Loading...
HomeMy WebLinkAbout1992-167ORDINANCE NO. 9 /9 9 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City has solicited, received and tabulated com- petitive 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 receiv- ed and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or im- provements described in the bid invitation, bid proposals and plans and specifications therein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION I. That the following competitive bids for the con- struction 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 be- ing the lowest responsible bids: BID NUMBER CONTRACTOR 1413 TRI-DAL EXCAVATION AMOUNT $ 63,856.00 SECTION II. That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, after notification of the award of the bid. SECTION III. That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Propos- als, and documents relating thereto specifying the terms, condi- tions, plans and specifications, standards, quantities and speci- fied sums contained therein. SECTION IV. That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council here- by authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto. SECTION V. That this ordinance shall become effective im- mediately upon its passage and approval. PASSED AND APPROVED this the &f�)day of OC4641A- 1992. BOB CASTLEBERRY, MA ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: APPRO tASO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY BY: PAGE 2 ALL0001F DATE: OCTOBER 6, 1992 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1413 - HOBSON LANE DRAINAGE RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, Tri-Dal Excavation in the amount of $63,856.00. SUMMARY: This bid is for the construction and installation of a 61X10'X60' box culvert on Hobson Lane. Also included in the bid price is all associated excavation, rip rap, guard rail and hand rails. The bid price is considerably below the original estimates for this project. Hobson will be closed for a time period of one to two weeks. During this time a foot bridge will be installed to allow pedestrian traffic to safely cross the site. BACKGROUND: Tabulation sheet, Memorandum from Jerry Clark, City Engineer. City of Denton Drainage FISCAL IMPACT: Funds for this drainage improvement project will come from bond funds, account #446-020-DRAN-9203-9108 current balance is $114,984.04. es/pe/ctful y ubmitte U Lloyd V . Harr 1 City Manager Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 300.aganda ouaw oww i ro H H a ro + ------p z � z� btj o W H H '3 -- l— 3 — h7— O--- O q O W �O C x o w o p w p CA w ti m z z � txl H n 1 x HL'i 0 x w H O a ;u H OH H 00 P ro i H W H N 0 z H z m u� cn H ro co Y.P. OF- 0 i H z cj cxj m N �'' co � O 0 0 tzj x Y H z O M En W -o W O O M 0 ol y b H 3ro vzi 3 W H O O — — — — — — — — — 4 C) C t=1 w a O [ z0 O N W w W H o 0 00 H N C H M dp K m OD w z O w �u O N H > o x z C 0 o z O O ro K N m 0 H z z z x H ti z N Ui — — — — — — — — — — — z z o z K vq m n z o z w d n z H 0 z 0 I CITY Fur,.., =C 1992 SEP 21 A.11 8: 14 CITY OI DENTON, TEXAS MUNICIPAL BUILDING / 215 E. McKINNEY / DENTON, TEXAS 76201 MEMORANDUM DATE: September 16, 1992 TO: Tom Shaw, Purchasing Agent FROM: Jerry Clark, City Engineer SUBJECT: Bid 1413 - Hobson Lane Culvert The low bidder on the project is Tri Dal Excavation & Utilities. Total bid price is $63,856.50 which is below our estimate, therefore is very acceptable. We have worked with the people managing including Phillip Hutchins and have been very satisfied with their work. Please award the contract to Tri Dal. The City will be providing a pedestrian bridge to insure school children will be able to safely cross the site if their parents do not route them around. Hobson will be shut down one to two weeks only as per the contract documents. If questions arise, please call. JeVy C r AEE001A9 8171566-8200 D/FW METRO 434-2529 CONTRACT AGREEMENT 1Z-\ ] STATE OF TEXAS COUNTY OF DENTON 0 THIS AGREEMENT, made and entered into this OCTOBER A.D., 1992 , by and between THE CITY OF DENTON day of of the County of DENTON and State of Texas, acting through LLOYD V. HARRELL thereunto duly authorized so to do, hereinafter termed "OWNER," and TRI DAL EXCAVATING & UTILITIES, INC. P.O. BOX 1773, GRAPEVINE, TEXAS 76051. of the City of and State of GRAPEVINE TEXAS termed "CONTRACTOR." , County of a �1 1 , hereinafter WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds bearing even date herewith, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID 4 1413 - HOBSON STREET DRAINAGE in the amount of $63,856.