2003-177ORDINANCE NO.
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS
CONTRACT FOR THE CONSTRUCTION OF SPENCER ROAD PAVING, DRAINAGE AND
WATER IMPROVEMENTS; PROVIDING FOR THE EXPENDITURE OF ~S THEREFORE;
AND PROVIDING AN EFFECTIVE DATE (BID 3028-SPENCER ROAD PAVING, DRAINAGE
& WATER IMPROVEMENTS AWARDED TO JAGOE-PUBLIC COMPANY IN THE AMOUNT
OF $2,794,719.25).
WHEREAS, the City has solicited, received and tabulated competitive bids for the
construction of public works or improvements in accordance with the procedures of STATE law and
City ordinances; and
WHEREAS, the City Manager or a designated employee has received and recommended that
the herein described bids are the lowest responsible bids for the construction of the public works or
improvements described in the bid invitation, bid proposals and plans and specifications therein;
NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS:
SECTION 1. That the following competitive bids for the construction of public works or
improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on
file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto,
are hereby accepted and approved as being the lowest responsible bids:
BID
NUMBER CONTRACTOR AMOUNT
3028 Jagoe-Publie Company $2,794,719.25
SECTION 2. That the acceptance and approval of the above competitive bids shall not
constitute a contract between the City and the person submitting the bid for construction of such
public works or improvements herein accepted and approved, until such person shall comply with all
requirements specified in the Notice to Bidders including the timely execution ora written contract
and furnishing of performance and payment bonds, and insurance certificate after notification of the
award of the bid.
SECTION 3. That the City Manager is hereby authorized to execute all necessary written
contracts for the performance of the construction of the public works or improvements in accordance
with the bids accepted and approved herein, provided that such contracts are made in accordance
with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms,
conditions, plans and specifications, standards, quantities and specified sums contained therein.
SECTION 4. That upon acceptance and approval of the above competitive bids and the
execution of contracts for the public works and improvements as authorized herein, the City Council
hereby authorizes the expenditure of funds in the manner and in the amount as specified in such
approved bids and authorized contracts executed pursuant thereto.
SECTION 5. That this ordinance shall become effective immediately upon its passage and
approval.
PASSED AND APPROVED this the /~__Z;~ day off-)Y~--~ ,2003.
EULINE BROCK, MAYOR
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
APPROVED AS TO LEGAL FORM:
HERBERT L. PROUTY, CITY ATTORNEY
BY:
3-ORD-Bid 3028
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 17 day of hme A.D., 2003, by
and between City. nf Dentnn County of Dentnn and State of Texas, acting through
Minhael A (~nnclnfie thereunto duly authorized so to do, hereinafter termed "OWNER," and
Tagne-lh~hlin Cnmpany
Dentnn. TX 7620'2,
of the City of Dentnn
, County of Denton
and State of Texas
, hereinafier termed "CONTRACTOR."
WITNESSETH: That for and in consideration of the payments and agreements
hereinafter mentioned, to be made and performed by OWNER, and under the conditions
expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to
commence and complete performance of the work specified below:
Rid qf}?.R-,qpennar Road Paving. Drainage and Water Imprnvemente
in the amount of $9.:704.719 25 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
CA- 1
accordance with the plans, which includes all maps, plats, blueprints, and other drawings and
printed or written explanatory matter thereof, and the Specifications therefore, as prepared by:
Teagne Nlall and Perkln~ Ina
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 claim~ 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:
C]ity nf Dentnn
o ¢
(SEAL)
Jaooe-Publio Company
P.O, Box 250
Denton, TX 76202
CONTRACTOR
MAILING ADDRESS
quo '~?z 2~'",~1
PHONE NUMBER
q~o xg2
FAX N~ER
APPROVED AS TO FORM:
TITLE
PRINTED NAME
(SEAL)
CA - 3
Bond #SP3936
PERFORMANCE BOND
STATE OF TEXAS
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That ]'agoe-l~h]ie Cnmpanyv/
whose address is pc) lqnx ?.sfl Dentnn TY
hereinafter called Principal, and st. Pau'l Fire and Marine Insurance Company",
a corporation organized and existing under the laws of the State of Minnesota , and
fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound
unto the City of Denton, a municipal corporation organized and existing under the laws of the
State of Texas, hereinafter called Owner, in the penal sum o~ Turn Millinn ,qeven
Ninety Fnnr Thnlmand ~qeven 14nndred Nineteen and 25/I Nf~OLLARS' ($ 9,704,71 q
plus ten percent of the stated penal sum as an additional sum of money representing additional
court expenses, attorneys' fees, and liquidated damages arising out of or connected with the
below identified Contract, in lawful money of the United States, to be paid in Denton County,
Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our
heirs, executors, admihistrators, successors, and assigns, jointly and severally, firmly by these
presents. This Bond shall automatically be increased by the amount of any Change Order or
Supplemental Agreement which increases the Contract price, but in no event shall a Change
Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of
this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the
Principal entered into a certain Contract, identified by Ordinance Number 9fir}q-177
, with the City of Denton, the Owner, dated the 17 day of hme A.D. ?anq~/'
a copy of which is hereto attached and made a f part hereof, for
'Rid qfl?.g-,qpeneer gnnd Paving, Drainage and Water lmprnvement~ %/
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill
all of the undertakings, covenants, terms, conditions and agreements of said Contract in
accordance with the Plans, Specifications and Contract Documents during the original term
thereof and any extension thereof which may be granted by the Owner, with or without notice
to the Surety, and during the life of any guaranty or warranty required under this Contract, and
shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions
and agreements of any and all duly authorized modifications of said Contract that may
hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the
Principal shall repair and/or replace all defects due to faulty materials and workmanship that
appear within a period of one (1) year from the date of final completion and final acceptance of
the Work by the Owner; and, if the Principal shall fully indemnify and save harmless the
Owner from all costs and damages which Owner may suffer by reason of failure to so perform
herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may
incur in making good any default or deficiency, then this obligation shall be void; otherwise, it
shall remain in full force and effect.
PB ~ 1
PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive
venue shall lie ia Denton County, State of Texas.
AND PROVIDED FURTHER, that the said .Surety, for value received, hereby
stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications,
Drawings, etc., accompanying the same, shall ia anywise affect its obligation on this Bond,
and it does hereby waive notice of any such change, extension of time, alteration or addition to
the terms of the Contract, or to the Work to be performed thereunder, or to the Plans,
Specifications, Drawings, etc.
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas
Government Code, as amended, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Denton County to whom any requisite notices may be delivered and on
whom service of process may be had in matters arising out of such suretyship, as provided by
Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed in 4
which shall be deemed an original, this the 1 7 day of June
copies, each one
ATTEST:
SECRET,~RY 7 '
PRINCIPAL
v,c~ PRESIDENT
ATTEST:
SURETY
St. Paul Fire and Marine~
Insurance Company
ATTORNEY-IN-FA~T Rosemary Weaver
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is:
NAME: Willis of Texas, Inc.
13355 Noel Road; Suite 400
STREET ADDRESS: Dallas, Texas 75240
(NOTE: Date of Performance Bond must be date of Contract.
corporation, give a person's name.)
