HomeMy WebLinkAbout1986-2380923L
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, and
WHEREAS, Section 2 36 (f) of the Code of Ordinances requires
that the City Council approve all expenditures of more than
$10,000, and
WHEREAS, Section 2 09 of the City Charter requires that
every act of the Council providing for the expenditure of funds
or for the contracting of indebtedness shall be by ordinance,
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 Invita-
tions", "Bid Proposals" or plans and specifications attached
hereto are hereby accepted and approved as being the lowest
responsible bids
BID NUMBER CONTRACTOR AMOUNT
9670 Joe Benson Construction $156,692 00
SECTION II
That the acceptance and approval of the above competitive
bids shall not constitute a contract between the City and the
person submitting the bid for construction of such public works
or improvements herein accepted and approved, until such person
shall comply with all requirements specified in the Notice to
Bidders including the timely execution of a written contract and
furnishing of performance and payment bonds, after notification
of the award of the bid
SECTION III
That the City Manager is
necessary written contracts
construction of the public we
with the bids accepted and a]
contracts are made in accordai
Bid Proposals, and documents
terms, conditions, plans
quantities and specified sums
SECTION IV
hereby authorized to execute all
for the performance of the
rks or improvements in accordance
)proved herein, provided that such
ice with the Notice to Bidders and
relating thereto specifying the
and specifications, standards,
contained therein
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 9th day of December, 1986
RAY S E HEN , MAYOR
CITY OF DENTON, TEXAS
ATTEST
CXROTTE-ALLEN, CITY SECRETARY
CITY OF DENTON, TEXAS
APPROVED AS TO LEGAL FORM
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
CITY OF DENTON, TEXAS
BY f
PAGE TWO
ATE December 9, 1986
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID# 9670 - CIP SECTION "N" WATERLINES 6" AND 8"
RECOiM1ENDATION We recommend this bid be awarded to the lowest
bidder, Joe Benson Construction in the amount of $156,692 00
The Public Utility Board recommend approval
SUiM1ARY This bid is for the construction of 6" and or
8" water lines for Texas, Austin, Schmitz, and Willowwood Streets
These projects are approved C I P improvements and the bid
price is within engineering estimates
BACKGROUND Tabulation sheet
Public Utilities Board's Minutes 11/19/86
PROGRAMS, DEPART14ENTS OR GROUPS AFFECTED
Utility Department Capital Improvements
FISCAL IMPACT
1986/87 Capital Improvement Program Funds
Respectfully submitted
Lloyd V Harrell
City Manager
7Pr ared by
Name Tom D Shaw, C P M
Title Assistant Purchasing Agent
Approved
Name John J Marshall, C P M
TMO, Purchasing Agent
I
U >Y
L O -
I I
ti
Y r
a
m
f�
2
lA
I I
e
n
m
r
c4i
v�
r_
1
1
z
1
m
�
emi
oJ-
Ni
uii
4v
-o �z r.�mi
; I
I 1
z
y
N
a
b
J
�
19 1
ti 2 m
m
m
®
N
Jl
O
f
m
®
9
9
S
»
n
_
1
I
O
Z
^
T
m
m
1 90
O C T
mN
Z
VI
�
m
GII
9
1 1
1_
Z
»
1
CY
m
o-
cn
as
w.
I
c a
r
m
V
?
