Loading...
1989-1182651L-3/3689 NO 89-118- AN ORDINANCF ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD F FOP 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 construct on o 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 1012 Larry Manning, Inc $16,953 00 1008 A & M Plumbing $49,334 00 SECTION II That the acceptance and approval of the above compet t ve s 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 payment of a contract notifi- and Bfurnishinglofinperformance and execution cation of the award of the bid wthe ritten yconManager tracts is hereby authorized to SECTION I necessarY That ecu e a 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 specifications, specifying the terms, conditions, plans and sPeci standards, quantities and specified sums contained therein SECTION IV That upon acceptance and approval of the above compet t ve s 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 nt.~»~/cCS~ , 1989 PASSED AND APPROVED this the /9 day of ATTEST JENNIFER WALTERS, SdETAAY' APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY BY /ICY 17 jhnH-f PAGE 2 &~9-I 1 ? CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this 22 day of SEPTEMBER A.D., 19_U, by and between THE CITY OF DENTON TEXAS 215 E. McKINNEY STREET. DENTON, TEXAS 76201 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 ROBERT E. BELL dba A & M PLUNBING 1220 DUNCAN STREET, DENTON, TEXAS 76206 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# 1008 - INSTALLATION OF RESIDENTIAL WATER RELOCATION P.O.# 92372 - $49,334.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or CA-1 0044b written explanatory matter thereof, and the Specifications therefore, as prepared by CTTV OF DENTON ENGINEERING DEPARTMENT , all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: 01 (SEAL) ATTEST: A & M PLUMBING of the Sec ond Part, CONTRACTOR Party 6~/-- Tftle BY ROBERT E. BELL, OWNER (SEAL) AP~VED TO FORM: City Attorney J k" CA-2 0044b LLOYD V. HARRELL, CITY MANAGER MAINTENANCE BOND STATE OF TEXAS COUNTY OF Denton KNOW ALL MEN BY THESE PRESENTS: THAT Robert E. Bell DBA A & M Plumbing as Principal, and Security National 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 NINE ,~Jg THOUSAND HIINDRED THTRTV THRF.F. ANTI Nn/100 Dollars 4,933.00 , l0Y 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 ROBERT E. BELL dba A&M PLUMBING has this day entered into a written contract with the said City of Denton to build and construct BID# 1008 - RESIDENTIAL WATER LINE RELOCATION Wn1CiL CVn LLUCL aILU LLLC Pula auu IPcC111Ca61vua a.aac a.c au w cu, uuu,+~cu City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporatd herein by reference and made a part hereof as though the same were written and set out in full herein, and: WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. MB-1 0093b NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF the said Robert E. Bell DBA A & M Plumbing as Contractor and Principal, has caused these presents to be executed by Robert E. Bell and the said Security National Insurance Company as surety, has caused these presents to be executed by its Attorney-in-Fact Randall L. Minnis and the said Attorney-in-Fact has hereunto set his hand this 14thday of November . 19 89 SURETY: Security National Insurance o. BY: ndal L. Minnis At orn y-in-Fact l/ - PRINCIPAL: A & M PLUMBING BV ROBERT E. BELL, OWNER MB-2 0093b TheTrinity Companies Dallas, Texas 75201 LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation do hereby appoint M. G. RAMEY, TERRELL W. KING, III, RANDALL L. MINNIS, OR JEFF P. KING - DENTON, TEXAS its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. EXCEPT NO AUTHORITY IS GRANTED FOR: 1. Open Penalty bonds. 