Loading...
HomeMy WebLinkAbout1990-0602651L-3/3689 NO. '?d—e&oO 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 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 therefore; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION I. That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids: BID NUMBER CONTRACTOR AMOUNT 1080 Larry Manning $13,676.25 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 notifi- cation of the award of the bid. SECTIO14 III. That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein. SECTION IV. That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto. SECTION V. That this ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the Ll��day of , 1990. RAY STFAH4A ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: Aw APPROVED AS TO LEGAL FORM: DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY BY. PAGE 2 DATE: APRIL 17, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID# 1080 - CONCRETE WORK - MALONE STREET RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, Larry Manning, in the amount of $13,676.25. SUMMARY: This bid is for the concrete work associated with the reconstruction of Malone Street. The bid includes 1,775 feet of curb and gutter, 375 feet of sidewalk, 3 ramps, and 70 Square Yards of driveway replacement. The area covered is from University Drive to Linden. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Engineering, Street Department FISCAL IMPACT: Funds for this project will come from 1985 Street Bond Funds. Respec ll/y%submitted: v -Z Lloy Harrell City Manager Aproved Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 028.DOC H ----------------------- H I 3 C) m x H tri 0 x tlj C) x C�J z 0 r 0 m d I r 0 m co �3 z m H C) O z x �3 t1i H �3 tri d co II C) ro H n LZJ d z d H � t=i O O x x C=i N y o t�i H 0 o i r O H � r z� O H d �d zc 0 ------------- c C) t7 tsJ 0 > ni 0 �3 O y z z�z ---------------------------------- H c t1i C1 H O in rn O H C o x xd 0 0 — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON P C THIS AGREEMENT, made and entered into this 18th day of APRIL A.D., 1990 , by and between THE CITY OF DENTON of the County of DENTON and State of Texas, acting through LLOYD V. HARRELL thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and LARRY MANNING INC., 821 KINGS ROW DENTON, TEXAS 76201 of the City of DENTON , County of DENTON and state of TEXAS , Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That 'for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First part (OWNER), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: BID$ 1080 - CONCRETE WORK MALONE STREET 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 said construction, 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 all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore,as prepared by THE CITY OF DENTON TEXAS ENGINEERING STAFF , all of which are made a part hereof and collectively evidence and constitute the entire contract. CA - 1 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. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: (SEAL) LARRY MANNING. INC. Party of the Second Part, CONTRACTOR / nn By�JJlI1L�L�i1�1� %/l �2'.�?iLt.�ivc4 Title (SEAL) o�v CA - 2 BOND NO. TX-465392 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Larry Tanning Inc. of the City of Denton County of Denton and State'of Ty ,as principal, and Merchants Bonding Company (Mutual) authorized under the laws of the State of Texas to acC as surety on bonds for principals, are held and firmly. bound unto THE CITY OF DENTON TEXAS , in the penal sum Of THIRTEEN THOUSAND SIX HUNDRED SEVENTY SIX S 25/100 Dollars ($ 13,676.25 ) 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 City of Denton, dated the 18th day of APRIL , 19 90 , 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, for BID #1080 - CONCRETE WORK MALONE STREET. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform -said Contract and shall in all respects duly and faithfully observe and perform all and singular the covenants, 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 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 " it were copied at length herein. PB - 1 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or additionto the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings 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... IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 1!*t day of May 19 00 Larry Manning Inc. PRINCIPAL ByVUL", d4z' Title Sec. Address • 821 Kings Row Denton, TX 76201. Merchants Bondina Com`oanv _Pauline- Lesch" T itleAttorney-in-Fact`?+1J.