S
1 9 I
I
1
m
i
i
m
I
41
I
C9
m
m
o-
m
rlI
m
I i
Z
1
<
m
u
a
m
m
io
l a
I C I
n a P
o o r
_
I
I
m
S
9
m
m
1
I
S
1
1�f
S
m
O
m
N
m
O
O C m
I I
r <
1
- »
1 1
n
O
®
m
®
1 1
Y
»
»
»
1 1
I 1
N
1 1
V
m
v
m yn m
CQf
P
N
i
I Y 1
1 1
pS�
� JS
mV
S
1y
1 1
m m
®
i
V
S
.N►
1 1
09
1 I
e
a
m
I I
MINUTES
PUBLIC UTILITIES BOARD
November 19, 1986
MEMBERS PRESENT Chairman Roland Laney, John Thompson, Edward
Coomes, Kenneth Frady, Lloyd Harrell R E
Nelson
ABSENT EXCUSED Nancy Boyd
STAFF PRESENT C David Ham Ernie Tullos John McGrane
Glenn Jaspers
OTHERS PRESENT Tim Fisher beorge Arthur et al
City Council Chambers 6 00 p m to 9 15 p m
Page 2
3 CONS
Tullos explained that the work had been inspected and
accepted by the staff The staff was recommending approval
of the final payment
Loomes moved approval of the final payment to Barrett
Commercial Builders Thompson second All ayes, no nays
motion carried unanimously
4 CONSIDER BID OPENING BID e9631 FOR OVERSIZE SEWER LINE AT
G W
M
Ham explained that the staff recommends approval of the
M
lowest cost difference of $30,814 11 as the City's par-
ticipation for the oversized sewer line from 10 inches to
18 inches
is
According to Ham, the City Council approved the oversize
agreement August 25, 1986 The proposed development re-
quires a 10" sewer line whereas the anticipated growth n
o
the surrounding drainage areas requires 18" sewer line
a._
Approximately 5,015 LF of 18" sewer line will be installed
.n
Thompson moved approval of the lowest cost difference of
$30,814 11 submitted by Dickerson Construct on Frady
second All ayes, no nays, motion carried unan mously
5 CONSIDER BID UP BID 89660, FOR EAGLE DRIVE kELIEF
EL
SANITARY SEWER LINE
Ham requested that this item be pulled pending subm ss on
of new bids
6 CONSIDER BID OPBNING BIll g961U FUR TEXAS,AUSTTN SCHMITZ
AN NIL WU S TS WA1 L N
Ham explained that the staff recommend award of the low b d
of Joe Benson Construction n the amount of $l56 692 00
According to Ham these are approved CIP improvements
Thompson moved to recommend approval to the City Counc 1 of
the low bid of Joe Benson Construction n the amount oY
$156,692 UO Prady second All ayes no nays mot on
carried unanimously
r.
F62 -zag
CONTRACT AGREEMENT
STATE OF TEXAS )(
COUNTY OF DENTON )(
THIS AGREEMENT, made and entered into this 12 d9'y of December _
A.D., 19 86, by and between The City of Denton, Texas
901-B Texas Street, Denton, Texas 76201
of the County of Denton and State of Texas, acting through
Lloyd V. Harrell,
City Manager thereunto duly authorized so to do,
Party of the First Part, hereinafter termed the OWNER, and
Joe Benson Construction Co.
Route 9 Box 356-B
Denton, Texas 76205 817-387-1296
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# 9670 - 1986 CIP Utilities Texas, Austin, Schmitz, Willowwood
Streets Waterline P.O. # 76522
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, Texas
, 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:
APPROVED AS TO FORM:
City Attarn —
CA-2
0044b
(SEAL)
Joe Benson Construction Co.
Party of the Second Part, CONTRACTOR
By
Tit eJoebenson, Uwner
(SEAL)
r
Bond No.#IC1221895.8
PERFORMANCE BOND
STATE OF TEXAS )(
COUNTY OF Denton)(
KNOW ALL MEN BY THESE PRESENTS: That Joe Benson Construction Comp<
, of the City of Denton
County of , and State of Texas
as PRINCIPAL, and Indiana Lumbermens Mutual Insurance Company,7366 N.Lincoln
Ave,Suite 300,Lincolnwood,I1. 60646, 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 City Of Denton, Texas, 901-B Texas Street, Denton, Texas 76201
as OWNER, in the penal sum of One hundred fifty-six thousand six hundred
ninety two Dollars ($ 156,692.00) for the payment whereof, the said
Principal and Surety bind themselves and their heirs, administrators, executors,
successors and assigns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract
with the OWNER, dated the 12 day of December, 19 86, for the construction of
CIP Utilities Waterlines Bid #9670
which contract is hereby referred to and made a dpart hereof as fully and to the
same extent as if copied at length herein.
NOW, THEREFORE, the condition of this obligation is such, that if the
said principal shall faithfully perform said Contract and shall in all respects,
conditions and agreements in and by said contract agreed and covenanted by the
Principal to be observed and performed, and according to the true intent and
meaning of said Contract and the Plans and Specifications hereto annexed, then this
obligation shall be void: otherwise to remain in full force and effect;
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 4th day of January , 1987 .
Joe Benson Construction Co.
Principal
Title owner
Address Route 9, Box 356-B
Denton, TX 76205
Indiana Lumbermens Mutual Insurance
Company
Surety
/An J.Millette
Title Attornev-in-fact
Address 7366 N.Lincoln Ave,SUite 300
Nowayermov,••• • 1. .
(SEAL) (SEAL):=
The name and address of the Resident Agent of Surety is:
Mr Gary De Hart Texas Surety Agency,5801 Curzon,P.O.Box 9008
Fort Worth,Texas 76107
NOTE: Date of Bond must not be prior to date of Contract.