2. Bonds where Attorney(s) -in- Fact appear as a party at interest. IN WITNESS WHEREOF, TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL IN- SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., have each executed and attested these presents th i s 4TH day of A U FEBBRRR RYY 19 87 . , U ~ ~J hi / ~ h ~ '~7/ 4__ E ARY-VIT CE PRES. JANE- D. DR WERT, PRESIDENT That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each o Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation, in pursuance of authority granted by that certain resolution adopted by their respective Board of Directors on the 1st day of March, 1976 and of which the following is a true, full, and complete copy 'RESOLVED, That the President, any Vice-President, or any Secretary of each of these Companies be and they are hereby authorized and empowered to make, execute, and deliver in behalf of these Companies unto such person or persons residing within the United States of America, as they may select, its Power of Attorney constituting and appointing each such person its Attorney-in-Fact, with full power and author- ity to make, execute and deliver, for it, in its name and in its behalf, as surety, any particular bond or undertaking that may be required in the specified territory, under such limitations and restrictions, both as to nature of such bonds or undertaking and as to limits of liability to be undertaken by these Companies, as said Officers may deem proper, the nature of such bonds or undertakings and the limits of liability to which such Powers of Attorney may be restricted, to be in each instance specified in such Power of Attorney. RESOLVED, That any and all Attorneys-in- Fact and Officers of the Companies, including Assistant Secre- taries, whether or not the Secretary is absent, be and are hereby authorized and empowered to certify or verify copies of the By-Laws of these Companies as well as any resolution of the Directors, having to do with the execution of bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, or with regard to the powers of any of the officers of these Companies or of Attorneys-in- Fact. RESOLVED, That the signature of any of the persons described in the foregoing resolution may be fac- simile signatures as fixed or reproduced by any form of typing, printing, stamping or other reproduction of the names of the persons hereinabove authorized.' CERTIFICATION OF POWER ATTORNEY I, Judith E. Fagan, Corp. Secretary of TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL INSURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. do hereby certify that the foregoing Resolution of the Boards of Directors of these Corporations, and the Power Attorney issued pursuant thereto, are true and correct and are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each Corporation this 14th day of Noy~mber , 19 89 . \n IN W\~°ui~rlilsy a' 4 a~P~wmnub lIN z' e.uc,~ ,,a_, "+.@t4 ?3., y :h ~~..oio:g2 x iLa"tU xC ~ l7'~ €'9SESZ7g g=iSEAL 3= =='•SEAU; 11 -JUDITH E. FAGAN, CORP. SECRETARY -Ql" 'T i x 3nrit,ws.s. xAR3 2rN~N/NIIIIIIII\\J~a 2NMYIII~In9~p 8-3899 REV. 3-82 INSURANCE 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, PURCHASING AGENT, 901-B TEXAS STREET, DENTON, TEXAS 76201. CITY OF DENTON MINIMUM INSURANCE 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 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 Insurance Requirements page two To the extent that 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 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 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 Contactor. 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 01/13/87 r. acoro NAME AND ADDRESS OF AGENCY Mo ran COM PANIES AFFORDING ES P. 0. Box 666 Denton TX 76201 COMPA 1 E T TE NY A P Republic Ins CC , J` TTE R NAME AND ADDRESS OF INSURE D COMPA LE 11 E NY D C A And M Plumbing GOMP ANY Box 50021 Denton,Tx LE 11 E COMPA R D NY any requirement, term or wallben insurance listed below above force This y certify first policies of insurance any y y insurance afforded by the ollaes described herein is subject to all the or other document with respect to which this certificate may be issued or may pertain, the policies an teens, exclusions and conditions of such policies I v P Limits of Liability in Thousands_ (000) :r U)MPANY IIIITO TYPE Or INSURANCI POLICY NUMBER o[ c EXPIRATION DATE IACH AGGREGATE OCT: JRRFNCE GENERAL LIABILITY BODILY INJURY $ $ 'f ❑ COMPREHENSIVE FORM ❑ PREMISES-OPERAIIONS PROPFRIYDAMAGF $ b EXPLOSION AND COLIAPSF HAZARD ❑ ONUFRGROIIND HAZARD ❑ PRODUCIS.COMPI EnD OPERAT IONS HAZARD ❑ ROME YINIURYAND CONi RACIUAL INSURANCE PROI'FRTYDAMAGF 8 E ❑ BROAD FORM PROPERTY COMRINFD DAMAGE El INDFPFNDFNI CONIftAC 10RS a fl ❑ PFRSONAL INJURY PFRSONAI INJURY $ AUTOMOBILE LIABILITY TRDEy INJURY $ }.tT "G ; (FACIIPERSON) 1001{ h , y fOMPRCII[ NSNC IORM RODN INJURY A(H ACCIDENT 3~OK [x] OVINED ) Q + r ' T!i 0HIM D BAP 6821778 1-5-90 POOP1 RIY OAMAGF - - b109K BODII Y NJUUJ AND , ' C~ XJNONOWNED PROOF RE Y DAMAGF $ - • COMBINED _ EXCESS LIABILITY RODII Y INJURY AND ❑ OMBRFIIA FORM PROPFRIY DAMAG1 $ $ ❑ OU 1RUTANUMRIPFl LA COMBINED ] IORM ` ~ . ' . ....t r.~,+F erPll.,,m~ra ERS COM PENS ATION WORK vnnllaR. i J1 and $ EMPLOYERS' LIABILITY ,Fn nMUOe~ 1 OTHER 9d9d _ _ DESCRIPTION OF OPERATIONS/1-OCATIONSNFi11CLES all business autos, all locations Cancellation: Should any of the above described policies be cancel led before the expiration date thereof, the issuing com- pany will endeavor to mall -1- days written notic e to the below named certificate holder, but failure to Triad such notice shall Impose no obligation or liability of any kind upon the company _ NAMFANOAOt)RF550FCCRFJFICATCF1ol ULR 1 2-1-89 i . DATE ISSUED_ City Denton, Tx Denton, Tx Tx 76201 AIITHORIZEIJ REI ItFST ENIAfI~- 1A('OHD 95 (I 19) ae4111.u. CERTI PRODUCER Ramey King & Minnis 707 First State Bank Bldg. Denton, Texas 76201 CODE SUB-CODE INSURED A & M Plumbing P.O. Box 50021 Denton, Texas 76206 J~ Y7~~E s ISSUE DATE (MMIDDIYY) _11/16/89_ _ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW COMPANY A LETTER COMPANY B LETTER COMPANY LETTER COMPANY D LETTER COMPANY E LETTER 4/11/89 COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO: I POLICY EFFECTIVE POLICY EXPIRATION _TR TYPE OF INSURANCE POLICY NUMBER I DATE (MM/DD/VY) I DATE (MM/DD/VY) ALL LIMITS IN THOUSANDS GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY A! xl._ , I } CLAIMS MAD OCCUR. i OWNER'S & CONTRACTOR'S PROT . . __-X AUTOMOBILE LIABILITY 1 ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS 1 HIRED AUTOS NON-OWNED AUTOS - GARAGE LIABILITY EXCESS LIABILITY _ OTHER THAN UMBRELLA FORM ...111 WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY OTHER 46 LMP XP7244 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS City of Denton Purchasing Dept. 215 E. McKinney Denton, Texas 76201 Attn: Tom Shaw ACORD 25-S (3/88)' ' ; COMPANIES AFFORDING COVERAGE Hartford GENERAL AGGREGATE T$ 4/11/90 1 PRODUCTS COMP/OPS AGGREGATE] $ PERSONAL & ADVERTISING INJU RY $~DD EACH OCCURRENCE I E SQQ FIRE DMAGE Anyone fire) _ - ! $ cQ T- MEDICAL EXPENSE (Any one person)-Ls COMBINED j ' SINGLE I $ LIMIT ' BODILY INJURY $ (Per person) I BODILY INJURY j $ ` (Per aooitlenll PROPERTY ; $ DAMAGE - EACH _I. AGGREGATE OCCURRENCE $ a f STATUTORY I I $ (EACH ACCIDENT) (DISEASE-POLICY LIN II) $ (DISEASE-EACH EMPLUVE( I ANCELLATION - SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL UCH NOTICES ALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPO HE M NY A @NTS OR REPRESENTATIVES. ,UTHORIZED REPRESENTATIV { Ramey King -i is L ACORD CORPORATION 1988 A0019,11I. CERTIFICATE OF INSURANCE PRODUCER Ramey, King & Minnis Insurance 707 First State Bank Bldg. Denton, TX 76201 CODE SUB-CODE INSURED A & M Plumbing; Robert Bell Individual P. 0. Box 50021 Denton, TX 76206 COVERAGES THIS IS TO CERTIFY THAT THE POLII INDICATED, NOTWITHSTANDING AN' CERTIFICATE MAY BE ISSUED OR M EXCLUSIONS AND CONDITIONS OF COj TYPE OF INSURANCE .TAI - GENERAL LIABILITY - - COMMERCIAL GENERAL LIABILITY CLAIMS MADE! ' OCCUR J I OWNER'S & CONTRACTOR'S PROT. I AUTOMOBILE LIABILITY ANY AUTO ' ALL OWNED AUTOS ! j- I SCHEDULED AUTOS HIRED AUTOS ! I NON-OWNED AUTOS GARAGE LIABILITY EXCESS LIABILITY ) I OTHER THAN UMBREUA FORM - A i WORKER'S COMPENSATION i AND EMPLOYERS' LIABILITY OTHER / HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD