Loading...
2013-065ORDINANCE NO. 2013-065 AN ORDINANCE ACCEPTING BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE MORSE STREET AND ALEXANDER STREET WATER AND SEWER REPLACEMENT PROJECT; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (BID 5170-AWARDED TO DICKERSON CONSTRUCTION COMPANY,INC.1N THE AMOUNT OF $484,105.50). 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 worlcs 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 1. 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 5170 Dickerson Construction Company, Inc. $484,105,50 SECTION 2. The acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid. SECTION 3. The City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein. SECTION 4. The City Council of the City of Denton, Texas hereby expressly delegates the authority to take any actions that may be required or permitted to be performed by the City of Denton under Bid 5170 to the City Manager of the City of Denton, Texas, or his designee. SECTION 5. 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 6. This ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the /9�f� day of %� , 2013. I � • � � • • • ��V � , • ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY � BY: 5-ORD- 170 CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 19th day of March A.D., 2013, by and between City of Denton of the County of Denton and State of Texas, acting through Geor�e C. Campbell thereunto duly authorized so to do, hereinafter termed "OWNER," and Dickerson Construction Com�anv PO Box 181 Celina TX 75009 of the City of Celina, Counties of Collin and 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, CONTR.ACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: Bid 5170-Morse Street and Alexander Street Water and Sewer Replacements in the amount of $484,105.50 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal and the Performance and Payment Bonds, attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein and on file in the office of the Purchasing Agent, and in accordance with all local, state and federal laws; and plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by: City En�ineering staff �tl of which are referenced herein and made a part hereof and collectively evidenc.e and constitute the entire contract. CA-1 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 sha11 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 covenants and agrees to and does hereby indemnify, hold harmless and defend, at its own expense, Owner, its officers, servants and employees, from and against any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of the Work and services to be performed hereunder by Contractor, its officers; agents, employees, subcontractors, licensees or invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers, servants, employees, of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner during the performance of any of the terms and conditions of this Contract, whether arising out of in whole or in part, any and all alleged acts or omissions of ofFicers, servants, or employees of Owner. The provisions of this paragraph are solely for the benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise, to any other person or entity. 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 Right to Audit The OWNER shall have the right to audit and make copies of the books, records and computations pertaining to tlus agreement. The CONTR.ACTOR shall retain such books, records, documents and other evidence pertaining to this agreement during the contract period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, docuxnents and other evidence shall be available, within 10 business days of written request. Further, the CONTRACTOR shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to this agreement, and to allow the OWNER similax access to those documents. All books and records will be made available within a 50 mile radius of the City of Denton. The cost of the audit will be borne by the OWNER unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the CONTRACTOR which must be payable within five business days of receipt of an invoice. Fa.ilure to comply with the provisions of this section shall be a material breach of this contract and shall constitute, in the OWNER'S sole discretion, grounds for termination thereof. Each of the terms "books", "records", "documents" and "other evidence", as used above, sha11 be construed to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a fmal printed document. � CA-3 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: i !��/ y' � �. , � � 7 ATTEST: APPROVED AS TO FORM: BY: c / _ TA BURGES ,� TY A TORNEY CA-4 Citv of Denton OWN B�: � �. � (SEAL) �:ckeasA,., C`9��(. c.� Ir�� CONTRACTOR 1p. �, t`3.�x t 3 � ��o N_ ��u?s?d.v ��t;.L,,, T�n� aso�5 u: 1► :��. . q�� - 3�2 -2rz-3 PHONE NIJIvIBER q�1- 3R��-2o�3 F NUMBER BY: AUTHORIZED SIGNATURE � �w ; � �: ��.E �., o .� - P.