PB-2
Bond No.#IC12218,958:
PAYMENT BOND
STATE OF TEXAS - )(
COUNTY OF Denton )(
KNOW ALL MEN BY THESE PRESENTS: That
Joe Benson
Construction Company of the City of Denton ,
County of , and State of Texas , as principal, and Indiana
Lumbermens Mutual Insurance Company,7366 N.Lincoln,Suite 300,Lincolnwood,I:
69646
authorized under the laws of the State of Texas to act as surety on bonds for
principals, are held and firmly hound unto City Of Denton 901-B Texas Street
Denton,Texas 76201 , OWNER, in the penal sum of One hundred fifty-six thousand
_six hundred ninety-two dollars Dollars ($ 156,692.00 )
for the payment whereof, the said Principal and Surety bind themselves and their
heirs, administrators, executors, successors and assigns, jointly and severally, by
thes presents:
WHEREAS, the Principal has entered into a certain written contract
with the Owner, dated the 12 day of December , 19 86 .
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
sealed this instrument this 4th day of
Joe Benson Construction Co.
Principal
Title cxwner-
Address Route 9, Box 356-B
Denton, TX 76205
said Principal and Surety have signed and
January , 19 87
Indiana Lumbermens Mutual Insurance
Company
Surety
aekxr�
John J.Millette
Title Attorney -in -fact
Address 7366 N.Lincoln Ave
Suite 300
Tinrnlnwood.Illinois 60646
(SEAL) (SEAL)
The name and address of the Resident Agent of Surety is:
Mr.Gary De Hart,Texas Surety Agency,5801 Curzon,P.O. Box 9008
WORTH,Texas 76107
0092b
PB-4
Bond No.#IC12218958.
MAINTENANCE BOND
STATE OF TEXAS )(
COUNTY OF Denton )(
KNOW ALL MEN BY THESE PRESENTS: THAT Joe Benson
Construction Companyas Principal, and Indiana Lumbermens Mutual
any a Corporation authorized to do business in the State of
Texas, as Surety, o 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 fifteen thousand six
hundred sixty-nine dollars and twenty cents Dollars 15,669.20 T, 10% of
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:
WHEREAS, said Joe Benson.Construction Company
has this day entered into a written contract with the said City of Denton to build
and construct water lines on Texas, Austin, Schmitz and Willowwood Streets
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.
MB-1
0093b
NOW, THEREFORE, if the said Contractor shall perform its
agreement to maintain said construction and keep same in repair for the maintenance
period of one (1) ,year, as herein and said contract provided, then these presents
shall be null and void and have no further effect; otherwise, to remain in full
force and effect.
It is further agreed that this obligation shall be a
continuing one against the Principal and Surety and that successive recoveries may
be had hereon for successive breaches of the conditions herein provided until the
full amount of this bond shall have been exhausted, and it is further understood
that the obligation to maintain said work shall continue throughout said
maintenance period, and the same shall not be changed, diminished, or in any manner
affected from any cause during said time.
IN WITNESS WHEREOF the said Joe Benson Construction
Company as Contractor and Principal, has caused
these presents to be executed by Attorney -in -tact
and the said Indiana Lumbermens Mutual Insurance Company
as surety, has caused these presents to be executed by its Attorney -in -Fact
John J. Millette and the said Attorney -in -Fact has hereunto set his hand
this 4th day of January , 1987 .
SURETY:
Indiana Lumbermens Mutual
Insurance Company
�/11�� 1Q
•
Attorney -in -Fact
0093b
PRINCIPAL:
JOE BENSON CONSTRUCTION CO.
J Benson, Owner
Route 9, Box 356-B
Denton, TX 76205
MEW
Indiana
Lumbermens
mwWl In• mnce
Company.
POWER OF ATTORNEY
PRINCIPAL Joe Benson Construction
EFFECTIVE DATE January 4,1987
Route 9,Box 356B Denton,Texas 76205
_ (STREET ADDRESS) (CITY) (STATE) (ZIP CODE)
$156692.00 AMOUNT OF BOND$ 156,692.00 P &
,
CONTRACT AMOUNT 1 aini
POWER NO. IC 12218958
KNOW ALL MEN BY THESE PRESENTS, that the Indiana Lumbermens Mutual Insurance Company, a Corporation duly organized and
existing under the laws of the State of Indiana, with its principal office in the City of Indianapolis, Indiana, does hereby make, constitute
and appoint
John J. Mille tte State of T.111II0iS—
as its true and lawful Attorneys) -in -Fact, with full power and authority herby conferred to sign, execute, acknowledge and deliver any
and all Bonds and undertakings, recognizances, contracts of indemnity, and other writings obligatory in the nature thereof for and on
its behalf as follows:
The obligation of the Company shall not exceed one million ($1,000,000.00) dollars.
