1991-018ORDINANCE NO I -0
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 com-
petitive 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 receiv-
ed and recommended that the herein described bids are the lowest
responsible bids for the construction of the public works or .im-
provements described in the bid invitation, bid proposals and plans
and specifications therein, NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the following competitive bids for the con-
struction of public works or improvements, as described in the "Bid
Invitations", "Bid Proposals" or plans and specifications on file
in the Office of the City's Purchasing Agent filed according to the
bid number assigned hereto, are hereby accepted and approved as be-
ing the lowest responsible bids
BID NUMBER CONTRACTOR AMOUNT
1143 CBS Mechanical, Inc $275,143 50
1185 J-N Construction $463,426 11
1201 Larry Manning, Inc $ 74,336 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 hereby authorized to
execute all necessary written contracts for the performance of the
construction of the public works or improvements in accordance with
the bids accepted and approved herein, provided that such contracts
are made in accordance with the Notice to Bidders and Bid Propos-
als, and documents relating thereto specifying the terms, condi-
tions, plans and specifications, standards, quantities and speci-
fied sums contained therein
SECTION IV 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 here-
by 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 im-
mediately upon its passage and approval
441
PASSED AND APPROVED this the
day of 1991
BOB CASTLEBERRY, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
BY
APPROVED AS TO LEGAL FORM
DEBRA A DRAYOVITCH, CITY ATTORNEY
BY
LS~S z
DATE FEBRUARY 5, 1991
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID #1143-AIRPORT INFIELD DRAINAGE
$.UHMFPIpA IDE We recommend this bid be awarded to the lowest
bidder, CBS Mechanical, in the amount of $275,143 50
-40j_'1A$1 This bid is for the labor and materials to improve the
drainage in the infield area of the Municipal Airport The
project consist mainly of removing old metal pipe drain lines and
installation of larger concrete work The costs for this project
are higher than normal drain lines due to the requirements to
bore under runways where open cuts are not permissible
The project was designed and engineered by Freese and Nichols
Engineering at the request of the F A A Ninety percent (90%)
of the cost will be funded from F A A Airport Improvement
Grants The remaining 10% will come from 1990-91 budget funds
intended to compliment this grant
$ACgQ$Qy$g Tabulation sheet, Memorandum from Freese and Nicols
date 1-15-91
PROQ$AMS~_g$PA$TjI§$~_Q$_QRQygQ_AFFEQ~ED Airport
>I$UL-1HP-M 90% F A A Grant Funds, 10% City of Denton 1990-91
Budget Fund Acct #402-002-AG03-0001-9108
Respectfully submitted
/J.' Harrell
City Manager
Prepared by
Name Denise Harpool
Title Senior Buyer
A proved
Na~
Name Tom D---Sh--aw-,~CPM
Title Purchasing Agent
DH/,jh
117 DOC
BID #
BID NAME
OPEN DATE
ACCOUNT #
#IQTYI
1
2
3
4
5
1143 ADDENDUM #III
AIAPORT INFT D
DRAINAGE
JANUARY 8, 1991
ITEM DE9CR1MON
AREA 1
ALT 1 FOR AREA 1
ALT 2 FOR AREA 1
AREA 2
AREA 3
TOTAL WITH ALT 1
TOTAL WITH ALT 2
BID BID
LINDER-STAHL
CONSTRUCTION
VENDOR
$162,968 00
$99,000 00
$2,575 00
$76,009 W
$81,982 00
$419,959 00
$323,534 00
YES
ATKINS BROS
VENDOR
$162,451 00
$134,985 00
$5,391 00
$71,196 00
$76,380 00
$445,012 00
$315,418 00
YES
CIFLU "C"
CONSTRUCTION
VENDOR
$141,580 00
$131,560 00
$5,375 00
$63,817 00
$72,664 50
$409,621 50
$283,436 50
YES
SUN90UNT
CORP
VENDOR
$163,865 00
$145,310 00
$4,975 00
$75,453 00
$69,758 00
$454,386 00 I
$314,051 00 1
YES I
CBS
MECHAMIICAL
VENDOR
$151,041 00
$115,530 00
$2,830 00
$54,939 00
$66,333 50
$387,843 50
$275,143 50
YES
Freese
AND
N ichols INC
CONSULTING ENGINEERS
January 15, 1991
Mr Tom Shaw
City of Denton Purchasing Agent
901-B Texas Street
Denton, TX 76201
Dear Mr Shaw
JAMES R NA( HOES I F
R(IBERTL NICHOLS PE
ROBERTL HLRCHERT
LEE B FREESE PL
ROBERT S GOOCH I E
JOE PATH ]ONES PT
ROBLRFA THOMPSON 111 BE
T AN]HONY READ PF
GARYN RELVES I E
ROBERT F I FN( F PE
THOMAS( COOCH I E
RONNIFM LEMONS I F
MR HALL L NICER TES PE
CARRY Ii GRECORY PT
W IRHOS I CI WENT PC
TERRY L FLEMIN( PE
MICHAEL I, MORRISON PL
101 IN E (ONES PF
R NEIL PRICIII A I A
(OYM VEA(II PE
RAYMOND R I ON( (IRIA PC
Re Letter of Recommendation
Airport Infield Drainage
A I P No 3-48-0067-04
Bid Number 1143
DTN90076
Pursuant to the bid opening on January 8, 1991, attached please find our Bid
Tabulation which shows CBS Mechanical as the apparent low bidder CBS's bid
had a minor mistake in multiplication on Bid Item number 40 This is
corrected in our Bid Tabulation and had no bearing on the determination of the
low bidder
In order to get all three areas constructed the most economically, it is
recommended to award the contract based upon the sum of the base bid for Area
I, additive alternate no 2, and the total bids for Areas II and III
Additive alternate no 1 is therefore recommended to be removed from the
contract Looking at the Bid Tabulation, the low bidder for this basis is CBS
Mechanical with a total bid of $275,143 50 It is therefore recommended that
the contract be awarded as indicated to CBS Mechanical for $275,143 50
Very truly yours,
FREESE AND NICHOLS, INC
7F1 eming, P E
Project Manager
WOW 04
Enclosure
xc Joe Thompson
Willie Villalobos, FAA
TELEPHONE 817 336 7161 811 LAMAR STREI T FORT WORTH TEXAS 76102 3683 RECYCLED PAPER
FAX 817 877 4267 METRO 817 429 1900
STATE OF TEXAS
COUNTY OF DENTON
CONTRACT AGREEMENT
THIS AGREEMENT, made and entered into this 5 day of FEBRUARY
A.D., 1991', by and between THE 'CITY OF DENTON
of the County of DENTON and Stateof Texas, acting through
Lloyd V. Harrell thereunto duly authorized so to do,
hereinafter termed 'OWNER,' and
CBS MECHANICAL INC.. 500 W. DNTVRRSTTY nR__ DENTON- TEXAS 76701
of the City of DENTON , County of DENTON
and State of TEXAS , hereinafter termed 'CONTRACTOR.'
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by OWNER, and under
the conditions expressed in the bonds bearing even date herewith, CONTRACTOR
hereby agrees with OWNER to commence and complete performance of the work
specified below:
BID #1143 - AIRPORT INFIELD DRAINAGE in the amount of $275.143.50.
Purchase order 112080
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 work specified above, 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
CA-1
0114s
s~
other, drawings and printed or written explanatory matter thereof, and the
Specifications therefore, as prepared by
FREESE AND NICHOLS INC CO°°TrLTTN^ FNCTNEERq '
all of which are made a part hereof and collectively evidence and
constitute the entire contract.
Independent Status
it is mutually understood and agreed by and between City and
Contractor that Contractor is an independent contractor and shall not be
deemed to be or considered an employee of the City of Denton, Texas, for the
purposes of income tax, withholding, social security taxes, vacation or sick
leave benefits, worker's compensation, or any other City employee benefit.
City shall not have supervision and control of Contractor or any employee of
Contractor, and it is expressly understood that Contractor shall perform the
services hereunder according to the attached specifications at the general
direction of the City Manager of the City of Denton, Texas, or his designee
under this agreement.
Indemnification
Contractor shall and does hereby agree to indemnify and hold harmless
the City of Denton from any and all damages, loss, or liability of any kind
whatsoever, by reason ofinjury to property or third persons occasioned by any
error,, omission or negligent act of Contractor, its officers, agents,
employees, invitees,. and other persons for whom it is legally liable, with
regard to the performance of this Agreement, and Contractor will, at-its cost
and expense, defend and protect the City of Denton against any and all such
claims and demands.
Choice of Law and Venue
This agreement shall be governed by the law of the State of Texas and
venue for its construction and enforcement shall lie in the courts of Denton
County, Texas.
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.
CA-2
0114s
IN WITNESS WHEREOF, the parties of these presents have executed this
agreement in the year and day first above written.
ATTEST:
CITY OF D TON
OWN 74 t
l~
(SEAL)
ATTEST:
clL
CBS MECHANICAL
tle V P l+ c°, '
W H
MIKE C. SCHLOEIIAN,.VICE PRESIDENT
(SEAL)
CA-3
0114s
PERFOR11ANCE BOND
STATE OF TEXAS )C
COUNTY OF DENTON
BOND No. 4634687
KNOW ALL MEN BY THESE PRESENTS: That CBS MECHANICAL
, of the City of DENTON
County of DENTON , and State of TEXAS
as PRINCIPAL, and _ HARTFORD CASUALTY INSURANCE COMPANY
, as SURETY, authorized under the laws of
the State of Texas to act as surety on bonds for principals, are held and firmly
bound unto the THE CITY OF DENTON
as OWNER, in the penal sum of Two HUNDRED SEVENTY FIVE THOUSAND ONE HUDRED FORTY
THREE & 50/100-- Dollars 275,143.50 ) 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 5 day of FEBRUARY , 1991 , for the construction of
BID 11143- AIRPORT INFIELD DRAINAGE in the amount of $275,143.50.
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 28th day of Feburary , 19 91 .
CBS MECHANICAL, INC.
Principal
By KL SCJC~V~~
Mike C. Schloeman
Title Vice President
Address 5001 W. University Drive
The
Texas 75221
address of the Resident Agent of Surety is:
Billy Joe Bruce, Alexander & Alexander of Texas, Inc.
C 6
~ U
o
C d
~ T
T U
~ C
y
tea,
U ~
~a O
717 N. Harwood, LB#8, Dallas, Texas 75201
NOTE: Date of Bond must not be prior to date of Contract.
PB-2
HARTFORD CASUALTY INSURANCE OOMPANY
71:: 'U
L 4
Sur] qty
aS;:J o
V W~~ 0 0
B,j
W. Lawrence Brown
c
Title Attorney-in-Fact
Address 5001 LBJ Freeway
P. 0. Box 927
0091b
PAYMENT BOND
STATE OF TEXAS
COUNTY OF DENTON )C
KNOW ALL MEN BY THESE PRESENTS: That
of the City of _ DENTON
BOND NO. 4634687
CBS MECHANICAL
County of DENTON and State of TEXAS , as principal, and
HARTFORD CASUALTY INSURANCE COMPANY
authorized under the laws of the State of Texas to act as surety on bonds for
principals, are held and firmly hound unto THE CITY OF DENTON
, OWNER, in the penal sum of TWO HUNDRED SEVENTY FIVE THOUSE
ONE HUNDRED FORTY THREE and 50/100 Dollars C$ 275,143.50 )
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 5 day of FEBRUARY 1991
for construction of BID 111143 - Airport Infield Drainage, Purchase Order 1112080.
to which contract is hereby referred to and made a part hereof as fully and to the
same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall pay all claimants supplying labor and material to him or a
subcontractor in the prosection of the work provided for in said contract, then
this obligation shall be void, otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the revised Civil Statutes of Texas as amended by the
acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this
bond shall be determined in accordance with the provisions of said Article to the
same extent as if it were copied at length herein.
PB-3
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or to the
work performed thereunder; or the plans, specifications or drawings accompanying
the same, shall in anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be performed thereunder.
IN WITHNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 28th day of February 19 91
CBS MECHANICAL, INC.
Principal
By
hu'4 \ <S~~
Mike C. Schloeman
HARTFORD CASUALTY INSURANCE COM]
S ty
B (F
W. Lawrence rown
Title Attorney-in-Fact
C
Address 5001 LBJ Freeway
CL~ E
j O C". y v fJ
G~ `N
tC ` aU. S J ~
j. C N O ~ N
i _ U U C
an C T'.'. -.2
` O l> y ~ U
j c'. t_ U ~ o On
O O •J C O
C__ ~ O T d
fi ~ T
W-O t0%J U
~ U Cl1] C
I t- n~ 21
N U O
C 'C O b') ~ N
ucyry~
r c
Title Vice President
Address 5001 W. University Drive
Denton, Texas 76201
817-387-7568
Dallas, Texas 75221 = W o.r o
Tess of the Resident Agent of Surety is:
717 N. Harwood, LB#8, Dallas, Texas 75201
PB-4
0092b
BOND NO. 4634687
MAINTENANCE BOND
STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE _PRESENTS: THAT. CBS MECHANICAL
as Principal, and HARTFORD CASUALTY INSURANCE COMPANY
a Corporation authorized to do business in the State of
Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto
the City of Denton, A Municipal Corporation of the State of Texas, its successors
and assigns, at Denton, Denton County, Texas the sum of TWENTY SEVEN THOUSAND FIVE
HUNDRED FOURTEEN AND 35/100--- Dollars 27;514.35 , 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 CBS MECHANICAL
has this day entered into a written contract with the said City of Denton to build
and construct BID $1143-AIRPORT INFIELD DRAINAGE
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
C'.
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 CBS MECHANICAL, INC.
as Contractor and Principal, has caused
these presents to be executed by
and the said HARTFORD CASUALTY INSURANCE COMPANY
as surety, has caused these presents to be executed by its Attorney-in-Fact
W. Lawrence Brown and the said Attorney-in-Fact has hereunto set his hand
this 28th day of February , 19 91 ,
SURETY: PRINCIPAL:
INSURANCE COMPANY
CBS MECHANICAL,
Y 19.J^Q1 - "ii
Mike C. Schloeman, 4`zCi?uresidentg,-
Denton, Texas 76201
91SfI0 uAE(iF','.9EITYfu"? C'Pi Tl ?II
In the event the insur i~ auable to b,ifill
':notfactual ot;llgatlen ;lrn,er this policy or
•;ontraCtof auphcatio ercerlifIcate Or evidence
ob:cverage, the t;o! 'yh3lder or cehficatehoider
is not proterted by an insurance guaranty fund
or other solvency protection arrangement.
21B-2
0093b
HARTFORD. CASUALTY INSURANCE COMPANY, - it
_ - - EXECUTIVE OFFICE: Hartford, Connecticut" - tl' - - 11 -
POWER OF ATTORNEY
I Know all men by these•Prexnts, -Thalthe HARTFORD CASUALTY INSURANCE COMPANY; a 0 _
II - I - corporation duly organized under the laws of the. State of Indiana and having.. its Executive Office in the City, of ! -
_ -Hartford, County of Hartford, State of Connecticut does_hereby make, constitute and appoint r-
_
_ H- A GIBSON; '.JOE BRUCE,' W. LAWRENCE BROWN, WILLIAM D. BALDWIN, JANICE'Gl_CORREY
- • - ,DOROTHY VALEK, .KATHLEEN,DAY„L. BRAY PITTS,-JR. add PAMELA, I LANGLEY
•li It.' - L,' of. -DALLAS, TEXAS
I
Its true and lawful Attorney(s)-in-Fact, with full pow'eraod authority to-each of said'. Attorney(s)-in-Fact, in their -
1 II.• _separate capacity if more than one is 'named above, to sign,.execute and acknowledge: any.and all. bonds and ' - -
undertakings and other writings obligatory , in the. nature thereof on behalf of the Company in its. business of..
'guaranteeing the 'fioelity of persons holding places of public or private trust; guaranteeing the performance of".-
contracts other than insurance.. policies guaranteeing the performance of insurance contracts where surety bonds
- - I - are accepted by states and.municipalities, and executing or guaranteeing bonds,and undertakings rectuire9_or 'f--_
permitted in all actions or proceedings or by law allowed
r
-land to bind the HARTFORD CASUALTY
obligatory in the nature thereof- weand re signed the same extent, as if,,
and Undertakings and other INSURANCE
-Officer of the HARTFORD'CASUALTY INSURANCE COMPANY and sealed and attested by one other of such -
, I r - Officers, arid tiereby: ratifiesand confirms all that its said-Attorney(s)-in-Fact may do in pursuance hereof - , - - - -
'r-III (This power of attorney is'granted under and by -authority of the following Resolutions adopted'by,the Board Hof - 'T
Directors of the HARTFORD CASUALTY INSURANCE COMPANY at a meeting duly called and-held on. the 1st - : -
t-- - dayof July, 1987_'
'i-- ' "-ilr _i.1 _ I ~I.( r'i_ 1_;. - -'I ,'1 IX11
RESOLVED, that, the President or any Vice-President, acting with any Secretary or Assistant Secretary, Shall have power and authority to
;,appoint, for purposes only of executing and attesting Winds and undertakings and other writings obligatory in the nature thereof, one or more -
Resident vice-Presidents.' Resident Assistant, SecrManes.and'Attomays-in-Fact and at any time to remove, any such Resident Vice-President _
1 - Resident Assistant Secretary, or Attamey-in-Fact: and revoke this Power and authority given to h rn-
Attorneys-iri-Fact shall have power and authority, subject to the terms and limitations of the power oh attorney issued to them to execute -
i - and deliver on behalf of the Company and to Station the seal of the Company thereto any and all bonds and undertakings, and other writings _
obligatory in the nature thereof, aand any such instrument executed by any such Altamey-m-Fact shall be as binding upon the Company as it -
_ signed by an Executive Officer and sealed and arrested by one other of such Officers. -
I'
i RESOLVED, that, Robert H Saner. ASSpteol vice-President. Shall have, as long as'he M1Olds such office, the same powers as any Vice - 1 .
