Loading...
1990-0312651L-3/3689 NO. 990 - 0,3/ AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of state law and City ordinances; and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therefore; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION I. That the following competitive bids for the construction of public works or improvements, as described in the "Bid 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 being the lowest responsible bids: BID NUMBER CONTRACTOR AMOUNT 1066 A & F Insulation $15,889.00 1069 Jagoe Public Company $1,1731266.50 SECTION II. That the acceptance and approval of the above competitive e bi Ts 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 notifi- cation of the award of the bid. SECTION III. That the City Manager is hereby authorized to execute a necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified 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 hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto. SECTION V. That this ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the 124 day of 1990. 4-1~ Q )4ti Y ST S ATTEST: 4 ENNI E WALTERS, CITY SECRETAR 4 APPROVED AS TO LEGAL FORM: DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY BY: 1. PAGE 2 a STATE OF TEXAS COUNTY OF DENTON CONTRACT AGREEMENT 9o -0a/ THIS AGREEMENT, made and entered into this 12 day of MARCH A.D., 19 90, 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, Party of the First Part, hereinafter termed the OWNER, and A & F INSULATION. P.O. BOX 568. 1002 W. BULLOCK. DENISON. TEXAS 75020 of the City of DENTON , County of DENTON and state of TEXAS , Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First part (OWNER), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: BID# 1066 - INSULATION AND LAGGING INSTALLATION and all extra work in connection therewith, under the terms as stated in the General Conditions of 'the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or CA-1 0044b tten explanatory matter thereof, and the Specifications therefore, as prepared by THE CITY OF DENTON TEXAS ELECTRIC PRODUCTION STAFF , all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. CITY OF DENTON TEXAS Party of a First Pa OWNER - B LLOYD V. HARRELL, CITY MANAGER (SEAL) ATTEST: A & F INSULATION Party of the Second Part, CONTRACTOR By /ICGSfr6GGd ~r--1 Title OWNER (SEAL) CA-2 0044b INSURANCE c X ti 1 0:_ , p g v The Contractor is fully responsible for all losses pertaining to, resulting from, or connected with the completion of this contract. The owners acceptance of a Certificate of Insurance, that does not comply.with the bid or contract documents, does not release the contractor or the insurance company from any liability, conditions or other requirements within the scope of this contract documents. It is the responsibility of the Contractor to send this complete insurance package to his insurance provider. This will enable the policies and the Certificate to include all requirements as. they apply to the Contract documents. The Insurance Certificates must be returned to the City of Denton with the Contract documents for approval and execution. All Contract documents must be returned to the CITY OF DENTON, JOHN MARSHALL, PURC11ASING AGc^NT, 901-8 TE11S STREET, DENTON, TELLS 76201. J CI--O CITY OF DENTON INSURANCE MINIMUM REQUIREMENTS INSURANCE: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work and/or material has been completed/delivered and accepted by the City of Denton, owner, the minimum insurance coverage as indicated hereinafter. Satisfactory certificate(s) of insurance shall be filed with the Purchasing Department prior to starting any construction work or activities to deliver material on this Contract. The certificate(s) shall state that thirty (30) days advance written notice will be given to the Owner before any policy covered thereby is changed or cancelled. The bid number and title of the project should be indicated, and the City of Denton should also be listed on all policies as an additional named insured. To avoid any undue delays, it is worth reiterating that: o Thirty (30) days advance written notice of material change or cancellation shall be given; o The City of Denton shall be an additional named insured on all policies. I. WORKMEN'S COMPENSATION AND EMPLOYER'S LIABILITY. This insurance shall protect the Contractor against all claims under applicable state workmen's compensation laws. The Contractor shall also be protected against claims for injury, disease, or death of employees which, for any reason, may not fall within the provisions of a workmen's compensation law. The liability limits shall not be less than: o Workmen's Compensation - Statutory o Employer's Liability - Statutory II. COMPREHENSIVE AUTOMOBILE LIABILITY. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicles licensed for highway use, whether they are owned, nonowned, or hired. The liability limits shall not be less than: o A combined single limit of $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 CERTIFICATE OF INSURANCE CITY OF DENTON Nasa Aa Address of Agency I City of Denton Reference: (Commercial Ceneral Agency, Inc, I Project Name; P.0 Rnv Rh 247 Project No; Phone ?14-96 331,-mo -~w I Project Cocationt I I I Managing Dept: { Name and Address of Insured: I`-----------'"--- .1.-Y-L 1.•YY. I CoWanies Affording Coverage; + Frands Q S:nchcz DAA A & F Tna ilari~n A Nautilus I I j B .~Q~.~{~IRneri can o mtv t4utual Phone I C This 15 to certify that policies of Insurance listed below have been issued and are in forte et this tine. Expiration Limits of Liability A I Coaprehentlve Ceneral Liability A I - Occurrence `~C;1R1aNr~tx~eAA;Y~Tt7AYRr94:1 I @+PIAzF@iMk to Includes A I - Premltea/Operations A I - Independent Contractort A I - Products/Completed Operation$ I -~Aexsonab:iniatrx I - C>:~4rA~tw3~~! 1 4 lASak ~r lElrtjkVpxf) A I - Explotion and Collapse, Hazard A I • Underground Hazard I - ~t4nax?drtah:I,A1~;tavQfraan I - ~~eecica~oa~t,~ixbcl~l~tt~c~(xeec~3~,txrrxk I - 3xoadxFOra,~?nopc.rrec,~ausga .....