And to bind the Corporation thereby as fully and to the same extent as if such Bonds and undertakings, recognizances, contract of
indemnity, and other writings obligatory in the nature thereof were signed by the President, sealed and duly attested by the Secretary
of the Corporation, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. This Power of Attorney
is executed and may be revoked pursuant to and by authority granted by Article IV, Section 2-A (1) and (2) of the By -Laws of the
Indiana Lumbermens Mutual Insurance Company, which reads as follows:
(1) The President or any Vice President shall have the power and authority, by and with the concurrence with the Secretary of the
Corporation, to appoint Attorneys_in -Fact for purposes only of executing and attesting to Bonds and undertakings,
recognizances, contracts of indemnity, and other writings obligatory in the nature thereof, and at any time to remove any such
Attornev-in-Fact and to revoke the power and authority given to him.
(2) Attorneys -in -Fact when so appointed shall have power and authority, subject to the terms and limitations of the Powers of
Attorney issued to them, to execute and deliver on behalf of the Corporation any and all Bonds and undertakings,
recognizances, contracts of indemnity, and other writings obligatory in the nature thereof, and such instrument executed by
any such Attorney -in -Fact shall be as binding upon the Corporation as if signed by an Executive Officer and sealed and
attested by the Secretary.
IN WITNESS WHEREOF, the Indiana Lumbermens Mutual Insurance Company has caused these presents to be signed by its Vice
President, attested by its Secretary and its Corporate Seal to be hereto affixed this FIRST day of JANUARY _I 9 85.
ATTEST: Indiana Lumbermens t/uj I Insurance Company
By """"""� By vice President
Secretary
STATE OF INDIANA 1 SS:
COUNTY OF MARION S
On this FIRST day of JANUARY 19 B5 , before me personally came
the individual who executed the preceding instrument, to me known. who being by me duly sworn, acknowledged the execution of the
above instrument and did depose and say; that he is the therein described and authorized officer of the Indiana Lumbermens Mutual
Insurance Company; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that
it was so affixed by order of the Board of Directors of said Corporation; and that he signed his name thereto by like order.
.Y.....P...
o
My Comrission Expires `; y,—.—.�_'
Notary Public
STATE OF INDIANA SS. ".,^/D ipNP.'
COUNTY OF MARION 111
I, the undersigned, Secretary of the Indiana Lumbermens Mutual Insurance Company, do hereby certify that the above
and foregoing is a true and correct copy of a Power of Attorney, executed by said Indiana Lumbermens Mutual
Insurance Company, which is still in force and effect.
This Certificate may be signed and sealed by facsimile under and by the authority of the following resolution of the Board of Directors of
Indiana Lumbermens Mutual Insurance Company at a meeting duly called and held on the 12th day of June 1973.
"RESOLVED: That the use of printed facsimile of the Corporate Seal of the Company and of the signature of the Secretary on
any certification of the correctness of a copy of an instrument executed by the President or a Vice President pursuant to Article
IV, Section 2-A (1) and (2) of the By -Laws appointing and authorizing Attorney -in -Fact to sign in the name and on behalf of the
Company Bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof,
with like effect as if such seal and such signature had been manually affixed and made, hereby is authorized and approved."
In witness whereof, I have hereunto set my hand and affixed the seal of said Corporation, this
4th
day of January , ... 19 $.Z.
(SEAL) (�
Qocl�.sc!
Form 253/1e Secretary --f—
BID # 9670
PROPOSAL
TO
THE CITY OF DENTON, TEXAS
FOR THE CONSTRUCTION OF
TEXAS STREET, AUSTIN STREET, SCHMITZ STREET,
AND WILLOWWOOD STREET WATER LINES
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 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 agreea that the quantities of work to be done at unit
prices and material to be furnished may be increased or
diminished as may be consioerea necessary, in the opinion of
the City, to complete the work fully as planned and
contemplated, and that all quantities of work whether increasea
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
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 certified or cashier's check or
Bid Bond, payable to the Owner, in the amount of five 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.