PB - 2
If Resident Agent is not a
Bond #SP3936
PAYMENT BOND
STATE OF TEXAS
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That Jagne-lh~hlia Cnmpany~f~,
whose address is PO RaY 9.50 Denton, TX 7690?
hereinafter called Principal, and St. Paul Fire and Marine Insurance Compan ,Y~~
a corporation organized and existing under the laws of the State of Minnesota ; and fully
authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto
the City of Denton, a municipal corporation organized and existing under the laws of the State
of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may
furnish materials for, or perform labor upon, the building or improvements hereinafter referred
to, in the penal sum of/Two Milllnn .qeven hnndred Ninety Fnnr Thmmand .qeven l-hmdred
Nineteen and 9~/100'q~OLLARS ($ 9,'704.710 9.'~ ~ lawful money of the United States, to be
paid in Denton, County, Texas, for the payment of which sum well and truly to be made, we
hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly
and severally, firmly by these presents. This Bond shah automatically be increased by the
mount of any Change Order or Supplemental Agreement which increases the Contract price,
but in no event shall a Change Order or Supplemental Agreement which reduces the Contract
price decrease the penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the
Principal entered into a certain Contract, identified by Ordinance Number ,
with the City of Denton, the Owner, dated the 17 day of lnne A.D. 90n'~ ~ ~ a copy of
which is hereto attached and made,,~part hereof, for Rid qO?.R .qpen~esr Read Paving.
drainage and Water lmprnvement~ ~r
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties
and make prompt payment to all persons, firms, subcontractors, corporations and claimants
supplying labor and/or material in the prosecution of the Work provided for in said Contract
and any and all duly authorized modifications of said Contract that may hereafter be made,
notice of which modifications to the Surety being hereby expressly waived, then this obligation
shall be void; otherwise it shah remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue
shall lie in Denton County, Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby
stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications,
Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond,
and it does hereby waive notice of any such change, extension of time, alteration or addition to
the terms of the Contract, or to the Work to be performed thereunder, or to the Plans,
Specifications, Drawings, etc.
PB - 3
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas
Government Code, as amended, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Denton County to whom any requisite notices may be delivered and on
whom service of process may be had in matters arising out of such suretyship, as provided by
Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one~f
which shall be deemed an original, this the 1 7 day of June ~ 2003
ATTEST:
SECRETARY
PRINCIPAL
~//c.~ PRESIDENT
ATTEST:
SURETY
St. "~Paul Fire and Marine
~Insurance Company
ATTORNEY_IN_FACT Rosemary Weaver
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is:
NAME: willis of Texas, Inc.
13355 Noel Road; Suite 400
STREET ADDRESS: Dallas, Texas 75240
(NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a
corporation, give a person's name.)
PB - 4
Sl'lhul Sure
Bond No. SP3936
RIDER CONTAINING
DISCLOSURE NOTICE OF TERRORISM COVERAGE
This disclosure notice is required by the Terrorism Risk Insurance Act of 2002 (the
"Act"). No action is required on your part. This Disclosure Notice is incorporated in
and a part of the attached bond, and is effective the date of the bond.
You should know that, effective November 26, 2002, any losses covered by the
attached bond that are caused by certified acts of terrorism would be partially
reimbursed by the United States under a formula established by the Act. Under this
formula, the United States reimburses 90% of covered terrorism losses exceeding
the statutorily established deductible paid by the insurance company providing the
coverage.
Under the Act, there is a cap on our liability to pay for covered terrorism losses if the
aggregate amount of insured losses under the Act exceeds $100,000,000,000 during
the applicable period for all insureds and all insurers combined. In that case, we will
not be liable for the payment of any amount which exceeds that aggregate amount of
$100,000,000,000.
The portion of your premium that is attributable to coverage for acts of terrorism is
$o.oo.
IMPORTANT NOTE: THE COST OF TERRORISM COVERAGE IS SUBJECT TO
CHANGE ON ANY BONDS THAT PREMIUM IS CHARGED ANNUALLY.
'meSl'Rlul
POWER OF ATTORNEY
Seaboard Surety Company United States Fidelity and Guaranty Company
St. Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company
St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Mercury Insurance Company
23335
Power of Attorney No. Certificate No. ~.. 5 8 6 8 63
KNOW ALL MEN BY THESE PRESENTS'~at Seaboard Surety Company is a corporation duly organized under tbe laws of the State of New York,
and
that
S~. Paul Fire and Marine Insurance Company,VSt.~Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under
the laws of the State of Minnesota. and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and
that Fidelity and Guaranty Insurance Company is a'eorporation duly organized under the laws of the State of Iowa, and that Fideli~ and Guaranty Insurance Underwriters,
Inc. is a corporation duly organized under the laws of the State oF Wisconsin (het~in collectively called the "Conlpanies '), and that the Companies do hereby make,
constitute and appoint
JeffMclntosh, D. Gregory StiRs and Rosemary Weaver ~'
of the City of Dallas StateTeXas , their true and lawful Ailorney(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other wrii~en instruments Ln the nature thereof on behaff of the Companies in their business of g~aranteeing the fidelity of persons, guaranteeing the
performance of contracts and executing or guaranteeing bonds and undertakings required or pertained in any actions or proceedings allowed by law.
19t~ November 2002
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and sealed this day of. __,
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
St. Paul Guardian insurance Company
St. Paul Mercury Insurance ~ompany
eeeee
State of Maryland
City of Baltimore
United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, lnc.
On this 19th day of November , 2002 , before me, the undersigned officer, personally appeared Peter W. Carman and
Thomas E. Huibregtse, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and
Marine Insurance Company, St. Paul Guardian Insurance Company, St, Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and
Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.; and that the seals affixed to the foregoing instrument am the corporate seals of
said Companies; and that they, as such, being authorized so to do. executed the foregoing instrument for the purposes therein contained by signing the names of the
corporations by themselves as duly authorized officers.
In Witness Whereof, 1 hereunto set my hand and official seal.
My Commission expires the 1st day of July. 2006.
REBECCA EASLEY-ONOICALA, Notary Public
86203 Rev. 7-2002 Printed in U.S.A.
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company,
Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force and
effect, reading as follows:
RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other thsttumeuts relating
to said business may be signed, executed, and acknowledged by persons or entities appointed as Attomey(s)-in-Fact pursuant to a Power of Attorney issued in
accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the
Company, either by the Chairman, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary,
under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and
the seal of the Company may,be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appoinhng Attorney(s)-th-Fact for purposes
only of executing and/tttesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any
such Power of Atiorney or certificate bearing such facsimile signatttre or facsimile seal shall be valid and binding upon the Company, and any such power so
executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company.with respect to any bond or undertaking to
which it is validly attached; and
RESOLVED FURTHER, that Attorney(s)-th-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of
Attorney issued them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other
writings obligatory th the nautre thereof, and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if signed by an
Executive Officer and sealed and attested to by the Secretary of the Company.
