Loading...
HomeMy WebLinkAbout1976 SPECIFICATION AND CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF INTERSECTION IMPROVEMENTS . APR] L , 1976 PREPARED BY DEPARTMENT OF COMMUNITY DEVELOPMENT, CITY OF DENTON, TEXAS JI IMIE J. JON S Cl Y ENG NEER • TABLE OF CONTENTS Notice to Bidders Proposal Standard Form of Agreement General Provisions 0 • NOTICE TO BIDDERS • Sealed bids addressed to the Honorable Mayor and City Council of the City of Denton, Texas, will be received at the office of the Purchasing Agent, City Hall, until 2 p.m, on April 27, 1976, for the construction of :.ntersection improvements in the City of Denton. The bids will be publicly opened and read by the Pur- chasing Agent at 2 p.m. on April 27, 1976. The City Council will officially review the lids at their regular meeting on May 4, 1976, and award the contract as soon thereafter as practical. Each bid must be accompanied by a cashier's check, certified check or acceptable lA dder's bond payable without recourse to the City of Denton, Texas, in an amount not less than five (5) percent of the bid submitted as a guarantee that the bidder will enter into a con- tract within ten (10) days after the notification of the award of the contract to him. The right is reserved, as the interest of the City may require, to reject any and all bids, and to waive any informality in bids received. Major bid quantities for the project are as follows: 191 S.Y. 4" Concrete Sidewalk 316 S.Y. 7" Concrete Pavement 175 S.Y. 8" Concrete Pavement 391 L.F. Concrete Curb & Gutter 635 L.F. 6" Concrete Curb 73 L.F. 2]." Rein. Conc. Pipe Plans and specif;.cations may be securad from the Director of Com- munity Development, 215 E. M-Kinney, Dento:i, Texas, on deposit of twenty ($20.00) dollars per set, which sum so deposited will be refunded, provided the documents are returned to the City within ten (10) days after the bids are opene3. CITY OF DENTON, TEXAS e PROPOSAL to THE CITY OF DENTON, TEXAS For the Construction of INTERSECTION IMPROVEMENTS in DENTON, DENTON COUNTY, 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 care- fully examined the form of contract, Notice to Bidders, spec- ifications 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 nec- essary 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 therein and according to the requirements O of the Engineer as therein set forth. It is understood that the estimated quantities of work to be done are approximate only. It is further agreed that lump sum ;;ices will represent- the full compensation for each individual project. The owner may award one or more projects to an individual bidder. It is understood and agreed that the ;cork is to be completed in full within 40 working days if all projects are awarded to the same contractor. 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 provosa: shall be returned to the bidder, unless in case of the acceptance of the proposal, the bidder shall fail to execute a contract with- in ten days after its acceptance, in which case the bid security shall become the property of the Owner, and shall be considered as payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. It is understood that the Owner reserves the right to reject any and all bids. The Owner may also reject one or more individual projects while accepting the bid for the remaining work. The undersigned hereby proposes and agrees to perform all work • plansaandespec.ifications, forithetfollowingrl~umpesumtprices, Co wit: INTERSECTION IMPROVEMENTS Project #1--Carroll Boulevard at Henry Street--Lump sum bid price for completing all work as noted on plan sheet 00 Total Bid in Figures R S PS • Total Bid in Words E. /I t j ~ o.,s°" •e" Twe N-tV r.Ve oUavS k,vd No C°ea~t Project #2--Avenue A at Hickory Street- -Lump sum bid jrice for completing all work as noted on plan sheet Total Bid in Figures Total Bid 3'. Words rovwte F/5-0 -Vd •Seve# llvu it-ed Tea 1)Q/ ass ti ,vd C'O' V /.S Project #3--Oakland Avenue at Withers Street--Lump sum bid • price for completing all work as noted on plan sheet . vo Total Bid in Figures f/ / Total Bid in Words Cava ThcoSva T Yee Hciud,Yal A f Qo /A r.? act No G' is Project #4--Elm Street at Fort Worth Drive--Lump l~~m~idt plan price for completing all work as noted on Y 4 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . or Total Bid in Figures ` r0UY ll reC( Total Bid inW9 rds Two 7/o~T sANc TPN (/c~/Ai5 Aa Ne 6,. 775 Total Bid for all Projects Bid in figures 7~r., Bid in Words 7-~-7,veti f ~''!~7--/ ~v' N Nd No C°~ N is R'.