1 President pursuant to the Precedi ,g Resolution - ' - " - - ' ' - - -
RESOLVED,* that, whereas the President or any Vice-President, acting with any'Secretaryor Assistant Secretary, has the power -and
,.I'.
' ''authority to appoint by a Power of attorney, for purposes only of executing and attesting bonds and undertakings.,and other writings obligatory
in me nature thereof, one or more Resident Vice-Presidents, Assistant Secretaries and Anomays-in-FacC _ - - - -
- Now therefore.. the signatures of such Office®-and the'sell of the Company may beaffixed to any such"power of alto ney_orto any
certificate relating thereto by facsimile, and any such Power of attorney or certificate bearing such facsimile signatures. or facsimile seal shall be
-
'valid and binding' upon.the. Company and any such power So executed and carolled by facsimile signatures and facsimile seal shall be valid fit
and binding upon the Company in the future with respect to any bond or undertaking to which it is attached.
" -I
I •'1 _ I' - I; - !I I - RESOLVED. that' Robert N. H. Sever. Assistant Vice-President, may, as long-all. he holds such office affix his signature by facsimile - -
_ pursuant too and with the Same affect es that granted to Vice-Presidents under the preceding Resolution. • i I
1 1,'
Iri Wltneis'Whereot the HARTFORD CASUALTY INSURANCE COMPANY.has -causedthese presents, to be I,,'. 1''-- t
- - signed by its'Assistant Vice-President, and. its corporate seal to be-hereto-affixed, duly attested by, its Secretary _-•,I 'I
11 I- II~thisIstdiyortMar6h, 1988. 1
III '11 1 '1•. :HARTFORD CASUALTY INSURANCE COMPANY
Attest - " -
it
_RObert J. Matti eu = I ' - 1' l I t Robert M H: Saner
lll._"-il 1' 71 - III Secretary 1, ''I• It I I 1 I Assatsna vice-president _ I• , - I
STATE OF CONNECTICUT 1 _ ' . - -:7 _ -•I I - I' 'l 1
-I1'-.'COUNTY OF HARTFORD
I I On this-18th-day of March, A.D. 1988, before me personally came Robert N. H. Saner, tome known, who being by
- 1
me'duly-sworn,.did depose and say: that he,resides in the County of Hartford, State of Connecticut;. that he is the
(Assistant Vice=President of the HARTFORD CASUALTY INSURANCE COMPANY, the corporation described in and
which, executed the above instrument thiChe knows the-mal Hof said corporation; that, the seal' affixed to'the said
111• _ I _---l instrument. is;such corporate seat that it was so affixed_by order of the Board of-Directors of said corporation and 1 - I,; _
tho't he signed his name thereto, by_Ilke ordi r
I L' . I OF CONNECTICUT eC.,lsalar yP b
'It !STATE Jacquel neT Derosieis, Notary Public
'a5.~ pb / MY Commission Expires April P1933-III I
•I COUNTY OF HARTFORD( CER{ICATE It. .,l
" I: the undersigned; Assistant Secretary of the r+ARTF.ORfY.6ASUALTY INSURANCE COMPANY an ,.Indiana
Corporation, DO HEREBY CERTIFY,that the foreggng and-attac6edEPOWEROF ATTORNEY remains in full force -I - _
forth in the Power
- i land has not;been revoked land Jurtherinore, that thg Resohdtum nt:the doa;d of Directors. set'
- of Attoiney. are now in force i _ 4
' - - ' ;S igned and sealed at the &y of Hartford Date the j 28th ' ay of ,Feb nary 19 /gg91
t I ' I I III j I - I i t ~t✓ 1• I ~RAxa~/
irr -7 David A. Johnson I - ,
a y
Form 5-80714 (HC) .-Printed in U.S AI 4 y,• ",yf r 1 i Assistant Secret
CERTIFICATE OF INSURANCE
Issued To:
Owner
THIS IS TO CERTIFY to
(Owner)k that the following policies of insurance, subject to t Weir terms,
conditions and exclusions, have been issued by this Company covering the
insured named below for the types of operations and at the locations de-
scribed herein. It is understood and agreed that none of the policies
referenced herein will be cancelled, changed, or reduced in coverage with-
out at least (30) thirty days advance written notice to the
f (Owner) at the above address.
1. Name of Insured:
2. Address:
Status of Insured: Corporation
Partnership Individual
Other
. Location of Operations Covered:
Description of Operations Covered:
THIS CERTIFICATE OF INSURANCE NEITHER AFFIRMATIVELY OR NEGATIVELY AMENDS,
EXTENDSIOR ALTERS THE COVERAGE AFFORDED BY THE POLICIES DESIGNATED HEREIN.
I
7
SUPPLEMENTARY CONDITIONS
These conditions shall prevail in the event that a discrepancy between
Supplementary Conditions and General Provisions exist:
1. PHYSICAL CONDITIONS - SURVEYS AND REPORTS: Subsurface exploration to
ascertain the nature of soils, including the amount of rock, if any, and `
geotechnical information necessary to develop a trench safety program is
the responsibility of any and all prospective bidders. The Owner has not
made test borings. The prospective bidders (and Contractor) shall make such
explorations, analyses and other investigations as they deem necessary to
inform themselves of the actual conditions to be encountered in performing
the Work required by the Contract Documents, including but not limited to
information necessary to develop trench excavation safety protection to
comply with all requirements of OSHA, federal, state, and local laws, rules
and regulations. Compliance with these laws,. rules and regulations,
including but not limited to HB 662 and HB 665 as adopted by the 72nd
Session of the Texas Legislature and amended by the 73rd Session of the
Texas Legislature with HB1569, shall rest solely with the Contractor.
2. REFERENCE POINTS: Horizontal control in the form of grid reference
points and vertical control in the form of bench marks is provided in the
plans. From these controls, the Contractor shall be responsible for the
complete layout of the work and for establishing lines and elevations.as
needed during construction. The Contractor shall furnish at his own expense
labor, including the services of competent personnel, equipment, including
accurate surveying instruments, stakes, templates, platforms, tools, and
materials as may be required for laying out any and all parts of the work.
The~Engineer will be available for assistance in an advisory capacity.
3. INSURANCE: Contractor shall purchase and maintain such insurance as will
protect him from claims under workmen's compensation laws, disability
benefit laws or other similar employee benefit laws; from claims for damages
because of bodily injury, occupational sickness or disease, or death of his
employees, and claims insured by usual personal injury liability coverage;
or death of any person other than his employee from claims for injury to or
destruction of tangible property, including loss of use resulting
therefrom - any or all of which may arise out of or result from CONTRACTOR'S-
operations under the Contract Documents, whether such operations be by
himself or by any Subcontractor or anyone directly or indirectly employed by
any of them or for whose acts any of them may be legally liable. This
insurance shall include the specific coverage and be written for not less
than any limits of liability and maximum deductibles specified in the
following paragraph, or required by law, whichever is greater, shall include
contractual liability insurance and shall include OWNER and ENGINEER as
additional insured parties. The Contractor shall maintain such additional
00800-1
1DTN3WP
insurance as he may deem appropriate. With the execution of the Agreement,
CONTRACTOR shall file with OWNER and ENGINEER certificates of such
insurance, acceptable to OWNER; these certificates shall contain a provision
that the coverage afforded under the policies will not be cancelled or
materially changed until at least fifteen (15) days' prior written notice
has been given to OWNER and. ENGINEER.
The contractor shall, at his own expense, purchase, maintain and keep in
force such insurance as will protect him from claims set forth below which
may arise out of or result, from his operations under this Contract, whether
such operations are by himself or by any subcontractor or by anyone directly
or indirectly employed by any of them or by anyone for whose acts any of
they may be liable:
3.1 Such insurance as will protect the Contractor from claims under
statutory Workmen's Compensation laws, disability laws or such
other employee benefit laws as will fulfill the requirements of
the jurisdiction in which the work is to be performed. Such
insurance will be amended to provide coverage for multiple
jurisdictions.and other such indicated coverages (U.S.
Longshoremens and Harbor. Workers, Admiralty, etc.) as may be
applicable.
3.2 Such insurance as will protect the Contractor for damages"because
of bodily injury, sickness, disease or death of his employees
apart from that imposed by Workmen's Compensation laws-with such
insurance having a minimum limit of liability of not less. than:
$500,000 Bodily Injury by Accident -
$500,000 Bodily Injury by Disease - Each Employee
$500,000 Bodily Injury by Disease - Policy Limit
3.3 Such insurance as will protect the Contractor from claims from
damages because of bodily injury, personal injury, sickness,. .
disease or death. Such insurance as will protect the Contractor
from claims for damages to or destruction of tangible property
of others, including loss of use thereof. Such coverage shall
include Broad Form. Property Damage and shall not include any XCU
exclusions where applicable. The minimum limits of liability
shall be:
$500,000 Occurrence Limit
$1,000,000 General Aggregate
$500,000 Products/Completed Operations Aggregate
$500,000 Personal and Advertising Injury
$ 50,000 Fire Legal Liability
$ 5,000 Medical Expense
00800-2
1DTN3WP
3.4 Such insurance as will protect the Contractor from claims for
damages arising out of the maintenance, operation, or use of any
owned, non-owned or hired vehicles. Minimum limits of liability
for bodily injury and property damage combined shall be not less
than $500,000.00 each occurrence.
3.5 Property insurance upon the entire work, including materials not
in place at the site to the full insurable value thereof. All
Risk Builder's Risk Insurance shall include the interests of the
Owner, the Contractor, Subcontractor and Sub-subcontractors in
the work and shall include, but not be limited to, the perils of
fire, lightning, flood, collapse, windstorm, hail, explosion,
riot, civil commotion, smoke, aircraft, land vehicles, vandalism
and malicious mischief. The Builder's Risk Insurance shall be
endorsed to permit occupancy prior to completion of construction
and prior to acceptance by the Owner. A copy of the Builder's
Risk Policy shall be filed with the Owner and shall include a
thirty (30) day notice of cancellation of policy provision.
3.6 Steam boiler and machinery insurance if such equipment is
operated for other than test purposes prior to final acceptance
of the work by the Owner. This insurance shall include the
interests of.the Sub-subcontractors in the work.
The insurance required by this Paragraph 3, Paragraphs 3.3 and 3.4 above
shall be amended to afford coverage for:
Products Liability and/or Completed Operations, Blanket Broad Form
Contractural Liability specifically covering the indemnification
assumed by the Contractor under this agreement. Watercraft or
aircraft liability, whether owned, non-owned or hired, shall be
included.
Such insurance as is required under this Paragraph 3 shall be written so
that the Owner will be notified in writing, in the event of cancellation,
restrictive amendment or non-renewal at least thirty days prior to such
action. Certificates of Insurance on the form attached to this Section
shall be.filed with the Owner prior to the commencement of the work.
The stated limits of insurance required by this Paragraph 3 are MINIMUM
ONLY and it shall be the Contractor's responsibility to determine what
limits are adequate. These minimum limits may be basic policy limits or
any combination of basic limits and umbrella limits. In any event, the
Contractor is fully responsible for all losses arising out of, resulting
from or connected with operations under this contract whether or not said
losses are covered by insurance. The Owner's acceptance of Certificates of
Insurance that in any respect do not comply with the Contract requirements
does not release the Contractor from compliance herewith.
00800-3
1DTN3WP
The Owner and Contractor waive all rights against each other for damages
caused by fire or other perils to the extent their interests-are covered by
insurance under this Section, except such rights as they may have to the
proceeds of such insurance when held by the Owner as'trustee..,The
Contractor shall require similar waivers by Subcontractors and Sub
subcontractors.
4. RESIDENT PROJECT REPRESENTATIVE: The owner will provide an inspector
during the construction phase of this project.
5. LIQUIDATED DAMAGES: In the event the Contractor fails to attain
substantial completion of the entire project (all bid items) within'the
time set forth in the Proposal, the Owner may withhold money permanently
from the'Contractor's total compensation a sum of $250.00 per-day as
liquidated damages and for added expenses for engineering services. The
Owner will be the sole judge as to whether the work has been completed
within the allotted time.
6. SUBSTITUTE MATERIALS OR EQUIPMENT: Not Used.
7. SHOP DRAWINGS AND SAMPLES: All Shop Drawings shall be in strict
compliance with the Contract Documents. The Contractor may seek a deviation
by requesting a Change order or Field Order. All approved Change
`
Orders and/or Field Orders shall be incorporated into the Shop Drawings. All
Shop Drawings shall bear a duly executed statement by the Contractor as set
forth hereinunder.
THIS SHOP DRAWING. HAS BEEN
REVIEWED AND DETERMINED TO BE
IN COMPLIANCE WITH THE
CONTRACT DOCUMENTS INCLUDING
PLANS AND SPECIFICATIONS AS
MODIFIED BY, ADDENDA, CHANGE
ORDERS AND FIELD ORDERS
CONTRACTOR
BY
DATE
r
8. Correction Period: If, after the approval of final payment and prior
to the expiration of one year thereafter or such longer period of time as
may be prescribed by law or by the terms of any applicable special guarantee
required by the Contract Documents, and Work is found to be defective,
CONTRACTOR shall promptly, without cost to OWNER and in accordance with
OWNER's written instructions, either correct such defective Work, or, if it
00800-4
IDTN3WP
has been rejected by OWNER, remove it from the site and replace it with non-
defective Work. If CONTRACTOR does not promptly comply with the terms of
such instructions, OWNER may have the defective Work corrected or the
rejected Work removed and replaced, and all direct and indirect costs of
such removal and replacement, including compensation for additional
professional services, shall be paid by CONTRACTOR.
Nothing in the above paragraph concerning the correction period shall
establish a period of limitation with respect to any other obligation which
Contractor has under the Contract Documents. The establishment of time
period relates only to the specific obligations of Contractor to correct the
work, and has no relationship to the time within which his obligations under
the Contract Document may be sought to be enforced, nor to the time within
which proceedings may be commenced to establish his liability with respect
to his obligations other than to specifically correct the work. This
correction period shall be covered by the extension of the Performance Bond.
END OF SUPPLEMENTARY CONDITIONS
00800-5
1DTN3WP
Federal Aviation Administration
Mandatory Contract Provisions
DBE REQUIRED STATEMENTS - 49 CFR PART 23
This section applies to all non-construction and construction
contracts.
Policy. It is the policy of the Department of Transportation that
disadvantaged business enterprises as defined in 49 CFR Part 23
shall have the maximum opportunity to participate in the
performance of contracts financed in whole or in part with Federal
funds under this agreement. Consequently, the DBE requirements of
49 CFR Part 23 apply to this agreement. .
DBE Obligation. The recipient or its contractor agrees to ensure
that disadvantaged business enterprises as defined in 49 CFR Part
23 have the maximum opportunity to participate in the performance
of contracts financed in whole or in part with Federal funds
provided under this agreement. In this regard all recipients or
contractors shall take all necessary and reasonable steps in
accordance with 49 CFR Part 23 to ensure that disadvantaged
business enterprises have the maximum opportunity to compete for
and perform contracts. Recipients and their contractors all not
discriminate on the basis of race, color, national origin, or sex
in the award and performance of DOT-assisted contracts..
INSPECTION OF RECORDS - 49 CFR PART 18
This section applies to all non-construction contracts and
construction contracts.
The contractor shall maintain an acceptable cost accounting system.
The Sponsor, the FAA, and the Comptroller General of the United
States shall have access to any books, documents, paper, and
records of the contractor which are directly pertinent to the
specific contract for the purposes of making an audit, examination,
excerpts, and transcriptions. The contractor shall maintain all
.required records for three years after the Sponsor makes final
payment and all other pending matters are closed.
1
certify to the above. If the contractor knowingly procures or
subcontracts for the supply of any product or service of a foreign
country on said list for use on the project, the Federal Aviation
Administration may direct through the Sponsor cancellation of the
contract at no cost to the Government.
Further, the contractor agrees that, if awarded a contract
resulting from this solicitation, it will incorporate this
provision for certification without modification in each contract
and in all lower tier subcontracts. The contractor may rely on the
certification of a prospective subcontractor unless it has
knowledge that the certification is erroneous. The contractor
shall provide immediate written notice to the sponsor if the,
contractor learns that its certification or that of a
subcontractor was erroneous when submitted or has become erroneous
by reason of changed circumstances. The subcontractor agrees to
provide written notice to the contractor if at any time, it learns
that its certification was erroneous by reason of changed
circumstances.
This certification is a material representation of fact upon which
reliance was placed when making the award. If it is later
determined that the contractor or subcontractor knowingly rendered
an erroneous certification, the Federal Aviation Administration may
.direct through the Sponsor cancellation of the contract. or
subcontract for default at no cost to the Government.
Nothing contained in the foregoing shall
establishment of a system of records in
faith, the certification required by this
and information of a contractor is not
which is normally possessed by a pruden
-course of business dealings.
be construed to require
order to render, in good
provision. The knowledge
required to exceed that
person in the ordinary
This certification concerns a matter within the jurisdiction of an
agency of the United States of America and the making of a false,
fictitious, or fraudulent certification may render the maker
subject to prosecution under Title 18, United States Code, Section
1001.
CIVIL RIGHTS ACT OF 1964, TITLE VI - 49 CFR PART 21
CONTRACTUAL REQUIREMENTS
This section applies to all non-construction contracts and
construction contracts.
During the performance of this contract, the contractor, for
itself, its assignees and successors in interest (hereinafter
referred to as the "contractor") agrees as follows:
3
6. Incorporation of Provisions. The contractor shall include
the provisions of paragraphs 1 through 5 in every subcontract,
including procurements of materials and leases of equipment, unless
exempt by the Regulations or directives issued pursuant thereto.