� � � PRINTED NAME, TITLE (SEAL) CITY �F DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed ta the insurance requirements below. It is highly recommended that bidclers confer wzth 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 biclde� 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 biclder shall have a duty to maintain thr�oughout the course of this contract. STANDARD PROVISIONS: Without limrting 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 notzfication 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 �equests 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 geneNal 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- VII or better. Any deductibles or self-insured retentions shall be declared in the bid proposal. If requested by the City, the insurer shall reduce or elim�nate such deductibles or self-insured retentions with respect to the City, its officials, agents, employ�es and volunteers; or, the contractor shall procure a bond guaranteeing payrnent of losses and related investigations, claim adzninistration 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. CI-9 • 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. • Cancellation: The City requires 30 day written notice should any of the policies described on the cert f cate be cancelled or materially changed before the �piration date. • 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 axising 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 clauns investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. � Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. CI - 10 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: [X] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000,000.00 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 Forrn CG 0001 current edition) is used: • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. Coverage B shall include personal injury. Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least: Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures. Broad form contractual liability (preferably by endorsement) covering fibis contract, personal injury liability and broad form properly daxnage liability. [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than �500.000.00 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 a11 owned, hired and non-owned autos. !�T 11 [X] Workers' Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the muumum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a$500,000 policy 1'unit 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 Ins�arance The Contractor sha11 obtain, pay for and maintain at a11 times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under this contract. Coverage shall be on an "occurrence" basis, and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance. Policy limits wi11 be at least combined bod.ily injury and property damage per occurrence with a aggregate. [ ] Professional Liability Insurance Professional liability insurance with limits not less than per claam 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 sha11 be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. rT y� [ ] Commercial Crime Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this coverage should be written on a"blanket" basis to cover all employees, including new hires. This type insurance should be required if the contractor has access to City funds. Limits of not less than each occurrence are required. [ ] 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. CI - 13 ATTACI3MENT 1 (X] Workers' Compensation Coverage for Building or Construction Projects for Governmental Entities A. Defmitions: 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 proj ect, for the duration of the proj ect. Duration of the proj ect - includes the tune from the begi_nning of the work on the proj ect 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 Iimitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which fiu-nishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment ar materials, or providing labor, transportation, or other service related to a proj ect. "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 401.011(44) for all employees of the Contractor pr�viding services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the govemmental 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 proj ect, and provide to the governmental entity: CI - 14 1) a certificate of coverage, prior to that person begi_nning work on the project, so the governmental enfity will have on file certificates of coverage showing coverage for all persons providing services on the proj ect; and 2) no later than seven days after receipt by the coniractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contracfor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the proj ect. H. The contractor shall post on each project site a notice, in the te�t, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the proj ect that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2) provide to the contracior, prior to that person begituung work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providitig services on the proj ect, for the duration of the proj ect; � 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) certificate of coverage, prior to the other person bea nning 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; CI - 15 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 wriiing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change. that materially affects the provision of coverage of any person providing services on the proj ect; and 7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the comi�n.ission's Division of Self-Insurance Regulation. Providing false or misleading information may subj ect the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the . contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. CI - 16 FLICT OF INTEREST QUESTIONNAIRE For vendor or other person doinq business with local qovernmental e This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. FORM CIQ OFFICE USE ONLY This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a I Date Received person doing business with the governmental entity. By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. Name of person who has a business relationship with local governmental entity. � Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7w business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3 Name of local government officer with whom filer has an employment or business relationship. Name of Officer This section, (item 3 including subparts A, B, C& D), must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? � Yes 0 No � B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? 