1, Thomas E. Huibregtse, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,
St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance
-.--.------~U,,n~:ffecrwritt e~r,,s~ lhnaC~-v~°tv---.. - -v ..--- hheo~ oe-b Y, cC, ,e'~i,'~. t h a t the above and foregoing isa nme and correct copy of the Power of Attorney executed by said~ Companies, which is in full force
IN TESTIMONY WHEREOF, I hereunto set my hand this /7~day of ~Z.q~
To verify the authentici~ of this Power of ,4ttorney, call 1-800-421-3880 and ask for the Power of Attorney clerk Please refer to the Power of Attorney number, the
above-named individuals and the details of the bond to which the power is a~ached.
SfRaulSurety
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 at:
P.O. Box 149104
Austin, TX 78714-9104
FAX # 1-512-475-1771
Your notice of claim against the at~ached bond may be given to the surety company that i~sued
the bond by sending it to the following address:
Mailing Address: St. Paul Surety Claim
P.O. Box 4689
Federal Way, WA 98063-4689
Physical Address: St. Paul Surety Claim '~,
31919 First Avenue South
Suite 100
Federal Way, WA 98003
You may also contact the St. Paul Surety Claim office by telephone at:
Telephone Number: 1-253-945-1545
PREMIUM OR CLAIM DISPUTES:
If you have a dispute concerning a premium, you should contact the agent first. If you have a
dispute concerning a claim, you should contact the company first. If the dispute is not re~olveat,
you may contact the Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR BOND:
This notice is for information only and does not become a part or condition of the attaohed
document.
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below. It is highly recommended
that bidders confer with their respective insurance carriers or brokers to determine in
advance of Bid submission the availability of insurance certificates and endorsements as
prescribed and provided herein. If an apparent low bidder fails to comply strictly with the
insurance requirements, that bidder may be disqualified from award of the contract. Upon
bid award, all insurance requirements shall become contractual obligations which the
successful bidder shall have a duty to maintain throughout the course of this contract.
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the Contractor, the Contractor
shall provide and maintain until the contracted work has been completed and accepted by the
City of Denton, Owner, the minimum insurance coverage as indicated hereinafter.
As soon as practicable after notification of bid award, Contractor shall file with the
Purchasing Department satisfactory certificates of insurance, containing the bid number and
title of the project. Contractor may, upon written request to the Purchasing Department, ask
for clarification of any insurance requirements at any time; however, Contractors are strongly
advised to make such requests prior to bid opening, since the insurance requirements may not
be modified or waived after bid opening unless a written exception has been submitted with the
bid. Contractor shall not commence any work or deliver any material until he or she
receives notification that the contract has been accepted, approved, and signed by the City of
Denton.
All insurance policies proposed or obtained in satisfaction of these requirements shall comply
with the following general specifications, and shall be maintained in compliance with these
general specifications throughout the duration of the Contract, or longer, if so noted:
· Each policy shall be issued by a company authorized to do business ia the State of
Texas with an A.M. Best Company rating of at least A.
Any deductibles or self-insured retentions shah be declared in the bid proposal. If
requested by the City, the insurer shall reduce or eliminate such deductibles or
self-insured retentions with respect to the City, its
officials, agents, employees and volunteers; or, the contractor shall procure a bond
guaranteeing payment of losses and related investigations, claim administration and
defense expenses.
· Liability policies shall be endorsed to provide the following:
** Name as additional insured the City of Denton, its Officials, Agents,
Employees and volunteers.
That such insurance is primary to any other insurance available to the
additional insured with respect to claims covered under the policy and that
this insurance applies separately to each insured against whom claim is made
or suit is brought. The inclusion of more than one insured shall not operate
to increase the insurer's limit of liability.
· All policies shall be endorsed to READ:
"SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR
MATERL4LLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN
NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE
POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN
WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED".
Should any of the required insurance be provided under a form of coverage that
includes a general annual aggregate limit providing for claims investigation or legal
defense costs to be included in the general annual aggregate limit, the Contractor
shall either double the occurrence limits or obtain Owners and Contractors
Protective Liability Insurance.
Should any required insurance lapse during the contract term, requests for
payments originating after such lapse shall not be processed until the City receives
satisfactory evidence of reinstated coverage as required by this contract, effective
as of the lapse date. If insurance is not reinstated, City may, at its sole option,
terminate this agreement effective on the date of the lapse.
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS:
)Ill 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, ifs, noted:
[X ] A. General Liability Insurance:
General Liability insurance with combined single limits of not less than
$~ .ooo.aoo ~hall be provided and maintained by the Contractor. The policy
shall be written on an occurrence basis either in a single policy or in a combination
of underlying and umbrella or excess policies.
If the Commercial General Liability form (ISO Form CG 0001 current edition) is
used:
Coverage A shall include premises, operations, products, and completed
operations, independent contractors, contractual liability covering this
contract and broad form property damage coverage.
· Coverage B shall include personal injury.
· Coverage C, medical payments, is not required.
If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition
and ISO Form GL 0404) is used, it shall include at least:
Bodily injury and Property Damage Liability for premises, operations,
products and completed operations, independent contractors and property
damage resulting from explosion, collapse or underground (XCU)
exposures.
Broad form contractual liability (preferably by endorsement) covering this
contract, personal injury liability and broad form property damage
liability.
IX] Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability insurance with Combined
Single Limits (CSL) of not less than $5oo.o00 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 requkement shall be in the form of a policy endorsement for:
· any auto, or
· all owned, hired and non-owned autos.
[ X] Workers Compensation Insurance
Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to
meeting the minimum statutory requirements for issuance of such insurance, has Employer's
Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a
$500,000 policy limit for occupational disease. The City need not be named as an "Additional
Insured" but the insurer shall agree to waive all rights of subrogation against the City, its
officials, agents, employees and volunteers for any work performed for the City by the Named
Insured. For building or construction projects, the Contractor shall comply with the provisions
of Attachment 1 in accordance with §406.096 of the Texas Labor Code and role 28TAC
110.110 of the Texas Worker's Compensation Commission (TWCC).
[]
[]
[]
[]
[]
Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all times during the prosecution of the
work under this contract, an Owner's and Contractor's Protective Liability insurance policy
naming the City as insured for property damage and bodily injury which may arise in the
prosecution of the work or Contractor's operations under this contract. Coverage shall be on an
"occurrence" basis, and the policy shall be issued by the same insurance company that carries
the Contractor's liability insurance. Policy limits will be at least combined bodily injury
and property damage per occurrence with a aggregate.
Fire Damage Legal Liability Insurance
Coverage is required if Broad form General Liability is not provided or is unavailable to the
contractor or if a contractor leases or rents a portion of a City building. Limits of not less than
each occurrence are required.
Professional Liability Insurance
Professional liability insurance with limits not less than per claim with respect to
negligent acts, errors or omissions in connection with professional services is required under
this Agreement.
Builders* Risk Insurance
Builders' Risk Insurance, on an All-Risk form for 100% of the completed value shall be
provided. Such policy shall include as "Named Insured" the City of Denton and all
subcontractors as their interests may appear.
Additional Insurance
Other insurance may be required on an individual basis for extra hazardous contracts and
specific service agreements. If such additional insurance is required for a specific contract, that
requirement will be described in the "Specific Conditions" of the contract specifications.