The contractor shall take such action with respect to any
subcontract or procurement as the sponsor or the FAA may direct as
a means of enforcing such provisions including sanctions for
noncompliance. Provided, however, that in the event a contractor
becomes involved in, or is threatened with, litigation with a
subcontractor or supplier as a result of such direction, the
contractor may request the Sponsor to enter into such litigation
to protect the interests of the sponsor and, in addition, the
contractor may request the United States to enter into such
litigation to protect the interests of the United States.
AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982, SECTION 520
GENERAL CIVIL RIGHTS PROVISIONS ,
This section applies to all non-construction and construction
contracts.
The contractor/tenant/concessionaire/lessee assures that it will
comply with pertinent statutes, Executive orders and such rules
as are promulgated to assure that no person shall,, on the grounds
of race, creed, color, national origin, sex,-age,-or-.handicap-be
excluded from participating in any activity conducted with or
benefiting from Federal assistance. This provision obligates the
tenant/concessionaire/lessee or its transferee for the period
during which Federal assistance is extended to the airport a
program, except where Federal assistance is to provide, or is in
the form of personal property or real property or interest therein
or structures or improvements thereon. In these cases the
provision obligates the party or any transferee for the longer of
the following periods: (a) the period during which the property
is used by the airport sponsor or any transferee for a purpose for
which Federal assistance is extended, or for another purpose
involving the provision of similar services or benefits or (b) the
period during which the airport sponsor or any the transferee retains
ownership or possession of the property. case of
contractors, this provision binds the contractors from the bid
solicitation period through the completion of the contract.
5
t
work is performed. The wage determination (including any
additional classification and wage rates conformed under
(1) (ii) of this section) and the Davis-Bacon Poster (WH-1321)
shall be posted at all times by the contractor and its
subcontractors at the site of the work in a prominent and
accessible place where it can easily be seen by the workers.
(ii) (A) The contracting officer shall require that any
class of laborers or mechanics which is not listed in
the wage determination and which is to be employed under
the contract shall be classified in conformance with the
wage determination. The contracting officer shall
approve an additional classification and.wage rate and
fringe benefits therefore only when the following
criteria have been met:
(1) The work to be performed by the
classification requested is not performed by
a classification in the wage determinations;
and
(2) ` The classification is utilized in the
area by the construction industry; and
(3) The proposed wage rate, including any
bona fide fringe benefits, bears a reasonable
relationship to the wage rates contained in
the wage determination.
(B) If the contractor and the laborers and mechanics
to be employed in the classification (if known),
their representatives, and the contracting officer agree
on the classification and wage rate (including the
amount designated for fringe benefits where
appropriate), a report of the action taken shall be sent
by the contracting officer to the Administrator of the
Wage and Hour Division, Employment Standards
Administration, U.S. Department of Labor, Washington,
D.C. 20210. The Administrator, or an authorized
representative, will approve, modify, or disapprove
every additional classification action within 30 days
of receipt and so advise the contracting officer or will
notify the contracting officer within the r30-day period
oved by the
that additional time is necessary. (hPP
Office of Management and Budget under OMB Control Number
1215-0140).
(C) In the event the contractor, the laborers or
mechanics to be employed in the classification or their
representatives and the contracting officer do not agree
on the proposed classification and wage rate (including
7
including any apprentice, trainee, or helper, employed or working
on the site of work, all or part of the wages required by the
contract, the Federal Aviation Administration may, after written
notice to the contractor, sponsor, applicant, or owner, take such
action as may be necessary to cause the suspension of any further
payment, advance, or guarantee of funds until such violations have
ceased.
(3) Payrolls and basic records.
(i) Payrolls and basic records relating thereto shall
be maintained by the contractor during the course of
the work and preserved for a period of three years
thereafter for all laborers and mechanics working at
the site of the work. Such records shall contain the
name, address, and social security number of each such
worker,-his or her correct classification, hourly rates
of wages paid (including rates of contributions or costs
anticipated for bona fide fringe benefits or cash
equivalents thereof of the types described in l(b)(2)(B)
of the Davis-Bacon Act), daily and weekly number of
hours worked, deductions made and actual wages paid.
Whenever the Secretary of Labor has found under 29 CFR
5.5(a) (1) (iv) that the wages of any laborer or mechanic
include the amount of any costs reasonably anticipated
in providing benefits under a plan or program described
in section l(b)(2)(B) of the Davis-Bacon Act, the
contractor shall maintain records which show that the
commitment to provide such benefits is enforceable, that
the plan or program is financially responsible, and that
the plan or program has been communicated in writing to
the laborers or mechanics affected, and records which
show the costs anticipated or the actual costs incurred
in providing such benefits. Contractors employing
apprentices or trainees under approved programs shall
maintain written evidence of the registration of
apprenticeship programs and certification of trainee
programs, the registration of the apprentices and
trainees, and the ratios and wage rates prescribed in
the applicable programs. (Approved by the Office of
Management and Budget under OMB Control Numbers
1215-0140 and 1215-0017).
(ii) (A) The contractor shall submit weekly, for each
week in which any contract work is performed, a copy of
all payrolls to the applicant, sponsor, or owner, as
the case may be, for transmission to the Federal
Aviation Administration. The payrolls submitted shall
set out accurately and completely all of the information
required to be maintained under paragraph 5.5(a)(3)(i)
above. This information may be submitted in any form
desired. Optional Form WH-347 is available for this
9
shall permit such representatives to interview employees
during working hours on the job. If the contractor or
subcontractor fails to submit the required records or to make
them available, the Federal agency may, after written notice
to the contractor, sponsor, applicant or owner, take such
action as may be necessary to cause the suspension of any
further payment, advance, or guarantee of funds.
Furthermore, failure to submit the required records upon
request or to make such records available may be grounds
for debarment action pursuant to 29 CFR 5.12.
(4) Apprentices and Trainees
(i) Apprentices. Apprentices will be permitted to work
at less than the predetermined rate for the work they
performed when they are employed pursuant to and
individually registered in a bona fide apprenticeship
program registered with the U.S. Department of Labor,
Employment and Training Administration, Bureau of
Apprenticeship and Training, or with a State
Apprenticeship Agency recognized by the Bureau, or if a
person is employed in his or her first 90 days of
probationary employment as an apprentice in such an
apprenticeship program, who is not individually
registered in the program, but who has been certified
by the Bureau of Apprenticeship and Training or a State
Apprenticeship Agency (where'appropriate),to be eligible
for probationary employment as an apprentice. The
allowable ratio of apprentices to journeymen on the job
site in any craft classification shall not be greater
than the ratio permitted to the contractor as to the
entire work force under the registered program. Any
worker listed on a payroll at an apprentice wage rate,
who is not registered or otherwise employed as stated
above, shall be paid not less than the applicable wage
rate on the wage determination for the classification
of work actually performed. In addition, any apprentice
performing work on the job site in excess of the ratio
permitted under the registered program shall be paid not
less, than the applicable wage rate on the wage
determination for the work actually performed. Where a
contractor is performing construction on a project in
a locality other than that in which its program is
registered, the ratios and wage rates (expressed in
percentages of the journeyman's hourly rate) specified
in the contractor's or subcontractor's registered
program shall be observed. Every apprentice
paid at not less than the rate specified in the
registered program for the apprentice's level of
progress, expressed as a, percentage of the journeymen
hourly rate specified in the applicable wage
determination. Apprentices shall be paid fringe benefits
in accordance with the provisions of the apprenticeship
11
(iii) Equal Employment Opportunity. The utilization
of apprentices, trainees and journeymen under this part
shall be in conformity with the equal employment
opportunity requirements of Executive Order 11246, as
amended, and 29 CFR Part 30.
(5) Compliance With Copeland Act Requirements. The contractor
shall comply with the requirements of 29 CFR Part 3, which are
incorporated by reference in this contract.
(6) Subcontracts. The contractor or subcontractor shall insert
in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(1)
through (10) and such other clauses as the Federal Aviation
Administration may by appropriate instructions require, and also
a clause requiring the subcontractors to include these clauses in
any lower tier subcontracts. The prime contractor shall be
responsible for the compliance by any subcontractor or lower tier
subcontractor with all the contract clauses in 29 CFR Part 5.5.
(7) Contract Termination: Debarment. A breach of the contract
clauses in paragraph (1) through (10) of this section and
paragraphs. (1) through (5) of. the next section below may be
grounds for termination of the contract, and for the debarment as
a contractor and a subcontractor as provided in 29 CFR 5.12.
(s); Compliance With Davis-Bacon and Related Act Requirements..-
All rulings and interpretations of the Davis-Bacon and Related
Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated
by reference in this contract.
(9) Disputes Concerning Labor Standards. Disputes arising out of
the labor standards provisions of this contract shall not be
subject to the general disputes clause of this contract. Such
disputes shall be resolved. in accordance with the procedures of
the Department of Labor set forth in 29 CFR Parts 5, 6 and 7.
Disputes within the meaning of this clause include disputes
between the contractor (or any of its subcontractors) and the
contracting agency, the U.S. Department of Labor, or the employees
or their representatives.
(10) Certification of Eligibility.
(i) By entering into this contract, the contractor
certifies that neither it (nor he or she) nor any person
or firm who has an interest in the contractor's firm is
a person or firm ineligible to be awarded Government
contracts by virtue of section 3(a) of the Davis-Bacon
Act or 29 CFR 5.12(a)(1).
13
EQUAL EMPLOYMENT OPPORTUNITY - 41 CYR PART 60-1.4(b)
This -section applies to all construction contracts greater than
$10,000.
During the performance of this contract, the contractor agrees as
follows:
1. The contractor will not discriminate against any employee
or applicant for employment because of race, color, religion, sex,
or national origin. The contractor will take affirmative action
to ensure that applicants are employed, and that employees are
treated during employment- without regard to their race, color,
religion, sex, or national origin. Such action shall include, but
not be limited to the following:
Employment, upgrading, demotion, or transfer; recruitment.or
recruitment advertising; layoff or termination; rates.of pay or
other forms of compensation; and selection for training, including
apprenticeship. The contractor agrees to post in conspicuous
places, available to employees and applicants for employment
notices to be provided setting forth the provisions of this
nondiscrimination clause.
2. The contractor will, in all solicitations or
advertisements for employees placed by or on behalf of the
contractor, state that all qualified applicants will receive
considerations for employment without. regard to race, color,.
religion, sex, or national origin.
3. The contractor will send to each labor union or
representative of workers with which he has a collective bargaining
agreement or other contract or understanding, a notice to be
provided advising the said labor union or workers' representatives
of the contractor's commitments under this section, and shall post
copies of the notice in conspicuous places available to employees
and applicants for employment.
4. The contractor will -comply with all provisions of
Executive order 11246 of September 24, 1965, and of the rules,
regulations, and relevant orders of the Secretary of Labor.
5. The contractor will furnish all information and reports
required by Executive order 11246 of September 24, 1965, and by
rules, regulations, and orders of the Secretary of Labor, or
pursuant thereto, and will permit access to his books, records;
and accounts by the administering agency and the Secretary of Labor
for purposes of investigation to ascertain compliance with such
rules, regulations, and orders.
6. In the event of the contractor's noncompliance with the
nondiscrimination clauses of this contract or with any of the said
15
d. "Minority" includes:
(1) Black (all) persons having origins in any of the
Black African racial groups not of Hispanic origin);
(2) Hispanic (all persons of Mexican, Puerto Rican,
Cuban, Central or South American, or other Spanish
culture or origin regardless of race);
(3) Asian and Pacific Islander (all persons having
origins in any of the original peoples of the Far East,
Southeast Aria, the Indian Subcontinent, or the Pacific
Islands); and
(4) American Indian or Alaskan native (all persons
having origins in any of the original peoples of North
America and maintaining identifiable tribal affiliations
through membership and participation or community
identification).
2. Whenever the contractor, or any subcontractor at any tier,
subcontracts a portion of the work involving any construction
trade, it.shall physically include in each subcontract in excess
of $10,000 the provisions of these specifications and the Notice
which contains the applicable goals for minority and female
participation and which is set forth in the solicitations from
which this contract resulted.
3. If the contractor is participating (pursuant to 41 CFR
60-4.5) in a Hometown Plan approved by the U.S. Department of
Labor in the covered area either individually or through an
association, its affirmative action obligations on all work in
the Plan area (including goals and timetables) shall be in
accordance with that Plan for those trades which have unions
,participating in the Plan. Contractors shall be able to
demonstrate their participation in and compliance with the
provisions of any such Hometown Plan. Each contractor or
subcontractor participating in an approved plan is individually
required to comply with its obligations under the EEO clause and
to make a good faith effort to achieve each goal under the Plan
in each trade in which it has employees. The overall good faith
performance by other contractors or subcontractors toward a goal
in an approved Plan does not excuse any covered contractor's or
subcontractor's failure to take good faith efforts to achieve the
Plan goals and timetables.
4. The contractor shall implement the specific affirmative
action standards provided in paragraphs 7a through 7p of these
specifications. The goals set forth in the solicitation from
which this contract resulted are expressed as percentages of the
total hours of employment and training of minority and female
utilization the contractor should reasonably be able to achieve
17
and to community organizations when the contractor or its
unions have employment opportunities available, and maintain
a record of the organizations' responses.
C. Maintain a current file of the names, addresses,
and telephone numbers of each minority and female
off-the-street applicant and minority or female referral
from a union, a recruitment source, or community
organization and of what action was taken with respect
to each such individual. If such individual was sent
to the union hiring hall for referral and was not
referred back to the contractor by the union or, if
referred, not employed by the contractor, this shall be
documented in the file with the reason therefore along
with whatever additional actions the contractor may
have taken.
d. Provide immediate written notification to the
Director when the union or unions with which the
contractor has a collective bargaining agreement has
not referred to the contractor a minority person or
woman sent by the contractor, or when the contractor
has other information that the union referral process
has impeded the contractor's efforts to meet its
obligations_
e. Develop on-the-job training opportunities and/or
participate in training programs for the area which
expressly include minorities and women, including
upgrading programs and apprenticeship and trainee
programs relevant to the contractor's employment needs,
especially those programs funded or approved by the
Department of Labor. The contractor shall provide
notice of these programs to the sources compiled.under
7b above.
f. Disseminate the contractor's EEO policy by providing
notice of the policy to unions and training programs and
requesting their cooperation in assisting the contractor
in meeting its EEO obligations; by including it in any
policy manual and collective bargaining agreement; by
publicizing it in the company newspaper, annual report,
etc.;. by specific review of the policy with all
management personnel and with all minority and female
employees at least once a year; and by posting the
company EEO policy on bulletin boards accessible to all
employees at each location where construction work is
performed.
g. Review, at least annually, the company's EEO policy
and affirmative action obligations under these
specifications with all employees having any
19
n. Ensure that all facilities and company activities
are nonsegregated except that separate or single user
toilet and necessary changing facilities shall be
provided to assure privacy between the sexes.
o. Document and maintain a record of all solicitations
of offers for subcontracts from minority and female
construction contractors and suppliers,. including
circulation of solicitations to minority and female
contractor associations and other business associations.
p. conduct a review, at least annually, of all
supervisor's adherence to and performance under the
contractor's EEO policies and affirmative action
obligations.
8. Contractors are encouraged to participate in voluntary
associations which assist in fulfilling one or more of their.
affirmative action obligations (7a through p). The efforts of a
contractor association, joint contractor union, contractor
community, or other similar groups of which the contractor is a
member and participant, may be asserted as fulfilling any one or
more of its obligations under 7a through p of these specifications
provided that the contractor actively participates in the group,
makes every effort to assure that the group has a positive impact
on the employment of minorities and women in the industry, ensures
that the concrete benefits of the program are reflected in the
contractor's minority and female workforce participation, makes
a good faith effort to meet its individual goals and timetables,
and can provide access to documentation which demonstrates the
effectiveness of actions taken on behalf of the contractor. The
obligation to comply, however, is the contractor's and failure of
such a group to fulfill an obligation shall not be a defense for
the contractor's noncompliance.
9. A single goal for minorities and a separate single goal for
women have been established. The contractor, however, is required
to provide equal employment opportunity and to take affirmative
action for all minority groups, both male and female, and all
women, both minority and nonminority. Consequently, the
particular group is employed in a substantially disparate manner
(for example, even though the contractor has achieved its goals
for women generally, the contractor may be in violation of the..
Executive Order if a specific minority group of women is
underutilized).
10. The contractor shall not use the goals and timetables or
affirmative action standards to discriminate against any person
because of race, color, religion, sex, or national origin.
21
NOTICE TO PROSPECTIVE FEDERALLY ASSISTED
CONSTRUCTION CONTRACTORS - 41 CFR 60-1.8
This section applies to all construction contracts greater than
$101000.
1. A Certification of Nonsegregated Facilities shall be. submitted
prior to the award of a federally-assisted construction contract
exceeding $10,000 which is not exempt from the provisions of the
Equal opportunity clause.
2. Contractors receiving federally-assisted construction contract
awards exceeding $10,000 which is not exempt from the provisions.
of the Equal Opportunity Clause will be required to provide for
the forwarding of the following notice to prospective
subcontractors for supplies and construction contracts where the
subcontracts exceed $10,000 and are not exempt from the provisions
of the Equal Opportunity Clause.
NOTE: The penalty for making false statements in offers is
prescribed in 18 U.S.C. 1001.
NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENTS
FOR CERTIFICATION OF NONSEGREGATED FACILITIES
This section applies to all construction contracts greater than
$100000.
1. A Certification of Nonsegregated Facilities shall be submitted
prior to the award of a subcontract exceeding $10,000 which is not
exempt from the provisions of the Equal Opportunity Clause.
2. Contractors receiving subcontract awards exceeding $10,000
which are not exempt from the provisions of the Equal Opportunity
Clause will be required to provide for the forwarding of this
notice to prospective subcontractors for supplies and construction
contracts where the subcontracts exceed $10,000 and are not exempt
from the provisions of the Equal Opportunity Clause. NOTE: The
penalty for making false statements in offers is prescribed in 18
U.S.C. 1001.
