - - 4 - - - - - - - - - - - - - - - - - - m a v, Q pa 0 (1) >4 F-I ° z + a z o M zz d' - - - m - w 1r O 0) 0 g Q H >4 x z N Q Q E Q d N 1 O O in H - t9 - - - - - - - - - 401 - - - - 4& 0) - - - - - - to - - - - - - - - H O ID O N m In m w m m 0 w t- 4 o n O ~o O Lo O n W q ko Q co Q H H H 00 H rn a z ON ON E-rE00Ht- H ca ON Od' OsY M V d' d' N - - - - - - - - - - N! - - - - - - - W - - - vs iR iR - - - - - - - - 0) O d En O (n N a N N W Q Q z z co M M W o o Q W > l~ M 00 m f1 [r - u► p (a M O W M H H 0) a W z a In 1-1 O rE R i •N PO v] >i H o H a o - z W z o W o o a U U H U O W H O a w w E-f Q V Q m Q C9 ry' H R ~ ~ W W H H Q H Q z Q H 00 E H W E E-4 A p a P4 ft CITY Of DENTON, TEXAS MUNICIPAL BUILDING / 215 E. McKINNEY / DENTON, TEXAS 76201 M E M O R A N D U M TO: Tom Shaw, Purchasing Agent FROM: Bob Tickner, Superintendent of Parks DATE: May 10, 1993 SUBJECT: Recommendation on Bid #1490 Irrigation Materials. We have reviewed bids received for bid #1490 Irrigation Supplies and Controls for the North Lakes Park project, Texas Parks and Wildlife Department Project 20-00401. We recommend the low bid of Maxwell Supply, 7407 East Commercial, Arlington, Texas 76017 in the amount of $36,960.29 for Section I. Other bids received were: 1. Dentex Supply $37,808.49 2. Longhorn Inc. $38,496.43 3. Pipe -N- Heads $40,403.19 4. Wickham Supply $41,007.07 5. Goldthwaites of Texas $54,259.94 Bid estimate was $40,000. This material will be installed on the new North Lakes Softball and Soccer fields. We wish to reject bids received on Section II Centralized irrigation and ballfield control due to new information discovered in the bid process. We will make modifications to the bid specifications and rebid section II. Please advise if can provide any additional information. l/Robert K. Tickner Superintendent of Parks BT:ve 05011026 8171566-8200 D/FW METRO 434-2529 DATE: MAY 18, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID #1496 - DISTRIBUTION TRANSFORMERS RECOMMENDATION: We recommend this bid be awarded to the following evaluated low bidders : Item 1,3,4 Preferred Sales for a total of $56,140.00 Item 2 Priester Supply for a total of $24, 260.00 SUMMARY: This bid is for the purchase of new distribution transformers for replenishment of stock, they will be used throughout the Electrical Distribution System as needed. Nine bid proposals were received in response to twenty-one bids mailed. BACKGROUND: Tabulation Sheet, Memorandum from Don McLaughlin dated May 10, 1993. FISCAL IMPACT: Budgeted funds for 1993 Electric Distribution account #610-080- 0252-9222 with a balance of $536,173.97. Respectfully submitted: Lloyd V. Harrell City Manager Prepared by: Name: Denise Harpool Title: Senior Buyer Approved: Name: Tom D. Shaw, C.P.M. Title : Purchasing Agent agenda.369 CITYof DENTON MUNICIPAL UTILITIES / 901-A Texas Street / Denton, Tx 76201 M E M O R A N D U M TO: Denise Harpool, Purchasing Buyer FROM: Donald L. McLaughlin, Senior Engineer DATE: May 10, 1993 SUBJ: TRANSFORMER PURCHASE BID NUMBER #1496 The Electrical Engineering Department recommends that the bid be awarded to the following low bidders: - (20) 50 KVA mini pad to Preferred Sales for $953 each total cost $19,060 - (20) 75 KVA mini pad to Priester for $1,213 each total cost $24,260 - (15) 100 KVA mini pad to Preferred Sales for $1,418 each total cost $21,270 - (15) 75 KVA overhead conventional to Preferred Sales for $1,054 each total cost $15,810 The mini pad transformers are needed to maintain stock levels. The 75 KVA overhead conventional transformers are needed to replace PCB transformers. Total cost of this bid $80,400. Included is the loss/ cost transformer evaluation calculation. If you have any questions, please call me C ext. 7119. DLM:th~ 05103012 CC: R. E. Nelson, Executive Director of Utilities Jim Harder, Director of Electric Utilities Joe Cherri, Electric Engineer Administrator ITEM 1: LOSS/COST EVALUATION OF A 50 KVA PADMOUNTED TRANSFORMER BID 1496 07-May-93 01:40 PM LOW BID $6 021 ITEM 2: LOSS/COST EVALUATION OF A 75 KVA PADMOUNTED TRANSFORMER LOW BID $7 566 ITEM 3: LOSS/COST EVALUATION OF A 100 KVA PADMOUNTED TRANSFORMER LOW BID 9 138 BIDDER MADE BY NIL LOSSES TL LOSSES BID COST CALCULATED COST DELIVERY DAYS PREFERRED : CVlA4,tt1VY 1'18: : :.5S4 .flp $6,021 45 PRIESTER COOPER 117 475 $1077.00 $6,107 112 TECHLINE 103 512 $1057.00 $6135 112 WESCO 115 516 $1.068.00 $6,239 63 POLELINE 106 499 $1206.00 $6,597 77 CUMMINS UNITED 125 635 $1,113.00 6,928 70 TEMPLE 122 714 $1254.74 $7724 45 SESCO SESCO 180 780 $11414.00 $8,7791 90 MADE NIL TL BID CALCULATED DELIVERY BIDDER BY LOSSES LOSSES COST COST DAYS PR~STER ° COOPER #:21:x;40: $7566 its: PREFERRED MALONY 177 672 $1,220.00 $7,661 49 WESCO 173 588 $1,365.00 $7,784 63 TECHLINE 131 669 $1,324.001 $7,808 112 POLELINE 169 631 $1,439.001 $6197 n CUMMINS UNITED 177 865 $1410.00 $9107 70 TEMPLE 178 888 $1,498.95 $9,507 45 SESCO SESCO 220 1020 $1793.00 $11,226 90 MADE NIL TL BID CALCULATED DELIVERY BIDDER BY LOSSES LOSSES COST COST DAYS PREFERREp.. AAAtr£)>UY $9,138 As PRIESTER COOPER 199 885 $1379.00 $9,177 112 WESCO 173 927 $1,400.00 $9,315 63 TECHLINE 164 843 $1 598.00 $9,596 112 POLELINE 194 773 $1,674.00 $9,687 77 CUMMINS UNITED 236 1195 $1641.00 $11508 70 TEMPLE 