ION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS DRDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, Y HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFFECTIVE 'POLICY EXPIRATION DATE (MM/DD/YY) I DATE (MM/DD/YY) ALL LIMITS IN THOUSANDS j GENERAL AGGREGAIE $ 'PRODUCTS-COMP/OPS AGGREGATE: PERSONAL & ADVERTISING INJURY S ! ( EACH OCCURRENCE $ i FIRE DAMAGE (Any one fire) i $ MEDICAL EXPENSE (Any one person) COMBINED t SINGLE $ MIT BODILY 1 INJURY $ I (Per person) j ;TES OF INSURANCE LISTED BELO% 'REQUIREMENT, TERM OR CONDI 4Y PERTAIN, THE INSURANCE AFF UCH POLICIES. LIMITS SHOWN MP POLICY NUMBER 71 WZ EH8649 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS State of Texas City of Denton Purchasing Dept. 215 E. McKinney Denton, TX 76201 Attn: Tom Shaw ACORD 25•S (3/88) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW COMPANIES AFFORDING COVERAGE COMPANY LETTER A Hartford Accident & Indemnity Company COMPANY B LETTER COMPANY LETTER C ~E ~w(v - COMPANY D NO V 7 LETTER /Q COMPANY E LETTER ISSUE DATE (MM/DD/YY) Ij 11-21-89 sr INJURY ' INJURY (Per accident), PROPERTY DAMAGE $ r EACH I AGGREGATE i . OCCURRENCE. $ STATUTORY 07-11-89 07-11-90 It __100 ,ACHAGGWENI) $ 500 (DISEASE - POLICY LIMIT i 100 (DISEASE--EACH EMPL(` I ' SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPO THE COMPANY, ITS AG TS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIV )1~ ~A OflD COR RATION 1988 CONDITIONS ADDMONAL RU D: The City of Denton, its elected and appointed nfl'icLals, otnoes and mQloyees. (This does not apply boibrieer's Campensaticn.) NOPILI: OF CJ@IMMCN: Prior to any, material fix- or caxpellatim, the City cC Dentin will be given 30 days adva ce written notice mailed to the stated address of the Certificate Holder, City of Denton. l - COMACIMAL OWMA(£: (Liability assned by contract or agrearmt, and would not otherwise exist). The contractual liability requirvment shown on the revere side of this Certificate of Insurance under Comprehensive General Liability, must include a definition of eovercW broad MM91 to provide oo wqp for ob igati_ns assumed by the contractor in the referenced antract. This Certificate of Insurance is provided as required by the gvermi g contract. 2. a AIM "M p= FUK- Required period of cove-qp will be determn ed by the folladrg famrla: Cant nx s om law for the life of the ombMat, plus one year (to provide cover-cW far the wararty period), and a edaded dlsoovery period for a minimm of 5 yeas which shall begin at We end of the wamahty period- 3. FIRE LIDIL 17allrl M: (Required in all contracts that involve the cowpony, construction or alteration of City-awned or leased facilities). Insxaane is to cover buildings, contexts (wham applicable) and permanently installed equipment with respect to pnvpa ty to st<achaes or portions of structures if such daxc is .0sed by the peril of fine and due to the operations of the contractor. Limit of liability is to be a mindmm of $500,000. CI-4 BID# 1008 PROPOSAL TO THE CITY OF DENTON, TEXAS FOR THE INSTALLATION OF RESIDENTIAL WATER SERVICE RELOCATION ON CAMPBELL, WOODFORD LANE, WOODFORD COURT, NOBLE, CHARLES, BRIGHTON CIRCLE BRIERCLIFF AND REGAL STREETS 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 BID# 1008 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. P-2 BID# 1008 THE INSTALLATION OF RESIDENTIAL WATER SERVICE RELOCATION ON CAMPBELL, WOODFORD LANE, WOODFORD COURT, NOBLE, CHARLES, BRIGHTON CIRCLE BRIERCLIFF AND REGAL STREETS The undersigned Bidder hereby proposes to perform all work and furnish all necessary superintendents, labor, machinery, equipment, tools, and materials and whatever else may be necessary to complete all work upon which he bids in accordance with the requirements of all applicable City of Denton codes, standards, and ordinances and any federal or state regulations which may be applicable. The Bidder is expected to familiarize himself of any such regulations and certifies that he has done so by signing and submitting this proposal. The work involves