ATTACHMENT 1
[xl
Worker's Compensation Coverage for Building or Construction Projects for
Governmental Entities
A. Definitions:
Certificate of coverage Ccertificate")~A copy of a certificate of insurance, a
certificate of authority to self-insure issued by the commission, or a coverage
agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory
workers' compensation insurance coverage for the person's or entity's employees
providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the
project until the contractor's/person's work on the project has been completed and
accepted by the governmental entity.
Persons providing services on the project ("subcontractor" in §406.096) - includes
all persons or entities performing all or part of the services the contractor has
undertaken to perform on the project, regardless of whether that person contracted
directly with the contractor and regardless of whether that person has employees·
This includes, without limitation, independent contractors, subcontractors, leasing
companies, motor carriers, owner-operators, employees of any such entity, or
employees of any entity which furnishes persons to provide services on the project.
"Services" include, without limitation, providing, hauling, or delivering
equipment or materials, or providing labor, transportation, or other service related
to a project. "Services" does not include activities unrelated to the project, such as
food/beverage vendors, office supply deliveries, and delivery of portable toilets..
The contractor shall provide coverage, based on proper reporting of classification
codes and payroll mounts 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 providing services on the project, for the duration of
the project.
C. The Contractor must provide a certificate of coverage to the governmental entity
prior to being awarded the contract.
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.
The contractor shall obtain from each person providing services on a project, and
provide to the governmental entity:
(1)
a certificate of coverage, prior to that person beginning work on the project,
so the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(2)
no later than seven days after receipt by the contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project.
The contractor shall retain all required certificates of coverage for the duration of
the project and for one year thereafter.
The contractor shall notify the governmental entity in writing by certified mail or
personal delivery, within 10 days after the contractor knew or should have known,
of any change that materially affects the provision of coverage of any person
providing services on the project.
The contractor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all
persons providing services on the project that they are required to be covered, and
stating how a person may verify coverage and report lack of coverage.
The contractor shall contractually require each person with whom it contracts to
provide services on a project, to:
(1)
provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401.011(44) for all of
its employees providing services on the project, for the duration of the
project;
(2)
provide to the contractor, prior to that person beginning work on the project,
a certificate of coverage showing that coverage is being provided for all
employees of the person providing services on the project, for the duration of
the project;
(3)
provide the contractor, prior to the end of the coverage period, a new
certificate of coverage showing extension of coverage, if the coverage period
shown on the current certificate of coverage ends during the duration of the
project;
(4) obtain from each other person with whom it contracts, and provide to the
contractor:
(a) a certificate of coverage, prior to the other person beghnning work on
the project; and
Co)
a new certificate of coverage showing extension of coverage, prior to
the end of the coverage period, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the
project and for one year thereafter;
(6)
notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the person knew or should have known, of any
change that materially affects the provision of coverage of any person
providing services on the project; and
(7)
contractually require each person with whom it contracts, to perform as
required by paragraphs (1) - (7), with the certificates of coverage to be
provided to the person for whom they are providing services.
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
mounts, and that all coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self-insured, with the commission's Division
of Self-Insurance Regulation. Providing false or misleading information may
subject the contractor to administrative penalties, criminal penalties, civil penalties,
or other civil actions.
The contractor's failure to comply with any of these provisions is a breach of
contract by the contractor which entities 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.
Time: 11:39 AM To: P&yne, Page: 002-005
C_OJ . CERTIFICATE OF LIABILITY INSURANCE I
~Ro~uc~ (940)382-9691 'FAX (940)243-1050 THIS CERTIFICATE IS ISSUED AS A MATT'ER OF INFORMATION
Racy & K~ ng Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
;10 No,'ch I-~ ; ALTER THE COVERAGE AFFORDEO ~Y THE POLICtES BELOW.
Denton, TX 76205
~u,~o 3agoe Pub] tc Coepany, Z~c,/// ..~ ~^:iN?JRERSPhoen~xAFFORDINGInsuranceCOVERAGE 2~625NAIC #
B~11 Cheek~,~C~% msuR~Ra; Travelers [nsuranc~'C°. 393S7
~ ~: .... "'
COVERAGES
THE POLiCiES OF INSURANCE LISTED bELOW HAVE 13EEN tSSUEU i O T~5 I~'UR~O N~EO A~OVE FOR THE POLLY PERIOD ~DICA~ ED.
~IE8. AGQRE~ L~I~ SHOWN ~Y ~ B~ ~EO SY PNO C~.
.~ ,~,~ ~ CAP491D2293 ~ 10/01/02 10/01/03' ~~.. ~,000.000
~c~~ DH~P4920370 I0/01~2 10/01/2~3 ~c~c~ ~ S~O~OOC
w~c~ UB49ZD373* '10/01/ZO02 10/01~3' J~r~J
:e~t~f~cate holdeP ~s i~st~ as ~dd~tlona~ ~nsu~.
H~3028 SHncer Road Paviflg, Drainage and H~ter l~rov~nts/
Waiver of subrogation in favor of Ci~ of Denton on Workers Comp./
CERTIFICATE HOLDER CANCELLATION
Said policy shall not be cancelled,nonreneved
or ~atarially changed ~i~hou~ ~O~ys ~dvanced
Cit~ of ~nton, its Offlct~ts, ~tC~otice being given to the o~er (City)
E~IOy~s a~ Volunt~es/ ~pt?hen. :he policy ts being c~celled for
9018 T~as Strut ~npa~nt t~n:j~.~ys uoCtce.retu~ed
~nt~, ~ 76201 ~~~ P~ ~ ,,
ACORO 2~ (2~1~) ~ . v ~ C~T~N 1aSR
7/15/0~ Time: ll:3_~_A~ To: p&yns,
~[ ~' 7- Pa, ge: 003-005
IMPORTANT
If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must be endorsed, A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of ~3e policy, certein policies may
require an endorsement. A statement en this certificate does not confer rights to the certificate
holder In lieu of such endomement(s).
DISCLAIMER
The Certificate of insurance on the reverse side of this form does not cons~tute a Contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, mr does ff
affirmatively Or negatively amend, extend or alter the coverage affomled by the policies listed thereon.
Item Estimated
No. Quantity
ADDENDUM NO. 2
SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS
CITY OF DENTON
Description of Items With Bid Unit
Unit Prices Written in Words Price
Total
Amount Bid
Paving Improvements
1 1 L.S.
2 15,300 C.Y.
3 4,200 C.Y.
4 4,200 C.Y.
5 2,158 L.F.
6 7,870 S.F.
Prepare Right-of-Way,
for the sum of .,/
7z~.~ --~-,,~/~'~'l~/~llars
and' ~ Cents
per lump sum.
Unclassified Street Excavation,
for the sum of
· ~ ~,~ Dollars
and .~:~r/~/, Cents
per cubic~jard.
Borrow, complete in place,
for the sum of
and ~/'~
per cubic yard.
Dollars
Cents
Earthen Embankment, complete in place,
for the sum of
~-~,~o Dollars
and ~ ~?/~ Cents
per culs~c yard.
Remove Conc. Curb & Gutter,
for the sum of
-/-~ Dollars
and '7.~ ~'~, Cents
per linear foot.
Remove Concrete Driveway,
for the sum of
Dollars
and Z.,~,"o Cents
per square foot.
$. '7, co
P-3
Item
No.
SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS
CITY OF DENTON
Estimated
Quantity
Description of Items With Bid Unit
Unit Prices Written in Words Price
Total
Amount Bid
7
8
10
11
12
6,379 S.F.
4,206 S.F.
35,749 S.Y.
490 TON
34,330 S.Y.
12,855 L.F.
Remove Concrete Sidewalk,
for the sum of
~ Dollars
and ./~ r'~ Cents
per square foot.
Remove Asphalt Driveway,
for the sum of
Dollars
and -2.~'o Cents
per square foot.
6" Stabilized Subgrade,
complete in place, for the sum of
Dollars
and -~.~,'o Cents
per square yard.
Lime for Stabilization,
complete in place, for the sum of
/-J;'~-'f;~ Dollars
and -' ?..~, Cents
per ton.
8" Reinforced Concrete Pavement,
complete in place, for the sum of
~-~,P6., ~./..~" Dollars
and J ~.-r~d/.--rj. Cents
per square yaro.
6" Integral Concrete Curb,
complete in place, for the sum of
.,Cr.,.,~_ Dollars
and 'z~r-u Cents
per linear foot.
$ c)O. O0
$
P-4
Item
No,
SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS
CITY OF DENTON
Estimated
Quantity
Description of Items With Bid Unit
Unit Prices Written in Words Price
Total
Amount Bid
13
14
15
16
17
18
13,977
3,214
1,768
96,238
17
7,632
6" Reinfomed Conc. Driveway
Approach & Transition,
complete in place, for the sum of
Dollars
and [~,,¢~.,,/ Cents
per square foot.
6" Asphalt Driveway Transition,
complete in place, for the sum of
Dollars
per squareffoot.
Cents
6" Gravel Driveway Transition,
complete in place, for the sum of
-/-'j,_,~,,z. Dollars
and ?.~/'o Cents
per square foot.
8' Wide Reinforced Concrete Sidewalk,
complete in place, for the sum of
.~-~o Dollars
and ~'~'b ~¢-~_.. Cents
per squar~ foot.
EA.
A.D.A. Handicap Ramp Including
Reinforcing Steel, complete in place,
for the sum of
:~,'-/-/,,,.,J~'.c~' Dollars
and ~,,-o Cents
per each.
6" HMAC Pavement Transition,
complete in place, for the sum of
,~;~-~- Dollars
and' ~ Cents
per square yard.
$
P-5
Item
No.
SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS
CiTY OF DENTON
Estimated
Quantity
Description of Items With Bid Unit
Unit Prices Written in Words Price
Total
Amount Bid
19
2O
21
22
23
24
435 S.Y.
1 L.S.
11 EA.
12 EA.
378 L.F.
1 L.S.
Temporaw 4" HMAC Paving,
complete in place, for the sum of
~; x~---- Dollars
and Z~-,"o Cents
per square yard.
Pavement Markings & Traffic Buttons,
complete in place, for the sum of
4~,...~,,~ Dollars
and 7J-.~',. Cents
per lump sum.
Furnish & Install Traffic Signs,
complete in place, for the sum of
-,h,,.,~/,,,,~,~.,~ ~,-'wh~,'~ Dollars
and f.~'~, ~ Cents
per each.
Install Pull Box, complete in place,
for the sum of
· ¢',~./~,~, .~r~(~ ./%,.~-j, Dollars
and ?-~ ,'¢ Cents
per each.
4" PVC Electrical Conduit,
complete in place, for the sum of
-~/"~-J,--~- Dollars
and ~,"., Cents
per linear foot.
Traffic Signal Modification @ Loop 288,
for the sum of
~-../'Z.~,~ ~,,.-.~ Dollars
and z~,,,~ Cents
per lump sum.
$ ,2, 9/5',c
P-6
Item
No.
SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS
CITY OF DENTON
Estimated
Quantity
Description of Items With Bid Unit
Unit Prices Written in Words Price
Total
Amount Bid
25
26
424 LF.
127 L.F.
6" Concrete Curb Along Ped/Bike Path,
complete in place, for the sum of
~¢.-- 0~o1~/'~ Dollars
and .~'..~,/ Cents
per linear~foot.
Sidewalk Fill Wall & Welded Steel Handrail,
complete in place, for the sum of
o,t,~ (,-,-,,,~/,~,~,c,~,~ -J,*',,~ Dollars
and Z~-~"~ Cents
per linear foot.
Sub-Total Paving Improvements $ //j*~,~o~/,~'-
P-7
Item Estimated
No. Quantity
SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS
CITY OF DENTON
Description of Items With Bid Unit
Unit Prices Written in Words Price
Total
Amount Bid
Storm Drain Improvements
1 10 EA.
2 1 EA.
3 2 EA.
4 7 EA.
5 30 L.F.
6 2 EA.
Uncover Exist. Utility Line to Verify Any
Conflicts With Proposed Storm Drain
Improvements, for the sum of
~,-/~J-'/t~uJr¢~ Dollars
and Z.E, fo Cents
per each.
20' Recessed Curb Inlet,
complete in place, for the sum of
,/4~'~'~, ~,-,~_ ~r~ Dollars
and ] '~/',~ Cents
per each.
15' Recessed Curb Inlet,
complete in place, for the sum of
~-~,v~. ~,.~.- ~ Dollars
and -J z~,-~, Cents
per each.
10' Recessed Curb Inlet,
complete in place, for the sum of
~,-,,~. _,~,,,/- ~.~/,~ Dollars
and '~----~ Cents
per each.
18" Wide Trench Drain,
complete in place, for the sum of
~ A.~ ~P--~_.~ Dollars
and ?-~"o Cents
per linear foot.
4' x 4' Drop Inlet w/Concrete Apron,
complete in place,.for the sum of
~'~,..~.4-.y.,~/~.~ A.~V/~..~ Dollars
and 7_e/-,~ Cents
per each.
P-8
Item
No.
SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS
CITY OF DENTON
Estimated
Quantity
Description of Items With Bid Unit
Unit Prices Written in Words Price
Total
Amount Bid
7
9
10
11
1 L.S.
1 L.S.
338 L.F.
70 C.Y.
64 L.F.
Three Barrel 10' x 7' Cast-in-Place Reinfomed
Concrete Box Cutvert, Including Skewed
Parallel Wings, Excavation & Backfill,
complete in place, for the sum of
~. ~,-,..~ J,-~ ,.,~ Dollars
a~ ~ ?~¢'~ Cents
per lump sum.
Four Barrel 8' x 8' Cast-in-Place Reinfomed
Concrete Box Culvert, Including Non-Skewed
Parallel Wings, Excavation & Backfill,
complete in place, for the su~ of~j[
and ~.,/~> Cents
per tump sum. $
Install PVC Coated Chainlink Fence on
Box Culvert Headwall, complete in place,
for the sum of
¢-J/',-,.~. Dollars
and ~__,,~'c) Cents
per linear foot.
Install Reinfomed Concrete Apron with
Toewalls, Including Excavation and
Backfill, compl. In pl., for the sum of
~ J-.,~ ~ ~ b~_~ ~'-~o--,Y~ .~,.,e~Dollars
and 2_e.~c, J Cents
per cubic yard.