232 1049 $1,993.68 $12,075 45 SESCO SESCO 220 1180 $2,103.00 $12941 90 ITEM 4: LOSS/COST EVALUATION OF A 75 KVA OVERHEAD TRANSFORMER MADE NIL TL BID CALCULATED DELIVERY BIDDER BY LOSSES LOSSES COST COST DAYS PREFERRED MALONY . : 177 . : 684 $M054,00 $13,680 49 POLELINE 146 755 $1,033.00 $13,823 77 TECHLINE 184 777 $1.002.00 $14,041 119 WESCO 128 831 $1,060.00 $14,434 63 SESCO SESCO 180 780 $1,238.00 $15,695 90 PRIESTER COOPER 121 655 $1,445.00 $15,814 70 CUMMINS UNITED 177 865 $1211.00 $16101 70 TEMPLE 174 886 $1 289.47 $16 784 45 BID 1496 07-May-93 01:40 PM I LOW BID 1 $13,6801 a W N a E a 0 CO a z a W a N 0 W W W 0 z O O O' O - O O , 0 O r4 0; ` L; .r W a >4 O N M d a w w S w@ w A R n o N .i ID O %D v H O N co M O In kO 0 co W M N Ln ro O 0 z w w w z w cN ro - - - - - - - - - - - - - O - O p p O a 0 M O 0 N U A N H ° W w w w fA O ON LO ,1 N E H W O z q Gp a W U F74 as W m ca O z r1a a w to M W H `4 z O V H >>4 Cf H a H W H ft ° H GI ° H Pq w ° z W a 0 0 H a H a U W m fA m I z 0 ° z i °z 0 0....~\ O 1 bJ fi M ~ .-..s CD 444 d th'i V1 H o r$ w w w rn yr in r- 0 m z H U U W H z° H a 4W W w a O z °o ° 0 ° ° O i O a 0 % O °0~ %°n iH M 0 z w w wj w M t j l0 f 17- 0 O O 0 01 O O 1 W 0 0 C11' ; 4 O CO, Ln 0 z w H w rl ei ri w w 0 z --------=tom'--- O O O O 0 O t } 10 ~0 O Oi M sp ; M i M VI DCi N tM %D O Ti H w w w O H Ha 0 U w a 0 0 0 a ~ H E-4 H E-1 H a M 0 0 a ~ O z H W O H W Ln rA O Oy H z H r1 ° ° W a E a °a F, z0 a O H H E a H EA H p O V1 0 W O V1 ~ ~ qq - - a - - - - a - a U q - - - - - - - E H Ei O N O N Ln .-I Ln H a - - 4 N M 4 Q w W z O H H H D C7 H H W H ° M CA W V >4 z W z ° z m m 0 O O O O O rl W ~ ? N GkC w w w w zD t~[- ac 0 0 0 a ~ z H H E-1 H E-1 a 0 ~x+ H W a' R1 y' W a W H 04 H 'J H j ~i .a H iinn t, H U Q H a a Q a a a s 0 ° ° W z ° ° z 0 F-4 E-4 4 E-4 E-4 E-1 to z D W zz H a W O W O W O R i qq ~ q rz ~ - - a - - - - - - a H U O N - - - - - - - H H H O O U) N N H rl o+ - - 4 4 M 4 DATE: MAY 18, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID #1500 - INSULATED POWER CABLE RECOMMENDATION: We recommend this bid be awarded to the low bidder meeting specification for each item as follows: Item 1 Temple Inc. $38,227.50 Item 2,3 Watson Electric $ 3,270.60 Item 4,5 Poleline Electric $49,980.00 SUMMARY: This bid is for various cables for use by the Electric Distribution Department in repair to the System. These cables are carried in inventory by the Warehouse and this purchase will replenish stock levels. The lower priced cables offered on item one did not meet specifications of this bid. Seven bid proposals were received in response to eighteen bids that were mailed. BACKGROUND: Tabulation Sheet, Memorandum from Don McLaughlin dated May 11, 1993. FISCAL IMPACT: Budgeted funds for Working Capital Electric account #710-0430- 0582-8708 with a balance of $246,498.22. Respectfully submitted: Lloyd V. Harrell City Manager Prepared by: Name : Denise Harpool Title: Senior Buyer Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent agenda.368 m z O w w ° w o - - - - w A M 0 ° En a co li O n U ' S w D ~ * .i r U V P CL. W ko W - - - - - - - - - - - - - - - - - - - - - - - - w - w r + 6 Q H Q q N N 4 M ON %o 7. N O M a% ON O M rn aD U ; N 1-4 a r- - - - - - - - - - - - - - - - - - - - - - - - - - w E W M W H O -;T 00 11 00 03 F C~ co ° M m m h o a w Ln N P4 'i w - - O H O - - q m co x M koo co o 00 N w z E N - - - - - - - - - - - - - - - - - - - - - - - - - W N A a O m ko .n ON Ln a Q ON m .-i r- N z ko N rn Ln co Ln ~ l M - - - - - - - - - - - - - - - - - q - - - - - - - - q W W q q z W W 00 w fz [ Ws~ a N W W H P4 E-4 E 0 U N M z O W z a W W WW N w w H W G W 0 3 F F LL N W qq ~ A4 \ O W 0 H O rC O a q U V' LO N W \ W ' Cr Ln i M O Ol Un W q W N V1 N f P4 d tx H l q W U W U W a C a t E r z r O W - E-4 U H W W W W W W ~4 4 0 4 a 4 ~ UH uLn UN U U - - - - - - - - - - - - - - - - - - - H O W H Ln F O O O O f>a O 0 O In O 0 O O w~j q RC J N N 40: z OI M N d M 04 # ( m W 0 ri N M d' N A H m oz U Z a m E E U as w E a W m N W a m U a ON rn o O In W - LD H a m z H w 41: z ° z A a m m O z o z o a O U O H x E a+ w a a a a z w ~ o E w a z 04 H (y a O Im z x 0 0 a ~r m x o '1 ~r o + 3 m H o d uI I rn m r co H N W l0 N H I r m - - - - >4 N d' r Qi N FC r N ao .-I ~ q io t+1 O~ m H Ln 'i H H - - - - - - - - - - - - - - - - - - Q A W W A 0 0 H p N a U3 ~ a ry w Nw yea ° a x a j z a w a1 N E x x k E a a w E w E E a a G a 0 0 W O q H n `r m ~ w H ` O n i a -I QI U) A H a H a .a a w Ua ~a a rCrC E4 H b E-1 E . 