~NC1rec~ r w~u t yr It ;s under,taod that the work proposed to be clone shall be accepted, when ifications, t,ollthle`satisfaction41of with the plan and and spec the Engineer. The undersigned certifies that the lump sum bid prices contained in this proposal have been carefully checked and are submitted as correct and final. Lump-sum prices are shown in words and figures for each item-listed in this proposal, and in the evert 'of a discrepancy, it is understood that the words shall control. Pxtee:s ovoiea lwe 6wjea o,/ 7we NWN,eo Or ple Fain _ _P,eaveer.s As ONE eowr'eAer. V a Id je (4 A1,$ ~i-`G ),'0 Al ~OM 4IVIV Contractor By t(~ y 1J'1a ~ic~f~/ (Title) ~,0, IJox 1036 Seal & Authorization (Street Address) (if a Corporation) , - !/a~ ,e s / e ,os 7520 7 city and State PO - 63/ - 1750 -(Telephone Number) , BID BOND o« 1A. KNOB' ALI. MEN BY TIIESF PRESENTS: a That'._ ...................................WALDE,.COi93TRUCTION..COtIPANY............................................. of ........................DALLAS. r..................... State of..... T.ACA.S....... hereinafter called the Principal, and, k'.jR'..,_.N.S_13; lIMUCE CO'1WlY..OF PJI;'4RK N...J. hereinafter called the Stmety, are held and firmly bound unto..,. ITY. W.UNTON ..................................,r.. of D .ENTON, State o . d TEXAS__. hereinafter called the Obligee, in the sum of Five, Percent MY of, the Greatest. Amount Bid p, bind . . trtei2`. . ' . . t Dollars., for the payment whereof to the Obiigte. the Principal . . hirs, executors, administrators, successors, and assigns, and the Surety binds itself, its successors and assigns,. firmly by these i presents. Signed, sealed and dated this twenty-%jegenth,.. day of ......April . 19 .76 De 27, 1976 Ahereas the Princi otfl is heinterreaith subsectionmi.improvements ttig the accompanying bpd dated April for ,t)l0, construction in r t the ,City, of Denton. Now, Therefore, the condition of this obligation is such that if the bid be accepted as to any or all of the items of material and wockma •ship proposed to be furnished thereby, or as to any portion of the samr, and if the Principal will, within the period specified therefore, or, if no period be specified, within ten (10) days after notice of the award of the contract, enter into contract with the Obligee, to furnish all Mock and material at the prices offered by said bid, and will furnish bond with good and sufficient surety or sureties, as may he reyuirr,f, for the faithful and proper fulfillment of such contract, then chi- obligation shall be void, And the Surety hereby binds itself anti its successors to pay to the Obligee, in case the Principal fails to enter into such contract, and give such bond within the period specified therefore, or, if no period he specified, within ten (10) days after such notice of award of contract the difference in money between the amount of the bid of the Principal on the work and material so accepted, and the amount for which the Obligee may contract with others for such work and material, if the latter amount be in excess of the former, but in no event shall the Surety's liability exceed the penal sum hereof. In %itness Rhereof, this inscrument has been executed by the duly authorized rcptr,cntatives of the Prin• eipal and the Surety, UVALD CONS~TRUGTTION COMPANY DY.... (G'c+G1Gl... ,(Seal) A. E. McCook, Vice President, "ioc~i;3i Engineering F.S.(11MN1 ...TNU.). IT4..C.01 IP?1W..91''„Nl V411.K,,..N•..J..,..,(sra1) Surety J y:.... , G?..r~ , J. Croa:clnr A t i ney •.'.~,CJ~~--vtr---~t1~~flG~IC._`~fK:~fS ~K"~'7tIC=~1l~IC'-`y1~~'G:~.~1G~~ I 11.1m. A 1. U, 4 FIREMEN'S INSURANCE COMPANY i OF 'NEWARK, NEW JERSEY 80 Moiden Lone, N.ew York, New York 10038 GENERAL POWER 07 ATTORNEY Know all men by lheso Presents,Tnal the FIREMEN S INSURANCE COMPANY OF NEWARK, NEW ~ERSEY has made. constituted and appointed. and by these presents does make. constitute and appoint Chas. L. Dexter, Jr, or J. P. Crowder or J. Robert Carter, Jr. or Pallard Cabaniss All of Dallas, Texas, EACH Its true and lawful attorney for it and in its name. place. and stead to execute on behalf of the said Company, as surety, bonds, undertakings and contracts of suretyship to be givien to all obligees on behalf of Uvalde Construction Company provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of Unlimited Dollars. This Power of Attorney is granted and is signed arid sealed by facsimile under and by the authority of the following Reso- lution adopted by the Board of Directors of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY at a meet- ing duly called and held on the 201h day of FeLruary, 1975. 