CERTIFICATION TO BE SUBMITTED BY FEDERALLY ASSISTED CONSTRUCTION
CONTRACTORS AND THEIR SUBCONTRACTORS (APPLICABLE TO FEDERALLY.
ASSISTED CONSTRUCTION CONTRACTS AND RELATED SUBCONTRACTS EXCEEDING
$10,000 WHICH ARE NOT EXEMPT FROM THE EQUAL OPPORTUNITY CLAUSE)
23
NOTICES TO BE POSTED PER PARAGRAPHS
(1) AND (3) OF THE EEO CLAUSE - 41 CFR PART 60-1.4(b)
This section applies to all construction contracts greater than
$10,000.
Equal Employment Opportunity is the Law - Discrimination is
Prohibited by the Civil Rights Act of 1964 and by Executive Order
No. 11246
Title VII of the Civil Rights Act of 1964 - Administered by:
The Equal Employment opportunity commission
Prohibits discrimination because of Race, Color, Religion, Sex, or
National Origin by Employers with 25 or more employees, by Labor
organizations with a hiring hall of 25 or more members, by
Employment Agencies, and by Joint Labor-Management Committees for
Apprenticeship or Training.
Any person Who believes he or she has been discriminated against
should contact:
The Office of Federal Contract Compliance Programs
U.S. Department of Labor
Washington, D.C. 20210
CONTRACT WORKHOURS AND SAFETY STANDARDS
ACT REQUIREMENTS - 29 CFR PART 5
This section applies to all construction contracts greater than
$so,ooo. A
(1) Overtime Requirements. No contractor or subcontractor
contracting for any part of the contract work which may require or
involve the employment of laborers or mechanics shall require or
permit any such laborer or mechanic, including watchmen and guards,
in any workweek in which he or she is employed on such work to work
in excess of forty hours in such workweek unless such laborer or
mechanic receives compensation at a rate not less than one and
one-half times the basic rate of pay for all hours worked in excess
of forty hours in such workweek.
(2) Violation; Liability for Unpaid Wages; Liquidated Damages. In
the event of any violation of the clause set forth in paragraph 1.
above, the contractor, or any subcontractor responsible therefor
shall be liable for the unpaid wages. In addition, such contractor
and subcontractor shall be liable to the United States (in the case
of work done under contract for the District of Columbia or a
territory, to such District or to such territory), for liquidated
25
2. The goals and timetables for minority and female
participation, expressed in percentage terms for the
contractor's aggregate workforce in each trade on all
construction work in the covered area, are as follows:
Timetables Goals for minority participation Goals for
for each trade female
participation
in each trade
18.2%
6.9%
These goals are applicable to all the contractor's construction
work (whether or not it is Federal or federally-assisted)
performed in the covered area. If the contractor performs
construction work in a geographical area located outside of the
geographical area where the work is actually performed. With
regard to this second area, the contractor also is subject to the
goals for both its Federally involved and nonfederally involved
construction.
The contractor's compliance with the Executive order and the
regulations in 41 CFR Part 60-4 shall be based on its
implementation of the Equal Opportunity Clause, specific
affirmative action obligations required by the specifications set
forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The
hours of minority and female employment and training shall be
substantially uniform throughout the length of the contract, and
in each trade, and the contractor shall make a good faith effort
to employ minorities and women evenly on each of its projects.
The transfer of minority or female employees or trainees from
contractor to contractor or from project to project, for the sole
purpose of meeting the contractor's goals, shall be a violation
of the contract, the Executive order, and the regulations in 41
CFR Part 60-4. Compliance with the goals will be measured against
the total work hours performed.
3. The contractor shall provide written notification to the
Director, OFCCP, within 10 working days of award of any
construction subcontract in excess of $10,000 at any tier for
construction work under. the contract resulting from this.
solicitation. The notification shall list the name, address, and
telephone number of the subcontractor; employer identification
number of the subcontractor; estimated dollar amount of the
subcontract; estimated starting and completion dates of
subcontract; and the geographical area in which the subcontract
is to be performed.
4. As used in this notice and in the contract resulting. from
this solicitation, the "covered area" is nationwide.
27
Section 114 and Section 308 of the Acts, respectively, and all other
regulations and guidelines issuedthereunder;
C. That, as a condition for the award of this contract,
thecontractor or subcontractor will notify the awarding official
ofthe receipt of any communication from the EPA indicating that.
afacility to be used for the performance of or benefit from
thecontract is under consideration to be listed on the EPA List
ofViolating Facilities;
d. To include or cause to be included in any construction
contract or subcontract which exceeds 100,000 the aforementioned
criteria and requirements.
[For construction contracts greater than $2,000, insert the
appropriate wage rate decision as the next page in the contract.]
29
U.S. Department of Labor
TXBO-45
Concrete Paving Saw
8.95
Concrete Paving Spreader
9.35
Sllpform Machine
8.00
Crane, Clamshell, Backhoe, Derrick,
Dragtine, Shovel (less than 1 1/2 CY)
9.25
Crane, Clamshell, Backhoe, Derrick,
Dragline, Shovel (1 1/2 CY & Over)
10.40
Crusher or Screening Plant
6.15
Elevating Grader
8.30
Foundation Drill Operator (Crawler
Mounted)
9.50
Foundation Drill Operator (Truck
Mounted
10.90
Fountain Drill Operator Helper
8.60
Front End Loader (2 1/2 CY & less)
8.45
Front End Loader (Over 2 1/2 CY)
9.35
Hoist (Double Drum & less)
9.00
Mixer (16 CF & Less)
8.15
Mixer (.Concrete Paving)
9.20
Motor Grader Operator, Fine Grade
10.15
Motor Grader Operator
9.65
Planer Operator
9.10
Pump Crete
8.00
Roller, Steel Wheel_(Plant-Mix Pave-
ment)
8.30
Roller, Steel Wheel (Other-Flat Wheel
or. Tamping)
8.10
Roller, Pneumatic (Self-Propel.led)
7.10
Scrapers (17 CY & Less)
7.50
Scrapers (Over 17 CY)
8.35
Self-Propelled Hammer
7.00
Side Boom
6.70
Tractor (Crawler Type)
8.50
Tractor (Pneumatic)
7.75
Traveling Mixer
7.60
Trenching Machine, Light
7.00
TRUCK DRIVERS:
Single Axle. Light
7.25
Single Axle, Heavy
7.45
Tandem Axle or Semi-trailer
7.50
Lowboy-Float
9.10
Transit-Mix
7.35
Winch
7.00
Vibrator Operator (Hand Type)
7.00
WELDER
9.05
WELDER HELPER'
7.50
Unlisted classifications needed for work not Included within the scope
of the classifications listed may be added after award only as
provided in the labor standards contract clauses .(29 CFR. 5.5 (a) (1)
(June 22, 1990)
29B
Vol. 11
Addendum;No. 3.
Specifications.an& Contract Documents,
for
AIRPORT INFIELD DRAINAGE
for
The City of Denton,. Texas.
rr Bid` Number 1143-
December. 7, 1990:
z1
' S r
The..AIRPORT INFIELD DRAINAGE .project is, being re-bid '.1- The-following items in, the
originat Plans and Specifications,are hereby revised.
Specifications:
1. Secti"om 00010,..Invitati'on~~for Bids,.Page I: The,bid opening time and date
is hereby revised-to 2:00'•P.M'., January 8,,.1991.
2. Sectiom 00300, Bid Proposal The entire Bi& Proposal. is hereby replaced
with,., the.- attached', , evi sed' Bi d`: ProposaT..
3:: Section. 01001,.General.Construction Requirements, Page;l,.Item 1.03'EXCESS `
EARTH::., The folalowing s3 added at the end of,the.i.tem::
Such?'excess.earth:,.shatl` be: placed within. the full
boundaries- of then indicated. °Excess. Excavation/Spoil'-
Areas'` in, conformance: with. Specification Item P-152
EXCAVATION' AND EMBANKMENT,,. Section: 2.6, FORMATION OF,
EMBANKMENTS...
4. Secti'on01001,;General'Construction: Requi:rements,.Page: 2„ Item 1.09 "ADDf.
OR`DEDUCTD'BID ITEMS: This item is deleted:in:.its-entirety and:replace&
w•ithi the~ following:.
The.: three: (3)," areas: of the project. will` be bid: as. three
(31 different,. di sti'nct' areas. Area I. wifi have: two (2)
Additiv'e;'Ai#ernates The:'scope of work in Area -I will
consistiof-the'Base: Bi'd' for: Area- lalong with one.1of
these: two Additive: A]!ternates.- The- scope of work in
Areas 11 ands 111:consist: of'the. bid` items. indicated` for
each: in the Bid"Proposal The owner reserves.the right
to delete any area:or areas-'from the scope of work and' .
to use any combination of these three (3) areas in order
to: ascertain the 1owest,.qual'if.-ied bidder for. the award
of the contract..
Addendum No.^3-1.
adden3'.doe
Plans:
1. Plum Sheet Number, 1"„ "General Notes,- Quantity Summary and Index°: The
Quantity Summary is delete& in its entirety and. replaced so that it
reflects the changes-.to the new Bid.Proposal.
2., Sheet. Number 4, 'Drainage Area Map": The table previously. created' in
Addendum:No..2-is hereby modified as-shown in order to,distinguish between
the, two Additive Alternates in=Area. I:.
r AREA- .D. _-DRAINA E STRUCTURES TO'BE REMOVED"
I -1*. 4.: 59; 697'9a 89 9-9 10
II Y ` 11,'w12,,13,{14;
' I IS 20 &'21'..
• Structure No.'1'wil1 not be removed in Additive Alternate-No. 2
but wit]-T` be removed,. i m Addi ti.ve Alternate No.. 1.
3. Plan; Sheet Number 5 "Area. I,. Plan Profile Sheet The: northing
coordinate-shown at Inlet No. 2 is incorrect. It is.hereby revised. from
N: 556;478:88 to:N'556,470c88i.
.
4`.- Plan. Sheet Number 5, 'Area I,. Plan W, Profile Sheet': This sheet' is.,
intended' to: represent portions: of thei Base, Bid`. for Area. I. an& both,'
Additive. Alternates., The- Additive Alternates: wi.1.1 be described by the
' fol.lowing;-note..which, is...to be.added to:the•sheet::
The; Base Bid for Area I will includereverything on this.
sheet. from, upstream of Inlet No. 2, at. approximately STA-
6+99' through: Inlet No.. 7 at STA22+79.03,. as wel l as all.
of Sheet; No. 6 Additimet Alternate No. 1 will be the
proposed 48" RCP improvements and 42" CMP removal shown:
downstream of, an& including, Inlet. No. 2:. Additive
Alternate-No,.. 2. eliminates: the. 48"' RCP improvements and.
420` CMP.' removal' from: Inlet. No. 2 to: Headwall No 1.
Instead'; the- existing! 42"` CMP, will remain in use from.
existing Inlet No. 10' downstream~to':existingHeadwall
No-: 1 Existing Inlet No. 10 shall", be removed and the--.
rtproposed.Inlet No.. 2 will;'be relocated'to the vacated
location., 25 feet"f `48' RCP-@`0:35% slope will be.
extended from: the end'.of"the 48° RCP in the Base: Bid
(approximate- STk 6+99) to, the relocated' proposed
-
locatiom shown for Inlet No.. 2.
Addendum, No.. 3-2
adden3'.doc.
AlT other plam sheets" remaim intact and unchanged. These revised plan sheets
wi11 not, be reissued at"this.time but.will. be distributed when the contract is.
awarded.
END. OF- ADDENDUM`. NO. 3t,
RECEIPT OF. THIS, ADDENDUM `SHALL. BE ACKNOWLEDGED
4n IN THE APPROPRIATE, SPACE IN"THE. PROPOSAL
Z SYk~.rc i~w { f s 'r M1~v 5 i f f C yts f k
t
E
~Y.a '(5 4 f f x . ]
,
A,Corporation:organizedrand existing:under the laws..of the State of TEXAS
a partnership consisting of, N/a
the business name of.' x/n an-individual..
TO: CITYl OF' DENTON: PURCHASING AGENT,.
901 BJEXAS ST
DENTON 1A 76201;'
PROPOSAL FOR Airport Infield Drainage, Denton Municipal Airport in.
Denton,-. as'. shown on the Plans'and. covered withi specifications, and: contract:
documents
The undersignet Bidder, pursuant to the•foregoing,Advertisement for-Bids'. for
AIP'Contract,.has carefullyrexamine& this.Proposal, the forms, of Contract
Agreement. and Bonds,, the General. Provisions, the Specifications,,. the Plans,
and'. the site of'the: work„ and wi'l:1: provide all the labor,. superintendence,
.
machinery,,. equipment,: tool`s,, materi'al's,. and' services, necessary to complete
fully all the work as,provide& im the Contract Documents;, and binds: himself
upon formal: acceptance` of his. Proposal,' to, executer a contract..and bonds,
according,to,the.prescribed'•forms for the:following,lprices,- to-wit:
i:'~1+5 "~`~Jy ~ f~i•~. rt}tt- ryx
1
1
addendum no. 3
City.of Denton, Texas`
Bid Number 1143 (Revised)
Item Spec. Est.. . Unit Bid Amount
No. Item uant•t Unit Item Price Bid'
AREA I BASE BID
1. 02121 & Ea.. Remove Existing Grate
Inlets, Junction Boxes
and'Headwall's for
TWO HUNDRED SEVENTY
SEVEN' .
dollars ,and. NO
Cents per unit' $ 277.00' 1662.00
2. 02121 29,400= L.F. Remove Existing
Corrugated Metal Pipe
for
TEN
dollars and sixTY
Cents per unit 10.60
3.. 02224, 1,825} L.F.;:-Trench Safety System
for
Two,
dollars and, No
$ 25,440.00
cents per unit $ 2.00 $.3650.00
4. 02310, 62` L.F.. 24=Inch RCP Installed
under the:Taxiway by
BorinyyP~ for
ONE. H[TNDRED
ONE
dollars.and, NO
-cents, per unit. $ 181.00 $`11.222.00
00300-2
addendum no. 3`
City of Denton,. Texas
Bid. Number 1143 (Revised)
Item Spec.. Est. Unit Bid Amount
No. Item Ouantity Unit Item Price Bid
5.. 02310 70' L.F. 42-Inch RCP' Installed'
under the Taxiway by
Boring for
TWO HUNDRED THIRTY
NINE.
dol.lars.and No
cents.-per unit $.239.00
6 02310, 19 C.Y. Grout CMP under Runway
or Taxiway, for
ONE TNngEn FORTY
dollars and' NO
cents per unit $
$.16,730.00
140.00 2660.00
7., D-70Y-5:1. 69&. L.F., 16°' RCP' Installed by
Open,Cut for
TWENTY TWO
doll ars: and FIFTY
cents per. unit $ 22.50
8. 0-701-5.1 153 L.F. 240'RCP Installed by
Open Cut for
TWENTY NINE
doll ars and No
cents per unit $,29.00
9 D-701-51 127.
L.F' 30°` RCP Instal.led. by
'Open'Cut for
THIRTY SEVEN
$ 15,705.00
$ 4437'.00
doll ars. and No
cents per unit $:37.00 4699.00
00300-3-
addendum no. 3
City of Denton, Texas
Bid.Number-1143 (Revised)-
Item Spec. Est.. Unit Bid Amount
No.. Item ua t't Unit Item° Price Bid
10.. 0-701-5.1 291. L.F. 42°' RCP Installed by
Open,Cut for-
S=
dollars and: No
cents.. per unit $ 60.00' $.17,460.00
11._
D-701-501
524;
C. F
48' RCP Installed" by
Open. Cut for
SEVENTY NINE
dollars and NO
00
41
396
cents per unit.
79.00
,
.
12.
D-751-5.1
1
Ea.,
71 ' x:7' Junction Box
"
for
.
mnnr.'vmvniT5ANi1
SIX HUND .
dollars: and: No
cents per unit
$3600.00
$ 3600.00
13.
D-751-5.3-
4'
Ea..
Grate Inlet for
TWO,HUNDRED'.TWENTY
dollars and NO
cents.per'unit
220.00
880.00.
14.
D-752-5.0r
1.
EA,..
CH'-11-B=15' 'Headwall"
for 42°" RCP' for
ONE..THOUSAND FTVZ
HUND FD.
dollars and No
cents. per unit.
1500.00
$ 1500.00
SUBTOTAL [A]' BASE BID,
AREA I-ITEMS 1-14
$
151,041.00
00300-4
addendum no. 3:
City of Denton, Texas
Bid Number 1143 (Revised)
Item Spec. Est. Unit Bid Amount
No. Item uantit Unit. Item Price Bid
ADDITIVE ALTERNATE No. 1
15. 02121 2 Ea.. Remove Existing.Grate
Inlets„ Junction Boxes
and Headwalls for
TWO.HUNDRED-SEVENTY
dollars and
cents per unit $ 270.00 $ 540.00
16. 02121 500 L.F.. Remove:Existing
Corrugated Metal Pipe
for
T
17. 02224
dol'.lars,and EIGHTY
cents per unit $,10.80 $ 5400.00
485- L'.F Trench=Safety System
for
TWO:
dollars. and
cents per unit $ 2.00' $ 970.00
18'. 02271 3 ,C.Y`. Rock Riprap Bedding. for
FIFTY FIVE
dollars~ and. NO
55.00 165.00
cents per unit. $ $
19: 02271 6. C Y`, Rock Riprap for
NINETY FIVE
dollars. and. NO
cents per unit $ 95.00 $'570.00
00300=5
A addendum no. 3
City of Denton. Texas.