relocating the existing residential water service at the rear of the property to a new service connection located approximately 2 feet behind the curb and 18 inches deep at the front of the property. The service line from the main with curb stop and meter box will have been installed by another contractor prior to commencing with the work. Additionally, any irrigation systems encountered shall be reconnected to the new house service line in accordance with all codes, regulations and ordinances. ' Any damage to the existing irrigation system shall be repaired or replaced by the contractor. This shall be incidental in the bid price. Note, however, the majority of houses referenced do not have irrigation systems. The work shall include notifying and coordinating with the resident, disconnecting the existing meter, abandoning the existing service line, removing 2 feet of pipe from each end of the abandoned service line and plugging the remaining ends, reinstalling the existing meter to the new curb stop, installing a new 1 inch service line from the meter to the house connection, testing for leaks and clean-up. The cost of removing and replacing any landscaping including lawns, shrubs, flowers, concrete work, fences, etc., shall be included in the price bid for residential water service relocation. Any turf removed by typical trenching operations is not required to be replaced. However, any turf damaged by the trencher wheels or tracks due to twisting of the trencher or other avoidable means shall be replaced by the contractor. The price for which is included in the amount of the bid. P-3 ALL BIDDERS July 10, 1989 Page 2 The price for furnishing and installing a new residential water service, in place, complete, shall be: I. Estimated Quantity and Unit Description of Item and Unit Price Total Amrn int 143 Each Furnish and Install Relocated Residential Water Service, Complete In Place, Per Each: ° Dollars and Cents o The City expects the contractor to install the new service line along the most direct and appropriate route. Because this may not be possible, the contractor is to provide a price per linear foot for the cost of deviating from the most direct route. Any deviation from the most direct route must be approved by the Water/Wastewater Utilities Engineering Administrator prior to trenching and installing the service line. Beginning the work prior to receiving the City's approval shall indicate agreement by the contractor to accomplish the work without any additional compensation. The additional amount to be paid shall be determined by measuring the actual length of line installed and then subtracting the length of the most direct route and multiplying the difference by the amount bid. Any amount less than zero will not be subtracted from the base bid. (Amount Installed(LF)) - (Most Direct Route (LF)) X (Adjustment Price/LF) = Additional Fee If the bidder enters zero or leaves the price for additional work blank, then the proposal will be for furnishing and installing residential water service relocations at the price bid per each, regardless of service line route, with no provisions for additional compensation. P-4 ALL BIDDERS July 10, 1989 Page 3 The price bid for additional service line work is: II. Estimated Quantity Description of Item Total and Unit and Unit Price Amount 500 LF Furnish and Install Additional 1 inch Service Line, Complete In Place Per Linear Foot: lil~e,v Dollars and Cents TOTAL BID (Parts I and II) 6 0 The undersigned bidder declares that he has visited the site of the work and has carefully examined the Plans# Specifications and related documents pertaining to the work covered by the above bid. The bidder hereby agrees to commence work under this contract within 14 calendar days after award of the contract and to fully complete the same within 60 consecutive calendar days thereafter. P-5 BID# 1008 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 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 proposal, shall ntrol over e t nsions. 