+ Address: 206 Elm St., Suite -105 Lewisville, TX 75067-1150 The name and address of the Resident Agent of Surety is: PCL INSURANCE AGENCY, INC. 206 Elm St., Suite 105, P. O. Box 1150, Lewisville, TX 75067-1150 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS:. That Larry Manning Inc. of the City of Denton County of Denton , and the State of TX as Principal, and Merchants Bondi.nn Company (Mutual) 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, Texas, i-n the penal sum of THIRTEEN THOUSAND, -SIX HUNDRED SEVENTY SIX s. Dollars 4131676.25 ) for the payment whereof, - the said Principall a0nd 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. City of -Denton, dated the IRth day of APRIL 19, 90 , 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, for ' BID #1080 -.CONCRETE WORK MALONE STREET._. 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. . PH .. 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. 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. IN WITNESS WHEREOF, ,the said Principal and Surety have signed and sealed this instrument this 1st day of May -lg 90 Larry Mannino_ Inc. r?erchant,a Bonding C,nmpanv? (Mutual)Y���, PRINCIPAL SURETY i � a• r BY BY[ir2CG ' V au ine L esch - Title -Sec. Title Attorney-in-Fact`'r' Address: 821 Kings Row Address: 206 Elm St., Suite�1,05' Denton, TX 76201 Lewisville, TX 75067-1150 The name and address of the, Resident -Agent of Surety -is: .. PCL INSURANCE AGENCY, INC. 206 Elm St., Suite 105, P. 0. Box 1150, Lewisville, TX 75067-1150 PB 4 9 { t � .✓y .,a . `,c 3 . c A 1 r .r i d..y THE STATE OF TEXAS COUNTY OF-DENTON, MAINTENANCE BOND KNOW.ALL MEN,BY THESE PRESENTS: That Zorn . MGrrr, ing.Inc . as Principal, and Merchants Bonding Company (Mutual) 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 ONE THOUSAND THREE HUNDRED SIXTY -- .;PVRN AND AND 63/1 00 _ - -. ($ 1;367_63 ), the said sum being ten-(108) percent of the - total amount- of the hereinafter mentioned 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, the principal has entered.into a written contract with the said City of -Denton .to build and construct 4`.. BID# 1080 -.CONCRETE WORK MALONE STREET 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 - incor- porated -herein by reference and _made a part hereof as -,though the same were•.written and set out in full herein;- NOW, THEREFORE, if the Principal shall well, truly, -an faithfully maintain and keep .in good repair the work.contracted to be done and performed for a period. of one .(1) year from the - date of acceptance in writing by the City of Denton and do all -necessary work and repair of. any defective conditions growing out of or arising from the improper work of the same, including.; but not limited to, any settling, breaking, cracking or -other MB defective -condition of any of the -work -oi part thereof arising. from improper. excavation, backfilling, compacting or any other - cause or condition, known or unknown, at any time during the period of this bond, which the city engineer, whose judgment shall be final and conclusive, determines to be the result of defective work, materials or labor; then this obligation -shall be void, otherwiseto remain -in full force and effect. In case the said Principal shall fail to maintain, repair or reconstruct any defective condition of the work .as determined herein, it is agreed that the City may- do said work and supply such materials as necessary and charge the sum against the said Principal ,and Surety on this obligation. It• is further agreed that this obligation shall '.be continued 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. Provided, further, that if legal action be filed on. this .bond, venue shall.lie in Denton County. IN WITNESS WHEREOF,- this- instrument -is executed in duplicate, each one of which shall be deemed an original, -;this the 1st day of May , A.D., 19' 90 SURETY PRINCIPAL 0�'-,a.Mer'6hants Bonding Company (Mutual) harry Manning Inc. - . BY = 1 V'y BY: Sec. :Title,pauline Lesch Title Attorn_ey,fin-Fact ..