-r 1 - ~PxofStza.'6miec>x~mrw~ld~laaistac I • octria;exM ( - aclalamcnadc;taeexdQexexa~sa) I L 81107 111/5/9Q Bodily Injury I I j I I dom Property Damage i I Bodily injury and Property Damage Combined i 1,000 j F-RCIAL APR 0 3 1990 I~J F f fl l P. GO, E od+a~aNa~rrsacl~xa~t~aauroiic I I I wtrb9A Ktyc i a I •Owned/Leasod Automobiles (other than ASP1001981 9/27 I xxaecaafloNwttxorae>'xtax private pJSS. ) I x-xNtt~adx4ukotoobl(DO1Ix i Workers' Compensation-and Employers' Liability Other Insurance q i. Bodily injury/Perion I Bodily Injury/Accident I I 0Pr0uerty Damepe- --------I------------I I---------------------------- i------------ I I Bodily Injury/Property I I I Damage Combined I i 500 I Statutory Amount r1 r 1, - - I I.i r T T I . - - r 4 f ° IS' UC OAIE (MMIDD(YY) R O E "'4/25/90 hp 4/25/90 by _ ' PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS i , Commercial General Agency Inc NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOTAMCND, . , EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICICS BELOW. P.O. Box 866247 rid Plano, TX 75086 COMPANIES AFFORDING COVERAGE K' COMPANY A • LETTER Nguti1-v5-1 .1Lran~e COwp-"y COMPANY LETTER B INSURED Francisco Sanchez DBA COMPANY C t A & F Insulation LETTER P.O. Box 568 COMPANY D L Denison, TX 75020 LETTER COMPANY ( LETTER THIS IS TO CERTIFY T HAT POLICIES OF INSURANCE LISTED BELOW H AVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PEnIOD INDICATED. SS ST NOTWrtRSTANDING ANY nCOUInEMCNT, TERM On CONDITION OF A BE ISSUED On MAY PERTAIN THE INSURANCE AFFORDED BY THE P NY CONTRACT OR OTHEn OOCUMCNT WITH RESPECT TO WHICH THIS CERTIFICATE MAY OLICIES DESCRIOCO HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDF ' ; , TIONS OF SUCH POLICIES. - , , CO TYP CY UMBER - P041CY Ef1ICTNF POLICY EXPMNTION LIABILITY LIMITS IN THOUSANDS LT E OF INSURANCE POLI N DAZE (hMW`Y1 DATE (M'AIDDMT ."'I OCCUMVNC,E ACCnEDATE "F G ENERAL LIABILITY BODILY A X COMPREHENSIVE WRM L 81107 11/5/89 11/5/90 INx,nY $ $ X PREMISES/OPERATIONS Y P t'1 UNOCfl000UND EXPLOSION It COLLAPSE HAZARD AMAGE DAMAGE $ $ r r ~ X PRODUCTS/COMPLETED OPERATIONS F?w +.fiy CONTRACTUAL BI A PO COMOmCD $ 1,000 $ 1, 000 u,rn X INDEPENDENT CONTRACTORS I BROAD FORM PROPERTY DAMAGE d PERSONAL MUURY PERSONAL INJURY $ lr A UTOMOBILE LIABILITY BCI LY ANY AUTO (rot IttN nIBONI $ ALL OWNED AUTOS (PR(V. PASS.) eHMIY ' etWY ALL OWNED AUTOS (~THER THAN1 RIV PASS / IKA WtiIpNI) $ . . . HIRED AUTOS PnUrLnrY NON OWNED AUTOS DAMAGE $ ' J GARAGE LIABILITY el 6 PD I - COMOINCO $ I~ EXCESS LIABILITY - UMBRELLA FORM BI L PO COMUIIJED $ $ OTHER THAN UMBRELLA FOAM STATUTORY - ' 'WORKERS' COMPENSATION D ' - (EACH ACCIDENT) gi (DSEASE,P000Y LIMIT) EMPLOYEnS LIABILITY $ (DISEASE EACH EMPLOYEE .r~ OTHER i _ DESCRIPTION OF OPEHATIUNUILOCATIONSNEHICLESISt'GCIAL Il tM5 Additional Insured: City of Denton Steam Pipe or Boiler Insulation City of Denton 901B Texas St. Denton, TX 76201 Attn: Tom Shaw SHOULD ANY OF THC ABOVE UCSCIIIUCU POLICICS OE CANCELLCO OCFORE THE EX. PIRATIOtI DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE: HOLDEn NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE $HJ.LL II,IPO-.E NO ORIAGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OTY REPHESEN TAT IVES. Ayr., '9© 10:31 4321 P. 2 CERTIFICATE OF INSURANCE CITY OF DENTON I New end Address of Agency ~ City of Denton Refereneeq I I I , RON I. BERRY Y I Project Name: I• i i, n [3nx `24 r I Project Not. i DENISON.';1 TX 75020 Phone 214-465-6780 project Locatlon: POWER PLANT I I I I Managing Dept: I I- Name and Address.of Insured: i Companies Affording Coverage: I I FRAs1 IS(A~SANCH-rZ om )A&F' INSULATION I A r.Ir.NA I I inns IJ_ RIIC.LOCK I B DENTSON, TX 75020 Phone 214-465-5292 C This 1s to certify that policies of insurance listed below have been issued and are In force at this time. (Company Expiration Limits of Liability I ILettex - - Type of Insurance Policy Number Date In Thous-ands (000) I I I I I I I I I i Comprehensive General Liability I . I I I OCcu r nr, s l - occurrence I I I _ur I I I I I - Claims Mado (see Y2-reverse) I I ( I Bodily Injury I I I i I I Broad Fora to Include: I I I Property Damage I I I i I - Premises/Operations I I I I I - Independent Contractors I I I I i I - Products/Completed operations I I I Bodily injury and Property I - Personal injury I I I Damage Combined I$ I I - Contractual Liability (see M1-reverse) I I I I 6 I I - Explosion and Collapse Hazard I I I i I I - Underground Hazard I I I I i I I - Liquor Liability Coverage ! I f 1 i I - Fire Legal Liability (see 13-reverse) i I I I i i Broad Form Property Damae i I I I i I I-------------- - Professional Errors/omissions I I--------- I---------------------------- I ( ; I ' I - occurrence I I I 1 ! I i I - claims made (see l2-reverse) i I I I I I I I i I Comprehensive Automobile I I I Bodily Injury/Person I I Liab111ty.1 I i I I Bodily Injury/Accident I l; i I I Owned/Leased AutomobiibA I PrnParty hAMAtla ` , -----I ~ I I non-owned Automobiles - - - I - I - Hired Automobiles I I I Bodily Injury/Proporty i I I I I I Damage Combined ~ I I {5BD B9A r I $500p-000 1 Workers Compensation-and . I IAC403975 I 10/01/1 Statutory Amount 0 . I - $500,000-I A I Employers' Liability I I S I 1 j Other InsOnce I I I I _ i . ~.I I 1 1 - CERTIFICATE OF INSURANCE - CITY OF DENTON _I.Name and Address,ofAgency I I City of Denton Reference: -Ron: .1 Perry Insurance Agency I I Project Name: 1031' W. Crawford I I . I Project No: :Denison, Tx 75020, I' Phone 214-46 5-67801 I I Project Location: Power Plant I I I Managing Dept: . I Name and Address of Insured: I I I Companies Affording Coverage: Francisco Sanchez DBA: A & P I` ` I Insul- i IA Nautilus Insurance Company I .a. io n 1002 W. Bullock I Cigna I, IB I' Denison, Tx 75020 Phone214-465 ' -5292 IC Old American County Mutual I I This is to certify that policies of insurance listed below have been issued and are in force at this I' I time. ICompany - Expiration Limits of Liability I ~ ILetter Type of Insurance Policy Number Date In Thousands (000) I' A I Com rehensive Gene l Li bili I L81107 ~11/05/~90. I I p ra a ty I Occurrence I - Occurrence I I I I I I -Claims Made (see d2-reverse) I I I Bodily Injury . I Broad Form to Include: - I I I Property Damage I: I - Premises/Operations I I I I - Independent Contractors _ I I - I I - Products/Completed Operations I I I Bodily injury and Property i- Personal injury I I I Damage Combined I $ 500 A I - Contractual Liability (see dl-reverse) I L81107 111 1051IQn I I - Explosion and Collapse Hazard I I- Underground Hazard I I I I I 1- Liquor Liability Coverage I I I I : 'I I I - Fire Legal Liability (see d3-reverse) . I- Broad Form Property Damage I ' I--------------- - I I I I I . - Professional Errors/Omissions - I I I ----------------------------I- I I I I I I - occurrence I I I I I I - claims made (see d2-reverse) I I I I I ~ I I I I I I ~ I I Comprehensive Automobile I I I Bodily Injury/Person I$ I I'` I Liability I I I Bodily Injury/Accident I$ I 15;: I r. I I I---------------------------- I------------I I C 1:7 Owned/Leased Automobiles I ABPI 0019$09/27/i9H3operty Damage I$ I I, 1.