Loading...
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)