0 Yes 0 No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? 0 Yes 0 No D. Describe each affliation or business relationship. Signature of person doing business with the governmental entity Date Adopted 06129l2007 BID # 5170 PROPOSAL TO THE CITY OF DENTON, TEXAS FOR THE CONSTRUCTI�N OF MORSE STREET & ALEXANDER STREET WATER AND SEWER REPLACEMENTS IN DENTON, TEXAS The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, fum, or corporation; that he has carefully examined the form of contract, Notice to Bidders, specifications and the plans therein referred to, and has carefully exatuined the locations, conditions, and classes of materials of the proposed work and agrees that he will provide all the necessary labor, machinery, tools, apparatus, and other items incidental to constr�zction, and will do all the work and furnish all the materials called for in the contract and specifications in the manner prescribed herein and according to the requirements of the City as therein set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. It is agreed that the quantities of work to be done at urut prices and material to be furnished may be increased or dinvnished as may be considered necessary, in the opinion of the City, to complete the work fully as planned and contemplated, and that all quantities of work whether increased or decreased are to be perfortned at the unit prices set forth below except as provided for in the specifications. The contractor shall provide the numeric unit price and the unit price in words for each quantity. Unit price in words governs over the numeric price given. It is further agreed that change orders may be negotiated between the contractor and City to cover additional work ordered by the City, but not shown on the plans or required by the specifications, in accordance with the provisions to the General Provisions. Similarly, change orders may be negotiated to cover deletion of work so ordered. It is understood and agreed that the work is to be cornpleted in full within the time specified in the General Provisions. P-1 Accompanying this proposal is a certified or cashier's check or Bid Bond, payable to the Owner, in the amount of five percent of the total bid. It is understood that the bid security accompanying this proposal shall be returned to the bidder, unless in case of the acceptance of the proposal, the bidder shall fail to execute a contract and file a performance bond and a payment bond witivn fifteen days after its acceptance, in which case the bid security shall become the property of the Owner, and shall be considered as a payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. Owner reserves the right to reject any and a11 bids. Owner may investigate the prior performance of bidder on other contracts, either public or private, in evaluating bid proposals. Should bidder alter, change, or qualify any specification of the bid, Owner may automatically disqualify bidder. The undersigned hereby proposes and agrees to perform all work of whatever nature required, in strict accordance with the plans and specifications, for the following sum or prices, to wit: P-2 Project Name: Morse Street & Alexander Street Water and Sewer Replacements BID TABULATI�N SHEET - M�RSE STREET SEWER Calendar Days Bid No. P.O. No. REPLACEMENT 90 5170 em escrip ion uan i ni • ni rice o 107.19.3 Excavation Proteciion 2506 LF � $ 2� c(� - Unit Price In Words er�� p�lli��, 107.20 Project Signs 1 EA `� 50 � $ � 5a ' Unit Price In Words S �vE,.r µ��,�n�i �p �1z�� Temporary Erosion Control, Sedimentation, .and 201 Water Pollution Control: 1253 LF t $ �'2 � 3- Unit Price In Words �N � po l(z,,..- 202.5 Soddin 100 SY 5 $ S�o � Unit Price In Words '� u� Q � 1 �z a-� 203.3-A Remove Concrete Curb and Gutter 105 LF � �+ $ 1.a 50 ` Unit Price In VVords � c,.� Qa L�aa � 305.1-A Concrete Curb and Gutter 105 LF 1 S $ 2 tc �� ^ Unit Price In Words � w � N�l -� v E bo llz R� 305.2-A Concrete Drivewa A roach 5 SY l So' $ � so - Unit Price In Wards �s t �+�. � h�� -� �'� d o ll z cz � 305.2-B Concrete Sidewalks 5 SY ��� � $ Sa� Unit Price In Words �,s F Nu ti� n� � Ao l l� �� 402.4.6 As haltic Pavement Re air 850 SY �� 5= $ � 4 g is` Unit Price In Words S �vi o-i �c FN p� ll� �, �':�! Cc�.�,�� 501.17 8" SDR-35.5anita Sewer Pi e 1253 LF � SU $ �� Z� �� � s`� Unit Price In Words �� N c�'� E u�H b�, �lzP, �. � cr-�.-�� 502.1-A Concrete Manhole 4' I.D. 0- 6 feet dee ) 4 EA 2 32 s $ 3 00 " Unit Price In Words w� %o�anw��%��i ��� �n�� ��tn� -�� u� ��� �lz�� 502.1-B Additional Manhole Depth (4' I.D.) (> 6 feet) 5 VF i 50 ' $ `� Sn - Unit Price In Words pu � �.i v�,�n�l- �� � �� lz �, 502.1-C Concrete Drop Manhole (5' I.D. 0- 6 feet dee 1 EA 3, x S a'� $ 3. ] 5�` llnit Price In Words � c� �.l o�ss �.. i� u.a� �� � n•� ����� Qa Ila n� 502.1-D Additional Manhole Depth (5' I.D.) (> 6 feet) 7 VF � 5� $ �SQ - Unit Price In Words ��� k�rn,%n�� �� �� p� 1� z�2 ) 502.10.4 4" Sanita Sewer Service Includin Cleanout 26 EA ��p� $ �� y$�' ~ Unit Price In Words,sruc�„ ��� �-���� ^��� � Aa LC� o� SS03 Remove Existin Manhole 1 EA 1 boo ' $ 1�n� - UnitPricelnWords ��rE `��ava�,,� �a (<�R) SUBTOTAL "A" MORSE STREET SEWER REPLACEMENTS= ��� �oG 5� r� Project Name: Morse Street & Alexander Street Water and Sewer Replacements Calendar Days 90 Bid No. 5170 • P.O. No. BID TABULATION SHEET - MORSE STREET WATER REPLACEMENT Item Description Quanii Unit Unit Price Total 107.19.3 Excavation Protection 2834 LF ►� $ 2 g3 � Unit Price In Words 0NE Do lLa �2 107.20 Pro'ect Si ns 1 EA � So ° $ � Sa � UnitPrice In Words� ev��n ��+-�-ati�l��� bo I lpQ� Temporary Erosion Control, Sedimentation, and 201 Water Pollution ControL 1417 LF �~ $ �'� t� Unit Price In Words �3rs e �� ��2�� 202.5 Soddin 1D0 SY 5 $ S�Q' Unit Price In Words -� i v E bo ll a� s 203.3-A Remove Concrete Curb and Gutter 105 LF 1�o $ �.