Loading...
HomeMy WebLinkAbout1988-1410923L AN ORDINANCE ACCEPTING AWARD OF CONTRACTS FOR FOR THE EXPENDITURE OF EFFECTIVE DATE NO (� COMPETITIVE BIDS AND PROVIDING FOR THE PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FUNDS THEREFOR, AND PROVIDING FOR AN 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-ol public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications attached hereto are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR 9886 Sunmont Corporation AMOUNT $669,519 71 SECTION II That the acceptance and approval of the above compet t ve s 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 titten contractoanddders furnishing oifgperhformanceyexecution andpayment bonds, notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute a 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 documentsYelating thereto specifying the terms, conditions, p andspecifications, standards, quantities and specified sums contained therein SECTION IV That upon acceptance and approval of the above compet t ve s 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 imme ate y upon its passage and approval PASSED AND APPROVED this the 6th day of September, 1988 ATTEST I.� L ERS, CI ® CRE�AN Y APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY PAGE TWO DATE SEPTEMBER 6, 198 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Uoyd V Harrell, City Manager SUBJECT&1�RAINAGE/MAGNOLIASTREET STREET11PAVING & DRAITARY INAGEPAVING RECOMMENRATION: We recommend this bid be awarded to the low bidder Sunmount Corporation at $595,542 11 for paving and drainage and $73,977 60 for sanitary sewer construction SUMMARY This bid was sent to our regular list of vendors and contractors We received only three complete bids The low bidder on both projects and also on the combination was Sunmount Corporation We then are recommending that both projects be awarded for the total of $669,519 71 BACKGROUND Tabulation Sheet Jerry Clark Memo PROGRAMS DEPARTMENT OR GROUPS AFFECTED Streets and drainage bond programs, utility improvements, and the citizens on Bolivar and Magnolia Streets FISCAL IMPACT Street and Drainage Bond Fund and Utility Improvement Funds There is no additional impact on the General Fund Respectfullysubmitted v/suw Llo V Harrell CIty Manager Prepared by; i gii vi a'i 1 I �I ml OI C rl I 1 P ra 'y 'y a I i �1 HI pl 1 I �I .. rl -21 m� I i 1 till NI t 1 � I Pi I y~yI 1 yKc�f1I TI1 1 1 111 � I 1 111 I � N �.I r � ; p n m i 6I {�r1 i Is I -I 1 m is Yn t W 'JO m P V N P .► I � 1 i 1 p V O < ME r I 1 c < I 1 I Z � 1 I 1 1 1 1 IT r of DENTON, TEXAS MUNICIPAL BUILDING / DENTON, TEXAS 76201 / TELEPHONE (817) 566 8200 MEMORANDUM DATE August 15, 1988 TO John Marshall, Purchasing Agent FROM Jerry Clark, City Engineer H9�8SUBJECP Bi8� The bids received on August 11, 1988 were very good The low bidder was Sunmount Corporation with a total bid of $669,519 71 The Public Works portion of the contract was $595,542 11 The allotted funds deducting engineering charges to date still total $600,000 Funds are adequate to do the entire project We have worked with Sunmount in the past and highly recommend their work Please process the bid through City Council for approval as soon as possible CONTRACT AGREEMENT STATE OF TEXAS )( COUNTY OF DENTON )( THIS AGREEMENT, made and entered into this 7 day of SEPTEMBER _ A.D., 1988, by and between THE CITY OF DENTON, TEXAS of the County of DENTON and State of Texas, acting through LLOYD V. HARRELL, CITY NIANAGER thereunto duly authorized so to do, .Party of the First -Part, hereinafter termed the OWNER, and SUMMOUNT CORPORATION, P.O. BOX 1770 of the City of ROANOKE 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# 9886 PURCHASE ORDER #86135, BOIIVAR & MAGNOLIA STREETS PAVING & DRAINAGE BOLIVAR STREET 8" SANITARY SEWER S669,519.71 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 CA-1 0044b written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF DENTON ENGINEERING & UTILITIES STAFF , all of which are made a part hereof and collectively evidence and constitute the entire contract. 