- Non-owned' Automobiles I I I---------------------------- I------------I Hired Automobiles I I I Bodily Injury/Property I ? I q, I. I I I Damage Combined $500 I I B i -,Workers' Compensation•a•nd I Employers' Liability I I I I I I I I Statutory Amount 17'AC403975110/O1 419$'1 500/500/500 i den t I I CONDITIONS ADDITIONAL INSURED: The City of Denton, its elected and appointed officials, officers and employees. (This does not apply to Worker's Compensation.) NOTICE OF CANCELLATION: Prior to any material change or cancellation, the City of Denton will be given 30 days advance written notice mailed to the stated address of the Certificate Holder, City of Denton. 1. 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. 2. 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. 3. 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. CI - 4 A & F INSULATION Industrial: Insulation Painting Sandblasting January 31, 1990 City Of Denton, Texas 901 B Texas St. Denton. Texas 76201 TEL-817-566-8311 DFW-817-267-0042 ATTN: JOHN J. MARSHALL TOM D. SHAW JIM THUNE Dear- Sir, A&F Insulation is pleased to submit this proposal as per specifications on BID # 1066 as follows; ITEM #1------------------ $7,822.00 ITEM #2------------------ $2,496.00 ITEM #3------------------ $3,248.00 ITEM #4------------------$ 983.00 ITEM #5------------------$ 326.00 ITEM-#6------------------ $ 112.00 ITEM #7------------------ B92.00 TOTAL AMOUNT 15,889.00 We appreciate this opportunity to do business with you. Sincerewj"-ANCHEZ P.O. Box 568 • 1002 W. Bullock • Denison, Texas 75020 • Phone (214) 465-5292 i PURCHASING DEPARTMENT -City of Denton • 901-B Texas St. Denton, Texas 76201 BID INVITATION CITY OF DENTON, TEXAS Date JANUARY 19, 1990 BID NUMBER 1066 BID TITLE INSULATION AND LAGGING INSTALLATION Sealed bid proposals will be received until 2:00 p.m. FEEkRDBRY 15, . 1990 , at the office of the Purchasing Agent, 901-B Texas St., Denton, Texas 76201 For additional information contact JOHN J. MARSHALL, C.P.M. Tom D. SHAW, C.P.M. PURCHASING AGENT ASSIST. PURCHASING AGENT Office 817.566.8311 DIFW Metro - 817-267-0042 INSTRUCTIONS TO BIDDERS 1. Sealed bid proposals must be received in duplicate, on this form, prior to opening date and time to be considered. Late proposals will be returned unopened. 2. Bids shall be plainly marked as to the bid number, name of the bid, and bid opening date on the outside of completely sealed envelope, and mailed or delivered to the Purchasing Department, City of Denton, 901 -B Texas St., Denton, TX 76201. 3. Any submitted article deviating from the specifications must be identified and have full descriptive data accompanying same, or it will not be considered. 4. All materials are to be quoted FOB Denton, Texas, delivered to the floor of the warehouse, or as otherwise indicated. 5. The City of Denton, Texas reserves the right to accept separate items in a bid unless this right is denied by the bidder. 6. In case of default after bid acceptance, the City of Denton, Texas may at its option hold the accepted bidder or contractor , liable for any and all resultant increased costs as a penalty for such default. 7. The City of Denton reserves the right to reject any and all bids, to waive all informalities and require that submitted bids remain in force for a sixty (60) day period after opening or until award is made; whichever comes first. 8. The quantities shown maybe approximate and could vary according to the requirements of the City of Denton - throughout the contract period. 9. The items are to be priced each net. (Packaging or shipping quantities will be considered.) 10. The Purchasing Department assumes responsibility for the correctness and clarity of this bid, and all information and/or questions pertaining to this bid shall be directed to the City of Denton Purchasing Agent. 11. Any attempt to negotiate orgive information on the contents of this bid with the City of Denton or its representatives prior to award shall be Bounds for disqualifications. 12. The conditions and terms of this bid will be considered when evaluating for award. 13. The City.of Denton is exempt from all sales and excise taxes. (Article 20.04-B) A & F INSULATION Industrial: Insulation . Painting Sandblasting January = 1 , :4911 C41'-- Of Denton, Texas 901 D Te.:as St. Denton. Te;c=-- 762C;1 -rTr!_ JOHN J. MARSHAL' TOM D. SHAM, JIM THL'ME Dear Sir, A'< Inst.l.a.}ion p?eaged to submit this pr_;,os?.7 as per specifications on BID 4 1066 as fol'inWS; t -fEi? 41-------------------- " ti i w,.u TEhi.. ----------'z3,'-a. I TE I #'r6 .d a. 1. 1.1 i_I ITEM P C, t) TOiAt r•; hlOUptT -------w'_5, -3. o0 B a :p i`C 1y ~ Y11 i ~ oOCOr-uni - T.n d0 JL'4i!'}P-- j :-d t:h -_U . P.O. Box 568 • 1002 W. Bullock • Denison, Texas 75020 • Phone (214) 465-5292 BID NUMBER 1066 BID PROPOSALS . City of Denton, Texas 901-B Texas St.- - - - Purchasing Department Denton, Texas 76201 Page 2 of 2 ITEM DESCRIPTION OUAN. PRICE AMOUNT 1. INSULATE AND INSTALL LAGGING UNIT 5-4 PER 1 $ $ SCOPE OF WORK 2. INSULATE AND INSTALL LAGGING UNIT 3 PER 1 $ $ SCOPE OF WORK 3. INSULATE AND INSTALL LAGGING UNITS 1 & 2 1 $ $ PER SCOPE OF WORK 4. INSULATE AND INSTALL LAGGING UNIT 5 PER 1 $ $ SCOPE OF WORK 5. INSULATE AND INSTALL LAGGING UNIT 4 PER 1 $ $ SCOPE OF WORK 6. INSULATE AND INSTALL LAGGING UNIT 4 PER 1 $ $ SCOPE OF WORK 7. INSULATE AND INSTALL LAGGING UNIT 4-5 PER 1 $ $ SCOPE OF WORK WORK DAYS TOTALS We quote the above f.o.b. delivered to Denton, Texas. Shipment can be made in days from receipt of order. Terms net/30 unless otherwise indicated. In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a reasonable period of time constitues a contract. The completed Bid Proposal must be properly priced, signed and returned. Mailing Andreae City Slate Zip Telephone Bidder Signal ure ' I illy BID NUMBER 1066 SPECIFICATIONS Purchasing Department City of Denton, Texas CITY OF DENTON' ELECTRIC PRODUCTION DENTON, TEXAS 76205 CONTRACT SPECIFICATION AND SCOPE OF WORK FOR INSULATION AND LAGGING No. 90-02-INSUL Page 1 A contract is termed legal and binding upon award to the successful bidder by the issuance of a City of Denton Purchase Order. This specification is for insulation and lagging as described in the Scope of Work for the City of Denton Electric Production Power Plant. The Power Plant is located at 1701-A Spencer Road, Denton, Texas 76205, (phone [8171-566-8258). This contract specification includes the following:, . Scope of Work Contractor's Responsibility City of Denton's responsibility - SCOPE.OF