� �� Unit Price In Words � FN (�o i�'�R� 3o5.1-A Concrete Curb and Gutter 1Q5 LF 2� $ 2. � Z� 1 � Unit Price In Words�t _ � eu�.�� � �-�-�- �'u., � N � - -�� v � �D l �$ a � 305.2-A Concrete Drivewa A roach 5 SY l So ` $ � 5� - Unit Price In Words �►�� i�� �-�+��Z -� �'��' bo 1le r�� � 3Q5.2-B Concrete Sidewalks 5 SY 1�o" $ 50�� Unit Price In Words �r� � I�u �^-�^�Z pJ �Le �' � 402.4.6 As haltic Pavement Re air 950 SY �� 5 $ t� (o � 5� Unit Price In Words � E��u�t�w ��«� �� ��� �C ��> 501.14-A 6" PVC C900 Water Pi e 42 LF 1�� � � $`� �� Unit Price In Words 4��s ����-� �"� `���'�-{ �0 ��� a► 501.14-B 12" PVC C900 Water Pi e 1375 LF � t o y $ t s l z S e" Unit Price In Words fj►..►c bs�.��v� ��N �o �L r, 502.3 Fire H drant Assembl 3 EA �S�o" $ e� Sr,� ' Unit Price In Words T�n «��a� w��� � k�J �� ��l �� �`2g � 502.6.2-A 6" Gate Valve 2 EA Q 5 0� $ , g�` Unit Price In Words '� u� �� �4� n�� �� � p� «a R) 502.6.2-B 12" Gate Valve 3 EA 2� 50- $ ���� Unit Price In Words `�'aso �0�5�-� �t� �4 �%� �L �R� 502.10-A Water Service Connection 26 EA $7r ^ $ Z l a�o — Unit Price In Words ��` �.f �w��w`� ��Fr�� -�� vt ��(fan, 20" Steel Casin 20 LF 8 S^ $ ��i°e - Unit Price In Words �� �.� '�� ��' A o(� L� � I W01 Abandon Water Line 1 EA � S a� $ �.5 �� Unit Price In Words t�+� F��o�s ���-�� ���� a�N�� �� l(� a� SUBTOTAL "B" MORSE STREET WATER REPLACEMENTS= 2 z�o 9� 1— O_ A Project Name: Morse 5treet & Alexander Street Water and Sewer Replacements Calendar Days 90 Bid No. 5170 P.O. No. BID TABULATION SHEET - ALEXANDER STREET SEWER REPLACEMENT Item Description Quanti Unit Unit Price Total 103.3 Suret Bonds 1 LS 1 Sa� � $ l Sa� " UnitPricelnWordsb�C`����hr��'.v�, i�,�.-�r�� �o��a�� 407.19.3 Excavation Protection � 712 LF 1 $ �� Z Unit Price In Words � n� C bo 1L�.,,2 1D7.20 Project Signs 2 EA 5�a $ l. Q� � Unit Price In Words �'� �t ���.�s a� ti�� Da ��2 �z � Temporary Erosion Control, Sedimentation, and � 201 Water Pollution Control: 356 LF �� $ 3 S� Unit Price In Words Oti►E �o LLa �Z 202.5 Soddin 60 SY S+ $ 3� � Unit Price In Words -, v � �J�, 1� e�z � 203.3 General Site Pre aration 1 LS 1 c5oo— $ l.a�o� - Unit Price In Words E�.,e e�a �� �a �,�:n-� 203.3-A Remove Concrete Curb and Gutter 60 LF IO r $ (o�- Unit Price In Words � N ,(l a�� 305.1-A Concrete Curb and Gutter 60 LF ,JS ` $ � S o�' �� Unit Price In Words' Gv,�„.� -� v� j�, (�z4 ti 305.2-A Concrete Drivewa A roach 5 SY � 5 0' $ � Sfl - UnitPricelnWordsCl�s� ��v�.lv��� ���'� �o��zt�► 305.2-B Concrete Sidewalks 5 SY (�o r $ S�O - Unit Price In Words ��� � wu-�tic-� �:v ��Q�� Project Name: Morse Street & Alexander Street Water and Sewer Replacements Calendar Days 90 Bid No. 5170 TOTAL BID MORSE STREET WATER AND SEWER REPLACEMENTS=II �I •13. aco� s� I TOTAL BID ALEXANDER STREET SEWER REPLACEMENTS= (� �(o�� ° TOTAL BASE BID= � E p, � 0 5�� � : � _ 1►�lu :\7•1 TOTAL BID MORSE STREET WATER & SEWER REPLACEMENTS PRICE IN WORDS = �i9V+�.. ��1ui4�f��2 l�v.YtN,��-'��A.LI ��C u5r1.� ��.D.s.�.. �.�.,.� 2�,c� i� i�i� �JfvC�-J �l I a n � �� �-�., C� w�' � TOTAL BID ALEXANDER STREET SEWER REPLACEMENTS PRICE IN WORDS = � f ��� �k 0 U! A+ � !D t lC Clv a� nc.1 �I�L �t 'l .� L� l�%e.f �J l��� 1 TOTAL BASE SID = THE SUM OF THE MORSE STREET WATER AND SEWER REPLACEMENTS PLUS THE TOTAL FOR THE ALEXANDER STREET SEWER REPLACEMENTS PRICE IN WORDS �mc9 ,� b1v-,ti � �A�L L` ,` 4�'� --�a., n, '��0�s n a� c9ti,� �.I� ,ti� n�� �' � v� pb [ C� a..,s T` �F�� CF a/`� In the event of the award of a contract to the undersigned, the undersigned will funush 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 conta.ined in this proposal have been carefully checked and are submitted as correct and fina1. Unit and lump sum prices as shown for each item listed in this proposal, shall control over extensions. The undersigned agrees this bid becomes the property of the City of Denton after the official opening. The undersigned affurns that they are duly authorized to execute this contract. Vendor hereby assigns to purchaser any and all claims for overcharges associated with this contract which arise under the antitrust laws of the United States, 15 USCA Section 1 et sea., and which arise under the antitrust laws of the State of Texas, Tex. Bus. & Com. Code, Section 15.01, et seq. P-7 Receipt is hereby acknowledged of the following addenda to the plans and specifications: Addendum No. 1 dated Addendum No. 2 dated Addendum No. 3 dated Addendum No. 4 dated Addendum No. 5 dated �.