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: ATTEST: AP OV AS TO FORM: City Attorn LLOYD V. HARRELL (SEAL) SUNMOUNT CORPORATION Part�then Part, CONTRACTOR By�: Title ��I (SEAL) cv- M CA-2 0044b PERFOR11ANCE BOND STATE OF TEXAS )� COUNTY OF DENTON X KNOW ALL MEN BY THESE PRESENTS: That SUNMOUNT CORPORATION , of the City of ROANOKE County of DENTON , and State of TEXAS as PRINCIPAL, and SEABOARD SURETY COMPANY , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the THE CITY OF DENTON as OWNER, in the penal sum of Six Hundred Sixty Nine Thousand Five Hundred Nineteen Dollars 3669,519.00 ) 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 Bid the OWNER, Contract dated the 7 day of SEPTEMBER 19 88 , for the construction of Number 9886 Bolivar & Magnolia Streets Paving & Drainage & Bolivar Street 8" Sanitary Sewer. which same contract extent as is hereby referred if copied at length to and made a dpart hereof as fully and to the 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; PB-1 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. PROVIDED FURTHER, that if any legal action be filed 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 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 12TH day of SEPTEMBER , 1988. SUNMOUNT CORPORATION Principal 12 No, 1► � •��� SEABOARD SURETY COMPANY Address P.O. BOX 1770 Address 5750 PINELAND DRIVE, SUITE 304 ROANOKE, TEXAS 76262 DALLAS, TEXAS 75231-5366 P.O. BOX 2125, AUSTIN, TEXAS 78768 NOTE: Date of Bond must not be prior to date of Contract. PB-2 0091b For verification of the authenticity of this Power of Attorney you may call, collect, 212-943-7440 and ask for the Power of Attorney clerk. Please refer to the Power PAYMENT BOND STATE OF TEXAS )C COUNTY OF DENTON )C KNOW ALL MEN BY THESE PRESENTS: That SUNMOUNT CORPORATION of the City of ROANOKE County of DENTON ,.and State of TEXAS , as principal, and SEABOARD SURETY COMPANY authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly hound unto The City of Denton Texas , OWNER, in the penal sum of Six Hundred Sixty Nine Thousand Five Hundred Nineteen Dollars ($669,519.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by then presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 7 day of SEPTEMBER . 1988 Bid Contract Number 9886 Bolivar & Magnolia Streets Paving & Drainage & Bolivar Street 8" Sanitary Sewer 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 prosection. 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. PB-3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in 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 WITHNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 12TH day of SEPTEMBER , 19 88 . SUNMOUNT CORPORATION Principal Address P.O. BOX 1770 Address 5750 PINELAND DRIVE, SUITE 304 ROANOKE, TEXAS 76262 DAT.r.AH, TEXAS 75231-5366 � En `^ �% *'` (SEAL) The "namnd e aaddress of the Resident Agent of Surety is:q a9' FRANK SIDDONS INSURANCE P.O. BOX 2125, AUSTIN TEXAS 78768 PB-4 0092b MAINTENANCE BOND i STATE OF TEXAS )i COUNTY OF DENTON )� I t I KNOW ALL MEN BY THESE PRESENTS: THAT SUNMOUNT C'ORPORAT -0N as Principal, and SEABOARD SURETY COMPANY "a Corporation authorized to do business in -the State of Texas, as Surety, do hereby acknowledge. themselves to be held and bound to pay unto thei City