WORK - ,.Item 1 Insulate and install lagging on Unit 5-4 feedwater heater (Class E) including: . casing shell feedwater piping drain piping vent and gauge piping removeable insulated cover Item 2 Insulate and install lagging on unit 3 flash tank piping, muffler and vent line (Class G). Item 3 Insulate and install lagging on.units one and two main steam lines, block valves (Class A), feedwater lines, block valves (Class 8). Item 4 Insulate and install lagging on unit five flash tank inlet piping, air heater soot blower drain and startup vent drain through 6 ft. above support at 1st elevation (Class G). Item 5 Insulate and install lagging on unit four air heater soot blower line located in penthouse (Class A). Item 6 Insulate and install lagging on unit four flash tank inlet line located in penthouse (Class G). of 6 BID NUMBER 1066 SPECIFICATIONS Page 2 of 6 Purchasing Department ' City of Denton, Texas Item 7 Insulate and install lagging on unit four and five pneumatic relief valves, discharge, and manual isolation valves. (Class A) CONTRACTOR'S RESPONSIBILITY - Item_1 Contractor shall be insured and abide by performance requirements specified in Exhibit A. Contractor shall provide such requirements with return bids. Item 2 Contractor shall furnish all labor, supervision and management personnel for competent completion of work .specified in the Scope of Work. Item 3 Contractor shall supply ladders, scaffolding and/or work surfaces as required. . Item 4 Contractor shall provide and administer all required personnel safety apparatus including: hard hats, safety lines, etc. Item 5 Upon commencement of this contract, contractor shall be responsible for correcting, amending and/or revising any procedure or process necessary to comply with this specification. Failure to comply with this item may result in termination of this contract. Item 6 Contractor shall furnish all materials and services required to perform heat insulation work in accordance with this specification. Item 7 All insulation material shall be calcium silicate in accordance with ASTM C533. All insulation cements for use with calcium silicate insulation shall be in accordance with ASTM C195. Item 8 Piping insulation shall be in sectional or segmented forms, and equipment insulation shall be in rigid block form unless otherwise specified. 810 NUMBER 1066 SPECIFICATIONS Page 3 of 6 i' Purchasing Department City of Denton, Texas Item 9 Wire for securing insulation to piping shall be type 302, dead soft, stainless steel wire in the following gauges: Size Insulation 4" & smaller C-18" 20" & larger Inner layer of 18 ga. 18 ga. 16 ga. double thickness or single layer Outer layer of double thickness 18 ga. 16 ga. 14 ga. Straps or bands for securing insulation to equipment shall be 3/4 inch by 0.020 inch stainless steel. Wire used for connection with equipment shall be 14 gauge,.type 302, dead soft stainless steel. Studs used for attachment of insulation shall be Nelson stainless steel studs in lengths suitable for the insulation thickness. Item 10 Aluminum jacket material shall be ASTM B209 ALCLAD 3004, .or approved equal. All aluminum jacket material shall be smooth sheet plain finished. Item 11 The minimum thickness shall be 0.020 for jackets used on outside diameters of 12.75 inches and smaller. The minimum thickness shall be 0.024 inches for jackets used on outside diameters greater than 12.75 inches. Item 12 Aluminum sheets shall be machine rolled and formed to accurately fit insulation curvatures. Item 13 Aluminum jackets for out-of-door installation shall be provided with an asphalt and Kraft paper moisture barrier. The moisture barrier shall be attached to the inside surfaces of the jacketing, or shall be cemented to the insulation before application of aluminum jacket. Item 14 Screws for attachment of aluminum jackets shall be 1/2 inch or 3/4 inch (as required), self-tapping type made from stainless steel. Screws in out-of-doors jackets shall be provided with neoprene washers. Item 15 Elbows Piping elbows with insulated outside diameters smaller than 13 inches shall be jacketed with aluminels as manufactured by the Preformed Metal Products Company or approved equal. BID NUMBER 1066 SPECIFICATIONS Page 4 of . Purchasing Department City of Denton, Texas Piping elbows with insulated outside diameters 13 inches and larger shall be jacketed with mitered segmented 0.024 inch thick aluminum elbow jackets constructed with beaded interlocking gage joints. Mitered segment widths shall be standardized to give work a uniform appearance, and shall not be more than 4 inches wide at the widest point. Segments shall be lapped on the inside curve of the elbow. Laps shall be not less than 2 inches wide and three sheet metal screws shall be used in each lap. Beaded edges on one end at each segment shall be coped to provide a smooth edge line at the caps. Item 16 Insulation and lagging materials for piping and equipment shall be installed as specified below. The letter designations shown below refer to the designations as specified in Scope of Work for each item. Operating Insulation Thickness Class Temp Pipe Size Inner Laver/Outer Layer Total A 801 F to 1-1/2" & smaller 2" none 2" 1005 F 2" - 3" 2° 1-1/2" 3-1/2•' 4" - 8" 2" 2° 4" 10" & larger B 501 F to 1-112 & smaller 2" none 2° 801 F 2-4" 1-1/2" 1" 2-1/2" 5" - 10" 1-1/2" 1-1/2" 3" 12" & larger 2" 2" 4" C 301 F to 2" & smaller 1-112" 1-112" 500 F 2-1/2" to 10" 2 2^ 12" & larger 2-1/2: 2-1/2" D 150 F to 2" & smaller 1" or Std 1" or std 300 F 2-1/2" to 10" 1-1/2" 1-1/2" 12" & larger 2" 2^ E 501 F to equipment 1-1/2" 1-1/2" 800 F F 301 F to 500 F equipment 2 2 G 150 F to equipment 1-1/2" 1-1/2° 300 F 6 BID NUMBER 1066 SPECIFICATIONS Page 5 Purchasing Department - City of Denton, Texas Item 17 Piping insulation classes A through D shall be applied tight seams and joints using wire loops on 6 inch centers. Wire loops shall be thoroughly embedded into the outer insulation surface, and all cracks, voids, and depressions shall be filled with insulating cement suitable for the piping temperature. The surfaces shall be smooth and uniform before application of outer coverings. Double thickness insulation shall be applied with the longitudinal and circumferential joints of the two layers staggered. Each layer shall be separately wired as described above, and all cracks, voids, and depressions shall be filled in the first layer before application of the outer layer. Item 18 Insulation on bends shall be cut into sections sufficiently short to form a reasonably smooth