�1����N Co�}� � �� ,. CONTRACTOR BY 1�,. c�s:�Z � � d� 1c-c n� s� �.G• �ox l l[ 3o fY. L�u�s„�N � Street Address C� <<N � F`Cr�cs� � sc�9 City and Sta.te Seal & Authorization (If a Corparation) °t � � - 3 6 � - � [ � Telephone t� Received Received Received Received Received PERFORMANCE SOND STATE QF TEXAS Bond No. 456708P COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Dickerson Construction Companv,✓ Inc. whose address is P4 Box 181 Celina, TX 75009 hereinafter called Principal, 3riC1 Developers Surety and Indemnity Company�a corporation organized and existing under the laws of the State of zoWa , and fully authorized to transact business in the State of Texas, as Surety, aa�e 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 fhe penal sum of Four Hundred Eighty Four Thousand One Hundred Five and 50/100�OLLARS ($484,1.05_50✓ ) plus ten percent of the stated penal sum as an additional sum of money representing adciitional court expenses, attomeys' 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 we11 and truly to be nnade, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointiy ar�d 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 . Supplementa.l Agreement, which r.educes 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 2013-065 with the City of Denton, the Owner, dated the 19th day of March A.D. 013�r Bid#5170-Morse and Alexander Street Water and Sewer Replacements� NOW, THEREFORE, if the Principal shall well, truly and faithfizlly perform and fulfill all of the undertakings, covenants, terms; conditions and agreements af 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 Iife of any guaranty or warranty required under this Contract, and shall also well and .truly perform and fulfill all the undertakings, covenants, tenns, 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 two (2) years fronn the date of final completion and final acceptance of the Work by the Owner; and, if the Principal shall fully indemrufy and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein at�d shall fully reiznburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligaiion sha11 be void; otherwise, it shall remaiii in full force and effect. .. PROVLDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denion County, State of Te�as. � AND PROVIUED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, e�ension 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., accompariying the same, shall_in anywise affect its obligation on this Bond, and it does hereby ' waive notice o;F any such change, extension of time, alteration or addition to the terms of tlze Contract, or to the Work to be performed tliereunder, 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 ma�ters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Aiuiotated Civil Statutes of the State of Texas. IN WITNESS Wf-IEREOF, this instrument is executed in four copie�, each one of which shall be deemed an original, this the i9tn day of March , aoi3 � � ATTEST: .. � �.. Dickerson Constru ion Com an , Inc. BY: �� SECRET Y . BY: PRESIDENT ATTEST: � SURETY %` `� • � � � Develo Suret and In e't � om a BY: (�� � � Mary Rifaat $Y; l�l-'L!� ATTORNEY-IN-FACT Roxanne G. Hebert The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NA�/�: Bret Tomlinson of Southwest Assurance Group, Inc. STREET ADDRESS: iz4 old Town slvd. North Suite 20o Arayle, Texas �5225 V (NOTE: Date of Performance Bond-must be date of Contract. If Resident Agent is not a corporation, give a person's name:) .� ���� � s� PAYMENT BOND STATE OF TEXAS COUNTY OF DENTON Bond No. 456708P KNOW ALL MEN BY THESE PRESENTS: That Dickerson Constxuction Cornpanv;� Inc., whose address is PO Box 181 Celin TX 75009 hereinafter called Principal, and Developers Surety and Indemnity Company��orporation organized and existing under the laws of the State of zowa , and fully authorized to tra.nsact business in the State of Texas, as Surety, are held ar�d 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 Four Hundred Eighty Four Thousand One Hundred Five and SO/100DOLLAR9r(�484,105.50�f lawful rnoney of the United States, to be paid in Denton, County, Texas, for the payment of which sum well ai�d truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firnnly by these presents. This Bond sha11 automatically be increased by the anaount of any Change Order or Supplemental Agreeznent which increases the Contract price, but in no event sha11 a Change Order or Supplemental Agreement which reduces the Contract price decrease th:e penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal e�tered into a certain Contract, identified by Ordinance Number 2013-065, with the City of Denton, the Owner, dated the 19th day of March A.D. 2013_�for Bid #5170-Morse and . Alexander Street Water and Sewer Replacements. ;/ NOW, THEREFORE, .if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, iirms, 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 anthorized 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 tezms of the Contract, or to the Work to be performed thereunder, or to the Plans, 5pecifications, Drawings, etc., accompanying Yhe 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 perfortned thereunder, or to the Pla.us, 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 surety, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annot�ted Civil Statutes of the State of Texas. IN WITNESS V�I�REOF, this inst�-u.ment is executed in four copies, each one of which shall be deemed an original, this the 19th day.of March , aoi3�� ATTEST: � � r1 .i r � ;�= � • .�� ATTEST: : PRINCIPAL Dickerson Constru tion Company, Inc. J BY: PRESIDENT SURETY ` Develo er Surety and Ind it Comp ny BY: O`.t�� ATTORNEY-IN-FAC Roxanne G. Hebert The Resident Agent of the Surety in Dentan Coun.ty, Texas for delivery of notice and ser�ice of the process is: NA�/�; Bret Tomlinson of Southwest Assurance Group, Inc. STREET ADDRESS: iz4 Old Town Blvd. North, Suite, 200, Argyle, Texas 76226 (NOTE: Date .of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) • ; .i V .