of Denton, A Municipal Corporation of the State of Texas, its successors andlassigna, at Denton, Denton County, Texas the sum of sixty 10% of Hundred Fifty One Dollars ($ bb, , the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and asssigns, jointly and severally. ' This obligation is conditioned, however, that: i WHEREAS, said SUNMOUNT CORPORATION has this day entered into a written contract with the said City of Denton to build and construct BID #9886, PURCHASE ORDER #86135, BOLIVAR AND MAGNOLIA STREETS PAVING AND DRAINAGE BOLIVAR STREET 8" SANITA 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 incorporatd 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 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. I MR-1 I 0093b NOW, THEREFORE, if the said agreement to maintain said construction and keep same period of one (1) year, as herein and said contract shall be null and void and have no further effect; force and effect. Contractor shall perform its in repair for the maintenance provided, then these presents otherwise, to remain in full 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 SUNMOUNT CORPORATION as Contractor and Principal, has caused these presents to be executed by and the said SEABOARD SURETY COMPANY as surety, has caused these presents to be executed by its Attorney -in -Fact KAE PRIDDY and the said Attorney -in -Fact has hereunto set his band this 12THday of SEPTEMBER , 19 88 . SURETY: MB-2 0093b INSURANCE The Contractor is fully responsible for all losses pertaining to, resulting from, or connected with the completion of this contract. The owners acceptance of a Certificate of Insurance, that does not comply with the bid or contract documents, does not release the contractor or the insurance company from any liability, conditions or other requirements within the scope of this contract documents. It is the responsibility of the Contractor to send this complete insurance package to his insurance provider. This will enable the policies and the Certificate to include all requirements as they apply to the Contract documents. The Insurance Certificates must be returned to the City of Denton with the Contract documents for approval and execution. All Contract documents must be returned to the CITY OF DENTON, JOHN MARSHALL, PURCHASING AGENT, 901—B TEXAS STREET, DENTON, TEXAS 76201. CITY OF DENTON MINIMUM INSURANCE 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 $1,000,000 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 Insurance Requirements page two To the extent that 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 o A combined single limit of $1,000,000 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 $1,000,000 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 Contactor. 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 O1/13/87 Certificate of Insurance THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON YOU THE CERTIFICATEHOLDER. THIS CERTIFICATE IS NOT AN INSURANCE POLICY AND DOES NOT AMEND. EXTEND, OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. Bolivar Street Paving, Drainage, and Sanitary Sewer Magnolia Street Paving and Drainage This is to Certify that Purchase Order Number 86135 LIBERTY (be, L - Name and MUTUAL Sunmount Corporation .--. address of P.O. Box 1770 Insured.- Roanoke, T% 76262 L - - is, at the issue date of this certificate, insured by the Company under the policylies) listed below. 