54-Inch Class III Reinforced Concrete
Pipe Including Excavation, Backfill and
Type I Embedment,
complete in place, for the sum of
~ ~.~4.,-~ ~,/-~'7 ~'~J~ollars
and Z,~,--~ '-' Cents
per linear foot.
s
P-9
Item
No.
SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS
CITY OF DENTON
Estimated
Quantity
Description of Items With Bid Unit
Unit Prices Written in Words Price
Total
Amount Bid
12
13
14
15
16
631
%016
29
297
709
48-Inch Class III Reinforced Concrete
Pipe Including Excavation, Backfill and
Type I Embedment,
complete in place, for the sum of
~5~,-~/c~,.~J ~.. Dollars
and ~..~/~ Cents
per linear foot.
42-Inch Class III Reinforced Concrete
Pipe Including Excavation, Backfill and
Type I Embedment,
complete in place, for the sum of
C".~f].~ .- ~_.,-,~,-~ Dollars
ano --7.~- Cents
per linear foot.
36-Inch Class III Reinforced Concrete
Pipe Including Excavation, Backfill and
Type I Embedment,
complete in place, for the sum of
$~,-~ ~- ,"~. Dollars
and Z.~/~ Cents
per linear foot.
30-1nch Class III Reinforced Concrete
Pipe Including Excavation, Backfill and
Type I Embedment,
com~plete in place, for the sum of
-~ ~:-~-~/, -~"z.~ Dollars
and ~/-~ Cents
per linear foot.
27-Inch Class III Reinforced Concrete
Pipe Including Excavation, Backfill and
Type I Embedment,
con~plete in place, for the sum of
~'~/..~ ~_~¢ Dollars
and ¢~,--~. Cents
per linear foot.
$ 3,731, 0
P-10
Item
No.
SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS
CITY OF DENTON
Estimated
Quantity
Description of Items With Bid Unit
Unit Prices Written in Words Price
Total
Amount Bid
17
18
19
20
21
237 L.F.
899 L.F.
71 L.F.
1 EA.
3 EA.
24-Inch Class III Reinfemed Concrete
Pipe Including Excavation, Backfill and
Type I Embedment,
co_rnplete in place, for the sum of
-~ 0 ~"~-~ Dollars
and --' "~z~'~ Cents
per linear foot.
18-Inch Class Ill Reinforced Concrete
Pipe Including Excavation, Backfill and
Type I Embedment,
complete in place, for the sum of
1/~ ~'J,ff ~ '/-/~. Dollars
and ~zz/~, Cents
per linear foot.
18-Inch Class IV Reinforced Concrete
Pipe by Boring Including Pressure Grout,
complete in plac. e, for the sum of
-fZ.,,-~-,,¢.~/~'~',~_.~ Dollars
and 2.Z~"~, Cents
per linear foot.
6' x 5' Reinforced Concrete
Junction Box Including Excavation,
Backfill and Embedment,.
complete in place, for the sum of
-~'/.-/~-- ~',/-~'J~',~' Dollars
and z.~/,:, Cents
per each.
6' x 6' Reinforced Concrete
Junction Box Including Excavation,
Backfill and Embedment,
complete in place, for the sum of
.~,~ ~.~- '~,L,~---5 ~ Dollars
and t.~--~> Cents
per each.
$33.0o
P-11
Item
No.
SPENCER ROAD PAVING, DRAINAGE &WATERIMPROVEMENTS
CITY OFDENTON
Estimated
Quantity
Description of Items With Bid Unit
Unit Prices Written in Words Price
Total
Amount Bid
22
23
24
25
26
27
2 EA.
5 EA.
1 L.S.
EA.
2 EA.
380 L.F.
5' x 5' Reinfomed Concrete
Junction Box Including Excavation,
Backfill and Embedment,
complete in place, for the sum of
./-J,.r~'~,. ~ J,~.,.~-8 f'~.~ Dollars
and / ~¢,'¢ Cents
per each.
4' x 4' Reinfomed Concrete
Junction Box Including Excavation,
Backfill and Embedment,
complete in place, for the sum of
-/'~ .~.~./~,-/,.~,.u-.~ ~, ~-h. Dollars
and '~ ~-~'~ J Cents '
per each.
Reinfomed Concrete Sloped Headwall for
2-18" RCP, compl, in pl., for the sum of
~r,-J..~.~. ~C,,,.~ ,,',,~ Dollars
an~d Z~/'~. Cents
per lump sum.
Type II Concrete Safety End Treatment
for 2-24" RCP, compl, in pl., for the sum of
~ ,~--~.~/w. ~ ~ //. ¢ ~ Dollars
and ~..~f~ Cents
per each.
Type II Concrete Safety End Treatment
for 24" RCP, compl, in pl., for the sum of
5'~,*-/-,-,~,~/~ Dollars
and "Z~,"~ Cents
per each,
Grade Ditch to Drain,
complete in place, for the sum of,
.~.~,.~_ Dollars
and z.~_~o Cents
per linear foot.
P-12
Item
No.
SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS
CITY OF DENTON
Estimated
Quantity
Description of Items With Bid Unit
Unit Prices Written in Words Price
Total
Amount Bid
28
29
3O
31
32
33
1 EA.
4,191 L.F.
919 C.Y.
254 C.Y.
561 L.F.
1 L.S.
Adjust Exist. Storm Drain Manholes to Final
Grade, complete in place, for the sum of
~-/--,~e, ["~,,~,-~r,~ Dollars
and ?..~/',, Cents
per each.
Trench Safety Systems for Storm Drain
Line Installation (Greater than 5' deep),
complete in place, for the sum of
0/,-~ Dollars
and Z~./'o Cents
per linear foot.
Unclassified Channel Excavation,
complete in place, for the sum of
.~_,,~' Dollars
and ~ Cents
per cubic yard.
Furnish & Install Gabions,
complete in place, for the sum of
~,~'.,.~, Dollars
and "?~J'o Cents
per cubic yard.
Remove & Dispose Existing Storm Drain
Pipe and Culvert Pipe, for the sum of
dl"~',--- Dollars
and -?_.,~'~. Cents
per linear foot.
Remove & Dispose Existing Culvert
Headwalls & Aprons, for the sum of
/-~e,~'~7 ~;,~_ ),-z~-~/,-,~/ Dollars
and ~,-o Cents
per lump sum.
Sub-Total Storm Drain Improvements $ ~O~ ~G~. CO
P-13
Item Estimated
No. Quantity
SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS
CITY OF DENTON
Description of Items With Bid Unit
Unit Prices Written in Words Price
Total
Amount Bid
Utility Improvements
1 2
EA.
2 535 L.F.
3 129 L.F.
4 4 EA.
5 3 EA.
6 1 EA.
Remove & Salvage Existing Fire Hydrant
& Gate Valve, for the sum of
f-r ~r. A-~-~'/,¢~ Dollars
and 7.~o Cents
per each.
8" PVC Water Pipe (DR18, Class 150),
complete in place, for the sum of'
.~O~.~'.~ Dollars
and 'z~o Cents
per linear foot.
6" PVC Water Pipe (DR18, Class 150),
complete in place, for the sum of
¢~',d.,r~.,~-~ Dollars
and J --z~f~ Cents
per linear foot.