Bid Number 1143 (Revised)
Item Spec. Est-. Unit Bid Amount
Imo. Item Quantity. Unit. Item Price Bid
20. Plans. 1 L.S. Relocated Threshold,on
Runway 35 for
FIVE.THOUSAND'
dollars and
centSper unit
21'.' 02310 115. L".F. 48=Inch RCP InstalledE
under the-Runway by
Boring for
THREE.HUNDRED TEN
dollars and No
$-5-,000.00 5,000.00
cents per unit. $ 310,00 $,54,250.00
22.. 02310. 60 C`.Yt_ Grout CMP under Runway
or Taxiway for
ONE HUNDRED-THIRTY
FIVE,
dotlars: and No
cents-per unit $,135.00 8100.00
23. D-701-5.1' 485 L.F.. 48 RCP Installed by
OpenCut for
-SEVENTY NINE.
dollars. and' NO
Cents per unit 79'.00" $738,315.00
00300-6:
addendum no. 3
City. of. Denton,. Texas.
Bid.Number 1143 (Revised)
Item
Spec.
Est..
Unit Bid
Amount
No.,
Item
Quantity
Unit
Item-
Price
Bid
25.
D452-5.0
1
Ea.
CH-11-B-45° Headwall
for 48° RCP for
TWO THOUSAND,
dollars ands No
-cents per unit -
$ 2,000.00
$ 2,000.00:
SUBTOTAL [B], ADDITIVE
ALTERNATE No. 1 IN AREA
I
ITEMS 15-25
$ 115,530.00
ADDIT
IVE ALTERNAT
E No;
26.
02121,
1.
Ea.
Remove Existing.Grate
Inlets, Junction Boxes
and:
Headwal`ls•for
_
TWO,HUNDRED'SEVENTY
dollars; and. NO
cents per unit
$270.00'
$ 270.00
27..
02121
25
L.F.
Remove~Existing:
-
Corrugated. Metal Pipe
for
-TEN
dollars',and SIXTY
cents per unit.
$ 10.60
$.265.00
28.<'.
02224
Trench Safety System
for -
TWO
dollars and No
cents per unit
$ 2.00'
$ 50.00
00300-7
addendum,no. 3
City of Denton, Texas
Bid Number 1143 (Revised)
Item Spec. Est. Unit Bid Amount
No., Item Quantity Unit_ Item Price Bid
29 D-701-5.1. 25, L.F. 48° RCP Installed by
Open Cut for
EIGHTY ONE
dollars and. No
..cents per unit 81.00 $ 202500
X. D-751-5.3 1 Ea.' Grate Inlet fore
TWO HUNDRED TWENTY
dollars and No
cents per unit 220.00 $ 220.00.
y SUBTOTAL [C]. ADDITIVE.
ALTERNATE No.. 2 IN. AREA" I
ITENS 26-30: 2,830.00
AREA 11
31. P-152-4.1 _4,225 C.Y. Unclassified"Excavation
for.
TWO
dol-lars and' TWENTY
32.. 02121: & Ea Remove Existing: Grate
Inlets,,Junction7Boxes.
and Headwalls for
TWO HUNDRED Slxrs--
5
dollars and No'
cents, per unit
cents per unit 2.20 $ 9295.00
$ 260.00 $ 1560_00
00300-8.
addendum no. 3-
City of Denton, Texas,
Bid Number 1143.(Revised)
Item
Spec.
Est.
Unit Bid
Amount.
No.
Item-
Quantity
Unit
Item
Price
Bid
33.
02121
2,675
L.F.
Remove Existing
Corrugated Metal. Pipe
for
ELEVEN-
dol-lags and
W CeDtS per' unit
11.00
S,
29,425.00
34`.
02224°
1,035
L.F..
Trench Safety: System
for
ONE
dollars and: No
cents per unit
. 1.OO
1035.00
35..-
T-901'-5.I
1.81
AC.
Seeding for
FIVE THOUSAND—
dollars and.
. Nn.
cents. per unit
$
5000.00
$
9000..00
36.
T-904-5.E
1;156
S.Y`..
Sodding:for
FOUR
dollars-,and- No
cents per unit
$;4.00
$
4624.00
$ 54,939.00
00300-9:
addenduw no. 3'
City,of Denton, Texas
Bid Number 1143 (Revised)
Item- Spec. Est. Unit Bid Amount.
No. Item Quantity, Unit Item Price Bid
AREA III.
37..
P=152-4.1
354
C.Y'. Unclassified Excavation
for
TW
dollars. and. FIFTY
M1
cents per unit
38.
02121
2
Ea. Remove: Existing, Grate
Inlets', Junction Boxes
and:Headwalls.for'
TWO HUNDRED FIFTY
dollars and No
-cents per unit
39'.
02.121
'790,
L. Remove Existing;'
`Corrugated Metal Pipe
for
ELEVEN
d01l ars and FIFTY
cents per unit.
40'..
02224
555.
L. F.. ' Trench: Safety System:
for
TWO
dollars• and FIFTY'
cents' per unit
41..
02271
16
C.Y Rock Riprap-Bedding for
:FIFTY FIVE
dollars and No
addendum no. 3
$2.50 $ 885.00
$ 250.00 900.00
$;11.50 $;9085.00
$ 2.50' $ 3387.00
cents per unit $.55.00
00300-10
$ 880.00
City of Denton, Texas
Bid Number 1143 (Revised)
Item.
Spec..
Est.
Unit.Bid.
Amount
Imo.
Item
Quantity Unit
Item
Price
Bid
42.
02271,
32' C.L
. Rock.Riprap:for
NINETY EIGHT
dollars and NO.
cents. per unit
$ 98.00
3136.00-
`
U."
.02310
69 L
F
30-Inch:RCP Installed
' under the Taxiway by
Boring for
TWO HUNDRED TEN
dollars and: No
cents- per unit
$ 210.00'
$.14,490.00
44.._
02310=
14 C.Y.:
Grout CMP,under Runway
or Taxiway for
:.ONE HUNDRED-FORTY FIVE
5
s -
:dolIars.and' NO.
-
cents per unit
$545.00
$ 2030.00.
45.•
P=610-5.1-
10' C.Y.
Concrete Riprap for
TWO' HUNDRED F.TGHTY
-
dollars and, No
cents. per unit
280.00
$ 2800.00
46.
D-701:-5.1.
441. L.F:.
18! RCP,Installed°by
Open-Cut for
TWENTY.THREE
`
'dollars and
NO
cents,per unit
$23.00
$10,143.00
00300-11
addendum no. 3
City of Denton, Texas
Bid-Number 1143.(Revised)
Item. Spec. Est. Uni.t Bid` Amount.
Na. Item Quantity Unit Item Price Bid'
47'.
D-701-5.1
411
L.F.
30" RCP Installed.by
Open Cut for
THIRTY SEVEN
dollars and, No
,.:cents per_unit
$ 37;00
48.
0451=5.3
2
Ea.
Grate Inlet for
dollars and. NO
cents per unit.
220.00
49. -
D-752-5,.0:
1
Ea..
CH-11-8-15° Headwall
:for.,300 RCP for
_
NINE HUNDRED FIFTY
dollars: ands
cents per unit
$ 950.00
50.
0-752-5.0
2:
Ea.
CH-11-8-45°'HeadwalI
for 30°' RCP' for
ONE'THOUSAND
dollars and No
$ 15.207.00
440.00
$ 950.00:
cents, per unit 1000.00 $2000.00
51. T-901-5.1, 0`.3 AC Seeding for
EIGHT THOUSAND
do1lars, and. NO
8000.00 2400.00
-per
cents unit $
SUBTOTAL [E] AREA III
ITEMS 37-51 $ 66,333.00
00300-12`
addendum no. 3
r
City of Denton,-Texas
Bid Number 1143 (Revised)
AWARD:
(To be filled in by Owner at time of Award)
AWARDED
(Y/N),
AMOUNT (IF AWARDED)
151,041.00
$ 115,530.00
$ 2;830.00
54,939.00
AREA III:BASE BID'.[E]1 66,333.00
AREA II BASE BID (D]
TOTAL AWARD $ 390',673.00
Accompanying.this Proposal is bid'security -payable to the City of Denton for
5% GREATEST AMOUNT BID" Dol'-l'ars.($ 5% GAB' which represents.fi.ve
percent 53%) of the total bid price.- Saidlamount shall: be returned-to the bidder,
unless-inscase-of the-acceptance of, the proposal or if the bidder fails to execute
and file a contract on or before tentdays after acceptance of said'proposal,.in
which case the.check shall' become the property of the.City of Denton, and shall' be
considered as.payment for damages due to delay and other inconveniences suffered
by the City of Denton due to the failure of the bidder to execute the.contract.
The City. of:Denton- reserves the right to reject any and, all.- bids.
The Owner wi1l:act.ont this proposal within 30 days following. the bid opening.
Upon,acceptance and-award'of the contract to the undersigned :by the Owner,. the
undersigned shall execute the required'•Contract.Documents.and make:Construction:
and'.Payment Bonds for the full amount of the contract.within ten days following
the award,. to secure proper compliance with the terms and provisions of the.
contract,. tolinsure and-guarantee the work until final completion and acceptance,.
and'to guarantee the work unti-T final completion and acceptance, and to guarantee
payment of a1T.lawful' claims for Tabor performed.and`materials furnished in the
fulfillment of the contract.`
The undersigne& certifies that.the bi& prices.contained'in this proposa1 have been
carefully checket and are submittedlas correct and final. The undersigned agrees.
to substantially complete the awardedscope of work covered by these Contract
Documents within 120 consecutive calendar days. from. the day established' for the.
start of the work asset forth-in a:written:Notice to Proceed to be issued by the
Owner or by the°Engineer for the Owner.. Except by mutual agreement of the Owner
00300-13
addendum no. 3',
City of Denton,. Texas
Bid Number 1143 (Revised)
and of the contractor,. the date established for the start-of work will be not less
than-ten (10), working days or not more than thirty (30) days after the date of the
Contract Agreement.
In the event.the Contractor, fails to attain. substantial completion of the awarded
scope of work within.,the time set forth in•the•Proposal, the Owner may withhold
money. permanently from the Contractor's total compensation a sum;of $250.00 per
day as l'iquidatedAamages and.for added expenses for engineering services. The
Owner will be the, sole? judge.as: to. whether the. work has been completed within.the
allotted time.
Receipt is acknowledged of: the-following addenda:
Addendum No. 1. YES Date of Receipt: 9/12/90 Received by: MCS ikc-s
Addendum,No.. 2• YES Date of Receipt: 1°1/5/90. Received by: MCS M cs'
Addendum-No. 3:= YES Date.of Receipt:: 121.14/90 Received. by: MCS M cS
Respectfully submitted,
CBS MECHANICAL, INC.,
(SEAL);'-If'Bidder is:a,Corporation
r'JANUARY 8'„ 1991
By:
MIKE C. SCHLOEMAN, VICE PRESIDENT
Address: 5001 W. UNIVERSITY DRIVE
DENTON, TEXAS 76201
817-387-7568:
00300-14'
addendum no. 3
THE AMERICAN INSTITUTE OF ARCHITECTS /
A/A Document A io
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, dm e C.B.S. MECHANICAL, INC.
5001 W. University, Denton, TX 76201
as Principal, hereinafter called the Principal, and HARTFORD CASUALTY INSURANCE CO.
N.O. Box 927,. Dallas, TX 75221 w .w rw#At....r dRm w bW.N, Iam"
a corporation duly organized under the laws of the Stage of Indiana
as surety, herein ter called da Surety. are held and firmly bound wft
0"M ~~.60 ad aaa..W bw nR, r own"
CITY OF DENTON, TEXAS
as Obligee, hereinafter called the Obligae, in the am of Five Percent of the Greatest Amount
Bid - - - - - - - - - - - - - - - - - - - - - - - Dollars Q S$ G. A. B. I.
for the paynant of which sum well and truly to be made. dw said hkidpal and dal a" Surety, bind
ounelm. our heirs, eaecuron, administratom suconaon and amen joNM1y and nuwaYy, N
lows prawtL N6
.
WHEREAS, the Principal has aubnl*" ebid for
a4w 4..A Y eaw, 4aa= ai=aiam w4a.el
Bid #1143. -Addendum #3
Airport Drainage Re-Bid
NOW. TNaatrOCI. it Ow Wire dog soap de W of de "&AW ad ft Mrlps *An ~ nn a Cow ,_2
%*h M Owipe w aoI ' wa%"s or nab 614 4wd Ow wdl b A w b wa r =or be opmaw n a. bwZn
w twnaR Oaem om .m Seed ad naidaia nny tw Ow b~ PedouNw W aad► Q=Mao ad b", 9
pwwwa at Yw one moor w Iwwidn/ in Oa Tana . 01w84 OF in ee Mr d on Was at do tit A*d r wow
0,& C,aweel ad rw wta Mad or b A6 0 M hnppt dlle Pw is de OWdia So doWm a am • ae•d r pads,
bmat bMmm Ow aewwe wdaad n n4a W ad ndi 10W rwr M .6k% du OY~re anal' r /ad W `ras
W" Vadiw "AV r wbm dr W&* ea.wd br oY bid. f w di Arew" i/ be n(ad.d4 seem" r rob
nYbmadis.
Sips/ and wdad rrla 8th `y ld' January 'a 91
1 L C.B.S. MECHANICAL tNr
S. MULROY, PRESIDENT
W. Lawrence BrM, Attorney-in-Fact,--
MA DOa4.NMr Alta • a1D 00040 • AN d • nW""T Taro t0 • nt AWARICAN
NAIITUrt Or ARCMIRCT% rns N.V. AVE. rLw. wAW'4004l O. r- MM t
DATE FEBRUARY 5, 1991
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrel L, City Manager
SUBJECT BID #1185-WILLOW SPRINGS DRAINAGE
3EQQMMENP-AXIQM We recommend this bid be awarded to the low
bidder, J-N Construction in the amount of $463,426 11
UHMAH.X This bid is for the labor, materials and supplies to
install the specified dra]nage and other related items in the
Willow Springs area
kACKQAQjRR Tabulation sheet Memorandum from Jerry Clark dated
1-25-91
PROQBAM~~_pMPA~TM~N~_QB__QRQ~Ps~_AFFEC~ED Engineering Department
and citizens utilizing the affected areas
EI59AL-IMPA91 C I P Bond Funds acct #432-002-SB85-8516-9105
Prepared by -
Name Denise Harpool
Title Senior Buyer
Approved
Name Tom D Shaw
Title Purchasing Agent
Respect ul/lyy submitted
v
Lloy V Harrell
City Manager
DH/jh
111 DOC
BID #
1185
BID NAME WILLOWSPRINGS DRAINAGE
OPEN DATE DECEMBER 13, 1990
ACCOUNT #
# I QTY I ITEM DESCRIPTION
1 I
I
I BASE BID
I
2 I
I
1 ALTERNATE
I
3 1
I
~
I UTILITY RELOCATE
41
I
I ~
I 1+3 I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I BOND
I I
I 1
I I
I I
I I
I I
I I
I 1
I I
I I
I I
I I
I I
I I
DICKERSON
CONST
I VENDOR
$644,333 50
N/B
$,11,175 00
$665,508 50
YES
1 TROMCO CONST
VENDOR
$460,362 33
N/B
$11,450 00
$461,812 33
YES
I J-N CONST
VENDOR
$443,771 11
N/B
$19,655 00
$463,426 11
YES
/9'9 Jglr
CITY of DENTON, TEXAS MUNICIPAL BUILDING / DENTON TEXAS 76201 / TELEPHONE (817) 566 8200
MEMORANDUM
DATE January 25, 1991
TO Tom Shaw, Purchasing Agent
FROM Jerry Clark, Director of Engineering & Transportation
SUBJECT Bid 1185 - Willow Springs Drainage
The low bidder on the project is J-N Construction from
Richardson, Texas They previously did some good work for us
building the bridge for McKinney street crossing Pecan Creek
between Frame and Bradshaw streets The bids received were
above our original estimates done in 1985 by about $145,000
Considering the original planned start date was 1987, inflation
has had some major effects on costs Also in 1987, there were
a lot more contractors available to do work so a low bid
leaving a significant amount on the table was a regular
occurrence
This project has been delayed since 1987 by litigation with Ali
Khafagi We had recently signed an agreement to complete the
work but now have received word that the lawsuit has been
dismissed
We feel that 3 good companies bid the project Bid prices are
above past projects but that has been the trend on all work let
for contract lately The bid and the additional funds
requested were considered by the "91" Committee for approval on
January 18, 1991 A recommendation of approval was forwarded
to City Council for final consideration
Please place this project on the agenda for February 5, 1991
for consideration of approval
l~
J y C1 r
0941E
STATE OF TEXAS
COUNTY OF DENTON
h
CONTRACT AGREEMENT
.6.
9j-01?
THIS AGREEMENT, made and entered into this 5 day of FEBRUARY
A.D., 191, by and between THE CITY OF DENTON
of the County of DENTON and State of Texas, acting through
LLOYD V. HARRELL thereunto duly authorized so to do,
hereinafter termed 'OWNER,' and
.J-N CONSTRUCTION CO.. INC. . 1113 HAMPSHIRE LANE. P.O. BOX 830540.
RICHARDSON, TEXAS 75083-0530
of the City of RICHARDSON , County of DALLAS
and State of TEXAS , hereinafter termed 'CONTRACTOR.'
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by OWNER, and under
the conditions expressed in the bonds bearing even date herewith, CONTRACTOR
hereby agrees with OWNER to commence and complete performance of the work
specified below:
RTD 011RS - LITTIAW QPPTVr nPATWAIV Tv m V A.^Tl l na •[11 1w1 ii
Purchasing Order #12076#12076
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 work specified above, 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
CA-1
0114s
1other drawings
-Specifications
and printed or written explanatory matter thereof, and the
therefore, as prepared by CITY of DENTON FNr.TNFFUTxr. cTAFF
, all of which are made a part hereof and collectively evidence and
constitute the entire contract.