'The insurance afforded by the listed policy(ies) is subject - to all their terms, exclusions and conditions and is not altered by any requirement, term or condition of any contract or other document with respect to which this r nifirafn m v he is ind TYPE OF POLICY CERT. EXP. DATE POLICY NUMBER LIMITS OF LIABILITY COVERAGE AFFORDED UNDER W.C. COV.B _ - LAW OF THE FOLLOWING STATES: Bodily Injury By Accident -WORKERS' 5-30-89 WC2-611-004030-218 500,000 Ed, Arc. Bodily Injury By Disease - COMPENSATION T% 500,000 Ea. Person Bodily Injury By Disease - 500,000 Pol. Limit - - General Aggregate - Other than Prod uctrfCompl eted Operations 5-30-89 RG1-611-004030-228 2,000,000 PmcmattslCompleted Operations Aggregate 2,000,000 J Q Bodily Injury and Property Damage LiabilityUJI - 2 _ - - , , 'nor occurrence 000 2 000 z C7 y ❑ CLAIMS MADE Personal and Advertising Injury F per person/ J J prganiration Other CONTRACTUAL LIABILITY, %CII, INDEPENDENT Um UD 2 CONTRACTORS/CONTRACTORS PROTECTIVE, BROAD i 7 OCCURRENCE FORM PROPERTY DAMAGE 0. U SPECIAL/EXCL. ENDORSEMENTS - 5-30-89 S1-611-004030-238 $2,000,000 EACH ACCIDENT- SINGLE LIMIT-B.I. AND P.D. COMBINED p.F OWNED $ EACH PERSON 'NON -OWNED '� - --_ - 2-611-004030-248 EACH ACCIDENT _ - EACH ACCIDENT. HIRED - $ OR OCCURRENCE $ OR OCCURRENCE The City of D nton, its Elected and appointed officials, officers and employees are ir ED named as addi ional insured to the above general and auto liability policies per the o terms of Endo cement 1 herein attached. LOCATIONS) OF OPERATIONS & JOB # (If Applicable) DESCRIPTION. OF OPERATIONS: , COVERS ALL WORK PERFORMED BY THE NAMED INSURED IN THE CONTINENTAL_ UNITED STATES 'NOTE: You will NOT be notified annually of the continuation of this coverage. You will be notified if this coverage is terminated or reduced. NOTICE OF CANCELLATION: THE COMPANY WILL NOT TERMINATE OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNLESS - - _10-- DAYS NOTICE OF SUCH TERMINATION OR REDUCTION HAS BEEN - MAILED TO: - - City of Denton,- Texas - Purchasing -Agent CERTIFICATE 901-B Texas Street AUTHORIZED REPRESENTATIVE HOLDER-. Denton, TX 76201 9-28-88 NORTH HAVEN, CT DATE ISSUED .OFFICE - This certificate is executed by LIBERTY MUTUAL INSURANCE COMPANY as respects such insurance as is afforded by That Company, it is executed by LIBERTY MUTUAL FIRE INSURANCE COMPANY as respects such insurance as is afforded by That Company, it is executed. by LIBERTY INSURANCE CORPORATION as respects such insurance as is afforded by That Comparry. BS 772 _.��_.�..._.�ywYw.w.Y••rJ.�.Y••MNY YiMY�Y•w w/��Y MAY u•ww �Y N.411 E ADD1TI0t1AL IIISUEED (owners or Contractors) It is agreed thata 1. Tile "Persona Insured" provision is amended to include as an insured the person or organization named below (hereinafter called "additional insured') but only with respec to liability arising out of (1) operations performd performed fort theadditioenlli Insured dl by or c behalf of the named lnaured or (2) ts or connection with his general supervision of such operations. 2. Done of the exclusions of the policy, except exclusion (a), (c), (f), (m) apply to this insurance. 3. Additional Exclusions. lisle insurance does not apply (a) to personal injury or property damage occurring after (1) all work on the project (other than service, maintenance or repair to be performed by or on behalf of the additional insured at the site of the covered operations has been completed, or (2) that portion of the named Insured's work out of which the injury or damage aril has been put to its intended use by any person or organization other than anotl contractor or subcontractor engaged in performing operations for a principal a, part of the same project; (b) to property damage to (1) property owned or occupied by or rented to the additional insured (2) property used by the additional insured (3) property in the care, custody or control of tl:e additional insured or as to will