8" Gate Valve and Valve Box,
complete in place, for the sum of
~.~/~J,d./~A, Dollam
and -~..,% J Cents
per each.
6" Gate Valve and Valve .Box,
complete in place, for the sum of
-~-,-~_/-~.~'.~ .(,~'~,,,~ Dollars
and -~_~._.-.~ J Cents
per each.
8"x8" Tapping Sleeve & 8" Tapping Valve,
complete in place, for the sum of
.~ _~..~..~ ~.,.~ Doflars
and ;~.,~/'~ Cents
per each.
$
oo
P-14
Item
No,
SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS
CITY OF DENTON
Estimated
Quantity
Description of Items With Bid Unit
Unit Prices Written in Words Price
Total
Amount Bid
7
8
10
11
12
2
2,477
30
6
EA.
EA.
LBS.
EA.
EA.
EA.
8"x6" Tapping Sleeve & 6" Tapping Valve,
complete in place, for the sum of
.l-.~P,-z.~ A ~-~-~0 Dollars
and '~,¥ Cents
per each.
Furnish Fire Hydrant Assembly to be
Installed by City, for the sum of
~ ~(-~ ~ ,~¢,A ~;'-f~'¥ Dollars
and 7-~.~" ~ Cents
per each.
Furnish & Install Ductile Iron Fittings,
complete in place, for the sum of
~...~ ~ Dollars
and _/'~ ~, Cents
per pound'.
Adjust Exist. Water Valve to Final Grade,
complete in place, for the sum of
.,/-~ ~_ /..,,,,-~/~ Dollars
and Z.~,/~ Cents
per each.
Adjust Exist. Fire Hydrant to Final Grade,
complete in place,, for the sum of
~,.~, ~b-.~:~-~r~/.~ Dollars
and 7~'~ / Cents
per each.
Install New 1" Water Service &
Transfer Water Service to Meter,
complete in place, for the sum of
and X~¢~'o Cents
per each.
$ ~', 0OC~, bo
P-15
Item
No.
SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS
CITY OF DENTON
Estimated
Quantity
Description of Items With Bid Unit
Unit Prices Written in Words Price
Total
Amount Bid
13
14
15
16
17
18
6 EA.
97
170
204
EA.
EA.
Relocate Exist. Water Meter & Install New
Water Meter Box,
co~mplete in place, for the sum of
~-~,.~ (,,.-.~b-~0 Dollars
and 'z~'o Cents
per each.
$
Relocate Exist. Air Release Valve,
complete in place, for the sum of
~fJ.~ J,~'e~t Dollars
an~] Zz,,',~ Cents
per each.
$ oObO. 0o
2,000 PSI Concrete Encasement,
complete in place, for the sum of
1Lt~],~e~ Dollars
and ~-.,~'c, Cents
per linear foot.
Trench Safety Systems for Water Line
installation (Greater than 5' deep),
complete in place, for the sum of
a-.e_ ' Dollars
and Z~,"P Cents
per linear foot.
Lower Exist. Water Line 2' Below Proposed
Structures, compl, in pl., for the sum of
-/'J' ~ "~ ~/~',-'c Dollars
and ~.,,'p Cents
per linear foot.
Proposed Water Main Crossing per City
Detail W301, compl, in pl., for the sum of
,/~z~ ~-.~ ~,-~ Dollars
and ~.~,,'c, Cents
per each.
$ ,~0~ O~
P-16
Item
No.
SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS
CITY OF DENTON
Estimated
Quantity
Description of Items With Bid Unit
Unit Prices Written in Words Price
Total
Amount Bid
19
2O
21
22
23
24
2,322
4,860
64
EA.
EA.
LBS.
18" Reclaimed Water Pipe (DR-18, Class150),
complete in place, for the sum of
~¢f~ Dollars
and ~r~, Cents
per linear foot. $ /--/(;;).CD
18" Double Disc Gate Valve & Valve Vault,
complete in place, for the sum of
~,/'~"~ -/-~.~-,~,.,,~ Dollars
and ~_~f,, Cents
per each.
$
6" Combination Air Valve & Valve Vault,
complete in place, for the sum of
~ L4-' ~ Dollars
an~ ~.~,'o Cents
per each.
$ ~, Oo,,,O-~
18" Ductile Iron Fittings,
for the sum of
.~L.~.~- Dollars
and ~_x'o Cents
per pound.
2,000 PSI Concrete Encasement,
complete in place, for the sum of
.,C,..,~,~ Dollars
and Z.--~ Cents
per linear foot.
$
Abandon Exist. 18" Reuse Water Line,
for the sum of
$;Y~ J"/'~s ~ Dollars
and ~,,'o Cents
per lump sum.
Sub-TotalWater Improvements $ ~ ~'7~,, ~'~
P-17
Item Estimated
No. Quantity
SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS
CITY OF DENTON
Description of Items With Bid Unit
Unit Prices Written in Words Price
Total
Amount Bid
Miscellaneous Improvements
1 1 L.S.
2 22,388 S.Y.
3 625 S.Y.
4 20 EA.
5 3,741 L.F.
6 213 L.F.
Parkway/Yard Restoration with Topsoil,
complete in place, for the sum of
,~.~ ~-~v.~m~-, Dollars
and 'Z~,-~ Cents
per lump sum,
Solid Sod with Bermuda and/or
St. Augustine Grass,
complete in place, for the sum of
1H~,,.~o Doltars
and .F~'.-.~. ~ Cents
per squareIyard.
Hydmmulch Seeding,
complete in place, for the sum of
~,.-',~ Dollars
and ..~;-~/~,. Cents
per square/yard.
Furnish & Install Two (2") Caliper Tree,
complete in place, for the sum of
o,,.~/.-u-,,~ ~-.~, .,~'. ,~: Dollars
and 7.,~.,/'~ J ! Cents
per each.
Remove Exist. Fence,
complete in place, for the sum of
¢u.~, Dollars
and ~, -(:¢-~ Cents
per linear foot,
Install 6' High Chainlink Security Fence With
3-Strands of Barb Wire on Top,
complete in place, for the sum of
/'~.~._~ Dollars
and ~ ~f~-,,-...--.~' Cents
per linear foot. $/4~, ~/~-
$ cs'
P-18
Item
No.
SPENCER ROAD PAVING, DRAINAGE & WATER iMPROVEMENTS
CITY OF DENTON
Estimated
Quantity
Description of Items With Bid Unit
Unit Prices Written in Words Price
Total
Amount Bid
8
9
10
11
12
2,166
84 L.F.
125
Install 5' High Chainlink Fence,
complete in place, for the sum of
~.";,~W' Dollars
and "Z~,'~ Cents
per linear foot.
Install 5-Strand Smooth Wire Fence,
complete in place, for the sum of
~/-~_~ ~ Dollars
and ,5'i','~' ~.c,.L,t Cents
per
install 5' High Wire Fence With Wire
Mesh & 2-Strands of Smooth Wire on Top,
complete in place, for the sum of
.~'T'~- Dollars
and .,~.,~_...,,~ jO, ~- Cents
per linear foo~.
Mobilization, for the sum of
¢,,~/~,¥.~,~/-/~ ,-,( Dollars
and .~ ,,.,~ Cents
per lump sum.