�, �r�13 Ac1'AS'{ POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY PO Box 19725, IRVINE, CA 92823 (949� 263-3300 KNOW ALL BY THESE PRESENTS that except as expres�sly limiled, DEVELOPERS SURETYANO INDEMNITY COMPANY; does hereby make, constitute and appoinl; �"Sharen Groppell, Roxanne G. Hebert;�Beverly A. Ireland, Mary M. Rifaat, eruce C. DeHart, Edward L. Moore, David R. Groppell, jointly or severally"*"` � as Its Irue and lawful Attomey(s)-In-Facl, to make, execute, deliver and acknowledge, for and on behalf of said corporation, as surely, bonds, underlakings and contracls of suretyship giving and granting unlo said Allorney(s�-in-Fact fuli power and authority to do and lo perform every act nacessary, requis(te or proper lo be done in connecUon therewilh as each oi said corporation could do, but reserving to each of seid corporation full power of substitution and revocalion, and all ot lhe acls of said Attorney(s)•in-Fact, pursuanl lo ihese presents, are hereby ratiiled and confirmed, This Power ofAttorney is granted and is signed by facsimile under and by aulhority of the following resolution adopted by fhe Board of Directors of DEVELOPERS SURETYAND INDEMNITY COMPANY, effeclive as of January 1 sl, 2008. RESOLVED, that a combination of any lwo of the Chalrman of the 8oard, lhe Presidenl, any Execulive Vice-President, Senior Vice•President or Vice•President oF lhe corporation be, and Ihat each oF them hereby is, aulhorized lo execule this Power ofAlforney, qualifying lhe attorney(s) named in lhe Power of Altorney fo execufe, on behalf of lhe corporal(on, bonds, underlakings and coniracts of sureryship; and that the Secretary or anyAssisiant Secretary of the corporation be, and each of Ihem hereby is, aulhorized to allest lhe axeculion of any such Power of Attomey; RESOLVED, FURTNER, that ihe signalures of such officers may be aNixed to any such Power ofAHorney or to any cerlifcate relating Ihereto by facsimile, and any such Power ofAtlorney or cerliticate bearing such facsimile signatures shalt be valid and binding upon 1he corporalion when so affixed and in lhe future wilh respect to any bond, underiaking or coniracl o(surelyship to which (t Is altached, IN WITNESS WHEREOF, DEVELOPERS SURETYAND INOEMNITY COMPANY has caused lhese presenls lo be signed by its officers and alfested by i�s 5ecrelary or Assistanl Secretary this November 16fh, 2012. Daniel Stale of CaOfomfa Gounry of Orange Senior Vice-President �zv. nNr� �,yo',�. `p�p QRq�,� F%b�'•c OCT. ? � 10 i� 193G ;�� � �OWp, ��-t+D' 9 � , '�1���; On November 16, 2012 before me, Antonio Alvarado Nolary Public Dale Here Inserl Name and Title of ihe Otficer personally appeared Daniel Young and Gregg N, Okura Name(s) of 5(gner(s) � �n..+� ° ,..�;._...o.aa.�a.,.a..zaua , . ANTONip ALVARA(]0 � COMM. �J 18606A.� '� � ' • � NOTARY PU8L1C CALIFbRNJA � � QF�ANQE COUNI"Y � My oomm. expires Au , 9, 2015 � Place Notary Seal Above who proved lo me on fhe basis of salisFactory evidence to be the person(s) whose name{s) islare subscribed to the wfihin Inslrument and acknowledged to me that helshellhey execuied the same in hislhedlheir authorized capacily(ies), and Ihat by hislFiedthelr signature{s) on the inslrument the person(s), or the entity upon behalf o( which the person(s) acted, executed Ihe instrumenl. I cerlify under PENALTY OF PERJURY under ihe laws of the Stale of Californla Ihat Ihe forec�oing paragraph is true and correcl. WITNESS my hand and official seal. / Signalure "" " �' ✓ Antonio Alvarado, Notary Public CERTIFICATE The undersigned, es Secretary orAsslslant Secrelary of DEVELOPERS SURETY AND INDEMNITY COMPANY does hereby certiiy that the foregoing Power ol Altorney remains in full force and has no1 been revoked and, fu�thermore, lhat Ihe provisions oi the resolution of 1he Board of �ireclors of sald�orporalion sel fo�th in lha Power of Atlorney are in force as of lhe dale of this Cerli(icafe. j v This Cerlificate is execuled in the City of Irvine, California, lhis lsth day of March , 2013 • BY' � .,-��� �- ---����-% Mark J. Lansdon, Assistanl Secretary ID-1A38(Rev.11/12J p�v�� � s� I1�IPORTANT NOTICE To obtain information or make a complaint AVISO IIVIPORTANCE Para obtener informacion o para someter una queja: You may call the Surety's toll free telephone number Usted puede llamar al numero de telefono gratis de for information or to make a complaint at: para informacion o para someter una queja al: 1-500-782-1546 You may also write to the Surety at: P.O. Sox 19725 Irvine, CA 92623-9725 1-500-782-1546 Usted tanbien puede escribir a Surety at: P.O. Box 19725 Irvine, CA 92623-9725 You may contact the Texas Department of Puede comunicarse con el Departamento de Seguros Insurance to obtain information on companies, de Texas para obtener information acerca de com- coverage, rights or complaints at: panias, coberturas, derechos o quejas al: 1-800-252-3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, TX 78714-9104 Fax# 512-475-1771 PREMIUIVI OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the Surety �rst. 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. 1-800-252-3439 Puede escribir al Departmento de Seguros de Texas P.O. Box 149104 Austin, TX 78714-9104 Fax# 512-475-1771 DISPUTAS SOBRE PRIIVIAS O RECLAMO5: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Surety primero. Si no se resuelve la disputa, puede entonces comuni- carrse con el departamento (TDn. UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. 