the additional insured is for any purpose exercising physical control, or (4) work performed for the additional insured by the named insured 4. Additional Definition When used in reference to this insurance, "work" includes materials, pacts and equlpmei furnished in connection therewith. For Attachment.to Page 1 of 2 End. 1: Policy: L01-612-004030-227 Additional Insured. forms work under contract, and Owners or Contractors for whom Sunmount Corporation per 1, is required In such contract to include the owner or Contractor as an Additional Insured on its policies or insurance, or 2. has agreed to indemnify such Owner or Contractor for the Owners or Contractors own negligence, and such agreement is invalid by state statute or insufficient to bind Sunmount Corporation to indemnify such owner or Contractor for its own negligence; but only if the Corporate Insurance Manager specflcally requests the company to extend the coverage to such indemnites after an occurrence Ilse taken place which results in a claim against such inJemnitee. s of liability greater than those required under eucl Such insurance shall not apply to limit policies•providednbyrSunmountsCorporation tand liwritten ose ebydtile Company orby GProtective not OPPly other insurance carriers. Ibis endorxrnentNexecuted bVthe LIBERTY 11UTUAL INSURANCE C011PANY Pre plum f Ellacow Claim Expiration Date Por attacMrret to Policy No. LGI-612-004030-221 Audit Bull .... �.. I••�•>•, Issued to Page 2 of 2 ........................................... CWnlPrtipred by• • • • • • • • AurAaWa aYp.,�YtM 6— Issued SaNa office and No. End. Sadal No. 12 mp 8-28-87 CONDITIONS AED171CML'IZ&M: The City of Denton, its elected and appointed dTicials, d icE s ad employees. (This does not apply to Fb11aer's C®pamtion. ) NMICE OF CANCELIAMON: Prior to any material chgW or carxellatim, the City cC Dalton will be given 3D days advance Ya-ittsn notice mailed bc) the stated address of the CertMcate Holder, City of Dorton. H Y'' I'• •• P'•! .r �� uor • •• r • oaio r • • • • r o a.• •• r r .• �• r ul or � • • r - .r a •- •o r w • •. •• _ •, •:• cr• n r • r- •• _ • •• •.e w • . .x er�PMSMP# 406 IIPV W 1 4r - e •e• •• r r _ w r r, w � •- • • am c• r or r - •.•..our •• �• • rY Mrs 2. Y I • MjDE p= FUK-Required ro •r CC •• o - Will be determined by he fal1cwtirg fbrmula-• w • . •• for of the corAract, plus one year • pvvide amnffqp 1 LI period), and a ortended disomvery period for a 11• 1 II li of 5 years which shal I begin r1- _ • of the w�aty • •• construction or alteration or City-cwned or leased facilit-1 ). Dxwmoe to o7ver budldw4p, contents (where applicable) .n permmeatly r. r.l e4liPment With respectn • •rc rc ll: •.- r• r r • r• w• c structures if such is cau:qed by the peral of fim and dueto cparsdom of the contractor. Ujidt of' liability is to be a minion 11 111 Q-4 CITY OF DENTON PURCHASING DEPARTMENT DATE: AUGUST 11, 1488 BID NUMBER: 9886 BID TITLE: Street Improvement Bond - Bolivar Street Sanitary Sewer, Paving, tira.1nage, Magnolia Sealed Bid Proposals will be received until 2:00 p.m. AUGUST 11,1988 at the Office of the Purchasing Agent 901-8 Texas Street, Denton, Texas 76201-4229. John J. Marshall, C.P.M. Purchasing Agent (817) 566-9311 1 INSTRUCTIONS TO BIDDERS 1. Sealed bid proposals must be received in duplicate, on this form, prior to opening date and time to be considered. Later; proposals will be returned unopened. 2. Bids shall be plainly marked as to the bid number. name of the bid. and bid opening date on the outside of completely sealed envelope, and mailed or delivered to the Purchasing Department. City of Denton. 901 •8 Texas St.. Denton._TX.., i 76201. 