exterior. After the insulation is in place, it shall be smoothly coated with insulating cement. Item 19 Valve bodies shall be insulated in the manner and thickness specified for the line in which they are located. Item 20 Insulation shall completely fill all spaces under aluminum jackets so that there are no voids under the jackets. Insulation cement shall be used where required to fill such voids. Item 21 Equipment insulation shall be applied with interruptions to permit access doors, inspection doors, flanges and other special features to be opened or removed for inspection or maintenance without disturbing insulation. Box outs around code stamping symbols and name plates shall be provided. Double thickness insulation shall be applied with joints staggered and all voids filled. Item 22 All insulation shall be completely covered with aluminum jackets so that there is no exposed insulation. Screws shall be placed in such locations and numbers required to produce tight joints without "bellying". Spaces of screws shall be uniform as practical and on centers not exceeding 6 inches, except where piping insulation outside diameters are smaller than 9 inches, where spacing shall be on centers not exceeding 4 inches. of 6 a, BID NUMBER 1066 SPECIFICATIONS Page 6 of 6 z Purchasing Department - City of Denton, Texas - Item 23 Wherever possible, all joints shall. be lapped a minimum of two inches, and so spaced that they are obscured from normal points of vision. Joints in out-of-doors locations shall be placed so as to shed water. Butt joints in aluminum jackets such as pipe-tees, shall be made using a rolled seam with a minimum lap of 1/2 inch. Openings in out-of-doors jackets shall.be suitably flashed and weatherproofed. Joints or openings in out-of-doors jackets which cannot be effectively sealed from entry of moisture by flashing or lap shall be k weatherproofed by application of an aluminum pigmented sealer, Benjamin Foster No. 30-45 or approved equal. Cement shall be dry prior to installation of aluminum jackets. All joints in jacketing shall be made with suitable provisions for expansion movements. Item 24 Contractor shall perform Scope of Work within'four weeks of notification by owner to begin work. Item 25 Contractor shall submit firm bids for Scope of Work Items 1, 2, 3, 4, 5, 6 and 7. Item 26 Contractor shall make an on-site inspection to review the work site prior to returning bid to arrange an on-site visit contact. Jim-Thune, Superintendent City of Denton Electric Production 1701-A Spencer Road Denton, Texas 76205 Phone: (817) 566-8258 - CITY OF DENTON RESPONSIBILITY - The City of Denton will provide the following: Designated contact person to represent the City of Denton. Potable water supply and electrical power (110 VAC) at predetermined locations at the plant. - " 9o-U3/ CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 12 day of MARCH A.D., 19 90, by and between THE CITY OF DENTON of the County of DENTON _ and State of Texas, acting through _ r.r.OVD V uARRETT thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and -JAGOE-PUBLIC COMPANY, 3020 FT WORTH DRIVE, BOX 250. D NTON, TEXAS 7620.9 of the City of _ DENTON , County of DE.NTON _ and state of TEXAS , Party of the Second Part, hereinafter termed CONTRACTOR. WITNESS.ETH: That for and in consideration of the payments and agreements hereinafter- mentioned, to be made and performed by the Party of the First part (OWNER), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows:. BID# 1069 - CONSTRUCTION OF OAK, HICKORY AND FRY STREET PAVING AND DRAINAGE IMPROVEMENTS and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes. all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore,as prepared by THE CITY OF DENTON TEXAS ENGINEERING all or which are made a part hereof and collectively evidence and constitute the entire contract. CA - 1 The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: (SEAL) JAGOE-PUBLIC COMPANY arty,,qf the Sgcond Part, tle v_ CA - 2 (SEAL) ~ ~rcJ1' PERFORMANCE BOND STATE OF TEXAS 5 COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That JAGOE-PUBLTC COMPANY of the City of Denton County of Denton , and State of Texas as principal, and SEABOARD SURETY COMPANY authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF DENTON TEXAS , in the penal sum ONE MILLION ONE HUNDRED SEVENTY THREE THOUSAND, TWO of HTTNDR F.D GTXTY STX AND 0/100 Dollars 1,173,266.50) 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 City of Denton, dated the 12 day of MARCH 19 90 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 faithfully perform said Contract and shall in all respects duly and faithfully observe and perform all and singular the covenants,. 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; 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 - 1 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 19th day of March 19 90 JAGOE-PUBLIC C014PANY I PRINC~ L By / T i t l e V-/ {re - Lr,-i Address: P. 0. Box 250 Denton, Texas 76201 SEABOARD SURETY CO!QANY SURETY f, ~ Ems. Title Rosemary Weaver, Al Address: 88300 Douglas Ave., Suite 700 Dallas, Texas 75225 The name and address of the Resident Agent of Surety is: CORROON & BLACK INC. of. Dallas 8300 Douglas Ave., Suite 700 Dallas, Texas 75225 PB - 2 PAYMENT BOND STATE OF TEXAS 5 COUNTY OF DENTON 5 KNOW ALL MEN BY THESE PRESENTS: That JACOE-PUBLIC COMPA-W of the City of Denton County of Denton. , and the State of Texas as Principal, and SEABOARD SURLT° COMPANY authorized under the laws of the State of Texas to act as Surety on bonds for principals, are held and firmly bound unto The City of Denton, ❑❑Texas, in the penal sum of QNE MTT.T.TON ()NF HJUNDRED SEVENTY THREE THOUS~a1IZats Twn urTUnuFn 0daT $1,173,266.54 for the payment whereof, STLJSeA%15S1i22ncipal 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 City of Denton, dated the 12 day of MARCH 19, 90 to which contract i h s ereby 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 prosecution 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 WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 19th day Of March 9 90 JAGOE-PUBLIC COMPANY/1 P INCIP L BY Title _4/- Address: P. 0. Box 250 Denton, Texas 76201 SEABOARD SURETY MLPANY _,N a By Title Tzop Address: 8300 Douglas Ave. ,°Suite-:.70 Dallas, Texas 75225 The name and address of the Resident Agent of Surety is: CORROON & BLACK, INC. of Dallas 8300 Douglas Ave., Suite 700, Dallas, Texas 75225 PB - 4 MAINTENANCE BOND THE STATE OF TEXAS 5 COUNTY OF DENTON 5 That JAGOE-PUBLIC COMPANY KNOW ALL MEN BY