4 wa w[k1 W F T4 W a a m a a a z a~D m co m 0 m o m a m a UH ULO Ua U 0Ln p w w w w H o H In E O O O O W O O O O N In In In O 7 N - M N d Ih H N M d' In CITYof DENTON MUNICIPAL UTILITIES/ 901-ATexas Street/ Denton,TX76201 M E M O R A N D U M TO: Denise Harpool, Purchasing Buyer FROM: Donald L. McLaughlin, Senior Engineer DATE: May 11, 1993 SUBJECT: INSULATED POWER CABLE Bid Number 1500 The Electrical Engineering department recommends that the bid be awarded to the following bidders: 1 - (22,500 ft) Cable, PRIMARY, 4/0, 220 MIL Insulated; for $1.699 per foot total cost $38,227.50 2 - (3,500 ft) Cable, Cu #2 THHN, Stranded to Watson Electric for $.29164 per foot total cost $1,020.6 3 - (2,500 ft) Cable, Cu 4/0 THHN, Stranded to Watson Electric for $.90 per foot total cost $2,250 4 - (4,500 ft) Cable, Al Triplex, 2/0 °RUNCINAIF to Poleline for $.568 per foot total cost $2,556 5 - (3,000 ft) Cable, Al Quadruplex, 2/0 °GRULLO" to Poleline for $.808 per foot total cost $2,424 The THHN cable is needed to maintain stock levels. Award lines 2 - 5 to low bidders. Award line #1 to Temple. The low bidder did not meet specifications for EPR conductor and insulation shield. The 4/0 primary cable is needed for Exposition Mill 300 KVA to 500 KVA change-out, North Lake Park expansion, Water Treatment Plant update, and to maintain stock levels. Total cost of bid 1500 is $46,478.10 included is evaluation sheet from Purchasing has been provided for reference. tions, plans and specifications, standards, quantities and speci- fied 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 here- by 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 im- mediately upon its passage and approval. PASSED AND APPROVED this the /Ah day of ` CLe 1993. BOB CASTLEBERRY, MAY ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: APPROVED AS TO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY BY: DATE: May 18, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1484 - MCCORMICK STREET SANITARY SEWER RECOMMENDATION: We recommend this bid be awarded to the low bidder, Jagoe Public Company in the total amount of $133,161.99. SUMMARY: This bid is for all materials and labor necessary to replace the existing 8" sewer line with a 15" sewer line. This larger line will have enough capacity to handle current demands in the area. The project consist of approximiately 2100 feet of 15" sewer line and extends along McCormick Street from Willowood to along 135. Six bid proposals were received in response to sixty invitations that were mailed. BACKGROUND: Tabulation sheet, PUB Meeting Minutes dated April 21, 1993 recommending approval. FISCAL IMPACT: Budgeted Bond Funds for 1993 CIP account #674-082-RB93-V209- 9138 with a balance of $133,162.00. Respectfully submitted: Lloyd V. Harrell City Manager Prepared by: Name: Denise Harpool Title : Senior Buyer Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent agenda.367 z - O O H O H pG U O rn C4 tD In m w co a zz a E a N n ~ ko z o U .0-1. z - O o O O H a V] U O o `z a z rn w E-4 N L) H Z LO a 0 ~-l U +R - - - - - z - - - - - - - - - - - = O o U o F x U O 0o a N a z O . w a ~ H z r u O i U - - ~r - - - z - - - - - - - - - - - o O M r H a W U O m to a rn z w z U U - - - - - - - - - - - - - - - - O O U z W H 0 N a to z N Fi a ri M - - - w - - z - - - - - - - - - - - O o H O O H a z u O in H D A rl W x z w w m >4 U rn z LO 0 11 U - - w M 01 01 .-i E W W O U U H W ~ z A z a A W H H a R1 fA 0 F4 O H E P4 H a U W W A E a a H O H ca z an - - - - - - - - - - a I 01.3-10-93P04:46 021;1 EXCERPT FROM PUBLIC UTILITIES BOARD MINUTES April 21, 1993 The following item was considered: 11. CONSIDER BID OPENING NO. 1483 FOR CAPITAL IMPROVEMENT PROJECT MOZINGO STREET WATER AND SEWER REPLACEMENT. Nelson presented this item. After extensive discussion, Giese made a motion to approve Item #11 as presented. Second by Coplen. All ayes, no nays, motion carried. 12. CONSIDER BID OPENING NO. 1484 FOR CAPITAL IMPROVEMENT PROJECT MCCORMICK STREET SANITARY SEWER. Nelson presented this item. After extensive discussion, Giese made a motion to approve Item #12 as presented. Second by Coplen. All ayes, no nays, motion carried. pub excerpt DATE: MAY 182 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID #1483 - MOZINGO STREET WATER AND SEWER RECOMMENDATION: We recommend this bid be awarded to the low bidder, Jagoe Public Company in the total amount of $120,796.30. SUMMARY: This bid is for all materials and labor necessary in replacing the 8" waterline and 8" sewer line on Mozingo Street. This construction will cut down on possible excavation of the street for water and sewer line maintenance and repairs. The project involves approximately 1377 feet of waterline and 1332 feet of sewer line and extends along Mozingo from Lattimore Street to Tyler Street. Six bid proposals were received in response to sixty bid invitations that were mailed. BACKGROUND: Tabulation sheet, PUB Meeting Minutes dated April 21, 1993 recommending approval. FISCAL IMPACT: Budgeted Bond Funds for 1993 CIP acct # 674-082-RB93-V302-9112 with a balance of $66,545.00 and acct # 620-081-0461-9114 with a balance of $724,551.32. Respectfully submitted: Lloyd V. Harrell City Manager Prepared by: Name: Denise Ha pool Title: Senior Buyer Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent agenda.366 z O H H U as m a A H u1 z O U O Z H O H a~ z a H Z A O U c O U H H U W D a a U F a Z U O U z O H H ~ U 0 5 Oa H cil z O U U o a ch as P4 h a z O H O H z U a U vFi z O U W z Ha a a H W M aC W ON $ V) ON H N M 00 P co y O H WW zH M a rC U ih OD z H N O ~i W f z a z a a w H H a PO fY1 0 a O Q a O 0 z a O c, Wz a O Q z a O Q a I O a z z H F a H U m W A N H a 0 O O H N ON H O 0 N H ul 0 w N r H 0 0 Cu V) d' H H vs O O m ~ w N Ln H O M ON m w 0 H H O M M w N n H A H m z O W H O H 05-10-93P0~:46 02 11 EXCERPT FROM PUBLIC UTILITIES BOARD MINUTES April 21, 1993 The following item was considered: 11. CONSIDER BID OPENING NO. 1483 FOR CAPITAL IMPROVEMENT PROJECT MOZINGO STREET WATER AND SEWER REPLACEMENT. Nelson presented this item. After extensive discussion, Giese made a motion to approve Item #11 as presented. Second by Coplen. All ayes, no nays, motion carried. 