'RE'SOLVED, that the Chairman of the Board, the Vice Chairman of the Board. the President. an Executive Vice President or a Senior Vice Pres• ident or a Vice President of the Company, be. and that each or any of them hereby is authorized to execute Por.ers of Attorney cvr tying the allot. may named in the given Porter of Attorney to execute in be halt of FIREMEN S INSURANCE COMPANY OF NEWARK NEW JERFE f, ponds. under- takings and all contracts of suretyship, and that an Assistant Vice President, a Secretary or an Assistant Secretary be. and that each or ,ny of them here. by Is, authorized to attest th9 execution of any such Powe', of Attorney, and to attach thereto the seal of the Company FURTHER RESOLVED that the signatures of such onccers and the seat of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by faCSrmiie and any such Power of Attorney or cert hcate bearing such facsimJe signatures or Iactimde seat shad be valid and binding upon the Company when so affixed and in the future with respect to any bond undertaking or contract of surelysh o to when it is attach- ed.' In Witness Whereof, the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY has caused its Official seal be hereunto affixed, and these presents to be signed by one of its Senior Vice Presidents and attested by one of its Assist- ant Vice Presidents this 22nd day of April, 1975. FIREMEN S INSURANCE COMPANY OF NEWARK. NEW JERSEY Attest: Eugene P, Doug hot ry. Assislanl Vice President STATE OF NEW YORK, f R K Ruesch. server Nee P,esdeM COUNTY OF NEW YORK, On this 22nd day of April, 1975, before me personally came R K Ruesch• to me knoYrn, who being by me duly sworn, did depose and say that he resides in New Providence, in the County of Union, State of New Jersey. at 35 Alden Road, that he is a Senior Vt,*e President of the FIREMEN S INSURANCE COMPANY OF t:EWARK. NEW JERSEY, the corporation de scribed in and which executed the above instrument', that he knows the seal of the said corpotation , that the seal affixed to the said instrument is such corporate seal, that it was so at ixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. ~i M011.r'•,t } :~ru~ta;:~:~ HIABERI NOlff,'4N NOIARY PUBLIC State of Nea y0i111 No 52-18210)5 Qual in Sullen County CEnTIFICATE Celt filed Jill N Y Co Clkt0ll,re Comm SS1on Elpires March 3U 1911 I, the undersigned, an Assistant Secretary of the FIREMEN'S INSURANCE: COMPANY Ol' NEWARK, NEW JEnSEY, ~i New Jersey corporation, DO lfEnESY CLnTIFY Ihni the lorcigoing and atlachhd f'uwcr of Attorney remains to full forco and has not been revoked, and lurlhermore that the Resolution of the Board of Dirc-clors, set forth in the said f vwer of At- torney, is now in force. . Signed and scaled at tho City of Now York. Dated tho 27th day of April , 1976. 21 Dond 431511 e Sei.rrlary 1' I .r J.., es M Knlno A1,11%101111 CONTRACT DOCUMEN'i STATE OF TEXAS X X COUNTY OF DENTON X THIS AGREEMENT, made and entered into this 15th day of June, A.D. 1976, by and between the City of Denton, Texas, acting through its mayor, Elinor Hughes, thereunto duly authorized so to do, Party of the First Part, hereinafter termed OWNER, and Uvalde Construction Company of the City of Dallas, County of Dallas 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), the said Party of the Second Part (CONTRACTOR), hereby agrees w::th the said Party of the First Part (OWNER) to commence and complete the construction of certain im- provements described as follows: The improvement of Carroll Boulevard at Henry Street, Avenue A at Hickory Street, Oakland Avenue at Withers Street and Elm Street at Eagle Drive, and all extra work in connection therewith, under the terms as stated in the General Conditions of the Agreement and at his own proper cost and expense to furnish all the materials, sup- plies, machinery, equipment, tools, superintendence, labor, insur- ance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and pric,zs stated in the Proposal attached hereto, and in accordance with the Notice to Contractors, General and Special Conditions of Agreement, Plans and other drawings and printed explanatory matter thereof, and the Specifications and addenda the.cfor, as prepared by the Department of Community Development, City of Denton, Texas, herein entitled the ENGINEER, each of which has been'identified by the CONTRACTOR and the ENGINEER, together with the CONTRACTOR'S written Proposal, and the General Conditions of the Agreement, hereto attached; all of which are made a part hereof and collectively evi- dence and cont,titute the entire