4Lz]C� Ir75C��C0 (��NN�G� Insco Insurance Services, Inc. Underwriting Manager for: Developers Surety and Indemnity Company • Indemnity Company of California 17780 Fitch, Suite 200 Irvine, CA 92614 1-800-782-1546 www.InscoDico.com ID-1404 (TX} (4/O1) '� � DATE (MM1�D/YYYY) `°RO CERTIFICATE OF LIABILITY INSURANCE �,��,^�,� THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain palicies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER C.,.' C itchkiss Insurance Agency, LLC 20 International Parkway irrollton TX 75007 INSURED Dickerson Construction Co.,lnc✓ JLD Trucking, Inc. P.O. Box 181 Celina TX 75009 COVERAGES DICKE-1 ���� �71 CERTIFICATE NUMBER: 1130408575 REVISION NUMBER: NAIC # 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF IN RANCE INSR WVD POLIC NUMBER MMI�D MM/DD LIMITS A GENERALLIABILI JB1115550 /11/2012 /11/2013 EACHOCCURRENCE $1,OOO,D00 �� X COMMERCIAL GENERAL LIABILITY� - DAMAGE TO RENTED PREMISES Ea occunence $50,000 CLAIMS-MADE � OCCUR MED EXP (Any one person) $EXCLUDED PERSONAL 8 ADV INJURY $1,000,000 GENERALAGGREGATE $2,0OO,ODO �� GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPlOP AGG $2,D00,000 POLICY X PR� LOC $ e AUTOMOBILE LIAe1�ITY CTS0051153 111/2012 /11/2013�/ Ea accltlent 1,000,000 ANYAUTO BODILYINJURY(Perperson) 3 ALL OWNED SCHEDULED� AUTOS AUTOS BODILY INJURY (Peraccldenl) S X X NON-OWNE� PROPERTY DAMAGE � HIREDAUTO AUTOS Peraccident $ B X UMBRELLA LIAB X OCCUR XLS0081312 !12l2012 /13/2013 EACH OCCURRENCE $1,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $1,000,000 DED X RETENTIDN$1 00 $ C WORKERS COMPENSATION SF0001129389 /6l2013 /6I2014 X T�C STA IUS OTH- AND EMPLOYERS' LIABILITY Y! N ANY PROPRIETORIPARTNERIEXECUTIVE E.L. EACH ACCIDENT $1,D00,000' OFFICERlMEMBER EXCLUDED? � N � A (Mandatory in NH) E.L. DISEASE - EA EMPLOYE $1,000,000 �' If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 � Installation Floater CCP718096 /11Y2012 /11/2013 Limit 300,000 Deductible 1,000 DESCRIPTION OF OPERATIONS / LOCATIONS! VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) The General Liab� � olicy includes a b1�plLet additional insured endorsement CG2026(07-04) that provides additional insured status to the certi ica e er only when there is a wntten con�tra–'c�eTwee�he n— amea' insured and the certificate holder that requires such status. ✓ The Auto Liab' it policy includes a blanket additional in�ured endor�ent CA2048(02-99) that provides additional insured status to the cert ica e o der oniy when there is a written contract between the named insured and the certificate holder that requires such status. See Attached... CERTIFICATE City of Denton `� 901-B Texas Street Denton TX 76209 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELIED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE y�T i !"E J.' � .. � .. .�+.�.u���4_`+� °��%:�g�'t O 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 {2010/05� The ACORD name and logo are registered marks of ACORD A� �`� �- AGENCY CUSTOMER ID: DICKE-1 LOC #: ADDITIONAL REMARKS SCHEDULE AGENCY NAMEOINSURED Hotchkiss Insurance Agency, LLC Dickerson Construction Co.,lnc POLICYNUMBER JLD Trucking, Inc. P.O. Box 181 Celina TX 75009 CARRIER NAIC CODE EFFECTIVE DATE: Page � of � ACORD 101 (2008/01) O 2008 ACflRD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICYNUMBER: CTS0051153 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR GARRIER COVERAGE FORM TRUCKERS COVERAGE FORM 1Mth respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are 'fnsureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: Named Insured: Name of Person(s) or Organization(s): Countersigned By: SCHEDULE Authorized Any person or organization whom�you are required to add as an additional insured under written con� tract, written agreement or written permit currently in effect ur becoming effective during the term of the policy and executed prior to the "bodily injury" or "property damage". (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an 'insured" for Liabiliry Coverage, but only to the extent that person or organization qualifies as an 'Snsured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 ❑ Insured Copy POLICY NUMBER: CTS0051153 COMMERCIAL AUTO CA 04 44 0310 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM 1Mth respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. � Named Insured: Endorsemer�t Effectiv�e Date: SCHEDULE Name(s) Of Person(s) Or Organization(s): Any person or organization for whom you are required to waive the transfer of rights of reco�ery against others under written contract, written agreement or written permit currently in eifect or becoming effective during the term of the policy and executed prior to the "bodily injury" or "property damage". Information required to complete this Schedule, if not shown above, will be shown in The Transfer Of FPoghts Of Reoovery Against Others To Us Condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "ac- cident" or the 'loss" under a contract with that person or organization. CA 04 44 0310 O Insurance Services Office, Inc., 2009 Page 1 of 1 ❑ Insured Copy PpLICY NUMBER: CO.IVIIVIER�IAL GEh1ERJ�1L LIA�1l.IT1` CG 20 26 07 04 THIS E�IDORS�MENT CH�4NGES TME POLICY. PLEASE READ IT �AF�EFULLY: �DDITIC}NAL INS.�JRE4 - D:ESI�NA,T�a PERS(l�l aF� C7'R�ANIZATIC�N This:endorsem�nt mod.if.ies insurance provided undet fhe �oilo�ring: G.OMMER.