12. CONSIDER BID OPENING NO. 1484 FOR CAPITAL IMPROVEMENT PROJECT MCCORMICK STREET SANITARY SEWER. Nelson presented this item. After extensive discussion, Giese made a motion to approve Item #12 as presented. Second by Coplen. All ayes, no nays, motion carried. pub excerpt CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 18 day of MAY A.D., 19 93 , by and between THE CITY OF DENTON of the County of DENTON and State of Texas, acting through LLOYD V. HARRELL 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 bearing even date herewith, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID # 1484 - MCCORMICC STREET SANITARY SEWER in the amount of $133,161.99 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 accordance with the plans, which includes CA - 1 all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by ENGINEERING STAFF 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. (SEAL) ATTEST: JAGOE PUBLIC CO. CONT CT (SEAL) CA - 3 xk... :Sit \`•Y . `x:?';o. _ ERi T }wi o~ F~ ayy < u a (y~^ o o rS i' 'SAL T z 1,, ~ e i. i~`auc~sxmss.~.sa~ra:a.xr~a§'is?.~.. ~'d3.wa^~''~: ~:RS~~ 571~tl h.~ i } 1 PRODUCEn THIS CERTIFICATE IS ISSUED AS A PATTER OF INFORMATION ONLY AND............ . CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER =8 CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE Ramey A King INaurance i POLICIES BELOW. 101 & LOmWt Suite 707 COMPANIES AFFORDING COVERAGE Denton TX- 78201. > CODE SUBCODE LC>Tim A Bituminous Casualty Corp i . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . COMB Texas Work Comp Ins. Fund LETTER i > . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . JeOoa-PU61k Company Ins i ER C 8111 Cheak i P 0 Box 250 COMPANr D Denton TX 78202- BEN i LECOMPATTERNY E . 1!.~. .wa:..'0101'sskef,,o'...<._,:'<;~:waH:u!iss£<s?iii'~~'u~r~3:':x5'.«~;~"u,'uw3~;i<?t';w; THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELO`N HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, . .EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. COI TYPE OF INSURANCE POLICY NUMBER :POLICY EFFECTIVE :POLICY EXPIRATION i LOST LTR: DATE IMALDONY) 5 DATE(M)AODMY) i .....o ..................................................................j...................................................................:...... ! : LIABILITY A. X OMMFRCUi ODrDUU. uoawrv C1.P2119857 10101/82.a.1a01/89 . ADM PRODUCIS oj ............._.2.....00000.....0.......~I ! e.........,.......'.... CLAIMS MADE X OCCUR i PERSONAL a ADV. NAM .e 000008 OWNERS A CONTRACTORS PROT. i EACH OCOMIENCE :e 1000000 i.................... FRE DAMAGE V M w W is .6000E . i MED. EXPENSE lft " pow*!$ 0000 i e j................................ x....................................... AUTOMOesE 10/01/62 10101/04 ! COMBINED SINGLE A LIABILITY CAP1802174 a 1000000 MY X ' r Aura lYAR i '.BO WPOP) ,........i ALL OWNED AUTOS BODILY INJURY la SOWDUIEO AUTOS i. j i q j HIRED A1R01 i aODLY AWRY .i NOt40YME0 AUTOS i i GARAGE LIABILITY :PROPERTY DAMAGE i........5 a............................................... o....................................... A i ExCE 38 LMSLTY CU81782884 10101/82 10101/94 EACH OCCURRENCE is 1000000 is 1000000 X UMBRELLA FORM AGGREGATE k . OTHER THAN. UMBfaLLA Fem WORKERS COMPENSATION i aFATLRp1Y LaA1RI..•.•• ,t o.... is„77 i ju..:" B; AND TSPlaalsz 10/01/92 10101/83 EACH ACCIDENT 1000000 i1000000 DEERE - POLICY L........ .....................00000 . EMPLOYERS' LIABILITY E.................EMPLOYEE f.................................................................................. ...1OTHER i i.....................................:........................... i DEacnwTDN of oPER1T ONBLOCATxNENF1f CLE89PECNl ITEMS Additional Insured: City of Denton Wavier of Subrogation: City of Denton Bid #1484 and Bid #1483 ::.:.:::.:..::..~f..i.....:~::.:::..:.:.:.... T.i <Q:'„ >`)4 n.J .'!o)$A::\E&. sp o yz: .s'ASt: z= `SHEXPIRATION OULD A DATE H THEREOF, DE ISSUING .~'S1JA!.+~a'fE~.~:F!.E~~~~'.~~QtNC.M]x:: v.2faFaok5c..k`ei. « DESCRIBED POLICIES BE CANCELLED BEFORE THE CIry of Denton COMPANY WILL ENDEAV01t TO 001E Texas St MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Denton TX 78201- 1 aF LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO-OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. R ryAITHORMED REPRESENTATIVE ~..;"3..~Y'... ~ . ...'"~,'i'i"i..:n., ;"o,,." ESf,`. :v.:.:::~,ls•',5:~:;a •.C~3.C~~i..: , fvS.C:`:'`:::1;%~'...>:: PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON $ KNOW ALL MEN BY THESE PRESENTS: That JAGOE PUBLIC CO. , of the City of DENTON County of DENTON , and State of TEXAS as PRINCIPAL, and SEABOARD SURETY COMPANY , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the THE CITY OF DENTON as OWNER, in the penal sum of O HUNDRED THIRTY THREE. THOUSAND ONE RuNngrn STxTY ONE and 991100----- Dollars 133.161.99 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 18 day of MAY , 19_93_, for the construction of BID # 1483 - MCCORMICK STREET SANITARY SEWER in the amount of $133,161.99 which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by acts of the 72nd Legislature, Regular Session,1991 , and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB - 1 PROVIDED FURTHER, that if any legal action be filled upon this bond, venue shall lie in DEN ON County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anyway 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 18th day of May , 19 93 . JAGOE-PUBLIC COMPANY SEABOARD SURETY COMPANY Pr'ncipa Surety By ; - ~~D Clil(~0 1~ P 1V.