contract. The CONTRACTOR hereby agrees to commence work within ten (10) clays after the date written notice to do so shall have been given to him, and to substantially complete the same within 40 working; • days after the date of the written notice to commence work, subject to such extensions of time as are provided by the General and Special Conditions, -2- The OWNER agrees to pay the IMTP-MOR 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 MIEREOF, the parties to these prcaents have exe- cuted this Agreement in the year Lind day first above written. C~ a` ~C~ fah 7)e UVALOE CONSTRUCTION COMMY Party o the First art Party o the Second Part (OWNER) (CONTRACTOR)- By: ~S c /L' r By C_J C. E. Powell, Pce i en Attest: Attest: S GENERAL PROVISIONS SPECIFICATIONS This project shall be constructed by utilizing the Texas Hi hwa De artment 1972 Standard Sre~cifications for Con- strvction of Hi hwa s Streets and Brid es. Any permis- si a deviation from those specifications will be noted in the section on General Provisions. Where the Highway Department specifications make reference to the "State,' this project shall be interpreted to refer to the City f4f Denton, Texas. Likewise, the terms "Commission" and ''Department" shall refer to the Department of Community Development for the City of Denton. Any reference to the term Engineer" shall apply to the City Engineer for the City of Denton, Texaa. The Engineer, or his repre- sentative, is authorized to act for the City of Denton on all matters concerning the construction procedures, specifications, or activities while the work is in progress. Other definitions shall be as noted in the 1972 Standard Specification book. LOCATION OF PROJECT This improvement project is totally located within the city limits of the City of Denton, Texas. A map showing the general location of the individual projects is included in this general provisions section. SCOPE OF W0T_K The work to be performed under this contract consists of furnishing all materials, labor, supervision, tools and equipment necessary for the construction as detailed by the plans. PLANS AND SPECIFICATIONS Plans and specifications may be obtained at the office of the Director of Community Development, Denton City Hall,it upon deposit of twenty ($20.00) dollars. The entire deposit will be returned to the plan holder if the plans and speci- fications are returned to the City, in good condition, within ten (10) days following the official opening of bids. If the prospective bidder does not properly return the plans and shall ecome secifications property of deposit the Cisum f ty of Denton, (Te0xas. b EXAl41NATI0N OF SITE PROJECT Prospective bidders shall make a careful examination of the site of the project, soil conditions to be encountered, improvements to be protected, disposal sites for surplus materials and as to the method of handling traffic during construction of the projects. COMPETENCY OF BIDDERS The State requirements for contractor pre-qualification prior to the bidding date shall be waived. However, the City reserves the right to thorov,hly investigate the finan- cial resources and the experience of all bidders prior to award of the contract. QUALIFICATION OF LOW BIDDER Before being awarded a contract, the low bidder shall submit such evidence as the Engineer may require to establish his financial responsibility, experience and possession of such equipment as may be needed to prosecute the work in an expe- ditious, safe and satisfactory manner. Should the low bidder fail to produce eviceace satisfactory to the Engineer on any of the foregoing points, disqualified and the work awarded to the next low bidder so qualifying. AWARD OF THE CONTRACT The City of Denton, acting, through the City Manager and as authorized by the City Council, will notify the successful bidder, in writing, within thirty (30) days after the date of receiving bids, of its acceptance of his proposal, The Contractor shall complete the execution of the contract within ten (10) days of such notice. CONSTRUCTION SCHEDULE The Contractor shall proceed with construction in an orderly manner after conferring with the Cityy Engineer to establish a work schedule. Every effort must be made to minimize the roThets inconvenience to the public during the construction. contractor will be allowed flexibility in choosingontrac is in a sequence which matches his work force. The Co a will not be delayed if he is capable of progressing rapid nupace. merous However, areas withL itlconot be mpletinglspecificeprojects~ain ® pave timely manner. GP-2 TIME ALLOTTED