�IAL �ENERAL LI�101LITY �DllEF2AG� P�R'T SGHEDULE Secti�n 11 — Wh.a Is An Insured is ar�iended �o in- �lude as an additionai_ irlsured tMe parsaii(s) or organ- ization(s) :shown in the Schedule, buk only with r.e- sp�ct taliabiilty for''bodily. iniur�"; "praperty �kamage" or "peFSOr�al and a.due:rtising inj�:uy" �aused; i.n; whole o� in p:art, by yQtar act5 Qr or�issionS oF the aet� of omissions of thQSe acting: on your beralf: A, Ih the perforr'�ance af your ongoirig operations; o� B. In cortnectiori with yoUC premi�es o�r�ed byr or cented; to yau'. CG 20 �6 07 04 8 IS(J Prapsrties, Inc., 2��4 Page 1 of 'F ❑ POLICY NUMBER: CO.IVIMER�IAL GENERAL LIABILITY CG'20'3:7 07 04 THIS ENDORS�MENT GHANGES TME PaLICY. PL�i�iSE aEAD IT CAF�EFULLY. r4aQITIQNAL INSURED - �VI�NERS, LES�EE� �R CC3NTI�ACTORS - �41+�IRLETED aPERAT�ONS This'�ndar�ernentmodifie.s.:insurarice pravided underfhe:follci�ir�g:. COhhMERCIl�L GENEF�AL LIfkRILITY CDVEF�AGE.PP;F�T SCHEDULE Name �7!f Atlditianal Insured Person(s) Locati4n:An.d Deserip#ion Qf �Completed Opera- Or�.r �nization s : t�o;t�.s As p.er �vcitten cantr�cE Informat�on re uired ta com lete-this Schedule;'if not shawn abo+�e, will be shawn in the Deelarations. SecEio.n 11 — Vlfh:o Is An Insured is arxrended to inelude as: an additional insuced 'the pe'rson(s.) or -organization(s). shown in tf�e Schedule; but only witht respect to liabi.lify for '`bodily injwry"' or "prop�rty damage" caused, in whoie or in part� by "yourwarl�` at the location deslg.nate�f :and described in the sch�dule of this :endorsement perForrrt.e.e! fac thaf acicliti.ottal irlsure�l ar�d inclucie:cl in th.e. "prp�iucts- comple�ed operations hazard". CG 20 37 0704 � ISO Pr�perti.es, Inc,, 2004 Pag� 1 of 1 ❑ COMIPANIU'N SPECIALTY INSURANGE COMRANY THIS ENDORSEMENT CHi4NGES THE ROLICY — RLEASE RER� IT CAREFULLY CS�C VEN Ol4 A2 11 07 PRIMARY AN� I�ON-C4NTRIBUTQRY 1N±�RDING This endorsemeri:f modE�ies insWrance provided'under the fallowing: CO.MMERGIAL GEf�ERAL LIABILITY �QVERAGE' PART PRODUCTS/CQMFLETED OPERATI4NS LIABILITY C�OUERAGE pAF2T ar�y coverage provided to an Additior�a� lnsured shall be excess over an:y o:fh�r rialid and collectik�le insur�n.ce a�aiCabf� to sueh Addit'ron�l fnsured whether primary, excess, contingent or on �ny oth�r k�asis r�nless:: 1) a written Car�tract or v�ritten agreement specificaliy requires that this in�urance apply on a primary and r�on-contrib�ato�y basis;or �) prior to a 1oss, yo�a req.uest in writin� and' we agree that this insurar�ee shall a�ply on a primary and non-contributory basis. All other terms, conditions and exctusiarts under this policy are applicable #o this Endorsement and remain unchanged. GSIG VEN 074 02 11 07 Page 1 of 1 POLICI� N.UMBER: CO.MMER�IAL GENERALLIA�:ILITY C'� 24 04:1 D J3 THIS ENDORSEMEi�T CHANG�S THE POLFCY. PLEASE READ lt CAREFU.LLY. WAIVER QF TRAN�FER �F RICHT� A�G�INST OTHER� TC? This e.ndar�e;rrient modifie.s insuranc� prpv.id�d under fhe follouuing:. COiUIMERCIAL C7ENERAL LIABILITY C�u�R� ,��E PART S�HEp:ULE Name of Petson or Organizafian: A� per written contr.act 4F REC'�VERY US (If rro errtry appears abo�e, inFar.mafion required to: compiete this endorsemenfi will .be shown. in thre Declarations as applicable tothfs endor5ernent:.j The TRANSFER OF RIGHTS OF REGOVEF�Y AGAI(��T QTHERS TQ US C�nditiort (Section IV - COMMER= ClAL GENERAL LIABlLITY ��NDITIC7�f�) is amended by the addition nf tf�efiollo�iuing: We waive any right ofi recovery we may have againsf the person or orgar�i�ation shown in the Schedule abave becau�e of payments w.e make f.nr ir�jury or damage arising out of your ango�ng operations:or+your work" dotie urider � contr.act wifh that per.san or Qrganiz�ti�n at�d: :included in �he ' pror�uct�compCeted aper�tipns hazard''... This:wraiyer a�plie� only t� the pe�son or or�anizatioh �f�wn in �tYie Scfiedule abQVe. GG 2�l 041093 Copyright, Insurance ServicesC�ffice, Inc., 99�2 Page 1 of 1 ❑ INQRK�I�S' C.OMPEf�SATIOIV ANp EMRL()YEIZS LIABtL1TY INSUfiAIVGE POL1Glf � VIIC .42 03 Q4:A TE3CAS WAIVER �F iJUR RI�"WT TQ RE�CO�/ER Ff�QM pTH�RS ENDOR�EM�NT 7his endorsement applies only to fhe insurance provided 6y the policy �ecause Fexas is stiown in Item 3'.A. of the Informatioti Page. Vlle have #he right to recouer our payment5�fi�am anyor�e liabte for an injur}? co��r�d b� this policy. We will not.enforce oiar right agains# the pe:rson ar organi�aiion named ir� #he S�hettule, but #hi5 waiv�t.applies onfy w9#h respe�t �o bodily.[njury. arising out of the aperaiions described in the S�hedufe:inrher� you are r�quired t�y a ivri�fen confract to obtain ihis �iai�er from us: � Tfiis endorsement.shafl not opera#e directly oc inrlirectly ta b'enefif an�ane not narrted i� the ��tietlule.. Tf�e premium f�r this endorsernent:.is shavrin in fhe Schedule. Schedule 'f . { ) Specit"tc 1N�iver Naine of persor� or qrganizatior� ( X ) Blanket 11Vaiver Any person or organization for whom tMe:Narned Insured fias agre.ea by written contract #a.#.urnish this uirai�er. 2. Op�rations: ALL TEXAS OPfRAT IONB 3_ 'Prert]ium The.premiufn. cha�ge-forthis �ndorsement shall be 2, 0o pereent nf th� premium de�reloped on p.ayrall in conriec#ron witf� work perFor�t�ted for the �bqv�. person�s) :or qrganization(s) arisirig ouf :of th� �p�rations de�crib�d. 4_Advan�ePrsmiurrl GNGtUDED, SEE It�FORMRT'IQN.. hAGE. This ertdorsement changes the policy to which ik;is etkached eTfective on the inception dat� of the pqllEq unless a diffeKent,date is indicated belov�i. (Tl�e foflowing "atfaching clause`':need be porCapleted anly when this eadQrsemenC is issued subsequent to prepatation of the policy.j This entlorsement, effec#ive on at �2:01 ,A.,M. standard time, forri�s a pai#:of Paficy No. T$f—OU0112.93$9 20120306 gffFie.Texas N1.u2ual Insu�arnce C�mpaiiy lssuedto �ICKERSON CONSTRUCTION CO IN£ Premium $ WG420304A (ED. 1d1-2000) Endarsement Nti: � � ` �� �luthpriied Repr�s�ntative INSUREO'S. CQPY` QUSER 3-02-2012