THESE PRESENTS: as Principal, and SEABOARD SURETY COMPANY a corporation authorized to do business in the state of Texas, as surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, a Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas, the Sum Of ONE HUNDRED SEVENTEEN THOUSAND, THREE HUNDRED TWENTY SIX AND 65/100 DOLLARS 117,326.65 the said sum being ten (108) percent of the total. amount of the hereinafter mentioned contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and assigns, jointly and severally. This obligation is conditioned, however, that.: WHEREAS, the principal has entered into a written contract with the said City of Denton to build and construct. BTD* 1069 - rONSTRDrTTON OF OAK HICKORY AND FRY STREET PAVING AND DRAINAGE IMPROVEMENTS 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 incor- porated herein by reference and made a part hereof as though the same were written and set out in full herein; . NOW, THEREFORE, if the Principal shall well, truly, an faithfully maintain and keep in good repair the work contracted to be done and performed for a period of one (1) year from the date of acceptance in writing by the City of Denton and do all necessary work and repair of any defective conditions growing out of or arising from the improper work of the same, including, but not limited to, any settling, breaking, cracking or other MB - 1 defective condition of any of the work or part thereof arising =rom improper excavation, backfilling, compacting or any other cause or condition, known or unknown, at any time during the period of this bond, which the city engineer, whose judgment shall be final and conclusive, determines to be the result of defective work, materials or labor; then this obligation shall be void, otherwise to remain in full force and effect. Incase the said Principal shall fail to maintain, repair or reconstruct any defective condition of the work as determined herein, it is agreed that the City may do said work and, supply such materials as necessary and charge the sum against the.said Principal and Surety on this obligation. It is further agreed that this obligation shall be continued 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. Provided, further, that if legal action be filed on this bond, venue shall lie in Denton County. IN WITNESS WHEREOF, this instrument is executed in duplicate, each one of which shall be deemed an original, this the 19th day of March , A. D. , 19 90 SURETY t-'Y n Wm -SEABOARD SURETY COMPANY ~BY Ti._ Te °_Rosemary. Weaver, Attorney-in-Fact PRINCIPAL JAGOE-PUBLIC COhLP Y BY- it e MB - 2 CITY OF DENTON INSURANCE MINIMUM REIJIREMEN 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 shoula 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 tnan:' o A combined single limit of $1,000,000. III. COMPREHENSIVE GENERAL LIABILITY. This insurance snail 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 $1,000,000. IV. OWNER'S PROTECTIVE LIABILITY INSURANCE POLICY. This insurance shall provide coverage for the Owner and its employees, in the name of the City of Denton, for liability that may be imposed arising out of the work being performed by the Contractor. This also includes liability arising out of the omissions or supervisory acts of the Owner. Although this insurance is strictly for the benefit of the Owner, the Contractor is responsible for obtaining it.at his expense. The liability limits shall not be less than: o A combined single limit of $1,000,000. INSURANCE SUMMARY: The Contract shall provide insurance to cover operating hazards during the period of placing the facility in operation and during testing, and until such time as the facilities are completed and accepted for operation by the Owner and written notice of that fact has been issued by the Owner. Approval of the insurance by the Owner shall not in any way relieve or decrease the liability of the Contractor hereunder. It is expressly understood that the owner does not in any way represent that the specified limits of liability or coverage or policy forms are sufficient or adequate to protect the interest or liabilities of the 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 CERTIFICATE OF INSURANCE CITY OF DENTON Name and Address of Agency RAMEEY, KING $ MINNIS INSURANCE 7n7 FTRST CTATF RANK RIITTMr DENTON, TEXAS 76201 Phone 817-382-9691 Name and Address of Insured: JAGOE-PUBLIC COMPANY, INC. $ ox 5 ' Denton, Texas 76202 Phone 817-382-2581 City of Denton Reference: Project Name: Oak, Hickory, Etc. Project No: Project Location: Managing Dept: Caipanles Affording Coverage: A TRINITY UNIVERSAL INSURANCE COMPANY 8 T-TARTFORD INSURANCE COMPANY C This Is to certify that policies of insurance listed below have been Issued and are in force at this time. Company Letter 'i or Insurance Expiration Limits of Li ablIf Polio Number Oats In Thousands (000) A X ururr"n« General LI°billiy GL74SS963 10/1/90 Occurrence - Claims Made (see :12-reverso) Bodily Injury S road Fore to Include: Premises/Operations Damage f Property Independent Contractors X Products/Completed Operations X Personal injury Bodily Injury and Property X Contractual Liability (see 01-reverse) Explosion and Collapse Hazard Damage Combined =1 0 0 0 k Underground Hazard X Liquor Liability Coverage X FF'rLeeg~ ability (see /3-reverse) Property Damage Fire Legal 50 Medical Expens 5, - Professional Errors/Omissions - - occurrence - claims mode (see i2-reverse) A Liabilitysiw Autoeobile BA6422963 10/1/90 Bodily Injury/Person $ ' Bodily Injury/Accident t Y Owned/Leased Automobiles 3( Non-owed Automobiles X Hi Property Damage s red Automobiles Bodily Injury/Property 990 Dama e Combin d g e $ Wor'kers' C mpemsation and B Emp oyws' Liability Statutory Mount 71WZCK123S 10/1/90 each accident Other Insurance A -Umrella/Excess Policy U07441134 10/1/9 $1,000 Occurrence Description of Operations/Locations/Vehicles. The City of Denton is an additional insured as its Interest may appear es defined an the reverse side. Naas and address of Certificate Holder. arch 20, 1990 CITY OF DENTON, TEXAS PURCHASING AGENT 901-8 TEXAS ST. DENTON, TEXAS 76201 SEE- Aks6leiiWCHED. 