The undersigned hereby proposes and agrees to perform all work
of whatever nature required, in strict accordance with the plans
and specifications, for the following sum or prices, to wit:
P - 2
BID SUMMARY SHEET
Bid # 9670
Project Name
1. Texas Street Water Line
2. Austin Street Water Line
3. Schmitz Street Water Line
4. Willowwood Street Water Line
5. Projects 1 through 4
Bid Total Number of Work Days
$ a 91 30a so to
$ $�� y'7 7 • s° 20
$ $ �1 6 . 00 10
3�+6y3.00 20
$ 1.56 1q�.00 60
These projects are to be bid together.
qualify any bid submitted..
P - 3
Contractor shall not
Texas Street Water Line
WORK DAYS 10
BID NO. 70
PO NO.
BID TABULATION SHEET
n nnNTTTv tiNTT
❑NIT PRICE TOTAL
ITEM
2.12.20
8• PVC Water Main
1,128
LF
/5,p0/LF
�� q'io•oo
2.13-A
6' Gate Valves
1
EA
1 S0,0c/EA,SO,Oi7
2.13-B
BE Gate Valves
2
EA
.3SOOO/EA
%ev•co
2.14
Fire Hydrant
1
EA
OO,dl/EA
7J6, 00
2.16-A
3/40 Water Service
21
EA
DUOo/EA
2100.00
2.16-C
1 1/2' Water Service
2
EA 1
00,00/EA
14d0, 00
2.16-D
2' Water Service
3
EA
CC/EA
3-A
Remove Concrete .
(Pavement)
2
SY
/J,CO/SY
j0,00
3-B
Remove Concrete
Curb and Gutter
4
LF
/D:oO /LF
3-C
Remove Concrete
(Walks and Driveways)
12
SY
o /SY
f 0,00
5.7
Asphalt Pavement
(Type D Patch Mat'l)
100
TON
63,00/TON
l,soo.00
5.8
Concrete Pavement
2
SY
�S,OD/SY
SD,DO
7.4
Concrete Encasement
2.5
CY
5.00 /CY
Q9;So
8.2
Concrete Curb and Gutter
4
LF
;(S.JO/LF
IUD. Do
8.3
Concrete Driveway
11
SY
,ZS,oO /SY
)S.Ov
8.3-A
Concrete Sidewalk
1
SY
dS.oD/SY
-�S•0O
SP-2
Saw Cut (Exist. Conc.)
120
LF
/LF
.Z 4 0,00
SP-17
Rock Excavation
0
CY
S 0,00 /CY
00.00
Cast Iron Fittings
0
LBS
$ 1•p 0 /LBS
00.00
Total
Addendums Received
O
P - 4
10
Austin -Street Water Line
WORK DAYS 20
BID NO. 967n
PO NO.
ITEM DESCRIPTION
BID TABULATION SHEET
QUANTITY UNIT
UNIT PRICE TOTAL
2.12.20
8' PVC Water Main
2,389
LF
1S,OO/LF
00
2.12.8
8' Ductile Iron
Water Main
1,014
LF
)S,00 /LF
J�.d(O•Jc'
2.13-A
6' Gate Valves
7
EA
So•�/EA
1 iSD•oo
2.13-B
8' Gate Valves
5
EA
3SO.a,/EA
/ 301be
2.14
Fire Hydrant
2
EA
%rao.00/EA
00,no
2.16-A
3/4' Water Service
49
EA
/Do.cb/EA
2.16-B
1' Water Service
2
EA
l S.oWEA
O.O V
2.16-C
1 1/2' Water Service
13
EA
-40e.00/EA
bop, 00
2.16-D
2' Water Service
2
EA
ci-7S cO/EA
J4.50,00
2.16-E
3' Water Service
1
EA
360•d0/EA
300, 00
3-A
Remove Concrete
(Pavement)
28
SY
/0'00 /Sy
0 0
3-B
Remove Concrete
Curb and Gutter
28
LF
O.00 /LF
BJ.OG
3-C
Remove Concrete
(Walks and Drives)
14
SY
/4.00 /SY
/ ,J,°o
5.7
Asphalt Pavement
(Type D Patch Mat'l)
300
TON
S,ea/TON
I. SOO,0
7.4
Concrete Encasement
1.5
CY
7S00/CY
.So
8.2
Concrete Curb and Gutter
28
LF
2S,0e /LF
70o.00
8.3
Concrete Driveway
13
SY
S.Oo/Sy
3a S: OfJ
8.3-A
Concrete Sidewalk
1
SY
as,00 /Sy
s•o 0
SP-2
Saw Cut (Exist. Conc.)