L.S. Barricades, Signage and Traffic Control,
.,[~¢.h~for the sum of ~
and Z~,-,, Cents
per lump sum.
L'.S. Erosion Control;
complete in place, for the sum of
-~e,-.-#,-"~'~,..//,+..,~.~/e?t.~b~ ~ Dollars
and ?.~,-o Cents
per lump sum.
P-19
Item
No.
SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS
CITY OF DENTON
Estimated
Quantity
Description of Items With Bid Unit
Unit Prices Written in Words Price
Total
Amount Bid
13
14
2 EA.
2,470 L.F.
Project Sign,
complete in place, for the sum of
J¢'~¢.~ Dollars
and Z.t.~'o Cents
per each.
Install Temporary Fence,
complete in place, for the sum of
Dollars
and ~.~.~O Cents
per linear foot.
Sub-Total Miscellaneous Improvements
P - 20
SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS
CITY OF DENTON
Item Estimated Description of Items With Bid Unit Total
No. Quantity Unit Prices Written in Words Price Amount Bid
Alternate Improvements
The selection of the following Alternates shall be invoked at the sole discretion of the Owner. The
materials and methods of construction involved shall be determined after the receipt, tabulation
and evaluation of bids.
1 49O TON
2 631 L.F.
3 1,016 L.F.
Cement for Stabilization,
complete in place, for the sum of
~..~ ~z.-,.~.P,.~v_.~-,~,,~ Dollars
and '~.~/',. ~ Cents
per ton.
48-Inch Type 2 Aluminized Pipe Including
Excavation, Backfill & Type I Embedment,
complete in place, for the sum of
~, ~.,~_v. J'~,~ Dollars
and ~Jz.,~ Cents
per linear foot.
42-Inch Type 2 Aluminized Pipe including
Excavation, Backfill & Type I Embedment,
complete in place, for the sum of
5;:',~% ,,L~,~- Dollars
and ?z~,,', Cents
per linear foot.
$
4 29 L.F.
5 297 L.F.
36-Inch Type 2 Aluminized Pipe including
Excavation, Backfill & Type I Embedment,
complete in place, for the sum of
-~', ,('-~ Jr'~, Dollars
and z~--o Cents
per linear foot.
30-Inch Type 2 Aluminized Pipe Including
Excavation, Backfill & Type I Embedment,
com£1ete in place, for the sum of
-,~/~..,,d~ ~o.' Dollars
and ~,-~ Cents
per linear foot.
P - 21
Item
No.
SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS
CITY OF DENTON
Estimated
Quantity
Description of Items With Bid Unit
Unit Prices Written in Words Price
Total
Amount Bid
8
10
11
709 L.F.
237 L.F.
899 L.F.
2,166 L,F.
34,445 S.Y.
30,879 S.Y.
27-Inch Type 2 Aluminized Pipe Including
Excavation, Backfill & Type I Embedment,
complete in place, for the sum of
~r4,.~r47 ~,,~-,,.~ Dollars
and ~ Cents
per linear foot.
24-1nch Type 2 Aluminized Pipe Including
Excavation, Backfill & Type I Embedment,
complete in place, for the sum of
J-f~-...~ 4¢~ ,.~.- Dollars
and J~,-~ Cents
per linear foot.
18-Inch Type 2 Aluminized Pipe Including
Excavation, Backfill & Type I Embedment,
complete in place, for the sum of
J., .,J~-, a,~. ,-.~ Dollars
and J~¢_/~, Cents
per linear foot.
Install 5' High Welded Steel Pipe Rail
Fence With Home Wire Mesh,
complete in place, for the sum of
Dollars
and Z.~ Cents
per linear foot.
3" Thick Type "A" HMAC Incl. Prime Coat,
complete in place, for the sum of
.~,,.~_ Dollars
and ~..~.¢~. ~'4]-'~ Cents
per squire ~;drd. '~
4" Thick Type "A" HMAC Incl. Tack Coat,
complete in place, for the sum of
;~a~,~- Dollars
and ¢'c~.~ Cents
per square yard.
$
P - 22
Item
No.
SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS
CITY OF DENTON
Estimated
Quantity
Description of Items With Bid Unit
Unit Prices Written in Words Price
Total
Amount Bid
12
13
30,879 S.Y.
11,968 L,F.
2" Thick Type "C" HMAC Incl. Tack Coat,
complete in place, for the sum of
~(~-~ Dollars
and ~,'~, ~_. Cents
per squar~e yard.
6" Curb and 18" Gutter,
complete in place, for the sum of
~¢,_L~ Dollars
arr~l ../-~J,..~., ~*;,a~ Cents
per linear fod't.
P - 23
Item
No.
SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS
CITY OF DENTON
Estimated
Quantity
Description of Items With Bid Unit
Unit Prices Written in Words Price
Total
Amount Bid
RECAPITULATION OF BIDS:
Sub-Total Paving Improvements
Sub-Total Storm Drain Improvements
Sub-Total Utility Improvements
Sub-Total Miscellaneous Improvements
TOTAL AMOUNT BID
P - 24
BID SUMMARY
TOTAL BASE BID PRICE IN WORDS -F'c,~o
Alternate Bid Items: The alternate bid items may be added to the total base bid prior to
award of a contract. Award of the contract will be based on items actually included in the
Project. The decision to add the alternate items listed will be solely at the discretion of the
City. The lowest responsive Proposal for purposes of award shall be the conforming
responsible Bidder offering the lowest aggregate mount for the base bid plus those
alternate bid items providing the most features of the work as selected by the City. The
City may or may not choose to incorporate any or all of the alternate items listed in the
Proposal.
Total Working Days: Time is of essence for this project; therefore, Phase 1 (Brinker
Road to Loop 288) of Spencer Road shall be substantially completed and opened to traffic
.no later than September 30, 2003. The Bidder agrees to complete the remaining phases
(Phase 2 through Phase 7) within an additional
Working Days.
Project Site Visit: The undersigned has examined the location of the proposed work, the
plan drawings, specifications, and all other parts of these documents and is familiar with
the local conditions at the place where the work is to be performed.
Acknowledged:
Si~gna~'mre
Date Visited Site
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 proposed work shall be accepted, when fully completed and
finished in accordance with the plans and specifications, to the satisfaction of the Owner
and Engineer.
\\mpproj\proj ects\LDD~DEN02182\docs~specs\New Specs\Proposal.doc
P - 25
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 in words as shown for each item listed in this Proposal, shall
control over numeric prices and extensions.
Receipt is hereby acknowledged of the following addenda to the~and sp/eei)fications:
Addendum No. 1 dated ~'""//~,~--~3 Received'~---~'/"/ --
~'--/~"--O3 Received
Addendum No. 2 dated
Addendum No. 3 dated
Addendum No. 4 dated
Addendum No. 5 dated
Received
Received
Received
Printed Name & Title
Street Address
City, State, Zip
Telephone Number
Fax Number
\\tnpproj\proj eCls\LDD\DEN02182\docs\specs\New Specs\Proposal.doc
P - 26
Seal & Authokization
(If a Corporation):
\\mpproj\projects\LDD\DEN02182\docs\specs\New Specs\Proposal.doc
P - 27