451 Cl - 3 CERTIFICATE OF INSURANCE CITY OF DENTON Nana and Address of Agency City of Denton Reference: Project Nate: Project No: Phone Project Location: Managing Dept: Hama and Address of Insured: Companies Affording Coverage: A B Phone C This is to certify that policies of insurance listed below have been Issued and are in force at this time. Company Expiration Limits of Liability Letter Type of Insurance Polio Number Data In Thousands (000) Comprehensive General Liability Occurrence - Occurrence - Claims Made (see )12-reverse) Bodily Injury $ Broad Form to Includes - Premises/Operations Property Damage $ - Independent Contractors - Products/Completed Operations - Personal injury - Contractual Liability (see #I-reverse) Bodily injury and Property Damage Cabined $ - Explosion and Collapse Hazard - Underground Hazard - Liquor Liability Coverage - Fire Legal Liability (see i3-reverse) - Broad•Form Property Damage - Professional Errors/Omissions - occurrence - claims made (see I2-reverse) Comprehensive Automobile Liability Bodily Injury/Person Bodily Injury/Accident ^ $ S - Owned/Leased Automobiles - Non-owned Automobiles Property Damage - $ - Hired Automobiles Bodily Injury/Property A - - Damage Combined $ - Workers' Canpensation and Employers' Liability Statutory Mount $ each accident Other Insurance Description of Operations/Locations/Vehicles. The City of Denton is an additional insured as its interest may appear as defined on the reverse side. Name and address of Certificafa Holder. TY OF DENTON, TEXAS PURCHASING AGENT 901-8 TEXAS ST. DENTON, TEXAS 76201 00451 SEE BALANCE OF CONDITIONS ON PAGE CI-4 ATTACHED. Cl - 3 CONDITIONS ADDITIONAL INSURED: The City of Denton, its elected and appointed officials, officers and employees. (This does not apply to worker's Compensation.) NOTICE OF CANCELLATION: Prior to any material change or cancellation, the City of Denton will be given 30 days advance written notice mailed to the stated address of the Certificate Holder, City of Denton. 1. 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. 2. 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. 3. 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 $500,000. CI - 4 BID, #1069 PROPOSAL TO THE CITY OF DENTON, TEXAS FOR THE-CONSTRUCTION OF OAK, HICKORY AND FRY STREET PAVING AND DRAINAGE IMPROVEMENTS IN DENTON, TEXAS The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm or corporation; that he has carefully examined the form of contract, Notice to Bidders, specifications and the plans therein referred to, and has carefully examined the locations, conditions, and classes of materials of the proposed, work and agrees that he will provide all the necessary labor,. machinery, tools, apparatus, and other items incidental to construction, and will do all the work and. furnish all the materials called for in the contract and specifications in the manner prescribed herein and according to the requirements of the City as therein set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. It is agreed that the quantities of work, to be done at unit prices and material to be furnished may be increased or diminished as may be considered necessary, in the opinion of the City, to complete the work fully as- planned and contemplated, and that all quantities of work whether increased or decreased are to. be performed at the unit prices set forth below except as provided for in the specifications. It is further agreed that lump. sum prices may be increased to cover additional work ordered by the City,. but not shown on the plans or required by the specifications, in accordance with the provisions to the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. It is understood and agreed that the work is to be completed in full within the number of work days shown on the bid tabulation sheet. P - 1 alL$ lut`f 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 Oak Street Paving and Drainage BID TABULATION SHEET ITEM DESCRIPTION OUANTITY UNTT WORK DAYS 70 BID NO. 1069 PO NO. UNTT PPTrR To Tai. 3-A Remove Concrete Pavement 112 SY '-/Sy o of. 7 Remove Concrete 3-B Curb and Gutter 8,791 LF 9c /LF" Z3. Remove Concrete Driveway 3-.C and Sidewalk 2,815 SY o- /SY SP-33 Remove Concrete Inlet 5 EA pQO- /EA 2 S~ co 3.3 Unclassified Excavation 6,750 CY c ~ /CY Q - 6" Lime Treatment of 4.6-B Subgrade 25,199 SY /SY Type A"Hydrated 4.6-A Lime Slurry 340 Ton ao S /Ton Z cc.c 2' Asphalt Pavement 0 f 5. 7-A Base ( Type A) 24, 639 SY O- /SY C6/. 4 1/2" Asphalt Pavement 0 5.7-B Base (Type A) 21,201 SY /SY / p $ S 7- ' 1 1/2" Asphalt Pavement 4f 9 5.7-C (Type D) 21,201 SY /SY 3hff, 2 Asphalt Patch 5.7-D Material (Type D) 245 Ton p0 $ /Ton $ 5 71 8.2-A Concrete Curb and Gutter 8,962 LF Ce°~ /LF 3 2.~ 5.8-A-1 6" Concrete Flatwork 420 SY 2 ,4 %SY 9 F 7 p,° 8.15-A Concrete Rip Rap 45 SY 2 35S07sy j 8.15-B Concrete Flume 1 EA / EA CO SP-47 Concrete Steps (Set of 3) 6 EA Q ~-/EA 9~.° o 8.3-B 6' Concrete Driveway 2,213 SY '-0/SY z 8.3-A 4' Concrete Sidewalk 432 SY O- /SY cC SP-40.A Rebuild. Manhole 1 EA 00'c/EA L SP-15.B Adjust Manhole. 16 EA ce /EA 200. SP-15.A Adjust Valve 30 EA 70 /EA 00 3.7 Compacted Fill 281 CY A o /CY SP-2 Concrete Saw Cut 2,154 LF p" o $ /LF Z ~ 00 SP-41 Adjust Fire Hydrant 4 EA OO /EA 2 0o0.°- P' - 3 J S - a f OakStreet Paving and Drainage BID TABULATION SHEET 7.6.A-7 1 6' Curb Inlet I 11 1 EA 1 $ /03507EA I $ I - I 1 1 09 I 7.6.A-8 I 8' Curb Inlet I 18 I EA I $ /,SSo /EA 1 $ Z79Dooo L. I I I I 7.6.A-9 1 10' Curb Inlet I 2 1 EA 1 $ L754''/EA I $ - SOD ICE I ' 1 5' x--7-' Junction Box I I I Q I 7.6.A-4 I and Cover I 6 1 EA 1 $ Z Z7Jr/EA I $ 0 [5~~ 1 5' x-9-' Junction Box I I I CP , ~ I 7.6.A-5 I and Cover I 1 I EA 1 $ 2,6a 7EA 1 $ J ~~'29 1 7.6.A-6 1 - I 4' Curb Inlet I 1 1 3 1 EA 1 $ / 1 d /00 0/EA 1 2 I L4 .300 wvxn uASJ iu BID NO. 1069 PO NO. ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL I 2.12.3-AI 18" Class III RCP I I I 348 1 LF I 1 $ ~ I 7 7 ' /LF I $ 9 j9L. 2.12.3-CII 24" Class III RCP I 602 1 LF 1 $ j Z. LF I 2.12.3-DI 27" Class IV RCP I 1 I 187 I LF 1 I $ 00 I 37 /LF I $ I 2.12.3-EI 30" Class III RCP I I I 936 I LF I I $ I Ho /LF 1 1,17 ,V140 I 2.12.3-GF 15" Class IV RCP I - I 1 89 1 LF I 1 $ a~ I Z6 - /LF I $.2 3[h/ oc I 2.12..3-HI 18" - ' Class IV RCP I I I 291 1 LF I I $ I 18oo- /LF a_ I 2.12.3-11 21' Class IV RCP I I I 136 I LF I I $ ID I Z /LF I $4435Z, 1 2.12.3-J I 24" Class IV RCP I I I 432 I I LF 1 $ 50 1 3r!a - /LF 1 $ / I 2.12.3-LI 36" Class IV RCP I I I 236 I LF 1 I $ oo I .JT /LF I 1 I I 1 6 13 Sly ~'I 2.12.3-MI 42" Class IV RCP I 411 I LF 1 $ /LF I $ 770 q 1 4' x. 3` Direct Drive I I I I ~ ' 2.12.3-NI Box Culvert I 375 I LF I /LF- I 7_T $ 9 7 S2S.~ 1 4' x -3-' Standard I I I 1 ~ 2.12.3-01 Box Culvert I 110 1 LF 1 $ C G 0 /LF 1 I 7.6.A-1 1 4' Manhole and Cover I I i 1 I I EA I $ C I 6O4 /EA I $ POO cc I 7.6.A-2 1 5' Manhole and Cover I I I 5 1 I EA 1 ~o I $ /EA 1 $ 7000 1 5' x--5-1- Junction Box I I I ao I 7.6.A-3 I and Cover I 3 1 EA' 1 $ l 7ZS /EA I $ 5/7Jra' P - 4 Oak Street Paving and Drainage BID TABULATION SHEET ITEM DESCRIPTION OUANTITY UNTT WORK DAYS 70 BID NO. 1069 PO NO. 