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes CA - 1 all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by STAFF all of which are made a part hereof and collectively evidence and constitute the entire contract. Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. AT T ST: CITY OF D NTON OWNER ATTEST: (SEAL) TRI DAL EXCAVATION & UTILITIES, INC. CONTRACTOR By Ti env (SEAL)' PERFORMANCE BOND STATE OF TEXAS BOND NO. 382-2094 COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That TRI-DAL EXCAVAT10N & UTILITIES, INC. , of the City of GRAPEVINE County of DALLAS , and State of TEXAS as PRINCIPAL, and UNIVERSAL SURETY OF AMERICA , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the THE CITY OF DENTON as OWNER, in the penal sum of SIXTY THREE THOUSAND AND EIGHT HUNDRED FIFTY SIX and no/100------------------- Dollars ($ 63,856.00 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 6 day of OCTOBER , 19 92 , for the construction of . BID # 1413 - HOBSON STREET DRAINAGE in the amount of $63.856.00 which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB - 1 A PROVIDED FURTHER, that if any legal action be filled upon this bond, venue shall lie in DENTON County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 19th day of October 19 92 . TRI DAL EXCAVATION & UTILITIES, INC. Principal By Title Address P. 0. Box 1773 (SEAL) UNIVERSAL SURETY OF AMERICA Surety qtt� Title Pauline L. Lesch Attorney -in -Fact Address:_ P. 0. Box 1150 Lewisville, Texas 75067 (SEAL) The name and address of the Resident Agent of Surety is: PCL Insurance Agency, Inc. 206 Elm Street, Suite 105, Lewisville, Texas 75057 NOTE: Date of Bond must not be prior to date of Contract. IMPORTANT NOTICE To obtain information or make a complaint: You may contact Sam Sicola, Vice President of Operations, whose direct dial number is 713-865-7017. You may also fax us information at 713-863-9439. You may also call Universal Surety of America's toll —free telephone number for information or to make a complaint at: 1-800-392-9697 You may also write to Universal Surety of America at: P.O. Box 701279, Houston, Texas 77270. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may also write the Texas Department of Insurance: P.O. Box 149104, Austin, Texas 78714-9104, Fax #512-475-1771. PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim you should contract the company first. If the dispute is not resolved you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. PAYMENT BOND STATE OF TEXAS § BOND NO. 382-2094 COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That TRI-DAL EXCAVATION & UTILITIES INC. of the City of GRAPEVINE County of DALLAS , and the State of TEXAS as principal, and UNIVERSAL SURETY OF AMERICA authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF DENTON , OWNER, in the penal slim of no SIXTY THREE THOUSAND EIGHT HUNDRED FIFTY SIX & /I oDollars ($_63,856.00 for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 6 day of OCTOBER 19 92 . BID a 1413 - HOBSON STREET DRAINAGE in the amount of $63,856.00 to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by the acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. lvz� Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 19th day of October 19 92 . TRI DAL EXCAVATION & UTILITIES, INC. Principal By Title Address: UNIVERSAL SURETY OF AMERICA Surety Title Pauline L. Lesch Attorney -in -Fact Address: P. 0. Box 1773 P. 0. Box 1150 Grapevine, Texas 76051 Lewisville, Texas 75067 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: PCL Insurance Agency, Inc. 206 Elm Street, Suite 105, Lewisville, Texas 75057 PB - 4 MAINTENANCE BOND THE STATE OF TEXAS § BOND NO. 382-2094 COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That TRI-DAL EXCAVATION & UTILITIES, INC. as Principal, and UNIVERSAL SURETY OF AMERICA a corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, a Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas, the sum of SIX THOUSAND THREE HUNDRED EIGHTY FIVE and 60/100------- Dollars ($ 6,385.60 ), ten (10%) percent of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and assigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said TRI-DAL EXCAVATIONS & UTILTIES, INC. has this day entered into a written contract