FOR COMPLETION • The time allotted for the completion of all items of work shall be 40 worsting days, which time shall begin on or before the fifteenth (15th) day after the issuance of the Work Order. The Work Order shall consist of a written request by the Engineer for the Contractor to proceed with the construction of the project. The Contractor will not be allowed to prosecute the work on Saturdays or Sundays without written permission by the Owner. LIQUIDATED DAMAGES FOR DELAY The Contractor agrees that time is the essence of this con- tract and that for each day of delay beyond the number of working days or completion date herein agreed upon for the completion of any portion of the work herein specified and contracted for, the 0VNZER may withhold, permanently, from the Contractor's total compensation, a sum for liquidated damages for such delay. The amount of damages shall be computed from the table as specified in Section 8.6 of the THD Standard Specifications. TESTING OF MATERIALS • The Contractor shall furnish all materials for tests which will be done by the Owner. Tests will be made by the Owner at no expense to the Con- tractor, except that in the evert a test indicates that the material does not meet the requirements of the specifica- tions, the Contractor shall bear the cost of that t-e~,t. STATE SALES TAX This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. The Contractor performing this contract may purchase, rent or lease all materials, supplies, equipment used or consumed in the performance of this contract by issuing to his sup- plier an exemption certificate in lieu of the tax, said exemption certificate complying with State Comptroller's ruling 495-0.07. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling #95-0.09 as amended to be effective October 2, 1968. GP-3 • EXISTING STRUCTURES The plans show the locations of all known surface and sub- surface structures. However, the OFm er assumes no responsi- bility for failure to show any or all of these structures on the plans, or to show them in their exact locations. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any man- ner whatsoever. The Contractor shall be responsible for the protection of all existing utilities or service lines crossed or exposed by his construction operations. Where existing utilities or service lines are cut, broken or damaged, the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, at his own cost and expense. POLES, SIGNS, GUY WIRES, ETC. All utility poles and guy wires, private sign posts, signs and similar private obstructions which interfere with the construction of this project will be removed and replaced by the owners thereof, without cost to the Contractor. The City will remove and relocate all signs and parking meters without cost to the Contractor. BARRICADES, LIGHTS, DETOUR ROUTES AND SIGNS The Contractor shall, at his own cost and expense, furnish and erect such barricades, fences, flashers, signals and signs, and shall provide such other precautionary measures for the protection of persons and property as are necessary. Safety to the working forces and the general public shall be of uppermost consideration in scheduling all construction activities. All signs and barricades shall be constructed and erected to conform to standards as established in the 1971 edition of the Manual on Uniform Traffic Control Devices. From sunset to sunrise, the Contractor shall furnish an maintain at least one battery type flasher at each barricade and a suf- ficient number of barricades shall be erected to keep vehicles from being driven on or into any work under con- struction. The Contractor shall furnish watchmen in suffi- cient numbers to protect the work. S The Contractor will be held responsible for all damages to the work due to failure of the barricades, signs, lights and GP-4 watchmen to adequately protect the work area. The Con- ® tractor's responsibility for the protection of the work shall not cease until the project has been accepted by the City. If, in the opinion of the Engineer, the barricades and signs installed by the Contractor do not properly protect the work, the Contractor shall immediately cease all other work activities and correct the deficiency in p7:op.er barri- cading. GP-5 `"i'. ° \ f Ili I r-_~- IIVJJ ~~~111 _ RRO - CA LL A HENRY I 1. ffeeaeat _aes. ore" l _JL c ~4sad _ _ _ _ - _ ` cr'T' ~•L°t JI r lr 'LISM RI§ ut _ - AVENLA-HIJKORY 71 f L ji, 1 w} Y -go. SJt1. ~ -lJ i. T _ 1 • ~l G,LE w•• MMM ~ /\FL~ `A 4 ft-w IM ! vOS. - r.' \ Aft" r CATION.-MAP I NTERSEtTION I MPROVEMENTS 1 I