Independent Status
it is mutually understood and agreed by and between City and
Contractor that Contractor is an independent contractor and shall not be
deemed to be or considered an employee of the City of Denton, Texas, for the
purposes of income tax, withholding, social security taxes, vacation or sick
leave benefits, worker's compensation, or any other City employee benefit.
City shall not have supervision and control of Contractor or any employee of
Contractor, and it is expressly understood that Contractor shall perform the
services hereunder according to the attached specifications at the general
direction of the City Manager of the City of Denton, Texas, or his designee
under this agreement.
Indemnification
Contractor shall and does hereby agree to indemnify and hold harmless
the City of Denton from any and all damages, loss, or liability of any kind
whatsoever, by reason of injury to. property or third persons occasioned by any
error, omission or negligent act of Contractor, its officers, agents,
employees, invitees, and other persons for whom it is legally liable, with
regard to the performance of this Agreement, and Contractor will, at its cost
and expense, defend and protect the City of Denton against any and all such
claims and demands.
Choice of Law and Venue
This agreement shall be governed by the law of the State of Texas and
venue for its construction and enforcement shall lie in the courts of Denton
County, Texas.
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.
CA-2
0114s
IN WITNESS WHEREOF, the parties of these presents have executed this
agreement in the year and day first above written.
ATTEST:
04"
CITY OFD ON
OWNER
B L/
(SEAL)
J-N CONSTRUCTION Cv, l ~c .
CON CTOR
By - - ~s~
Title 117
(SEAL)
APPROVED AS TO FORM:
Attorney
CiYjr 0
CA-3
0114s
ATTEST:
PERFORMANCE BOND
STATE OF TEXAS
COUNTY OF DENTON ) (
KNOW ALL MEN BY THESE PRESENTS: That J-N CONSTRUCTION
of the City of DENTON
County of DENTON , and State of TEXAS
as PRINCIPAL, and UNION MUTUAL INSURANCE COMPANY OF PROVIDENCE
, as SURETY, authorized under the laws of
the state of Texas to act as surety on bonds for principals, are held and firmly
bound unto the THE CITY OF DENTON
as OWNER, in the penal sum of FOUR HUNDRED SIXTY THREE THOUSAND FOUR HUNDRED TWENTY
RTY ANn ii/tnn---- _ Dollars 46Z 476.77 ) 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" 5 day of FEBRUARY , 19 91, for the construction of
BID #1185- WILLOW SPRING DRAINAGE IN THE AMOUNT OF $463,426.11
Purchasing Order #12076
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 6 day of February 19 91,
.Gays ~ ~ lrV ,
Principal
By
Title
Address
(SEAL)
Union Mutual Insurance
Surety
Title Resident Agent
Address 1702 N. Collins,,,#2,1'9
ce g
Richardson
Texas 75080
-F
(SEAL)
The name and address of the Resident Agent of Surety is:
A_RD-KNOX INSURANCE. INC.
N. V_ n
RICHARDSON. TEXAS 75080
.-o -4170 ~ G vb
NOTE: Date of Bond must not be prior to date of Contract.
PB-2
0091b
PAYMENT BOND
STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS: That J-N
of the City of RICHARDSON ,
County of DALLAS and State of TEXAS as principal, and
UNION MUTUAL INSURANCE OF PROVIDENCE
authorized under the laws of the State of Texas to act as surety on bonds for
principals, are held and firmly hound unto THE CITY OF DENTON
, OWNER, in the penal sum of FOUR HUNDRED SIXTY THREE FOUR
HUNDRED TWENTY SIX AND 11/100-- Dollars C$ 46i_426.11 )
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
with the Owner, dated the 5 day of FEBRUARY
a certain written contract
, 19 91 .
to which contract is hereby referred to and made a part hereof as fully and to the
same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall pay all claimants supplying labor and material to him or a
subcontractor in the prosection of the work provided for in said contract, then
this obligation shall be void, otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the revised Civil Statutes of Texas as amended by the
acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this
bond shall be determined in accordance with the provisions of said Article to the
same extent as if it were copied at length herein.
PB-3
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or to the
work performed thereunder, or the plans, specifications or drawings accompanying
the same, shall in anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be performed thereunder.
IN WITHNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this o day of February 1991
.-J -IJ 61-4f
Principal
B
Y
Title &Z~/?
Union Mutual Insurance
Surety
L
Title Resident Agent
Address
Address 1702 N. Collins, #219
Richardson
Texas 75080 xi
(SEAL) (SEAL)
The name and address of the Resident Agent of Surety is:
ARD-KNOX INSUcRANCE, INC.
1709 N r0T!_,jK,' 219
RICHARDSON. TEXAS 75080
294 $796 S5 }i~95
PB-4
0092b
MAINTENANCE BOND
STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS: THAT J-N CONSTRUCTION
as Principal, and
a Corporation authorized to do business in the State of
Texas, as Surety, do hereby acknowledge themselves to be held and bound.to pay unto
the City of Denton, A Municipal Corporation of the State of Texas, its successors
and assigns, at Denton, Denton County, Texas the sum of Fort -six Thousand
Three Hundred Forty-two and 61/100----- Dollars 46,342.61 , 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 J-N CONSTRUCTION
has this day entered into a written contract with the said City of Denton to build
and construct BID #1185-WILLOW SPRING DRAINAGE
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.
ME-1
0093b
a o-.
' ei.
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 J-N Construction
Company, Inc. as Contractor and Principal, has caused
these presents to be executed by _Gene Jackson. President
and the said Union Mutual Insurance Company
as surety, has caused these presents to be executed by its Attorney-in-Fact
and the said Attorney-in-Fact has hereunto set his hand
this 6 day of February , 19 91 .
SURETY:
Union Mutual
BY:
'Attorney-in-Fact
a
rti
PRINCIPAL:
J-/N Construction
C
HB-2
0093b
Employers Mutual Companies N2 0 0 8 2 5 0
P. 0. Box 712 Des Moines, Iowa 50303
CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY-IN-FACT
Notice: The warning elsewhere in this Power of Attorney affects the validity thereof. Please review carefully.
KNOW ALL MEN BY THESE PRESENTS, that:
Employers Mutual Casualty Company, an Iowa Corporation Illinois Emcasco Insurance Company, an Illinois Corporation
Emcasco Insurance Company, an Iowa Corporation - Dakota Fire Insurance Company, a North Dakota Corporation
Union Mutual Insurance Company of Providence, American Liberty Insurance Company, an Alabama Corporation
a Rhode Island Corporation
hereinafter referred to severally as "Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint:
JAMES E. ARD, D. WAYNE ARD, INDIVIDUALLY, RICHARDSON, TEXAS----------------------------
its true and lawful attorney-in-fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other
obligatory instruments of a similar nature as follows:
IN AN AMOUNT NOT EXCEEDING ONE MILLION DOLLARS ($1,000,000.00)
and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such
Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed.
The authority hereby granted shall expire unless sooner revoked.
AUTHORITY FOR POWER OF ATTORNEY
This Power-of-Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the
Companies at meetings duly called and held on Mae-c[79719837
RESOLVED: The Chairman of the Board of Drectors,-the Piesident,-a ny,Vice-President , the-Treasurer and the Secretary shall have power and
authorit to 1) appoint z i i i x , i i
y ( ) ppoint attorneys-in -fact and authorize them to/execute on,behalfzof the Company and attach the seal of the Company thereto,
bonds and undertakings, recog niza nces,~contractof ~mdemnity and otherywritings obligatory in the nature thereof, and (2) to remove any such
attorney-in-fact at any time and revoke the power and authority given,to him./Attorneys-in-fact shall have power and authority, subject to the terms
and limitations of the power of attorney issuetl-to them
t%xecute and deliver on behalf of the Company and attach the seal of the Company
thereto, bonds and undertakings, recognizances-contracts Of/i Aemnity and other writings obligatory in the nature thereof, and any such
instrument executed by any such attorney-in'fact shall.be fully and n•all,respects binding upon the Company. Certification as to the validity of any
power of attorney authorized herein' made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this
company. The facsimile or mechanically.reproduced,signature of_such officer, whether_made-heretofore or hereafter, wherever appearing upon a
certified copy of any power-of-attorney of the Company, shall be valid and binding upon the Company with the same force and affect as though
manually affixed.
IN WITNESS WHEREOF, The Companies have caused these presents to be signed for each by their Chairman and Assistant Secretary, and the
Corporate seals to be hereto affixed this Utz day of - , 19_n~ February WARNING: This power invalid if red diagonal imprint "Employers Mutua4.0 parties" is not present in its entirety, and if the signatures of
the officers and notary public do not appear in blue, and if the "EMC" w k does pot appear in the top half center of the page.
Seals
`..p'INsug4
CPS'''FOPai,`~'' S
o SEAL''=3
SQ=
tOWP
1011-.1111
PANC, Cam'
uN$I,9
,
q
,
1863 o
; 1953 =
F.I. 'c-
6= D-
T
~
4,
.
~uur
"
•
'
`
; oeeoaa~
of
, -
O iPe 0R4
; a
Z -
7s
.
c:f
ts SEAL
SEAL J_
OrP
•
9t
' SMOI
S)~~
`
, "
H OPK
SEAL f
NE
•
~
I
KRISTIE L TYLER
f COMMI I EIXPIRES
CERTIFICATE
Notary Public
I, Richard E. Haskins of the Employers Mutual Casualty Company, do hereby certify that the foregoing resolution of the Boards of Directors by
each of The Companies, and this Power of Attorney issued pursuant thereto on
on behalf of~rtn1 FF n 7~ W z,.-~ ,
are true and ct~rBCtCd"2r2 AI.Abrc23W 19-Ard
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this day of
19
c
Form 7B32 Fourth Reprint Vice-President
L~ kl~ ~
Robb B. Kelley John M. Van Sloun -
Chairman Assistant Secretary
On this _26th~ day of AD 19 before `
me a Notary Public in and for Polk County, Iowa, personally appeared Robb B.. c
Kelley and John M. Van Sloun, who being by me duly sworn, did say that they.-'
are, and are known to me to be the Chairman and Assistant Secret y,
respectively, of each of The Companies above; that the seals affixed to this
instrument are the seals of said corporations; that said instrument was signed
and sealed on behalf of each of The Companies by authority of their respective
Boards of Directors; and that the said Robb B. Kelley and John M. Van Sloun
acknowledge the execution of said instrument to be the voluntary act and deed
of each of The Companies.
My Commission Expires _ October 2, 1992
' INSURANCE MINIMUM REQUIREMENTS
C INSURANCE:
Without limiting any of the 'other obligations or liabilities of
the Contractor, the Contractor shall provide and maintain until
the contracted work and/or material has been completed/delivered
and accepted by the City of Denton, Owner, the minimum insurance
coverage as indicated hereinafter.
Satisfactory certificate(s) of insurance shall be filed with the
Purchasing Department prior to starting any construction work
or activities to deliver material on this Contract. The
certificate(s) shall state that thirty (30) days advance written
notice will be given to the Owner before any policy covered
thereby is,changed or cancelled. The bid number and title of the
project should be indicated, and the City of Denton should also
be' listed on all policies as an additional named insured. . To
avoid any undue delays, it is worth reiterating that:
o Thirty (30) days advance written notice of material change
or cancellation shall be given;
o The City of Denton shall be an additional named insured on
all policies.
I. WORKMEN'S COMPENSATION AND EMPLOYER'S LIABILITY. This
insurance shall protect the Contractor against all claims
under applicable state workmen's compensation laws. ."The
Contractor shall also be protected against claims for
injury, disease, or death of employees which, for any
reason, may not fall within the provisions of a workmen's
compensation law.
The liability limits shall not be less than:
o Workmen's Compensation - Statutory
o Employer's Liability - Statutory
II. COMPREHENSIVE AUTOMOBILE LIABILITY. This insurance shall
be written in comprehensive form and shall protect the
Contractor against all claims for injuries to members of
the public and damage to property of others arising from
the use of motor vehicles licensed for highway use,
whether they are owned, nonowned, or hired.
The liability limits shall not be less than:
o A combined single limit of $500,000.00
III. COMPREHENSIVE GENERAL LIABILITY. This insurance shall be
written in comprehensive form and shall protect the
Contractor against all claims arising from injuries to
members of the public or damage to property of others
arising out of any act or omission of the Contractor or
his agents, employees or subcontractors.
CI - 1
To the extent the Contractor's work, or work under his
direction, may require blasting, explosive conditions, or
underground operations, the comprehensive general liability
coverage shall contain no exclusion relative to blasting,
explosion, collapse of buildings, or damage to underground
property,
The liability limits shall not be less than:
o A combined single limit of $500,000.00
IV. OWNER'S PROTECTIVE LIABILITY INSURANCE POLICY. This
insurance shall provide coverage for the Owner and its
employees, in the name of the City of Denton, for
liability that may be imposed. arising out of the work
being performed by the Contractor. This also includes
liability arising out of the omissions or supervisory acts
of the owner. Although this insurance is strictly for the
benefit of the Owner, the Contractor is responsible for
obtaining it at his expense.
The liability limits shall not be less than:
o A combined single limit of $500,000.00
INSURANCE SUMMARY:
The Contract 'shall provide insurance to cover operating hazards
during.the period of placing the facility in operation and during
testing, and until such time as the facilities are completed and
accepted for operation by the Owner and written notice of that
fact has been issued by the Owner. Approval of the insurance by
the Owner shall not in any way relieve or decrease the liability
of the Contractor hereunder. It is expressly understood that the
Owner does not in any way represent that the specified limits of
liability or coverage or policy forms are sufficient or adequate
to protect the interest or liabilities of the Contractor.
Again, the Owner shall be given a certificate of insurance
indicating that all of the above policies and the appropriate
limits are indeed enforced. The certificate shall also indicate
that the Owner will be given at least thirty (30) days written
notice of cancellation, non-renewal, or material change of the
required insurance coverage. All responsibility for payment of
any sums resulting from any deductible provisions, corridor or
self-insured retention conditions of the policy or policies shall
remain with the Contractor. The Contractor shall not begin any
work until the Owner has reviewed and approved the insurance
certificates and so notified the Contractor directly in writing.
Any notice to proceed that is issued shall be subject to such
approval by the Owner.
CI - 2
Name and Address of Agency
City of Denton Reference:
Project Name:
Project No:
Phone
Project Location:
Managing Dept:
Name and Address of Insured:
Companies Affording Coverage:
A
B
Phone
C
This is to certify that: 1) Policies of insurance listed below have been issued and are in force at this time.
2) The City of Denton is listed as an additional insured as to all applicable coverage.
Company Expiration Limits of Liability
Letter Type of Insurance Policy Number Date In Thousands 000
Comprehensive General Liability
Occurrence
- Occurrence
- Claims Made (see #4-Page CI-4)
Bodily Injury
S
Broad Form to Include:
Property Damage
$
- Premises/Operations
- Independent Contractors
- Products/Completed Operations
Bodily injury and Property
- Personal injury
Damage Combined
$
- Contractual Liability(see #3-Page CI-4)
- Explosion and Collapse Hazard
- Underground Hazard
- Liquor Liability Coverage
- Fire Legal Liability (see 715-Page CI-4)
- Broad Fonn Property Damage
-
-
- Professional Errors/omissions
- -
'
- occurrence
- claims made (see #4-Page CI-4)
Comprehensive Automobile
Bodily Injury/Person
Liability
Bodily Injury/Accident
-.Owned/Leased Automobiles
----P----- -
Property Damage
- Non-owned Automobiles
- Hired Automobiles
Bodily Injury/Property
Damage Combined
S
- Workers' compensation and
Statutory Amount
Employers' Liability
eac acct ent
- Owners' Protective Liability
S
Other Insurance
Description of Operations/locations/Vehicles.
Each policy shall require thirty (30) days notice of cancellation, non-renewal, or material change in coverage.
(See #2, Page CI-4).
Name and address of Certificate Bolder.
CITY OF DENTON, TEXAS
PURCHASING AGENT
901-B TEXAS ST.
DENTON, TEXAS 15201
rt - I
AUTHORIZED REPRESENTATIVE
SEE DEFINITIONS ON PAGE Cl 4 AT7ACHEU.
DEFINITIONS
1. ADDITIONAL INSURED: The City of Denton, its elected and
appointed officials, officers and employees. (This does
not apply to Worker's Compensation.)
2. NOTICE OF CANCELLATION: Each policy shall require that
thirty (30) days prior to the cancellation, non-renewal, or
any material change in coverage, a notice thereof shall be
given to owner by certified mail. If the policy is
cancelled for non-payment of premium only ten (10) days
written notice to owner. is required.
3. CONTRACTURAL COVERAGE: (Liability assumed by contract or
agreement, and would not otherwise exist.) The contractual
liability requirement shown on the reverse side of this
Certificate of Insurance under Comprehensive General
Liability, must include a definition of coverage broad
enough to provide coverage for obligations assumed by the
contractor in the referenced contract. This Certificate of
Insurance is provided as required by the governing contract.
4. CLAIMS MADE POLICY FORM: Required period of coverage will
be determined by the following formula: Continuous
coverage for the life of the contract, plus one year (to
provide coverage for the warranty period), and a extended
discovery period for a minimum of five (5) years which
shall begin at the end of the warranty period.
5. FIRE LEGAL LIABILITY: (Required in all contracts that
involve the occupancy, construction or alteration of
City-owned or leased facilities.) Insurance is to cover
buildings, contents (where applicable) and permanently
installed equipment with respect to property damage to
structures or portions of structures if such damage is
caused by the peril of fire and due to the operations of
the contractor. Limit of liability is to be a minimum of
$500,000.
6. OWNER: The term owner shall include all authorities,
boards, bureaus, commissions, divisions, departments, and
offices of the owners, and individual members, employees,
and agents thereof in their official capacities, and/or
while acting on behalf of the owner.
CI - 4
BID # 11RS
PROPOSAL
TO
THE CITY OF DENTON, TEXAS.