- MB - 2 STATE OF IOWA COUNTY OF POLK ss. MERCHANTS BONDING COMPANY (Mutual) DES MOINES, IOWA POWER OF ATTORNEY Know All Men By These Presents, that the MERCHANTS BONDING COMPANY (Mutual), a corporation duly organized under the laws of the State of Iowa, and having its principal office in the City of Des Moines. County of Polk, State of Iowa. hath made, constituted and appointed. and does by these presents make, constitute and appoint Clem F. Lesch, Pauline Lesch or Don E. Cornell of Lewisville and State of Texas its true and lawful Attorney -in -Fact, with full power and authority hereny conferred m its name, place and stead, to sign. execute, acknowledge and deliver in its behalf as surety: Any and all bonds or undertakings, provided that no bond or undertaking executed under this authority shall exceed in amount the sum of FIVE HUNDRED THOUSAND ($500,000.00) DOLLARS and to bind the MERCHANTS BONDING COMPANY (Mutual) thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (Mutual), and all the acts of said Attomey, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of -Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (Mutual). ARTICLE 2. SECTION 6A. — The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances. contracts of indemnity and other writings obligatory in the nature thereof. ARTICLE 2, SECTION 6B. — The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed. In Witness Whereof, MERCHANTS BONDING COMPANY (Mutual) has caused these presents to be signed by its Vice President and Executive Vice President, and its corporate seal to be hereto affixed. this list day of January A.D., 1990 Attest 1/4/- Nce Pmvdaot STATE OF IOWA COUNTY OF POLK ss. MERCHANTS BONDING COMPANY (Mutual) ��p%NG CO,h . On this - 1st day of January , 1990 , before me appear - Rodney Bliss III, to me personally known, who being by me duly sworn did say that they are Vice President and Executi respectively of the MERCHANTS BONDING COMPANY (Mutual). the corporation described in the foregoing instrument, affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and said Corporation by authority of as Board of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal, at the City of Des Moines. Iowa the day and year first above written. 3 : IOWA m �. Off. •'•.....: ' �P •9Rf Ay-�' I. M.J. Long, Vice President of the MERCHANTS BONDING COMPANY (Mutual), do hereby foregoing is a true and correct copy of the POWER OF ATTORNEY, executed by said COMPANY (Mutual), which is still in force and effect. In Witness Whereof, I have hereur�o set my hand and affixed the seal of the Company, at this 1st _ day of May 19. 90 This power of attorney expires December 31, 1990 Notary Public. cum My Ca.,smo &pees 8-4-92 CITY OF DENTON _______INSURANCE MINIMUM REQUIREMENTS INSURANCE: Without limiting any of the other obligations or liabilities of., - the Contractor, the Contractor shall provide and maintain until the contracted work and/or material has been completed/delivered and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. Satisfactory certificate(s) of insurance shall be filed with the Purchasing Department prior to starting any construction work or activities to deliver material on this Contract. The certificate(s) shall state that thirty (30) days advance written " notice will be given to the Owner before any policy covered thereby is changed or cancelled. The bid number and title of the project should be indicated, and the City of Denton should also be listed on all policies as an additional named insured. To avoid any undue delays, it is worth reiterating that: o Thirty (30) days advance written notice of material change, or cancellation shall be given;. o The City of Denton shall be an additional named insured on all policies. I. WORKMEN'S COMPENSATION AND EMPLOYER'S LIABILITY. This insurance shall protect the Contractor against all claims under applicable state workmen's compensation laws. The Contractor shall also be protected against claims for injury, disease, or death of employees which, for any reason, may not fall within the provisions of a workmen's:.' compensation law. The liability limits shall not be less than: o Workmen's Compensation - Statutory o Employer's Liability - Statutory II. COMPREHENSIVE AUTOMOBILE LIABILITY. This- insurance shall be written in comprehensive form and shall protect the Contractor against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicles licensed for highway use, whether they are owned, nonowned, or hired. The liability limits shall not be less than: o A combined single limit of $500,000.00 III. COMPREHENSIVE GENERAL LIABILITY. This insurance shall be written in comprehensive form and shall protect the Contractor ,against all claims arising from injuries to members of the public or damage to property of others arising out of any act or omission of the Contractor or his agents, employees or subcontractors. CI - 1 To the extent the Contractor's work, or work under his direction, may require blasting, explosive conditions, or underground operations, the comprehensive general liability coverage shall contain no exclusion relative to blasting, explosion, collapse of buildings, or damage to underground property, The liability limits shall not be less than: A combined single limit of $500,000.00 