(_y CJLJ! 1/ ~/✓1 Rosemary W aver Title V 1 ✓~s -~~~1.~~_J Title Attorney-in-Fact Address: P. 0. Box 250 Denton, Texas 76202 (SEAL) Address: Burnt Mills Road & Route 206 Bedminster, New Jersey 07921 (SEAL) The name and address of the Resident Agent of Surety is: WILLIS CORROON CORPORATION OF TEXAS (Dallas Division) 5420 LBJ Freeway, Suite 1400, Dallas, Texas 75240-2652 NOTE: Date of Bond must not be prior to date of Contract. PB - 2 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That JAGOE PUBLIC CO. of the City of DENTON County of DENTON , and the State of TEXAS , as principal, and SEABOARD SURETY COMPANY authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto TBR CITY OF DENTON , OWNER, in the penal sum of ONE HUNDRED THIRTY THREE THOUSAND ONE HUNDRED Dollars 13 .767 .99 SIXTY ONE and 99/100 or a payment whereof, the sal Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the owner, dated the 18 day of MAY 199i. BID # 1484 - MCCORMICK STREET SANITARY SEWER in the amount of $133,161.99 to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by the acts of the 72nd Legislature, Regular Session, 1991, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB - 3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 18th day of May 19 Address: P. 0. Box 250 Denton. Texas 76202 (SEAL) SEABOARD SURETY COMPANY Surety P is A UL Rosemary W aver Title Attorney-in-Fact Address: Burnt Mills Road & Route 206 Bedminster. New i r ey 07921 (SEAL) The name and address of the Resident Agent of Surety is: WILLIS CORROON CORPORATION OF TEXAS (Dallas Division 5420 LBJ Freeway, Suite 1400, Dallas, Texas 75240-2652 PB - 4 MAINTENANCE BOND THE STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That JAGOE PUBLIC CO. as Principal, and SEABOARD SURETY COMPANY a corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, a Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas, the sum of THIRTEEN THOUSAND THREE HUNDRED SIXTEEN and 19/100---------------------------------------------------------------- Dollars ten (10%) percent of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and assigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said JAGOE PUBLIC CO_ has this day entered into 'a written contract with the said city of Denton to build and construct BID # 1484 - MCCORmicK STREET SANITARY SEWER which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporated herein by reference and made a part hereof as though the same were written and set out in full herein, and; WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in MB - 1 accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the, maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said Jagoe-Public Company as Contractor and Principal, has caused these presents to be executed by and the said Seaboard Surety Company as surety, has caused these presents to be executed by its Attorney-in-Fact Rosemary Weaver and the said Attorney-in-Fact has hereunto set his hand this 18th day of SURETY: 19 93 Seaboard Surety Company By: Kam. -'i Ma G a~YD.illp Rosemary Weaver Attorney-in-Fact PRINCIPAL: Jagoe-Pub 'c Com any MB - 2 For of Attornevt umf the authentic nvn'ty of,t~his ^Power of Attorney you. may call, collect, 908-658-3500 and ask for the Power of Attorney clerk. Please refer to the Power 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, U 78714-9104 FAx #(512) 475-1771 PREMIUM OR CLAIN DISPUTES: SHOULD YOU HAVE A DISPUTE CONCERNING YOUR PREMIUM OR ABOUT A CLAIN 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 OR 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: o 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. o 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 CI - 1 contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. o Liability policies shall be endorsed to provide the following: oo Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers. oo 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. o All policies shall be endorsed to provide thirty(30) days prior written notice of cancellation, non-renewal or reduction in coverage. o 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. o 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. o 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 REOUIREMENTS• 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: CI - 2 [X] General Liability Insurance: General Liability insurance with combined single limits of not less than $500,000 shall be provided and maintained by the contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: o Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverages. o Coverage B shall include personal injury. o 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: o 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. o Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. [X] Automobile