with the said City of Denton to build and construct BID # 1413 - HOBSON STREET DRAINAGE which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporated herein by reference and made a part hereof as though the same were written and set out in full herein, and; WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in ryy- i accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said TRI DAL EXCAVATION & UTILITIES, INC. as Contractor and Principal, has caused these presents to be executed by and the said UNIVERSAL SURETY OF AMERICA as surety, has caused these presents to be executed by its Attorney -in -Fact Pauline L. Lesch and the said Attorney —in —Fact has hereunto set his hand this 19th day of October , 19 92 SURETY: UNIVERSAL SURETY OF AMERICA B Y : //orb Le) L✓ Pauline =,: Lesch Attorney -in --Fact PRINCIPAL: TRI DAL EXCAVATION & UTILITIES, INC. MB — 2 UNIVERSAL SURETY OF AMERICA 1812 Durham / Houston, Texas 77007 GPA 382 2094 For verification of the authority of this power you may telephone (713) 863-7788. Power of Attorney Valid Only If Last Four Digits Appear In Red GENERAL POWER OF ATTORNEY — CERTIFIED COPY Know All Men by These Presents, That UNIVERSAL SURETY OF AMERICA, a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Texas, does by these presents make, constitute and appoint Pauline L. L.esch Clem F. Lesch Don F. Cornell Joseph C. Newton of I .ewisville and State of Texas its true and lawful Attorney(s}in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver Rnnris not to exceed $250 000 unless such is accompanied by a letter of mithority signed by the President, Secretary or Executive Vice President of Tlniyersaf Surety of America. and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s}in-Fact may do within the above stated limitations, and such authority is to continue in force until June 30, 1994 Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of Universal Surety of America at a meeting held on the I Ith day of July, 1984. "Be It Resolved, that the President, any Vice President, Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company." "RESOLVED that the signature of any officer of the corporation, and the seal of the corporation may be affixed or printed by facsimile to any power of attorney of the corporation, and that such printed facsimile signature and seal shall he valid and binding upon the corporation." In Witness Whereof, Universal Surety of America has caused these presents to be signed by its President John Knox, Jr. __ and its corporate seal to be hereto affixed this 1st day of March , A.D., 19 90 UNIVERSA RE A pp• SyP[ty�py By: State of Texas `•.P%P Sohn nox,`Jr. President County of Harris On this Ist day of March , in the year, before me Wendy W. Stuckey a notary public, personally appeared John Knox Jr , personally known to me to be the person who executed the within instrument as President , on behalf of the corporation therein named and acknowledged to me that the corporation executed it. • P„ W 511 ZW P6 .`z {6` �„w ama•'F �� � < ovary Public I, the undersigned Secretary of Universal Surety of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in force and effect. GIVEN under my hand and the seal of said Company, at Houston, Texas, this 19th day of October 19 92 ^dam Secretary COMPLAINT NOTICE: Should any disputes arise regarding either your premium or a claim, contact Universal Surety of America at 1812 Durham, Houston, Texas 77007 or by calling (713) 863-7788. If the problem is not resolved you may also write the State Board of Insurance, P.O. Box 149091, Austin, Texas 78714-9091, Fax (512) 475-1771. This notice of complaint procedure is for information only and does not become a part or condition of this bond. Any instrument issued in excess of the penalty stated above is totally void and without any validity. CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below. It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract. Upon bid award, all insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid. Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted: o Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A. o Any deductibles or self -insured retentions shall be declared in the bid proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self -insured retentions with respect to the City, its officials, agents, employees and volunteers; or, the CI - 1 contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. o Liability policies shall be endorsed to provide the following: oo Name as additional insured the City of Denton, its .Officials, Agents, Employees and volunteers. oo That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability. o All policies shall be endorsed to provide thirty(30) days prior written notice of cancellation, non -renewal or reduction in coverage. o Should any of the required insurance be provided under a claims -made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. o Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. o Should any required insurance lapse during the contract term, requests for payments shall not be processed until evidence of reinstated co contract, effective as of th not reinstated, City may, < this agreement effective on originating after such lapse the City receives satisfactory verage as required by this a lapse date. If insurance is t its sole option, terminate the date of the lapse. SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: CI - 2 [X] General Liability Insurance: General Liability insurance with combined single limits of not less than 500,000 shall be provided and maintained by the contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: o Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverages. o Coverage B shall include personal injury. o Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least: o Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures. o Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. [X] Automobile Liability Insurance: Comprehensive or Business Automobile Liability insurance shall be provided by the Contractor with limits of not less than 300,000 per occurrence either in a single policy or in a combination of underlying and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of operation, maintenance or use of any auto, including owned, non -owned and hired automobiles and employee non -ownership use. (ISO Form CA 0001 Current Edition) [X] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for CI - 3 occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. CI - 4 Name Address of Agency: � City of Denton Refer and ,', AMERICAN PREMIER INSURANCE AGENCY,INC. Project Name: Project No.: Project Location: Hobson Street, Denton, Tx. 8111 LBJ' Freeway, Suite #555 Dallas, Texas 75251 Phona(214) 669-4086 Managing Dept: Name and Address of Insured: •-""-'"--""' ""—"." ............... TRI-DAL EXCAVATION & UTILITIES, INC. Companies Affording Coverage: A MICHIGAN MUTUAL INSURANCE COMPANY P.O. Box 1773 Grapevine, Tx. 76099 Phone B c This is to certify that: 1) Policies of insurance listed below have been issued and are in force at this time. 21 The City of Denton is listed as an additional insured as.to all applicable coverage. Company Expiration Limits of Liability Letter Type of Insurance Policy Number Date In Thousands f0001 Comprehensive General Liability Occurrence Bodily Injury ! • Occurrence A . Claims Made (see M4-Page CI-4) #MGGL-02 4-2-93 Property Damage ! 8837 Bodily Injury and Property Broad Form to Include: • Premises/Operations Damage Combined It 1,000 - Independent Contractors . Products/Completed Operations . Personal injury • Contractual Liability (see N3•Pege CI.4) - Explouion and Collapse Hazard - Underground Hazard . Liquor Liability Coverage . Fire Lngal Liability (see NS•Page CI-4) - Broad Form Property Damage ------ -------- ----------------------------------- Professional Errors/Omissions • occurrence • claims made (see 04-Page CI.4) Compithenaive Automobile Liability Bodily Injury/Person ! A . Ownod/Leased Automobiles #MG43-4- 4-2-93 --------- Bodily Injury/Accident ------------- ! --------- - Non-uwnsd Automobiles 791191 Property Dameps -II -__---__- • Hired Automobiles Bodily Injury/Property Damage ! 1,00C Combined A • Workers' C6mliansatlon and Employers' Liability //WC-078 4-2-93 Statuto Amount ! 500�/500/500 500, each accident 3636 - Owners' Pratsetiva Liability s Othsrinsuranee #MGCU-02 4-2-93 $ 2,000, Each Occu rence A "Commercial Umbrella Policy 87836 $ 2,000, Aggregate Description of operadens/LocatlonsiVehicles. Each policy shall require thirty 1301 days notice of cancellation, non -renewal, or material change in coverage. (See 82, Pepe CI-4). CITY OF DENTON. TEXAS PURCHASING AGENT 901•8TEXAS STREET DENTON, TEXAS 78101 October 20, 1992/sls DATEISSUED AV I A ORIZ .D REPRES ATI SEE DEFINITIONS ON PAGE CI-4 ATTACHED AAA0078F Ci-5 DEFWITIONS 1. ADDITIONAL INSURED: The City of Denton, its elected and appointed officials, officers and employees. (This does not apply to Worker's Compensation.) 