'TTNTT DDTrR TnTnr 2.11.5 Inlet Frame and Cover 26 EA 5°0 JEA SP-31.A Break into Existing Inlet 1 EA 00 '-/EA 504)'! SP-31.B Break into Existing Junction-Box - 2 EA /EA /000 `A SP-27.A Sewer Service Adjustment 29 EA 00°a/EA 0LO SP-27.3 Water Service Adjustment 29 EA 00`9_/EA 700, SP-4 Lower Waterline 11 EA %EA ~op° SP-44.A-. Remove 1V--RCP 1 EA Coo' /EA c, /00 SP-39 Project-Signs 2 EA Z QO cL/EA p0. 1.21 Contractors Warranties and.Understandings - LS Z / 3o %LS Z/ Sao, SP-37 Excavation--Protection - LS 0~_ LS 3.1 Preparation of . Right-of-Way - LS yQ~~D°-," kv1 8.1 Barricades, Warning Signs and-Detours - LS 00°7LS a oDe SP-10 Rock Excavation 50 CY /CY p0~~£ SP-21 French Drawn- 1,816 LF 2 /LF Z o° 3.10. 7 H dsomu3.cb-----_ 5,770 SY 7 c /SY 3.9.3 St. Augustine Sod 577 SY /SY SP-43 Remove, and Replace Brick Sidewalk 3 SY J /SY SP-49 Misc. Sprinkler System ' Adjustments-~- - LS ~c/LS 0 2.12.9 3' Galvanized Rigid Conduit 325 LF SP-50 Pull Boxes--- 8. EA 'Z OOp /EA 1, 4 Cd *3.10.3 TOTAL Seeding 5,770 SY 70 /SY ZGO~ * This item may replace 3.10.7"(Hydromulch) P 5 le t/ Hickory Street Paving and Drainage BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT WORK DAYS 25 BID NO. 1069 PO NO, DNTT PPTrP TnTar 3-A' Remove Concrete Pavement 393 SY /Sy Z 7 5/c= Remove Concrete 3-B Curb and Gutter 898 LF /LF Remove Concrete 3-C Driveway and Sidewalk 230 SY pO /SY LO LJ SP-33 Remove Concrete Inlet 3 EA /EA /JO,ca 3.3 Unclassified Excavation 1,025 CY $ /cy z 6" Lime Treatment of 4.6-3 Subgrade 3,524 SY /SY 2 co Type A Hydrated 4.6-A Lime Slurry 48 Ton 5 /Ton 4,00 2" Asphalt Pavement 5.7-A Base (Type A) 3,372 SY Z /SY 7Y. 4 1/2" Asphalt Pavement 5.7-B Base (Type A) 3,097 SY ~0/SY '~c 1 1/2"-Asphalt Pavement 5.7-C (Type D) 3,097 SY Z•/S/SY 2" Asphalt Patch 5.7-D. Material (Type D) 10 Ton 8...2-A Concrete Curb and Gutter 970 LF /LF 5.8-A.1 6" Concrete Flatwork 30 SY S0 /Sy 7QS 5.8-A.2 4" Concrete Flatwork 223 SY c 0 /SY p p0' 4" Patterned and Colored 5.8-A.3 Concrete Flatwork 56 SY Ga /SY O °6 Patterned-and Colored SP-42 Concrete Bench 1 EA _ /6co'0/EA / Loo-"'- 8.3-A 4" Concrete Sidewalk 60 SY Z -22 /SY cc -L4 7, 8.3-B 6*'Concrete Driveway 434 SY 23•°'C/SY U /99,°-° SP-15.A Adjust Valve 4 EA / 7D`O /EA SP-15.B Adjust Manhole 6 EA 00d?- /EA / 7_00,°-° 3.7 Compacted Fill 25 CY ~a /CY 50. Co SP-2 Concrete Saw Cut 450 LF /LF 7.6.A-7 6' Curb Inlet, 1 EA /-/cc Cv EA yCpp.O~ L• P - 6 Hickory Street Paving and Drainage BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT WORK DAYS 25 BID NO. 1069 PO NO. UNIT PRT('P. mtrrn r. 7.6.A-9 10' Curb_Inlet 1 EA 007EA 2.11.5 Inlet Frame and Cover 2 EA 7-6 /EA O'L 2.12.3-A 18" Class--IV RCP 20 LF 0 28`'/LF (~0 `4- 2.12.3-8 21" ClassIV RCP 56 LF Z°'/LF 7•°- 2.12.3-C 24" Class-IV RCP 596 LF SC-/LF -362 / SP-4 Lower Waterline 2 EA /EA Qo0• 7.6.A-3 5' x V.-Junction Box 1 EA 2 27S7EA Z 'Z 1.21 Contractors Warranties and Understandings - - LS 3 W TLS SP-37 Excavation Protection - LS Foo,117- 3.1 Preparation of Right-of-Way - LS 'Z, 00C Z Q? 8.1 Barricades, Warning Signs and-Detours - LS 1 .QO`7L o°-¢ SP-10 Rock Excavation 50 CY f°5? 3 O~" /CY SP-27.3 Water Service Adjustment 6 EA 0,0 EA o~ SP-27.A Sewer Service Adjustment 6 EA 00 /EA ,~'J SP-21 French Drain 323 LF /LF y p9- 3.10.7 Hydromulah. 100 SY 7° /SY 3.9.3 St. Augustine Sod 10 SY LC /SY 3 7_0'_ SP-40.B Rebuild-Existing J-Box 1 EA .c -/EA e= SP-44.B Remove--Existing CMP 2 EA $ °'-/EA ~o~ 2.12.9 3" Galvanized Rigid Conduit 155 LF Oo/LF 2,170, SP-50 Pull Boxes. 4 EA Za0/EA OO.r'- TOTAL 99 3 *3.10.3 Seeding 100 SY 70 /Sy 7,p * This item may replace 3.10.7 (Hydromulch) u ' 3 P - 7 z Fry Street Paving BID TABULATION SHEET WORK DAYS 20 BID NO. 1 n69 PO NO. ITEM DESCRIPTION GUANTTTY nNT'r MMTm nOT, 3-A Remove Concrete Pavement Remove Concrete Curb 35 SY $ '7 icy ~ Z~LT GO 3-B and Gutter Remove concrete Driveway 1,480 LF ° /LF 3-C and Sidewalks 661 Sy Z °/gy tc 2 77,- 3.3 Unclassified Excavation 6" Lime Treatment 825 CY -o= /Cy o~ 2 4.6-B of Subgrade Type A Hydrated Lime 3,823 SY 5~ /Sy 3 7. 4.6-A Slurry 4 1/2 Asphalt Pavement 52 TON /TON 5.7-B Base (Type A) 1 1/2 Asphalt Pavement 3,090 SY &~/SY 22Z -iLz 5. 7-C (Type D) 2" Asphalt Pavement 3,090 SY 2,/5' /SY 5 5.7-D Patch Material (Type D) 1 TON 3 -/TON 8" Asphalt Pavement 5.7-F valley Gutter - 24 SY /SY ZG7:°~ 8.2-A Concrete Curb and Gutter 1,451 LF oo /LF 7c6. '!R- 5.8-A.1 6" Concrete Flatwork 23 SY 23•-t4/SY ~p 50 8.3-A 4" Concrete Sidewalk 114 SY 00' /Sy 2 ZB0. 8.3-B 6' Concrete Driveway 556 SY. Z 5°/Sy qa SP-41 Adjust Fire Hydrant 1 EA OE1~%EA SP-15.A Adjust valve 3 EA ,0'/ EA SP-15.B Adjust Manhole 4 EA moo%gA C2 3.7 Compacted Fill 25 CY' /Cy SP-2 Concrete Saw Cut 528 LF / oZ /LF Z8 1.21 3.1 Contractors Warranties and Understandings Preparation of Right of Way - _ LS LS 9 Z /7~ 7LS nQo,,7,LS 09 oo Barricades, Warning 8.1 Signs and Detours - - LS ~ cp %LS ~0- SP-21 French Drain 1 000 - LF d%°~/Lp ~O 11:o P - 8 Fry Street Paving BID TABULATION SHEET ITEM - DESCRIPTION QUANTITY UNIT WORK DAYS 20 BID NO. 1069 PO NO. DNTT PRTrp W)MAT 3.10.7 H dromulch 765 SY /SY 3.9.3 St. Augustine Sod 77 Sy c SP-49 Misc. Sprinkler System Adjustments - LS 3 0J - /LS Cc`.° 8.7 Remove and replace Concrete Retaining Wall 94 LF Z/o- /LF w~ TOTAL 7/Z3 *3.10.3 Seeding 765 SY 70 /SY 3$'~ * This item may replace 3.10.7 (Hydromulch) P - 9 i Oak, Hickory, and Fry Street Sidewalks BID TABULATION SHEET ITEM DESCRIPTION OUANTTTV nNTrr WORK DAYS 20 BID N0. 1069 PO NO. rTMTT n 1i _3-C 8.3-A I Remove Concrete Sidewalk 4" Concrete Sidewalk 2,649 3,094 SY SY Ll ZSiGV 7S-/SY z kz. f 30.? 1.21 Contractors Warranties and Understandings - LS to /j o, /LS SP-2 Concrete Saw Cut 400 LF / /LF O• TOTAL / X37 P - 10 Fry street overlay BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT WORK DAYS 5 BID NO. 1 (1F9 PO NO. TTNTT DDTrr mmmAr SP-51 SP-15.A Mill and 2" Asphalt Overlay Adjust Valve 1 378 1 SY EA 4 SP 3-s7sy j 0 c /EA Sa/ 3' -C,r= SP-15.B Adjust Manhole 1 EA c 2 ~u c EA Z SD.`O TOTAL 3 O P - 11 BID# 1069 BID SUMMARY 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. 'Z--a-- Sea rIf pax z 0 P. Vn _76o, City and St 1 & AdthorizaEion a:co*.poration) ress jr-, 12 -z, Telephone 3 - 1 BID SUMMARY (1) Oak Street Paving and Drainage (2) Hickory Street Paving and Drainage (3) Fry Street Paving (4) Oak, Fry and Hickory Street Sidewalks (5) Fry Street Overlay TOTAL B - 2 Work Days 70 25 20 20 5 BID# 1069 Bid cc ~L 0" es $ ~'7z3.4 (o / 937, i8 Olo. - 140 L 42_Z: 7 .SoY