FOR.THE. CONSTRUCTION OF
Willow Springs Drainage
IN
DENTON,. TEXAS
The undersigned, as bidder, declares. that the only person or
parties interested in this proposal as principals are those
named herein, that this proposal is made without collusion with
any other person, firm or corporation; that he has carefully
examined the form of contract; Notice.to Bidders, specifications
and the plans therein referred to, and. has carefully examined
the locations, conditions, and classes of materials of the
proposed work and agrees that he will provide all the necessary
labor, machinery, tools,. apparatus, and. other items incidental
to construction, and will do all the work and furnish all the
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 agreed that the quantities. of work to be- done at unit
prices and material to be furnished may be increased or
diminished as may be~ considered necessary, in the opinion
of the City, to complete the work fully as planned and
contemplated; and that all quantities of work whether increased
or decreased are to be performed at the unit prices set forth
below except as provided for in the specifications..
It is further agreed that lump sum prices may be increased to
cover additional work ordered by the City, but not shown on the
plans or required by the specifications, in accordance with the
provisions to the General Conditions.. Similarly, they may be
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
Willow Springs Drainage
(Base Bid)
.2
r'S War
BID TABULATION SHEET
s
WORK DAYS 60
BID NO. 1185
PO NO.
TOTA
I Preparation of I I I I"
3.1 I Right-of-Way I I LS I $ DN o0 /LS
I Barricades, Warning I I I I
8.1 I Si ns and Detours I I LS I" $ OO LS' I $
Remove Concrete Curb
3-C
Remove Concrete Driveway
4 1/2' Asphalt Pavement I
Asphalt Pavement
12' Asphalt Pavement I I I I
5.7-D I (TYpe D Patch Material) I 10 I Ton I $ /0&00 /Ton I $ /d00
I I b
8.3 I 6'' Concrete Driveway I 125 I SY I $,tey0 /SY I on
1 3,000 PSI. I f I I"
8.15.A I Concrete Rip Rap I 5,674 I SY 1 $ 30 Oo /SY I $ /70170 ~0
16' Lime Treatment I f I I
00
5.8-A I 4' Concrete Flatwork I 4 1 SY I $2600 /SY I $ /00"'-V
I Concrete Rip Rap I I I I
8.15.B I (3500 PSI) I 580 1 SY I $2a'00 /SY I $ /9770 vy)
6
Y
J
P - 3
Willow Springs Drainage -
(Base Bid)
BID TABULATION SHEET
x 5 Box Culvert
WORK
DAYS 60
BID
NO. 1185
PO
NO.
2.12.3-A I
(Direct Traffic)
I 216 I
LF
I $ ~N
/LF
Lt
I
2.12.3-B
8_x 4 Box Culvert
I I
I 172 1
LF
I
I $Ikk,00
/LF
I
I $ 'l99~.op
I
I
2.12.3-C 1
6 x 4 Box Culvert
I
12 1
LF
I
I $ /7y 00
/LF
1 .12i0n,vn
~ ~ I I I
7.6.A 110' Curb inlet (Type I) I 1 I EA 1 $/5'00.00 /EA I $/0,00
I Break into Existing. I I I I
do
7.4
I
I Concrete Encasement
I
I_ 3
I
I CY
I
I $
7~ 00
/CY
i
1 $
.
~2 Od
1
I
I
SP-2
I Concrete Saw-Cut
P 85 1
.
LF
I
eOO
/LF'
I
I $ /i
, 7 od
I
I
l
I
3.7
I Compacted Fill
I 1.074 I
CY
I
..7A
/CY
I
I $a2
9~2/~S'
I
3.10.7'
I Hydromulch
I I
I 16,634 1
SY
I
I $
0. ti
/SY
I
I
0 !~2 /O
I
I I
I
i
•3.10.3 I Seeding 1 16,634 1 SY 1 $ 0•=j~ /SY I' $ yf//i•O,2-
Total with Seed instead of Hydromulch I 7,12 <03
*This item may replace 3.10.7 (Hydromulch)..
P - 4
WORK
DAYS 60
"
BID
NO. 1185
Willow S
prings Drainage
PO
NO.
(Alternate)
BID
TABULATION S
HEET
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
;/TOTAL
Contractor's Warranties
I
I
I
j
1.21
I and Understandings
I
I LS
1 $
/LS
/I $
I eparation of
I
i
I
/
I
3.1
1 Ri ht-of-Way
I
I LS
I $
/L
S
I $
I Bar LIA Cade s, Warning
I
I
I
I
8.1
1 Si ns\.and Detours
I
I LS
I
//LS
I $
Remove oncrete Curb
3-B"
I and Gutt r
I" 880
I LF
I $
/LF
I $
F Remove Co ete Driveway
r
I
I
/
I
I
3-C
I and Sidewa
I 112
1 Sy
!
I .S
/Sy
I$
I
I
I
~
i
SP-33
I Remove Curb In et
I 1
I EA
/I $
/EA
1 $
I
I
1
I
I
3.3
I Unclassified 'Excavation
I 7,536
I Cy
I $
/CY
I
14 1/2' Asphalt Pav ant
I
I
I
I
5.7-A
1 Base ( e A)
1 1,983
I/SY
1
/Sy
1 $
1 1 1/2.' Asphalt Paveme"It
I I
/
I
I
5.7-B
I (Type D)
1 1 983
1 SY
1
SY
1 $
1 2' Asphalt Pavement
I
I
I
I
5.7-D
I (Type D Patch Material)
I 10
P Ton
1 $
/Ton
1 $
SP-40.A
1
Remove 42' RCP
I
I 248
I
1 LF"
i
I $
LF
I
I $
SP-40.8
I_Remove 48' RCP'
28
1 LF'
I
/LP
I t.
SP-40.C
I Remove Existing Box I
ICulverts I
156
I
LF
I
I $
/LF
I
I $
8.2-A
I I
I Concrete Curb and Gutter 1
889
I
I \ Le
I
I
LF" I
$
7.4.5
I F
I Class A Concret/e I
19
i
I CY
1
I $
I
CY I
SP-3
I I
I Reinforc g Steel 1
1.774
I
1 Lbs
I S
I
/r.hs 1
4
8.3 16'- Co rete Driveway I 125 I SY' I S /BY I $
13,00 PSI I I I I
8.15.A I Co rete Rip Rap 100 SY 1 $ /Sy 1"$
1 6/F Lime Treatment F I I I
4.6-A I Type A Lime
Slurry
31 I Ton I$
I
T 1$
I
5.8- 14' Concrete
L
Flatwork I
I 1
4 I BY I
I
/Sy $
I Prepackaged
Concrete I
I I
I
P - 5
Willow Springs Drainage
\ (Alternate)
X 5 Box Culvert
WORK DAYS 60
BID NO. 1155
PO NO.
BID TABULATION SHEET
2.12.3-B
18 4 BOX
Culvert
I
172. I LF I $ I $
2.12.3-C 1
6 x 4 ox
Culvert I
I
I
12 I LF I$ LF I$
7.6.A 1
I
10' Curb
Break int
nlet ( e I) I
Existing I
I I I
1 I EA I $ gA I
I I i
item may replace 3.10.7 (Hydromulch).
P - 6
Willow Springs Utility Relocation
BID TABULATION SHEET
ITEM DESCRIPTION OUANTITY rrerrm
WORK DAYS 10
BID NO. _LLLL_
PO NO.
rtmrm
1.21
7.6'
2.12.14
Contractor's Warranties
and Understandin s
5' Concrete Manhole
and Cover
18-' PVC Sanitary Sewer
1
85
LS
EA
LF
J_30&0,(,()/LS
/EA
1-41,23,00 /LF
;3060.0
00• c0
0 X5,00
SP-8A
Remove Manhole
1
EA
/gA
SP-23'
Remove 18' Sanitary Sewer
105
LF
/LF
a OU v0
SP-37
SP-10
Excavation Protection
Rock Excavation
85
50
LF
CY
0.70 /LF
00 /CY
<f6~0.0d
ar 7 U~
TOTAL
S sJ~O~}
P - 7
WILLOW SPRINGS DRAINAGE
1. Base Bid - Standard
Concrete Rip Rap
2. A ackaged
oncrete Rip Rap
3.. Willow Springs Utility
Relocations
4. 1. + 3
Work Days
~y 90
,4-,0
7-77 .
to
boo g`
Bid Price
s 44-3, 77/.
$ l9, 6ss cx:?
$ 463, ¢Z6,
$ do gy_-p
B - 1
BID SUMMARY
TOTAL BID PRICE IN
In the. event of the award of a contract to the undersigned, the
undersigned will furnish a performance bond and a payment bond
for the full amount of the contract, to secure proper
compliance with the terms and provisions of the contract,., to
insure and guarantee the work until final completion and
acceptance, and to guarantee. payment for all lawful claims for
labor performed and materials- furnished in the fulfillment of
the contract.
It is understood that the work proposed to be done shall be
accepted, when fully completed and finished in accordance with
the plans and specifications, to the satisfaction of the
Engineer.
The undersigned certifies that the bid prices contained in this
proposal have been carefully checked and, are submitted as
correct and final..
Unit. and lump-sum prices as shown for each item listed in this
proposal, shall control over extensions.
Street, A ANE
BOX 830530 0
RICHARDSON, TX 75083.0530
City an State
seal &=Authorization
(If,a Cerporation)
T-2I?-l"3I-0452
Telephone
B = 2
DATE FEBRUARY 5,1991
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BELL #1201-BELL MCKINNEY INTERSECTION
BE-COMMA 10 We recommend this bid be awarded to the only
bidder Larry Manning, Inc in the amount of $74,336 00
jaRMMALY This bid is for labor, and materials to widen and repair
the intersection of Bell and McKinney streets Larry Manning,
Inc was the only bidder but his bid price was under the
engineers estimate of $80,000 0o
UCg2$QU k Tabulation sheet Memorandum from Jerry Clark dated
1-25-91
PROU,$AM~y_DEPAgTMENT_0~__CagOUP~S_AFFECTED Engineering Department
and citizens utilizing the intersection
FIUDAU_IMPAUT Budgeted CIP Bond funds acct # 436-020-GO87-9105
Prepared by
Name Denise Harp of
Title Senior Buyer
Approved
Name Tom D Shaw
Title Purchasing Agent
Respec lly submitted
v W
Lloyd V Harrell
City Manager
DH/jh
110 DOC
BID #
1201
I L
BID NAME MOMMey @ Bell I
ARRY MANNING I I
nc I I
Intersection Improvementsl
I
I I I
OPEN DATE January 24, 1991 I
I
I I I
I I I
I I I
ITEM DSSCF=CN 1
I
VENDOR I VENDOR I VENDOR 1
I I I
I
BASE RID 1
I I I
$74,336 00 1 I I
(Asphalt & Cororete) I
I
I I I
I I I
I
ALTERNATE BID 1
I I I
$75,658 75 1 I I
(All Comrete) I
I
I I I
I I I
I
Bid Bond? (YeS/No) I
I I I
YES I I I
f
109 1hw' ?r I ' 23
CITY of DENTON, TEXAS
MUNICIPAL BUILDING / DENTON TEXAS 76201 / TELEPHONE (817) 566 8200
MEMORANDUM
DATE January 25, 1991
TO Tom Shaw, Purchasing Agent
FROM Jerry Clark, Director of Engineering & Transportation
SUBJECT Bid 1201 - Bell-McKinney Intersection
The project was placed out for bids again after only one
response was received for $90,000 and this was $10,000 over our
construction estimate of $80,000 We felt the response was not
adequate to guarantee reasonable pricing
The recent opening again had only one bidder but the prices
have come down to $741336 The savings from the rebidding are
$15,000 Our new low bidder is a local contractor in good
standing We feel the project should be awarded to Larry
Manning, Incorporated They are completing the last stages of
the sidewalk project now and will be available to complete the
work on schedule
J r y C"
0941E
CONTRACT AGREEMENT
ISTATE OF TEXAS
COUNTY OF DENTON
THIS AGREEMENT, made and entered into this 5 day of Februarv
A.D., 19 91, by and between The City o Denton
of the County of Denton and State of Texas, acting through
Lloyd V. Ha
rrell
thereunto
duly
authorized so
to do,
hereinafter
termed 'OWNER,' and Larr
y Nanning, Inc.
. 821
Rings Row. Den
ton_
Texmc_ 7F~n
i_
of the City of Denton , County of Denton
and State of Texas , hereinafter termed 'CONTRACTOR.'
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by OWNER, and under
the conditions expressed in the bonds bearing even date herewith, CONTRACTOR
hereby agrees with OWNER to commence and complete performance of the work
specified below:
Bid 11201 - NCRINNEY AT BF.i.7. 7NTF.RSF.(:TTnN TxvRnvre ru mvv ewnrrvm nu
$74.336.00. Purchasing Order #12079
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 work specified above, 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
CA-1
0114s
other drawings and printed or written explanatory matter thereof, and the
Specifications therefore, as prepared by
City of Denton Engineering Staff
all of which are made a part hereof and collectively evidence and
constitute the entire contract.
Independent Status
.It is mutually understood and agreed by and between City and
Contractor that Contractor is an independent contractor and shall not be
deemed to be or considered an employee of the City of Denton, Texas, for the
purposes of income tax, withholding, social security taxes, vacation or sick
leave benefits, worker's compensation, or any other city employee benefit.
City shall not have supervision and control of Contractor or any employee of
Contractor, and it is expressly understood that Contractor shall perform the
services hereunder according to the attached specifications at the general
direction of the City Manager of the City of Denton, Texas, or his designee
under this agreement.
Indemnification
Contractor shall and does hereby agree to indemnify and hold harmless
the City of Denton from any and all damages] loss, or liability of any kind
whatsoever, by reason of injury to property or third persons occasioned by any
error, omission or negligent act of Contractor, its officers, agents,
employees, invitees, and other persons for whom it is legally liable, with
regard to the performance of this Agreement, and Contractor will, at its cost
and expense, defend and protect the City of Denton against any and all such
claims and demands.
Choice of Law and venue
This agreement shall be governed by the law of the state of Texas and
venue for its construction and enforcement shall lie in the courts of Denton
County, Texas.
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.
CA-2
0114s
IN WITNESS WHEREOF, the parties of these presents have executed this
agreement in the year and day first above written.
ATTEST:
, t~7
C n V
"ATTEST,:',
CITY OF D TON
OWNER
By
(SEAL)
LARRY MANNING INC.
CONTRACTOR
Title
(SEAL)
CA-3
0114s
Boni] No. TX-470045
PERFORP"CE BOND
STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS: That Larre Manning Inc
of the City of npnr
County of and State of
TpY^a
as PRINCIPAL, and Merchant Bondin C an Mutual
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 TF,p ctr of n
y n on
as OWNER, in the penal sum of Spvpnty A r Thnncd Thrp Ai ri 71
n0/100 Dollars 74,336.00 ) for the payment whereof, thed 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 - 5 day of February, 19 91 , for the construction of
BID Ol - MCKINNEY AT BELL INTERSECTION II4tPOVEMENTS IN THE AMOUNT OF
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
Eorce 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
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
sealed this instrument this 5th day of February
LARRY MANNING, INC.
Principal
By G /ILuG i (G~v~L4~
Title U~
Address 821 Kings Row
ton, TX 76021
Surety have signed and
1991
MERCHANTS BONDING COMPANY, INC.
Surety
Pauline L. Lesch
Title_ Att.orney-in-Fact
Address P. O. Box 1150
Lewisvi11e,,tTX;7
:;`f (SEAM ) (SEAL)' ;
-The name-and address-of the Resident Agent of Surety is:
PCL INSURANCE AGENCY, INC.
206 Elm St., Suite 105, Lewisville, TX 75057
NUPE: Date of Bond must not be prior to.date of Contract.
PB-2
0091b
PAWIENT BOND
STATE OF TEXAS
COUNTY OF Denton
KNOW ALL MEN BY THESE PRESENTS: That Larry Manning Inc
of the City of Denton
County of Denton and State of Texas
as principal, and -
Marrhant.n
authorized under the laws of the State of Texas to act as surety on bonds for
principals,. are held and firmly hound unto
The City of Denton
OWNER, in the penal sum of _Seventy Four Thousand Three
Hundred Thirty Six and no/100- Dollars
- 74,336.00 )
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 5 day of February
- 19 91 .
BID #1201-MCKINNEY AT BELL INTERF,SECTION IMPROVEMENTS IN THE, AMOUNT OF
$74, 335.00. Purchase Order #12079
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
Sur, for val extension of timeet alteration uor addition tot the teermsaof or the econtdrawingsract
work performed thereunder, or the Plans,, specifications sats . es that no change,
, or to
the same, shall 'in anywise affect its obligation on this bond and es he the
accompanying.
waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be it does he
performed thereunder.
IN WITTINESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 5th day of February
19 91
LARRY MANNING, INC.
Principal
By Title
U~
MERCHANTS BONDING COMPANY (MUTUAL)
Surety
Pauline L. Lesch
Title Attorney-in-Fact
Address821 Kings Row
enton, TX 76201
' (SEAL)
Address P. O. Box 1150
The name and address of the Resident Agent of Surety is:
PCL INSURANCE AGENCY, INC.