IV. OWNER'S PROTECTIVE LIABILITY INSURANCE POLICY. This insurance shall provide coverage for the Owner and its employees, in the name of the City of Denton, for liability that may be imposed arising out of the work being performed by the Contractor. This also includes liability arising out of the omissions or supervisory acts of the Owner. Although this insurance is strictly for the benefit of the Owner, the Contractor is responsible for obtaining it at his expense. The liability limits shall not be less than: o A combined single limit of $500,000.00 INSURANCE SUMMARY: The Contract shall provide insurance to cover operating hazards during the period of placing the facility in operation and during testing', and until such time as the facilities are completed and accepted for operation by the Owner and written notice of that fact has been issued by the Owner. Approval of the insurance by the'Owner shall not in any way relieve or decrease the liability of the Contractor hereunder. It is expressly understood that the Owner does not in any way represent that the specified limits of liability or coverage or policy forms are sufficient or adequate to protect the interest or liabilities of the Contractor. Again, the Owner shall be given a certificate of insurance indicating that all of the above policies and the appropriate limits are indeed enforced. The certificate shall also indicate that the Owner will be given at least thirty (30) days written notice of cancellation, non -renewal, or material change of the required insurance coverage. All responsibility for payment of any sums resulting from any deductible provisions, corridor or self -insured retention conditions of the policy or policies shall remain with the Contractor. The Contractor shall not begin any work until the Owner has reviewed and approved the insurance certificates and so notified the Contractor directly in writing. Any notice to proceed that is issued shall be subject to such approval by the Owner. CI - 2 CERTIFICATE OF INSURANCE CITY OF DENTON I I Name and Address of Agency Name and Address of Insured: Phone Phone I City of Denton Reference: I Project Name: _ I Project No: I Project Location: I Managing Dept: -------------------- Companies Affording I IA I IB I IC Coverage: I This is to certify that policies of insurance I — listed below have been issued and are in force at this time. (Company Expiration Limits of Liability (Letter Type of Insurance Policy Number Date In Thousands (000) I f Comprehensive General Liability I I I I I I I I Occurrence I I- Occurrence I I I I I - Claims Made (see N2-reverse) I I I I I Bodily Injury I I I ; Broad Form to Include: I I I I I Property Damage ( $ I I- Premises/Operations I I I I - Independent Contractors I I I I - Products/Completed Operations I I I Bodily injury and Property I- Personal injury I I I Damage Combined I; I- Contractual Liability (see Ni-reverse) I I I I - Explosion and Collapse Hazard - Underground Hazard I I I I I - Liquor Liability Coverage - Fire Legal Liability (see M3-reverse) • I- Broad Form Property Damage I I I I - Professional Errors/Omissions -.occurrence - claims made (see 62-reverse) Comprehensive Automobile Liability - Owned/Leased Automobiles - Non -owned Automobiles - Hired Automobiles Bodily Injury/Person I $ Bodily I---------------------------- Injury/Accident Property Damage I---------------------------- I----------- I $ I------------ Bodily Injury/Property Damage Combined I ; I I I I I I I - Workers' Compensation•and I I I Statutory Amount Employers' Liability I I I s I I I I I each accident I I I I I I I other Insurance I I I CI - 3 CONDITIONS ADDITIONAL INSURED: The City of Denton, its elected and appointed officials, officers and employees. (This does not apply to Worker's Compensation.) NOTICE OF CANCELLATION: Prior to any material change or cancellation, the City of Denton will be given 30 days advance written notice mailed to the stated address of the Certificate Holder, City of Denton. 1. CONTRACTURAL 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. _ 2. 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. 3. 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. CI - 4 T, RAN ff� V,W -ok, IN I V N�t . I Iff I sa A -Islu "OR IF Eal WV A 2w -a", t�iA -/1.4/9(-) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, i EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. DEN-1 0,K] INSURANCE CEN71 ER INC SE F' L9 DRAWER C COMPANIES AFFORDING COVERAGE h DEN ON TX 76201 COMPANY A vn LETTER HOUSI 01\1 OE1\11---RAL COMPANY B INSURED LETTER HOUSTON 'GENERAL COMPANYTtd f. LETTER LARRY MANNING INC Ti 021 1::.lNGS ROW DENTON TX 7/,'ull D LETTERCOMPANY ;HOUS-1 ON COMPANY E LETTER HOUSION - �lw THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT 10 WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND lisf TIONS OF SUCH POLICIES. CONDI- co LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE NAMNDOI POLICY EXPIRATION DATE (MMJOI ALL LIMITS IN THOUSANDS L7,_ 6 H 06., Y 1-) 4 7 —.