2. NOTICE OF CANCELLATION: Each policy shall require that thirty (30) days prior to the cancellation, non -renewal, or any material change in coverage, a notice thereof shall be given to owner by certified mail. If the policy is cancelled for non-payment of premium only ten (10) days written notice to owner is required. 3. CONTRACTUAL COVERAGE: (Liability assumed by contract or agreement, and would not otherwise exist.) The contractual liability requirement shown on the reverse side of this Certificate of Insurance under Comprehensive General Liability, must include a definition of coverage broad enough to provide coverage for obligations assumed by the contractor in the referenced contract. This Certificate of Insurance is provided as required by the governing contract. 4. CLAIMS MADE POLICY FORM: Required period of coverage will be determined by the following formula: Continuous coverage for the life of the contract, plus one year (to provide coverage for the warranty period), and a extended discovery period for a minimum of five (5) years which shall begin at the end of the warranty period. 5. FIRE LEGAL LIABILITY: (Required in all contracts that involve the occupancy, construction or alteration of City -owned or leased facilities). Insurance is to cover buildings, contents (where applicable) and permanently installed equipment with respect to property damage to structures or portions of structures if such damage is caused by the peril of fire and due to the operations of the contractor. Limit of liability is to be a minimum of $500,000. 6. OWNER: The term owner shall include all authorities, boards, bureaus, commissions, divisions, departments, and offices of the owners, and individual members, employees, and agents thereof in their official capacities, and/or while acting on behalf of the owner. CI - 6 Hobson Lane Box Culvert BID NO. — PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT I UNIT PRICE F TOTAL 3-C Remove concrete rip rap and sidewalk 68 SY $ /S- /SY $ /, SP-42 Remove 72" CMP 80 LF $ / o!' /LF $ /'i6.0 ro SP-43 Remove and reinstall existinghandrail 2 EA $yam z /EA $ �CCj'�t SP-44 Remove brick drainage structure 1 EA $`l00 /EA $ y C� `` 8.11 Remove and reinstall existing guardrail 234 LF $ (2 0' /LF 3.3 Unclassified excavation 121 CY $ /p p1 /CY $ Z�r oc 3.7 Compacted fill 80 CY S /�`n /Cy S / 0y4.00 5.7-A 2" asphalt pavement (type A) 287 BY $ /SY $ 5.7-B 4'h" asphalt pavement (type A) 287 BY $ a' /BY /CI $ ,l.Cp 5.7-C 1h" asphalt pavement (type D) 287 SY $ /SY S $ >z /- 5.7-D 2" asphalt patch material (type D) 5 TON $ /TON C� $ , 3 2s.eo 8.15-A Concrete rip rap 195 SY $ 3S-u /BY $ 6,J2S GC 8. 15-B Dry rip rap type C 34 CY $ 60 /CY $ Z, CYO: or 7.4.5 Class A concrete 22 CY $ y," /CY $ SP-3 Reinforcing steel 2,579 LBS $ ,5p /LBS $ 8.3-A 4" concrete sidewalk 100 BY $ 25"✓c /BY $ 2, Mo 00 2.12.3.2 Pre -cast concrete 61X 10' box culvert 60 LF $ d yS- 01"/LF $..y / SP-2 Concrete'8aw cut 21 LF $ Gr± 7 /LF $ iY�.on SP-37 Excavation protection 60 LF $ /LF $�� 3.10.7 Hydromulch 1,150 BY $ _y rr /By $ yaz>.on SP-10 Rock Excavation 50 CY $ gyp, "% /CY $ SOU <a 1.21 Contractors warranties - LS $ � T,;� y/LS $ P - 3 Hobson Lane Box Culvert BID TABULATION SHEET BID NO. 1411 PO NO. ITEN DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 3.1 Preparation of right of way - LS $ 00c, v/LS $ j Ooa 00 8.1 Barricading, warning signs and detours - LS $ goo /LS $ / y�i0 SP-39 Project signs 1 EA $ jCrc> / /j $ 301.9.06 Total $ / $G3��.50 ior�ic tc. ,¢,rvt 36 35175' *3.10.3 Seeding 1,150 SY $ ,3 ;= /SY $3 ?95-,00 .. * This item may replace irem a.iu. i inyurumur—,) a� �••= a••y-••o-- P - 4 BID SUMMARY TOTAL BID PRICE IN WORDS-5 /x-r Y % HIZEE TNdys,f-Iyy /GrfT rX In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract. It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer. The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. Unit and lump -sum prices as shown for each item listed in this proposal, shall control over extensions. ' � �G G.YC`Q i�.1.-/C�✓ �'C!'; .� r: /c�S L��C CONTRACTOR _ BY Street Address Address ity and State Seal & Authorization (If a Corporation) e -z Telephone B - 1