260
LF
0 /LF
S20•90
SP-5
15' (Gauge 10)
Bore and Casing33
LF
SO.00 /LF
/bso,00
SP-14
Fire Hydrant Installation
5
EA
1� °O'pO/EA
/O oo' t9 0
SP-17
Rock Excavation
0
CY
,5'o,00/CY
00.00
Total
giy9 29'S
Addendums Received
o
Cast Iron Fittings
0
LBS
$ 1•00 /LBS
00.00
P - 5
v
Schmitz Street Water Line
WORK DAYS 10
BID NO. --970-
PO NO.
BID TABULATION SHEET
DESCRIPTION QUANTITY UNIT
UNIT PRICE TOTAL
ITEM
2.12.8-A
6' Ductile Iron
Watermain
232
LF
1-5 /LF
2.16-A
3/4' Water Service
5
EA
%OD,&0/EA
Sed Do
3-A
Remove Concrete
(Pavement)
2
SY
IO,DO /SY
Q,dd
3-C
Remove Concrete
(Walks 6 Drives)
2
SY
Mice /SY
d,88
5.7
Asphalt Pavement
(Type,D Patch Material)
25
TON
J
gsW/TON
�6_^S.00
5.8
Concrete Pavement
2
SY
AS, 00/SY
S0.00
8.3-A
Concrete Sidewalk
2
SY
00 /SY
"jo,no
SP-2
Saw Cut
(Existing Concrete)
12
LF 1
00 /LF
„)%{•Oa
SP-17
Rock Excavation
0
CY
TO,Oo /CY
00.00
Cast Iron Fittings
0
LBS
$ 1.00 /LBS
00.00
Total
ids ?0.00
Addendums Received
No
P - 6
Willowwood 81 Water Line
WORK DAYS 20
BID NO. 9670
PO NO.
PTION
BID TABULATION SHEET
(11TLNTITV UNIT UNIT PRICE TOTAL
2.12.20
8• PVC Water Main
1,374
LF
.s 0 0 /LF
p 6/O.Do
2.12.8
8- Ductile Iron
Water Main
20
LF
/S,p0/LF
doe% do
2.13-A
6" Gate Valves
2
Ea
a6o,edEa
S0o'O0
2.13-B
81 Gate Valves
2
Ea
3.fd.00/Ea
�00.00
2.14
Fire Hydrants
2
Is
9610,00/Ea
q,90, 00
2.16-A
3/40 Water Service
11
Ea
00,0 /Ea
JIOO.Oo
2.16-B
1' Water Service
1
Ea
,�S.00/Ea
3-A
Remove Concrete
(Pavement)
6
SY
/0.so /Sy
b0,00
3-B
Remove Concrete Curb
and Gutter
4
LF
/0.00 /LF
V,DO
5.7
Asphalt Pavement
(Type D Patch Material)
100
Ton
65 0o /Ton
b s00.6v
5.8
Concrete Pavement
6
SY
aS.00 /SY
lSn Oo
8.2
Concrete Curb and Gutter
4
LF
Z S,ocl/LF
/60, 0 O
SP-2
Sawcu
(Existing Concrete)
29
LF
/LF
,ST.d o
SP-5
15" Bore -Casing
20
LF
SO o0 /LF
/0'01 00
SP-17
Rock Excavation
0
CY
So.CIO /CY
00.00
Cast Iron F'ttincs
0
1 R-,
of
Total
Addendums Received
P - 7
BID# 9670
BID SUMMARY
TOTAL BID PRICE IN WORDS 0 he N"ndra<i L -LL4 SAX 7hos4n�
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
accepted, when fully completed
the plans and specifications,
Engineer.
proposed to be done shall be
and finished in accordance with
to the satisfaction of the
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.
Toe e B a vt80n GOn src-.>.
CONTRACTOR
BY
!� t q 130 3�S6 !3
Street Address
New,-ro ,7X. 24,20-5-
City and State
Seal & Authorization
(If a Corporation)
Te ep one
�7
CITY OF DENTON
INSURANCE MINIMUM REQUIREMENTS
Without limiting any of the other obligations or liabilities of the
Contractor, the Contractor shall provide and maintain until the
work is completed and accepted by the City of Denton, Owner,
minimum insurance coverage as follows:
TYPE OF COVERAGE LIMITS jr LIABILITY
I. WORKMEN'S COMPENSATION STATUTORY
II. COMPREHENSIVE GENERAL LIABILITY
Bodily Injury $300,000
Each occurance
Property Damage $100,000
Each accident
COMPREHENSIVE'AUTOMOBILE LIABILITY
Bodily Injury
$300,000
Each person
$1,000,000
Aggregate
Property Damage $100,000
Each accident
A. In addition to the insurance described
Contractor shall obtain at his expense
PROTECTIVE LIABILITY INSURANCE POLICY
following limits:
BODILY INJURY PROPERTY DAMAGE
$1,000,000
Each accident
above, the
an OWNER'S
with the
$300,000 each person $100,000 each accident
$300,000 each accident $1,000,000 aggregate
Covering the work to be performed by the Contractor for
the City of Denton.