7. Any submitted article deviating from the specifications must be identified and have full descriptive data accompanying:;,i',�, same, or it will not be considered. d. All materials are to be quoted F08 Denton, Texas, delivered to the floor of the warehouse. or as otherwise indicated.. 5. The City of Denton, Texas reserves the right to accept separate items in a bid unless this right is denied by the bidoar.,'J; 6. In case of default after bid acceptance, the City of Denton: Texas may at its option hold the accepted bidder or contractor.7I',,^l liable for any and all resultant increased costs as a penalty for such default. _ 7. The City of Denton reserves the right to reject any and all bids, to waive all informalitles and require that submitted bids remain in force for a sixty (60) day period after opening or until award is made; whichever comes first. & The quantities shown maybe approximate and could vary, according to the requirements of the City of Denton throughout the contract period. 9. The items are to be priced each net. (Packaging or shipping quantities will be considered.) 10. The Purchasing Department assumes responsibility for the correctness and clarity of this bid, and all information and/or,-�. questions pertaining to this bid shall be directed to the City of Denton Purchasing Agent. 11. Any attempt to negotiate or give information on the contents of this bid with the City of Denton or its representatives prior to award shall be Bounds for disqualifications. 12. The conditions and terms of this bid will be considered when evaluating for award. 19. The City of Denton is exempt from all sales and excise taxes. (Article 20.04.8) P - la BID # 9886 PROPOSAL TO THE CITY OF DENTON, TEXAS FOR THE CONSTRUCTION OF BOLIVAR STREET PAVING, DRAINAGE AND SANITARY SEWER MAGNOLIA STREET PAVING AND DRAINAGE IN DENTON, TEXAS The undersigned, as bidder, declares that the only person or,., parties interested in this proposal as principals are those", named herein, that this proposal is made without collusion with any other person, 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 the necessary labor, machinery, tools, apparatus, and other items incidental to construction, and will do all the work and furnish all the ?{t' materials called for in the contract and specifications in the l 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 quantities of work whether increased'" or decreased are to be performed at the unit prices set forth. below except as provided for in the specifications. It is further agreed that lump sum prices may be increased to cover additional work ordered by the City, but not shown on the plans or required by the specifications, in accordance with the provisions to the General Conditions. Similarly, they may be -t decreased to cover deletion of work so ordered. . It is understood and agreed that the work is to be completed in full within the number of work days shown.on the bid tabulation'; sheet. P - 1 Accompanying this proposal is a cashier's check or Bid Bond, payable to tAe Owner, in the amount of five (5) percent of the total bid. It is understood that the bid security accompanying this proposal shall be returned to the bidder, unless in case of the acceptance of the proposal, the bidder shall fail to execute a.' contract and file a performance bond and a payment bond within fifteen days after its acceptance, in which case the bid security shall become the property of the Owner, and shall be. considered as a payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. Owner reserves the right to reject any and all bids. Owner may investigate the prior performance of bidder on other contracts, either public or private, in evaluating