Liability Insurance: Comprehensive or Business Automobile Liability insurance shall be provided by the Contractor with limits of not less than $1,000,000 per occurrence either in a single policy or in a combination of underlying and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of operation, maintenance or use of any auto, including owned, non-owned and hired automobiles and employee non-ownership use. (ISO Form CA 0001 Current Edition) [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 CI - 3 occupational disease. The "Additional Insured" but the rights of subrogation against employees and volunteers for by the Named Insured. City need not be named as an insurer shall agree to waive all the City, its officials, agents, any work performed for the City CI - 4 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. Street Address s ri 4 in . 7 L- City and State's Seal & Authorization _ If a Corporation) -Telephone B - 1 `McCormick Street sanitary sewer BID TABULATION SHEET WORK DAYS BID NO. 1404 PO NO. ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 2.12-A 15" Sanitary Sewer 2,100 LF $ 7 7„~D/LF $5733,9 2.12-B 8" Sanitary Sewer 8 LF $ zs~/LF $ Gp0 _ 2.12-C 6" Sanitary Sewer 23 LF $ z~/LF $ ,sjrz 7.6.A-1 5' Manhole 3 EA $Z55/EA ,Zc 7.6.A-2 5' Drop Manhole 2 EA $ Z/aD(J~EA $ S,ZLY]~ 7.6.A-3 Rebuild 5' Manhole 1 EA $ 7, 306%A $ Z, 3c9lJ_ SP-31 Break Into Existing Manhole 2 EA ©DDp $ /EA f $ SP-8 Abandon Manhole 1 EA d)~/EA $ 7 $ 7L1~~ SP-32 Remove Manhole 2 EA c ~ $ 030'/EA $ 6.4 18" Bore or Tunnel and Pressure Grout 7 LF $ Y~/ 0 /LF OO $ WS-11 Sewer Service 40 EA $ ( 7WT/EA $,l7 ,.ll fC SP-4 Lower Waterline 3 EA ur $.Z,=j✓,~)-tEA LC $ SP-42 Remove 8" Sanitary Sewer 100 LF $ Z j G 5'/LF $ 2., GO - 3.B Remove Curb and Gutter 10 LF $ %D cVjLF $ /pD 3.A Remove Concrete Paving 45 SY $ / Z,?:,/Sy $ 3~Q 8.2A Concrete Curb and Gutter 10 LF $ ZD e/LF $ Zed 00 5.8 6" Concrete Pavement 45 SY $ 34cglsy $ /,6zfJ12~ SP-2 Concrete Saw Cut 180 LF $ fl DJ /LF $ JZ - SP-41 Asphalt Saw Cut 4,198 LF $ 7 f /LF $ f/J~Gd 7.4.5 Concrete Encasement 2 CY $ /CY $ SP-37 Excavation Protection 1,827 LF U $ / /LF $ /,r~17D~ Contractor's Warranties ~-w C3~ /5 P - 3 `McCormick Street Sanitary Sewer BID TABULATION SHEET WORK DAYS 35 BID NO. -1191- PO NO. ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE OTAL SP-10 Rock Excavation 50 CY $ /eg(&/CY 3. 1 Right-of-Way Prep LS $ /SaO/LS 8.1 Barricades, Working Signs and Detours LS 'go 2 LS $ 5 SP-39 Project Signs 2 EA $ goo0-0/EA 3.12 Temporary Erosion Control - LS $ 36'0°-fLS Materials Incorporated Into Project Plus Labor $ Other $ Total $ / J, GGZ P - 4 go CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON THIS AGREEMENT, made and entered into this 18 day of MAY A.D., 1993 , by and between THE CITY of the County of DENTON and State of Texas, acting through LLOYD V. HARRELL thereunto duly authorized so to do, hereinafter termed "OWNER," and r-JAL OE_PUBLIC_CO., P.O. BOX 250, DENTON, TEXAS 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 bearing even date herewith, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID # 1483 - MOZINGO STREET 8" WATERLINE AND 8" SANITARY SEWER in the amount of 5120,796.30. 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 accordance with the plans, which includes CA - 1 all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by ENGINEERING sTAPF 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. ATTEST: (SEAL) ATTEST: JAGOE PUBLIC CO. CONTRACT O By-/ 1( r l¢1/ Is V_ ~v es - F.In4~_ (SEAL) 11 CA - 3 Ramey 8 King Insurance 101 B. Locust Suite 707 Denton TX 78201- CODE SUBCODE INSURED Jagoo-Public Company Inc Bill Cheek P O Box 250 Denton TX 79202- f..: IMAIIIIIIIIII ' MEN 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. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . COMPANIES AFFORDING COVERAGE LE A Bituminous Casualty Corp B Texas Work Camp Ina. Fund COMPANY LETTER COMPANY D LETTER COMPANY E LETTER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED 'NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, - EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. UNITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF NSURANCE POLICY NUMBER :POLICY EFFECTNE ~POLCY EXPIRATION LImre DATE IMM O/M DATE (M WD" ............................i.............. ...................i................................................ GMMAL LMBLT' CLP2112857 10101/92 10/01/95 GDIEIW. AGGREGATE X [ COMMEACUL GENERAL waurY PROOUCTS4XW/OP ADM c ADMARY e S............ CLAMS MADE X acc A1 OWNERS 6 CONTRACTORS PROT. i EACH OCCURRERCE i i RIVE DAMAGE (AYIY anA 6L) i{ 50000 I........................ . ......................................................................................d..............................................o....................................... p CAP1802174 10101122 10101/92 COMBINED SINGLE : 1000000 x ; ANY AUTO i : { LIMIT ALL OWNED AUTOS < ' r is SCHEDULED Auros ft Peon) HIED Auros i BODLY MANN wxww ' { i NON-OWNED AUTOS . GARAGE LIABILITY i PBOPEIRY DAMAGE , d... A [ FXCE86 LSIBLRY i ........8............... CU178..2684......... 1... F....................................... ! 