B. The contractor will furnish the Owner's Protective
Policy described above and execute the Certificate
described on the following page to the City of Denton
for its approval. Insurance must be accepted before
commencing any work under the contract to which this
insurance applies.
The City of Denton will be listed on all policies as an
additional named insured.
#0399c
b 1✓
•anoge 01 paualal wiuedwcro p QJnwl 04/411 ;0
wnlleluewlde8
V905L
JPGZ°lJ040V
Mal 'HTI ASIATI
-
SHOhWHIS 'N 061
-
xON30V (IHHU 3HZ
- : lak-A'JY do Ss3NGRV @1Y mm
7UlligvI'I
do 11wrI 000`000`1 1 L8-£-8 L8-9-T
1 000
a6ewe0
tlonPol,l
a6auAa
slonpwd
AIlPoS
AinluI AI!Po9
l S--s1!wl l Ailllgal ueAoldw3
.A.1111OVII dO SlaWll
101,- JY 10 ZZGKU 3HOH.
LSt £7
s 13143n p8n4 to psu Oo OU 'promo lie slano-),
•plot ul sl wuelnsui Lions ou suauul Auus aleudwdde Aue 10 aouesa V,
---------------
MWNOO
66—LL—Lf8 xSIIIfivII x7.'Ivf1Svo
vZZaxawn 'Ivfllaw
Sxa x0'Idwa
xavdxoo
LS—Z—T
66—LL—Lag
xZ'IVfISVO
'lvn.Lma
„Allilgel-1 ol!gowolnv
Sx2lxoll&2
9NSu64WdWOa
a3an IONI
mvgdoo
aNfloHO'dSoNfl
ulivnsv'J
98 1. -£-8
66-LL-La8
g WHOJ avoxg
-Jrlw Sx3xoZdNa
Al!l!gel,l lulauaEj
_ anlsu84wdwo�D
_
LS-6-8
96-6-8 £
-99-00-LO7VO
Allllgei-1 uuAoldw3
. SVO SHZXO-Id113
pue
•
udllesuadwca s uawllloM
-
44e0
ue0
mgwnN
wuum I;o edAl
Auadwo0 a auWwjI
uolulid:3
el44oaµ3
Aoliod
SOZ9L SVxal 'NOLNaa
a95£ X09 6 'I'd
-05 NOISOn-dj SNOO NOSNafi HOF :a3Hnsrn do VaLlaad aNN 3NvNl
3ua8V 8u}sagosn3 _
r Y1' d' O `ITEgszeyl ' f ugof : u14V
Tom Xl `uolua0
1$ sexal 8-T06
'UL9T-11 PT8 u0lua0 }O 440
_.J
:s)lavW3d L
LB-9-1 :31vO I O3nsSl SI 31v01d I1H 30 WOHM Ol L1HVd d0 SS3HOOV ONV 3WVN
•passaippe sl 21e6uplao slyl w014m 01 ,4jed all 01 aollou uallum s,(ep
(0I) ual I1e W U!m sa!uedum io luedwoo 241 'salollod, jo Amlod 2y1 )o u011epaoueo 10 ul aSuey® p'ualew 'Cue J0 1UBAa ay1 ul
•ulalay 01 pallajal sa!a!lod jo Aoilod 2q1 uo pawnsul leuoll!pp�
ue pans! s! 1! lsanbai aso4m 1e uopejodm io.wjj'gosiad 241 Suplew luawasv0pua ue n si'ou 'm0laq umoys salogod 10 Co!lod aql
Aq papiojje agulpA03 2q1 sialle io spualxa 'spuawu AjaeiIjeSiu io Alanllewiu, t! layllau 3JNVdf1SNI d0 3.LVO1dI1iI3D SIHI
:molaq umoys sa!uedum io xuedwoo ayi
Aq panssl uaaq OAe4 •suolsnloxa pue suoglpuoo sulagl i1a p o1 loofgn 'salollod Sulmopoi 041 1e41 k-gl.L*dg- O.L S, SIH-L
gz)N uflsmlel03LVJI3IL2I3�
AAME AND ADDRESS OF AGENCY
COMPANY
FIELDING REINSURANCE LIMITED
Effective 9:00 a m 1-15 119 87
THE REED AGENCY
P.O. BOX 605
Expires ® 12:01 am El Noon 2-15-8719
❑ This binder is issued to extend coverage in the above named
LEWISVILLE, TEXAS 75067 ..