bid proposals. Should bidder alter, change, or qualify any specification of the bid, Owner may automatically disqualify bidder. r'. The undersigned hereby proposes and agrees to perform of whatever nature required, in strict accordance with and specifications, for the following sum or prices, to P - 2 all work, the plans wit: _ WORK DAYS 80 BID NO. 9886 Bolivar and Magnolia Street Paving and Drainage PO NO• BID TABULATION SHEET " ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL I Contractor's Warranties I ( I I $ oo (of 000 I I $ o0 G,V00 — 1.21 I and understandings I I LS I I Preparation of Right -of- I I I oa I �o d00 I I LS I$ IO1000 - I$ (Q 3.1 I Way I Barricades, Warning Signsl I I vI `��Q 8.1 I and Detours I I LS I$ I $SGO• . - I I I 1 CY I I $ Zf 4CY I $ om SP 10 I Rock Excavation I 50 I Remove Concrete I I I Z.Qu /SY I I $" r �O 3 3-A I Pavement I 670 I SY I$ 1 Remove Concrete Curb I I I I 00; 3 B I and Gutter 1 8,150 I LF I $ %, /LF I $ _ I Remove Concrete Driveway I I I Be 1 Zi 338,70 3 C I and Sidewalks 1 1,299 1 SY I$ /SY I$ SP 33 I Remove Concrete Inlet 1 3 1 EA 1 $ •300•�/EA 1 z:, UU, —.-, 3-3 I I Unclassified Excavation 1 5,160 I I 1 CY I $ /CY I is I I 1 3.7 I I Compacted Fill I 685 I 1 CY 1 $ �a /CY I $ uo;: 16' Lime Treatment of /SY I$ 4 6 B I Subgrade 1 21.100 1 SY I$ I Type A Hydrated Lime 4 6 A I Slurry 1 265 1 Ton I $ m 7•/Ton I $ 1 3 1/2' Asphalt Pavement 9 I ` I$ �(o.%� 3,"• 5 7 A 1 I (Type A) 1 15,544 1 SY I $ 7 /SY 1 4 1/2' Asphalt Pavement I I I I 5 7 A 2 I (Type A) 1 1,496 1 SY I $ /SY I$ 1 1 1/2' Asphalt Pavement I A J Z4o_d0 5 7 A 3 I (Type D) 1 17,040 1 SY I$% /SY I$ 1 2' Asphalt Pavement Patchl I I qq Zi/ on �� 5.7-B.1 I Material (TVpe D) 1 50 I Ton I $ /Ton I $ 18' Asphalt Pavement & i I I I $ vo �6• —/SY I $ Z4UUJ 5 7 e 2 1 Valley Gutter I 125 I SY S I$ �� A 8 2 A I Concrete Curb & Gutter 1 7 765 I LF I$ /LF 1 6' Concrete Pavement I I I I $ ua/SY I oo`. $ tfZ� 5 8 A I (Flatwork) I 375 I SY .I I I I 52 I I SY I 1 $ ad ��• /SY I $ 9�6• 8 15 A I Concrete Ri Ra 6 3 A 1 1 4 Concrete Sidewalk I 173 I 1 SY I I $ edd <,/SY I de: I$ 3Z� I$ 'tzUQO . u0 8 3 B 1 6 Concrete Driveway I 1,680 1 SY 1 $—/SY 35 1 EA 1 $ / �Z,•�%EA I I $Y375/ SP 15 A I Adjust Water Valve I • 1 I 8 I EA I $ /S-01 a/EA I uo I $— SP 15 B I Adjust Manhole ti P - 3 Bolivar and Magnolia Street Paving and Drainage WORK DAYS 80 BID NO. 9886 PO NO. BID TABULATION SHEET SP 2 I Concrete Saw Cut I 460 1 LF I $ Z, og/LF I $ I 1 I SP 42 I I Fire Hydrant Adjustment I 4 I 1 EA I $ - a0 5d %EA -I $ 00 ZUVO• SP 27 B I Sewer Service Adjustment I 15 1 EA I $ Q / E A I $ 4�5-00. SP 27 A I I Water Service Adjustment I 45 1 1 EA I I $ eo %EA I ao I $ 09,Z5-7 I 8 15 B I i Concrete Flume I 7 1 1 SY I I $ 30."/SY I I$ I I I 1 3 10 7 1 i Hydromulch I 2,000 1 SY 1 $ O. sS /SY I $ /1 10.ate'. I 2 12 3 AI I 15' RCP Storm Sewer I 135 I I LF I 1 $ �,J% /LF I i $ >c I I I I $ 6e Z51`/LF 1 1 $ �o 2 12 3 BI 21" RCP Storm Sewer I 736 1 LF I 2 12 3 CI 27" RCP Storm Sewer I 464 1 LF I $ Zsl /LF I $ 2 12 3 DI 30" RCP Storm Sewer I 1,141 1 LF 1 $ �2 `/LF cro I $ L,Z,2/% —' I 2 12 3 EI I 42'' RCP Storm Sewer I 167 I 1 LF I I $ o4 /LF I I $ �d,OZO � I 2 12 3 FI I. 48" RCP Storm Sewer I 208 I 1 LF I I $ _° 70 /LF I 1 $ ,b 60 118" Class IV I 1 I 0 ZZ /LF I I $ db 3 Z78 2 12 3-GI RCP Storm Sewer 1 149 I LF I $ 1 21" class Iv I I I oo I ao 2 12 3 HI RCP Storm Sewer 1 34 1 LF i $ %LF I $� 1 24' Class IV I I F I $ �Y -3 '�/LF I $ 2 12 3 I1 RCP Storm Sewer I 517 1 LF I 2 12 3 JI I 4' x 2' Box Culvert I 92 I 1 LF I I $ C�� Qa Ou /LF I $ 4 1 EA I $ do %EA I I$ % 7.6 1 41 Manhole and Cover I I I I I as IV06 %EA I I$ oo Z!/0 7 6 A 1 1 4' Curb Inlet I 3 1 EA I$ I I 4 I 1 EA I 1$ Qo 15n —/EA I $.