001/92...... ....j.......1d ..01/99.......... ;Faces occuwRRTCE { t3ooo90 X ~i UMBRELLA FORM i AGGREGAIE I{ 1000000 : ORPR 7HA! UMBRELLA FORM t z s i WORIGAS COMPENSATION STATUTORY OMIB n B ; 7TIF104152 100DD00 10101/92 10101/92 EACH ACCIDENT . AND i ; 1 DISEASE - POLICY LIMIT it 1000000 ' EMPLOYERS! LMBLITY : OTFIFTI i OWASE - EACH EMPLOYEE 1000000 ................'s.......................................... .....A....................................... ' DESCRIPTION OF OPERATIONSTLCCATCNSNETIClEBWWIAL DEMB .....................................................:................................i....................:.................................................................... Additional Insured: City of Denton Wavier of Subrogation: City of Denton Bid #1484 and Bki S1492 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCEULED BEFORE THE £ City of , EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO 9018 901xas SL TOM , 90 +ia MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE K' Denton TX 76201- a LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO-OBLIGATION 011 r;g LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPIIESENTA71VE3. PERFORMANCE BOND STATE OF TEXAS S COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That JAGOE PUBLIC CO- , of the City of nFNTON County of DENTON , and State of TEXAS as PRINCIPAL, and SEABOARD SURETY COMPANY , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the THE CITY OF DENTON as OWNER, in the penal sum of ONE HUNDRED TWENTY THOUSAND SEVEN HUNDRED NINTY SIX AND 30/100--------------- Dollars 120,796.30 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 18 day of MAY , 19 93, for the construction of BID # 1483 - MOZINGO STREET 8^ WATERLINE AND 8° SANITARY SEWER in the amount of $120,796.30. which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal td be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by acts of the 72nd Legislature, Regular Session, 1991 , and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB - 1 PROVIDED FURTHER, that if any legal action be filled upon this bond, venue shall lie in DENTON County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 18th day of May , 93 19 JAGOE-PUBLIC COMPANY SEABOARD SURETY COMPANY Surety r By. Title V 1 V'A - ~P~y=flu a y D Q Q~P D~ Title Attorney-in-Fact Address: P. G. Be* L259 Denton, Texas 76202 (SEAL) Address: Burnt Mills Road & Routes 206 Bedminster, New Jersey 07921 (SEAL) The name and address of the Resident Agent of Surety is: WILLIS CORROON CORPORATION OF TEXAS (Dallas Division) 5420 LBJ Freeway, Suite 1400, Dallas, Texas 75240-2652 NOTE: Date of Bond must not be prior to date of Contract. PB - 2 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That A OE PUBT.Tr CO_ of the City of DENTON County of nENTON , and the State of mExAG , as principal, and SEABOARD SURETY COMPANY authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF DENTON , OWNER, in the penal sum of SIX `8`f aVs 09 ONE HUNDRED TWENTY THOUS AND SEVEN HIINDRFT NTNTV DO a s l$ 120.796.30 for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 18 day of MAY 19 93 . BID # 1483 - MOZINGO STREET 8° WATERT.TNE AND B° SANTTARV RT.:WRR in fhn amnim+ of $120,796-30- to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended-by the acts of the 72ND Legislature, Regular session, 1991, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB - 3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 18th day of May 19 93 JAGOE-PUBLIC COMPANY Principal By Title r-L SEABOARD SURETY COMPANY Surety P 11~1~ o "-f I 1~f Dsw Rosemary Wea er Title Attorney-in-Fart Address: P. 0. Box 250 Denton. Texas 76202 (SEAL) Address:Burnt Mills Road & Route 206 Bedminster, New Jersey 07921 (SEAL) The name and address of the Resident Agent of Surety is: WILLIS CORROON CORPORATION OF TEXAS (Dallas Division) 5420 LBJ Freeway, Suite 1400, Dallas, Texas 75240-2652 PB - 4 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That JAGOE PUBLIC CO. as Principal, and SEABOARD SIIRFTY rnmRAmY a corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, a Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas, the sum of TwELVF mnnnGAnm cacrnNmv 77rurr =,a_E3/,,,n Dollars Iz.n79_es ten (10%) percent of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and assigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said JAGOE PUBLIC CO. has this day entered into a written contract with the said City of Denton to build and construct BID # 1483 - MOZINGO STREET 8° WATERLINE AND 8^ SANITARY SEWER which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the city Secretary of said City and are hereby expressly incorporated herein by reference and made a part hereof as though the same were written and set out in full herein, and; WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in MB - 1 accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said Jagoe-Public Company as Contractor and Principal, has caused these presents to be executed by and the said QPAnnADn ennrVmy SmmnAh~v as surety, has caused these presents to be executed by its Attorney-in-Fact Rosemary W--,,cr and the said Attorney-in-Fact has hereunto set his hand this 18th day of May , 19 9. SURETY: SEABOARD SURETY COMPANY BY: of w l aLy 12PRINCIPAL: JAGOE-PUBLIC COMP NY Rosemary Weaver Attorney-in-Fact MB - 2 For verification