company per expiring policy q Ie.cePt as eoteo oelowl
NAME AND MAILING ADDRESS OF INSURED
Description of OperatfonlVehiclesl Property
CITY OF DENTON (JOE BENSON CONSTRUCTION
CO.)
901-B TEXAS STREET
DENTON, TEXAS 76201
Type and Location of Property
CoveragelPerilsl Forms
Amt of Insurance
Ded.
toles.
i
P
R
0
P
E
R
T
Y
Limits of Liability
Type of insurance
Coverage/Forms
Each Occurrence
Aggregate
L
1
❑X Scheduled Form ❑ Comprehensive Form
Bodily Injury
$
$
A
B
❑ PremiseslOperat ions
Property Damage
$
$
1
❑ Product slCom plated Operations
Bodily Injury &
L
I
El Contractual
$
$
T
Other (specify below)
Property Damage
y
H Med. Pay. $ PPeperCombined
stun $ Accident
❑ Personal injury
El ❑ B El
Personal Injury $
Limits of Liability
Bodily Injury (Each Person) $
A
❑Liability El Non -owned ❑ Hired
U
T
❑ Comprehensive -Deductible $
Bodily Injury (Each Accident) $
$
0
❑ Collision -Deductible $
M
O
❑ Medical Payments $
Property Damage
,
B
❑ Uninsured Motorist $
i
L
❑'
Bodily Injury &Property Damage
E
No Fault (specify):
$
El Other
Other (specify):
❑ WORKERS' COMPENSATION — Statutory Limits (specify states below) ❑ EMPLOYERS' LIABILITY — Limit $
SPECIAL CONDITIONSIOTHER COVERAGES
OWNERS PROTECTIVE POLICY WRITTEN WITH LIMITS
OF $500,000 EXCESS OF $500,000 UNDERLYING
TOTAL AGGREGATE $1,000,000.
NAME AND ADDRESS OF ❑ MORTGAGEE ❑ LOSS PAYEE
❑ ADD'L INSURED
LOAN NUMBER
.
Signature of Authorized Representative Date
AC.DRC75111177-)
Binder No.
C-1(
NAME AND AUUntaD —
THE REED AGENCY
P.O. BOX 605
LEWISVILLE, TEXAS 75067
CITY OF DENTON (JOE BENSON CONSTRUCTION CO.)
901—B TeXAS STREET.
DENTON, TEXAS 76201
Type and Location of Property
R
O
P
E
R
T
P
Y
Type of Insurance
LrSched�uled❑ Comprehensive Form
IAsesioperations
clslCompleled Operations
Lactual
I
Tbelow)
Y ❑pei $ Per
Med. Pay. $ person Accidertr
A ❑ Liability ❑ Non owned ❑ Hired
U
T ❑ Comprehensive -Deductible $
O ElConisiomDeduclible
M $
O ❑ Medical Payments
B El Uninsured Motorist $
1
L ❑ No Fault (Specify):
E
❑ Other (specify):
EMPLOYERS MUTUAL
—— tg
Effective am 2-15 t9 87
Expires 12:01 am ❑ Noon j
This binder is issued to extend coverage in the above named
company per expiring policy If
(escepl as noted below)
coveragel Perils/Forms
Coverage/Forms
❑ WORKERS' COMPENSATION — Statutory Limits (specify slates below)
OWNERS PROTECTIVE POLICY
LIMIT OF LIABILITY $500,000 CSL
ANDADDRESSOF ElMORTGAGEE ❑ LOSS PAYEE ❑ ADD'L INSURED
—��
LOAN NUMBER
3odily Injury $
Property Damage $
Bodily Injury 8
Property Damage 9
Combined
of
of
Limits of Liability
Dad. I Col...
Bodily Injury (Each Person) $
Bodily Injury (Each Accident)
Property Damage $
Bodily Injury & Property Damage
Combined $
❑ EMPLOYERS' LIABILITY — Limit $
Signature of Authorized Representative
Date
ACORD 75 (11177c)