�0 � 7 6 A 2 1 6' Curb Inlet I I I I I 1 I 1 EA I $ /7/d �/EA I$ a 7 6 A 3 1 8' Curb Inlet I I 7 I 1 EA I I$ �9[TQ "/EA I I$ /33uo.=° .' 7 6 A 4 1 10' Curb Inlet I 1 6" Special Type II I I I I $ SO Z30U %EA I$ 't /O d6. 7 6 A 5 I Curb Inlet I 2 I EA P - 4 WORK DAYS 80 BID NO. — Bolivar and Magnolia Street Paving and Drainage PO NO. BID TABULATION SHEET - i ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL — 1 8' Special Type II I I I ug I vd 1 c. c 1 r,...�. r..i..♦ 1 2 1 EA I $. Zy� /EA I 1 10' Special Type I i I 1 a f75%A 1 / go 79 Z� `. 7 6 A 7 I Curb Inlet I 3 1 EA I $ 95 1$ 1 5' x 5' Junction Box I I I ZZ5tl 1 I$ ae 6 75,0. 7 6 A 8 I and Cover I 3 I EA I $ %EA 1 10' x 10' Junction Box I I 1 Qo �NQ 1 I $ CIO.' WS-0 7.6.A-9 I and Cover I 1 I EA I $ 7EA , 1 8' x 4' Junction Box $ Z77S 7 6 A 101 and Cover I 1 I EA I $ 2 11 5 1 Inlet Frame and Cover I I 20 I I EA I $ /50 /EA 1 $ 3i0 �0 SP 36 A l 15' 6.1 Safety End I 1 I EA I$ 360 /EA I$ 3 Q O 1 SP 36 B 1 48' 6.1 Safety End I I 1 I I EA I I $ o o 1SQ39 %EA 1 $ /�Ud I Break into Existing I I I do I SP-6 I Manhole I 1 I EA I $ 05 0 %EA 1 $ SP 4 I Water Line Lowering I 7 I EA I $ %EA I $ SP 21 I French Drain I 750 I LF I $ /LF $ SP 43 I Concrete Steps (Sets) I 2 I EA I $ EA I 1 1 1 I I EA i I $ Om 5" %EA I I $ vo .Z . �b SP 39 I Proiect Signs I _ I SP 37 I Excavation Protection I I 10,340 I I SF I I $ /SF I I $ a b .. 8.11 I Metal Beam Guard Rail I 97 I LF I $ A5 "/LF I $ I Remove and Replace I $ 7�Y• SP 41 I Rail Road Tie Border I 51 I LF 1 $ LF SP 44 I Water Meter Relocation 1 6 I EA I 3 ASO --/EA 1 $ 900. _ I I 1 1 1 I I I SUB TOTAL I J �-s•, 1 I I I 1 P - 5 WORK DAYS 80 BID NO. 9886 Bolivar Street 8' Sanitary Sewer PO N0. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL I Contractor's Warranties I I I I �a __�: ...... I i I T.c �,o I a ZQs4 /LS I Z000 I 2 12 14-AI I 6' PVC Sanitary Sewer I 100 I 1 LF I I $ /260/LF I I $ 1ZCU.JS I 2 12 14-AI I 8' PVC Sanitary Sewer I 2,330 I I LF I I $ vo /LF I I $ w 3 Z, /oZd• - 3-AI Remove Concrete Pavement I 51 I SY I $ bo /SY i $ I Remove Concrete 3-B I Curb and Gutter I 4 I LF I $ /LF I$ I 5.8 I I Concrete Pavement I 51 I I Sy I I$ ZZ /SY I I$ Uo /,(Z Z 7.4 I Concrete Encasement I 5 I Cy I$ GU :�n /CY I$ - I 7.6 1 4' Concrete Manhole I 7 I EA I $ ec/EA cam I $ ��uQU• . ',' I Barricades, Warning Signsl "-D/LS 8.1 I and Detours I I LS I $ /OaO 1$ /idUd• I Concrete Saw Cut I I I Z I I$ Y7O, SP 2 1 (Existing) 1 235 I LF I$ /LF. I Break Into Existing I I I uo /EA I I $ �D'• Ord - SP-BA I I I Remove Concrete Manhole 1 2 I I I EA 1 $ oo 9Ud' %EA I I $ (,0(f SP 8B I I I Abandon Manhole I 3 I I I EA I $ oo �("d•-/EA I $ 9d6- 1I I I a -icy / z'0• SP 10 I Rock Excavation I 50 I Cy I $ I $ I Abandon Existing I I I Jo SJ-0 �/EA 1 �o -.. I $ mod- SP 23 I Sanitary Sewer I 1 I EA I $ - i I I SP 37 1 I I Excavation Protection 125,354 I SF I $ /SF I $ /Z, SP 39 I I I Project Siqns I 2 I I I EA I $ '� Z50./EA I $ 57/0 WS 11 14' Sanitary Sewer Servicel 50 - I EA I $ ZSd /EA I $/Z,S-%rd• - I I %3 (p 6 I 1 1 SUB TOTAL $ _ I I I I I I 1 1 1 GRAND TOTAL I$ P - 6 BID SUMMARY #9886 PROJECT WORK DAYS 1. Bolivar and Magnolia Street See Below Paving and Drainage 2. Bolivar Street Sanitary Sewer See Below 3. Total Bid 80 P - 7 ,�9 TOTAL COST, $ 5 S/ S 7z $ 73/ Ic77 la=P $ %6e� ,S i 9i G 9sl/ �'7r BID SUMMARY TOTAL BID -PRICE IN WORDS S!)C sf��/N,L72[-0 Sx7'y-N1'V T10112-.+wt) F/V NuyoecrJ NINCTFFv idNn 'Too 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. S�NMOunJ� �oy'�ol'0.�.0✓J _._.. CONTRACTOR 11 O. Lox I170 Street Address �oc�rloiCe Tew�s 76Z6Z City and State Seal & Authorization (If a Corporation) Telephone ice' I t f i I , i i f , n