-47"7) --7-777 / --I. GENERAL AGGREGATE 4 —y COMMERCIAL GENERAL LIABILITY PRODUCTS COMPiOPS AGGREGATE-' CLAIMS MADE ®OCCURRENCE PERSONAL & ADVERTISING INJURY OWNERS & CONTRACTORS PROTECTIVE * BINDER 5 / 0 9 / 9 0 5/091/91 EACH OCCURRENCE rye 500 CSL FIRE DAMAGE ZANY ONE FIRE) MEDICAL EXPENSE AbY ONT PERSON) .4 AUTOMOBILE LIABILITY ANY AUTO CSL X� ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY(PER PERSON) N HIRED AUTOS BODILY X NON OWNED AUTOS INJURY lGEC1,I)ENT) A GARAGE LIABILITY fi PROPERTY DAMAGE EXCESS LIABILITY 'As" AGGREGATE FnIDCE OTHER THAN UMBRELLA FORM 'N ITT Ott- 5 / �j STATUTORY WORKERS' COMPENSATION (FACH ACCIDENT) AND li EMPLOYERS LIABILITY I I, (DISEASE POLICY LIMIT (DISEASE EACH EMPLOYEE) OTHER 73E,77�-�// 7 1 7 L `.Ijlj, Ei el a w DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES/ RESTRICTIONS/ SPECIAL ITEMS �:- 1 7 - -- , -ER-jFFf'.()-E HOLDER .-(-; HEREBY (A-iFlkill 31 01•TNERS & CONTRACTORS PROTECTIVE CITY OF DENTON SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX. PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO I TV F DEN 1-0�,J A MAIL C'DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Th; SHAW LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION On, 7i I P T F- X zi 7 REF-: 1 E)ENTON t LIA131LITY OF ANY KING UPON THE COMPANY, ITS AGENTS On REPRESENTATIVES Z�rH(TRC!ED TX 762ul REPRESENTATIVE 71 i/w—1 � Z4 -;_� — �.' BID '11080 BID SUMMARY TOTAL BID PRICE IN 2 WORDS 4j' F,� "��/"r E (( i[ // "I(.(t rnn 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. lit?iuk CON�RACTO v I 1 Street Address C ty an State4 Seal & Authorization ri„•� I (If a Corporation)C'���'��"l 'i'elephone WORK DAYS 10 BID NO. IORO Malone Street Concrete Work PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 1.21 I I Contractors Warranties I I LS I I I I $ / I I $ pG .(00. 8.2.A I Concrete Curb 6 Gutter 1 1775 I L.F. 00 I I I I I 8.3.A-1 I Concrete Sidewalk I 375 I S.F. 8.3.A-2 I I Sidewalk Ramps I I I 3 I I EA I $ jrpl ac I 00 8.3.B I Concrete Driveway I 70 1 SY I $ I I I I I I I I$ / I I$ I I I I I I I I$ / I I$ I I I I I I I I I I I L 1 1 1 I I I I I I _— I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I $ I I I I I 1$ I I I I i I I I I I P — 3 BID #1080 :.• •., U. PROPOSAL. I TO , . THE .CITY OF DENTON,,TEXAS FOR THE CONSTRUCTION OF r �j_ MALONE STREET CONCRETE WORK' - :> IN• Mrs ; -DENTON,*TEXAS, ^`+ ' The'. undersigned as bidder,, declares tha t:' the only .person "'parties interested in this 'proposal ass'`principals 'are those' named.herein,'.that this proposal is made:without'collusion with any other person, firm or corporation;. that he has carefully , examined the form of contract, Notice, >to;Bidders,!specifications :...,:'; •- and the=plans -'therein referred to, 'and has carefully examined -- the locations, conditions, 'and- classes :'of materials of the proposed work 'and agrees that he will:, provide all'.:ithe necessary labor,' machinery, tools, apparatus, 'and other items incidental :•to -construction, and will do all the work 'and furnish- all the materials called for in the contract' and specifications in the manner. prescribed herein and according' to .the requirements of the City as therein set forth. It is understood that the following' quantities of work to be done at 'unit' prices are approximate only, and:,are intended principally to serve as a guide in evaluating bids " It. is agreed that the quantities of work to be done at unit prices -and material to be furnished may be :"increased or diminished' as, may be considered necessary, in 'the opinion of the City, to complete the work; fully as :planned and - contemplated, and that all quantitiesl'of:.work whether increased or -'decreased are to be performed at, the unit prices set forth below except'as provided for in the specifications i .:• It is further agreed that lump sum prices :may be :increased to -cover additional work ordered by the:City, but not".shown on the '0 plans or required by the specifications, in accordance with the provisions to the General Conditions. Similar ly,;they may be decreased to cover deletion of work solordered. It is'understood and agreed that the work. is to belcompleted in . full within the number of work days shown on the bid tabulation sheet. P - 1