of the authenticity of this Power of Attorney you may call, collect, 908.658-3500 and ask for the Power of Attorney clerk. Please refer to the Power u.... '.I. n'-'n'n cam vA AA IMPORTANT NOTICE TO OBTAIN INFORMATION OR MMM 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 OR 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 OR 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 fallowing general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted: - o Each policy shall be issued by a company authorized to do business 1h the State of Texas with an A.M. Best Company rating of at least A o 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 CI - 1 contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. o Liability policies shall be endorsed to provide the following: oo Name as additional insured the City of Denton, its officials, Agents, Employees and volunteers. oo 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. o All policies shall be endorsed to provide thirty (30) days prior written notice of cancellation, non-renewal or reduction in coverage. o 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. o 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. o 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: CI - 2 [X] General Liability Insurance: General Liability insurance with combined single limits of not less than $500,000 shall be provided and maintained by the contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella on excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: o Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverages. o Coverage B shall include personal injury. o 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: o 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. o Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. [X] Automobile Liability insurance: Comprehensive or Business Automobile Liability insurance shall be provided by the Contractor with limits of not less than $500,000 per occurrence either in a single policy or in a combination of underlying and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of operation, maintenance or use of any auto, including owned, non-owned and hired' automobiles and employee non-ownership use. (ISO Form CA 0001 Current Edition) [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 CI - 3 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. CI - 4 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. JeL CONTRA OR BY x 2 Street Address 66 . vI I~ ~ . %v 7 1 2,<V, City and State Seal & Authorization (If a Corporation) Telephone B - 1 Mozinao Street Waterline BID TABULATION SHEET WORK DAYS 25 BID NO. 1483 PO NO. ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 2.12-A 6" Waterline 45 LF $ /LF $ 83700 2.12-B 8" Waterline 1,377 LF $ jlff/O /LF $ j6 713 ~E' 2.16 Water Service 28 EA $ „~Spmy/EA $ /,~GOQaO 2.13.1-A 6" Gate Valve 1 EA $ ~eZ ,WEA $ .1dl)OD 2.13.1-B 8" Gate Valve 1 EA $ ~JQe!U/EA $ yJd dU 2.14 Fire Hydrant 3 EA $ lle6p WEA $ j•jppoU 3-A Remove Concrete Pavement 2 SY $ /Log/Sy $ 2</2~0 5.8 6" Concrete Pavement 2 SY $ J,,W ,~OSY $ 7Z o0 SP-2 Concrete Saw Cut 8 LF $ 5y SO/LF $ g.2 -E-0 SP-41 Asphalt Saw Cut 2,290 LF $ 1499ILF $ ~L9ec~ 4D SP-40 Cut and Plug Existing Waterline 4 EA $ 3oD6-11-M A $ SP-37 Excavation Protection 135 LF $ -7 q /LF $ 0776 u-J SP-39 Project Sign 1 EA $ Q-O/EA $ dOp 0O 1.21 Contractor's Warranties and Understandings - LS $Z5g)& S $ ,~S~3e) o 8.1 Barricades, Warning Signs and Detours - LS M $ yGO rILS $ !/O© do 7 3.1 Preparation of Right-of- Way - LS ~pD~ $ 6-igILS $ 5`DD°0 2. 12.8 Cast Iron Fittings 500 LB $ /LB $ SP-10 Rock Excavation 50 CY $ jz96-'Icy $ 3.12 Temporary Erosion Control - LS $ Z Ofl -7LS $ Zee 00 Materials and Labor Incorporated Into Project $ / $ Other $ / $ TOTAL $ / $-6-xZ5-1 - P - 3 Mozinoo Street Sanitary Sewer BID TABULATION SHEET WORK DAYS 30 BID NO. 1463 PO NO. ITEM DESCRIPTION QUAN'T'ITY UNIT UNIT PRICE TOTAL 2.12-C 8" SDR-26 Sewer 319 LF $ 22 IF /LF $ 7(2Q LS 2.12-D 8" PVC Sewer 1,013 LF $ 23 79- /LF OSS 2.12-E 6" PVC Sewer 17 LF $ ZZ 30/LF $ X79 /O WS-11 Sewer Service 28 EA $ 4VO "-O/EA ~ZQ cp 7.6-A 4' Concrete Manhole 5 EA $ 13eV<QEA $ UC 7.6-B Rebuild 4' Manhole 1 EA $ ?a-6ieL/EA $ (I~Cp SP-8 Abandon Manhole 2 EA $ Ldp L-17EA $ 3-A Remove Concrete Pavement 2 SY $ ~Z 49 /By $ ~ 5.8 Concrete Pavement 2 BY $ ,31c0-0 /By $ /Z 00 SP-2 Concrete Saw Cut 8 LF $ q C-0 /LF $ 111z~ SP-41 Asphalt Saw Cut 3,504 LF $ /&0- /LF $ 6SQVQU SP-37 Excavation Protection 1,055 LF $ /fla /LF $ SP-39 Project Sign 1 EA $ J,90"/EA $ ..308 OD 1.21 Contractor's Warranties and Understandings - LS $ 3, 176 _pfLS $ 7G / 8.1 Barricades, Warning Signs, and Detours - LS $ g.ODmo/LS $ %D and 3.1 Preparation of Right-of- Way - LS $ fade)/LS $ gGo °9 SP-10 Rock Excavation 50 Cy $ /0 !!~J/CY $ Spy 3.12 Temporary Erosion Control - LS $ .3DDS $ Materials and Labor Incorporated into Project $ / $ Other $ / $ TOTAL $ P - 4 BID SUMMARY PROJECT WORK DAYS Mozingo Street 8 Inch Watermain 25 Mozingo Street 8 Inch Sanitary Sewer 30 TOTAL 55 BID $ j z~/ s10 Award will be made based on the total bid. The watermain and sewermain have been separated out for Accounting purposes only. Work days will be kept on the total project. B - 2