206 Elm St., Suite 105, Lewisville, TX 75057
PB-4
Lewisville,_,TXh75067
0092b
STATE OF TEXAS
COUNTY OF- DENTON ) (
MAINTENANCE BOND
KNOW ALL MEN BY THESE PRESENTS: THAT
as Principal, and Merchant Bonaine.I
Texas, as Surety, do hereby oacknowledge a themselves tto be held
the City of Denton, A Municipal Corporation of the State of
and assigns, at Denton, Denton Count
Thirt Three an y, Texas the sum of-#U=
the total amount of the contract for the a -Dollars C$~y
curet d P yment f
and bound to p
Texas, its suc
y o hereby bind themselves o which sum said
severally. , their successors and asssigns,
This obligaticn is conditioned, however, that: Larry has this day entered into
WHE said
mitt n contract with the~saidiCity of D enton to
and construct Bid #1201 - MCRZNNEY AT BELL
pg .0 INTERSECTION I"ROvpMENTS IN THE AM
which contract and the plans and specifications
Denton, City of
therein mentioned, adopted b
led wi the City ry of said and
expressly incorporatd herein byt reference andemadeaa part hereofias r
were written and set out in full herein, and: thoughthe
S, under plans,,
contract, it is providedWHthFat t
he Contractors willimai tain ,andskeep in g ood
the work therein contracted to be done and performed for a period of one(1)e
from the date of acceptance thereof and do all necessary backfilling that
become necessary in connection therewith and do all necessary work toward
repair of any defective condition growing out of or arising from the impri
construction of the improvements contemplated by said contractor on construct
the same or on account of improper excavation or backfilling, it being undersi
that the purpose of this section is to cover all defective conditions arising
reason of defective materials, work, or labor performed by said Contractor, and
case the said Contractor shall fail to repair, reconstruct or maintain s
improvements it is agreed that the City may do said work in accordance with s
contract and supply such materials and charge the same against the said Contrac
and its surety on this obligation, and said Contractor and surety shall be sub3
to the damages in said contract for each day's failure on the part of s.
Contractor to comply with the terms and provisions of said contract and this bond
unto
and
and
and
r
by
in
t
0093b ME-1
agreement to maint
period of one (1)
shall be null and
force and effect.
NOW, THEREFORE, if the said Contractor shall perflorm - its
ain_-said-construction and keep same in-repair for the maintenance
year, as herein and said contract provided,- then these presents
void and have no further effect; otherwise, to remain in full
continuing one against the Principal and Surety and- that,successiveorecoveries emay
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
Larry Manning, Inc,
these
presents to be executed by as Contractor and Principal, h
and the said Merchants Bonding Company (Mutual)
as surety, has caused these presents to be executed by its Attorney-in-Fact
Pauline L. Lesch and the said Attorney-in-Fact has hereunto set
this 5thday of February , 1991
PRINCIPAL:
G COMPANY(MUTUAL)
V1'50
TX 75067-1150
tfB-2
s
0093b
LARRY MANNING, INC_
i1t5 t:70'i,~c~ !ntal:.~
~
f
11 ir
4:'~ ~r, _
- ~
k
4' C
0-
A l,
G. (JAI
8492
T
T
1
6
•
o
~
~P
A
E OF
!A
0
.y R t
S
'
'
AL
CCLINTY O4 POLK.
^e^•
I.MJ Long. V~r.P•e<.a..nto+:^f;ERCHAA:TS BONDING COP.SPANV It 1, t~.
t he, re
.;ed+ore3o g is It :run oro U;r,cc' ~ ipy n' f-e POWER OF ATTORNFY oxta jlr , ty
COPl.PANv J.V At,.:•f~ 5:,I- 's-co a^d e°ect
In W,tneas'N',ereol, i lave were,.: !o s51 ^,y n.r,o a^,d a+f +cd it o sea' of n•? Go•npany. nt Le W
:
s,-
this fifth day o! February tg 91
Tnis power o! attorney exp,es .December--31 , 1992
_ BID NO.
1.,CK'inney Street Widening PO NO.
Base Bid (Asphalt and Concrete)
BID TABULATION SHEET
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
I Contractor's Warranties I
I
I
1
I w
1.21-
1 and Understandings I
-
I LS
1 $
1,/;S0%LS
1 S k 0
I Barricades, Warning I
1
I'
co
1 20
8.1
I Signs and Detours I
-
I LS
1 $
ltY l) /LS
1 $ 1666
I Preparation of I
I
i
ep
3.1
I Right-of-Way I
-
I LS
I
OO /LS
I $ 5~rn
I I
I
I
I
SP-10
I Rock Excavation I
50 I
CY _
I $
/CY
1 $
i
I
ob
I ~ _
SP-37
I Excavation Protection 1
20 I
IF
I $
5 0 /LF
1 $
I I
I
I
Cb
1
- - SP-39- -i
-Project-Signs- 1
---2 - - i
EA
1 - $
/EA -
I $ IOU
I I
I
I
@
3.10.7
i Hydromulch I
200 I
SY
I $
~
/SY
$
~~0
3-A
I Remove Concrete Pavement 1
30
1 SY I
S
/SY
I $ (oOD
1 Remove Concrete I
1
1
aQ
1
60
3-8
1 Curb and Gutter I
871 1
IF
1 $
J /LF
1 $QV0[ 3.
I Remove Concrete I
I
i
-
I /CI G
7
3-C
I Driveway and Sidewalk 1
369 I
SY
I $
/ /SY
I S/ (
/
I I
I
I
a,
I
SP-33
I Remove Concrete Inlet 1
3 I
EA I
$
/0r()-/EA
n
I C(/
I I
I
I.
bo
I p pt~' '
~
3.3 1
Unclassified Excavation 1
488 I
CY - I
$
/CY
1 $
0 -
1
6" Lime Treatment of I
I
I
I i0
4.6-8 1
-Subgrade- - 1
689 - 1
SY I
$
/SY-
I-$
I
Type A Hydrated I
1
I
I 00
4.6-A I
Lime Slurry 1
10 1
Ton 1
/Ton
1 $ 106~)
--l
-Remove Concrete - - - --I
- - - I
_
5~ C~
SP-50 1
Retaining Wall 1
56 1
LF I
$
/!J /LF
.
I $
I
Construct Concrete I
I
I
50
I J
8.7.A I
Retaining Wall (Class A) 1
56 1
LF 1
$
/LF
1 $
1
2" Asphalt Pavement I
I
1
"25- I
~
m
5 C)
~
5.7-A.1 I
Base Type A 1
668 1
SY 1
$
• /SY
1 $
•
1
5.7-A.2 I
41/2"_AsphaltPav_eme_nt--I
Base Tvoe A 1
_
549 I
-1
SY I
$
,,7/Sy
Cf_~!5-
t Pavement I
1 2- Asphalt Pavemen
5.7-B I Type D Patch
I Concrete Curb and
8.2-A I Gutter
I
5.8-A.1 1
6"
Concrete
'
Flatwork
i
5.8-A.2 1
8"
Concrete
I
Pavement
I 7
I
1 640
I
I 43
I
1 322
I SY 1 $ /SY 1
50058.-
1 c0 1
I Ton I $ /Ton 1
--,or OL'
$
I LF I $ /LF I
$ - y J &
1 42-0
I SY I S 3~ /SY -i
$
I SY I $ . 7 /SY 1
P 3
549
,.f McKinney Street Widening
Base Bid (Asphalt and Concrete)
BID TABULATION SHEET
ITEM DESCRIPTION QUANTITY UNIT
I
8.2-B I Integral Curb
8.3-A
8.15-8
I
8.15-A
I
SP-27.A I
6' Concrete Driveway
4" Concrete Sidewalk
Concrete Flume
it Water Service
I '
SP-27.8 I Adjust Sewer
I
SP-15 I Adjust Manhc
I
1
BID NO.
PO NO.
UNIT PRICE TOTAL
i I
I LF 1
I I
I SY I
I i
I SY 1
i I
I 7co
/LF I $ ~L r 0
2-1 ppy~~1 v
/SY 1 $ OU
1~/SY 1 4 ~~"1 1
I 1 co 1 !12-
1 SY I $ 30 /SY I S ~5C
I I d~ 1
I EA /EA I $
I I I. 0
1 EA I $ CQ /EA 1
I I ~ 1 ~^m 00
EA I $ /EA I $ ~-C-/
3.7
1 Compacted Fill
1 210 1
CY
1 $
7, /CY
I $ ) 5
SP-2
1 Concrete Saw Cut-
I I
1 851 I
LF
I
I $
/LF
_
I $ /jQ a~
I I
I
i Q
_2.12.3
1 15" RCP Storm Sewer
1 19 I
LF
I $
30 /LF
1 S 7~
7.6.A-1
1
1 10` Curb Inlet
1 I
I 1 I
EA
I
60
/EA
1 g?
1 $
7.6.A-2
i
1 8' Curb Inlet
I I
I 1 I
EA
I
I $
/ ov
/ /EA
I sYJ
1 $
7.6.A-3
I
1 4' Curb Inlet
I I
I 1 I
EA
I
1 $
??114Lo
~L~LnL /EA
I / av
2.11.5
I
1 Inlet Frame and Cover
I i
1 3 1
EA
1
1 $
0
//5/EA
I w
I $
SP-51
I
I Concrete Curb Stop
I' I
I 6 1
EA
I
1 $
ou
r/EA
1 $
I
Remove Concrete
I I
I
ob
I cY.
_SP-52
I Gasoline Pump Island
I 2 I
EA
I $
/EA
.
I $
I
Break into Existing
I 1
I Co
I
(
SP-31 I
Inlet
1 3 I
EA
I $
~Ln /EA
700.
1 $
I
Solid Concrete Interlock-1 I
I
d
1
8.17 I
ing paving Units
1 18 1
SY
I $
~i /By
I
I
SP
53
Municipal Building
i
I I
I 41-Q
~/O
I av
o
p
o
-
I
Dr
veway Closure
I - (
LS
I $
CD /LS
I $
e
o
I
I i
I TOTAL
I S~N~
I
I
I I
I I
I
I$
/
I
I$
I
3.10.3 1
Seeding*
I I
1 200 1
SY
I
I$
I
o /SY I
op
$
* This item may replace item 3.10.7
(Hydromulch).
P - 4
534
I
1 180
1
I 1
I
1 25
1-
1 6
Service 1
McKinney Street Widening
Alternate (All Concrete)
BID TABULATION SHEET
a.J ..v . 1 OLU 1
PO NO. \
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
I Contractor's Warranties I
I
I
1.21
1 and Understandings I
- I
LS
I Barricades, Warning I
I
i
a5. I
8.1
1 Signs and Detours I
- I
LS
I $
~dCn~ /LS
I Preparation of I
l
I
at I
-
QL
3.1
1 Right-of-Way I
- I
LS
1
~ /LS I
S
S~XY~
I I
I
i
I
16-
cx+
SP-10
I Rock Excavation I
50 I
CY I
$
Icy I
$
SP-37
I I
I Excavation Protection I
I
20 1
I
LF
I $
C0 I
/LF I
$
_
SP-39
1 i
I Proiect Signs - i
I
2 1
EA I
1
$
60
I
3cr? /EA
/
I
I
I
i
L~
I ~
3.10.
1 Hydromulch 1
200
1 SY
I $
. /SY
1 $
~0
CI
3-A I
Remove Concrete Pavement I
30
1 SY
1 $
/SY
O
I $
I
Remove Concrete I
I
I
3-8
1 Curb and Gutter I
871
I LF
1 $
/LF
I $
I
Remove Concrete I
I
1-
~l 6
/
3-C I
Driveway and Sidewalk I
369
I SY
I $
/ /SY
I S
/
I
I
I
I
SP-33 I
Remove Concrete Inlet 1
3
I EA
1 $
(J/EA
I CJ
I
I
I
I
dQ
6
1 oa
3.3 I
Unclassified Excavation I
488
I CY
1 $
7 /CY
I
4
I
Remove Concrete
Y
I
1
Retaining WallI
56
1 LF
I $
/LF
V
1 $
I
Construct Concrete I
I
I
9~1
30
I / Y71
8.7.A I
Retaining Wall (Class A) I
56
1 LF
I $
/LF
1 $
1
1 1/2" Asphalt Pavement I
I
I
7 S
I n L
305S
5.7-A.3 I
Type D 1
549
1 SY
I $
/SY
.
I s"
1
2" Asphalt Pavement I
I
I
&
1 -lr1 ev
5.7-B I
Type D Patch I
7
I Ton 1
/Ton
1 $
/e
i
Concrete Curb and I
i I
W I
~n
8.2-A I
Gutter 1
199
I LF
1 $
/LF
I $
I
I
"
I
I
C6-
I. ~2 L2-0-
5.8-A.1 1
6
Concrete Flatwork I
7
i SY I
$
2)(/ /SY i
$
-
I
95-8-A.2 I
8" Concrete Pavement 1
965
1 SY 1
$
/SY 1
3J0 17S
I I
I
I$
I$
I I
1- - I
I
I
I
I $
I
I S
I
I
I
I
i
I
I
i I
I
i$
I$
I I
I
I I
I
I
I$
1
I$
P -
5
McKinney Street Widening
Alternate (All Concrete)
_ _ - diD-NO. -T-a-y► -
PO NO.
BID TABULATION SHEET
ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL
I - I I I d, f
8.2-B 1 :Integral Curb 1 980 1 LF 1 /LF 1 $ /(pn
8.3-B
I
1 6" Concrete Driveway
I I
1 165 1
SY
I oa
I $ 2/ /SY
I ~u ,
1 $ 37~J
8.3-A
I
1 4' Concrete Sidewalk
1 I
1 109 1
SY
I
1 $ 7 /SY
I'
/ cZ
I $ J ~S3
8.15-B
I
I Concrete Flume
I I
I 1 I
EA
I {(i
I S~OGD /EA
I ~p
1 $
•
8.15-A
I
I Concrete Rip-Rap
I I
1 25 1
SY
I
I $ .ICJ /SY
I ~
I S 750
I
I I
'
I
X0011~
m
I
AJO0
SP-27.A
I Adjust Water Service
I 6
1
EA
/EA
I $
I
S
SP=27.8
I
I Adjust Sewer Service
I ..I
I 3 1
EA
I- Q
I $ /EA
I. Q2
1 $ &C0
I I
I
1 ~
JOO
SP-15
1 Adjust Manhole
I 1 I
EA
( $ ,LCJ /EA
1 $
1 I
1 5v
1 Do
S
3.7
1 Compacted Fill
1 210 1
CY
I $ /CY
I $
SP-2
I
I Concrete Saw Cut
I I
1 851 I
IF
I ~
I $ /LF
I v0
I $ ) 5 5 3
2
12
3
I
1
"
I I
I 2'
I o0
57
.
.
5
RCP Storm Sewer
1
1 19 I
LF
I $ /IF
1 S
7.6.A-1
1 10' Curb Inlet
I 1 I
EA
I $ CO /EA
I 0000
- 7. 6.A-2 -
I
1- 8 -Curb-Inlet -
I I
1 - 1 1
I ro
I $ h~0 /EA
I ou
I ~ 00----
7.6.A-3
1
1 4' Curb Inlet
I I
I 1 I
EA
I 00
U
I $ I I (00 /EA
I 9-0
I S / C)Q
I
I I
I u-
I m
2.11.5
1 Inlet Frame and Cover
1 3 1
EA
/EA
I $
I $
SP-51
I .
I Concrete Curb Stop
I 1
1 6 1
EA
I,
1 $ /EA
I $ ~~O .
I Remove Concrete
I I
I LV
50
I cX~
SP-52
I Gasoline Pump Island
1 2 1
EA
/FA
I $
I $
I Break into Existing
I I
I. Q0
I o0
SP-31
I Inlet
1 3 1
EA
i $ ~00 /EA
I S boo
17
I Solid Concrete Interlock-1 1
I W
~
I
~~Q
8.
1 ing Paving Units
I 18 1
SY
/SY
I $ lfJ
I $ ~
SP
53
I Municipal Building
I I
I c°
I o0
y
-
1 Driveway Closure
I - I
LS
I $ /LS
000-
I $
- - -
1- - - -
I I
I - TOTAL
~~o
I
I
I I
I I
I
I$ /
I
I$
3.10.3
I
1 Seeding*
I I
1 200 1
SY
I ~p
1 $ I. /SY
i
I $ kJG~
• This it
em may replace item 3.10.7
(Hydromulch).
P - 6
BID SUMMARY
TOTAL BID PRICE IN WORD
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 guaranteepayment for all lawful claims for
labor performed and materials furnished_in the fulfillment of
the contract.
It is understood that the work proposed to be done shall be
accepted, when fully completed and finished in accordance with
the plans and specifications, to the satisfaction of the
Engineer.
The undersigned certifies that the bid prices contained in this
proposal- have been carefully checked .and-.are submitted as.
correct and final. =
Unit and lump-sum prices as shown for each item listed in this
proposal, shall control over,extensioas.
1---orr\ l yV 10,1 A"i c ~
;:FONT C OR
f.'+t\L» . BY eex e j
Street Add ss
/ n 7L~ao~
C ty an State
Seal & Authorization-
(I£ a Corporation) 39.~- 3~-7
Te ephone
a - 1
115. .5 1-"1)
I~ ~BONDIN^
11{ ONIM NG 0®o
- 1& / -
BID BOND
Know all men by these presents:
That LARRY MANNING. INC.. 821 Kings Row. Denton, TX 76901
(hereinafter called the Principal) as Principal, and the MERCHANTS BONDING COMPANY (Mutual)
a corporation of the State of Iowa, with its Home Office in the City of Dep Moines, Iowa, (hereinafter
called Surety), as Surety, are held and firmly bound to
CITY OF DENTON
(hereinafter called the Obligee) in the full and just sum of (t-5% GAB--------------------- )
FIVE PERCENT OF THE GREATEST AMOUNT BID------------------------- ---------r)ollars
good and lawful money of the United States of America, to the payments of which sum of money well
and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
Signed, sealed and dated this 24th day of January 19-211-
THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to
the Principal for BID NO 1201
McKINNEY AT BELL AVENUE TNTRSECTTON IMPROVEMENTS To onnuTn TIIgN IAN ES
ON McKINNEY STREET
according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly
make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and
award, and shall give bond for the faithful performance thereof with the MERCHANTS BONDING
COMPANY (Mutual) and Surety, or, with other Surety or Sureties approved by the Obligee; or if the
Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer
by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and
void; otherwise it shall be and remain in full force and effect.
IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed
and sealed.
Witness:
LARRY MANNING. INC.
Principal
By
Attest: MERCHANTS BONDING COMPANY (Mutual)
t'