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