1..V 1V'11\fSV1Va\J / BY le-Z Street ddress City and State listed in this Seal & Authorization C-0 (If a Corporation) / Telepho 1008.DOC P-6 FF-11? CITY Of DENTON, TEXAS PURCHASING DIVISION / 901-B TEXAS STREET / DENTON, TEXAS 76201 MEMORANDUM TO: Lloyd V. Harrell, City Manager FROM: John J. Marshall, Purchasing Agen ; DATE: September 29, 1989 / SUBJECT: BID# 1012 - P.O.# 92370, RUDDELL STREET SIDEWALKS FOR $16,953.00 It has been agreed that this project at $16,953.00 and to be completed in twenty working days will not require Performance and Payment Bonds. The payment will be in full by one lump sum after completion acceptance and a Maintenance Bond is on file with the City. All other requirements specifications, and conditions must be met for approval. JJM/cj 611.DOC 8171566-8311 D/FW METRO 267-0042 CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON - THIS AGREEMENT, made and entered into this 20thday of SEPTEMBER - A:D., 1989, by and between THE CITY OF DENTON Of the County of DEN_ TON and State of Texas, acting through LLOYD V. HARRELL CITY MANAGER thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and LARR y MANNING dba ,,LARRY MANNING INC. 821 KINGS ROW of the City of DENTON County of DENTON and state of _ TF.O S 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# 1017 _ Dr-- 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 ivrl'tten explanatory matter thereof, and the Specifications therefore, as ` prepared by THE CITY OF DENTON ENGINBrRIU -DXXARTMENT 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. WITN agreementlin the year WHEREOF, and day first above written these presents have executed this ATTEST: L~~i=C-G-Lcc3~/~ APPROVED AS TO FORM: Aty4tt`rne CA-2 LLQXD V. HARRELL CITY MANAGER (SEAL)' Party rt, LARRY MANNING, (SEAL) G 0044b CITY OF DENTON MINIMUM INSURANCE REQUIREMENTS INSURANCE: without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted ed by the De City of work nton ,~dOwner, the minimum insuranceecoveragevaseindicated 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 Com ensation and Em to er'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. comprehensive This insurance shall be writctelnaims in form and shall protect the Contractor against all 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 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 Insurance Requirements page two To the extent that the m Contractor's work or ay require blasting, , explosive conditio work under his direction, ns, the comprehensive general liability cove or underground operations, relative to blasting, rage shall contain n explosion, collapse f o exclusion underground property. o buildings, or damage to The liability limits shall not be less than: o A combined single limit of $500,000 IV. +unurance colic . 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 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 Contactor. 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 hac .e.., a insurance certif writing. Any notice approval by the Owner. proceed that is issued shall be subject to such CI-2 01/13/87 rn~uUGtH 9/28/89 Denton Insurance Cente THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE r Inc, P 0 Drawer C , AFFORDED BY THE POLICIES BELOW. Denton, Texas 76202 COMPANIES AFFORDING COVERAGE COMPANY LETTER A Houston General VSURED COMPANY LE B TTER Houston General Larry Manning Inc ETTERNY C 821 Kings Row Denton, Texas 76201 ETTERNY D Houston General COMPANY LETTER E THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WIT BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED B TIONS OF SU Y THE P CH POLICIES. , H RESPECT TO WHICH THIS CERTIFICATE MAY OLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS. AND CONnI_ TYPE OF INSURANCE COMMERCIAL GENERAL LIABILITY CLAIMS MADE DOCCURRI OWNER'S 8 CONTRACTORS PROTECTIVE ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY POLICY NUMBER 5GA34- 6274. 5AT332438 EXCESS LIABILITY LUTHER THAN UMBRELLA FORM WORKERS'COMPENSATION AND EMPLOYERS' LIABILITY 05CWC1007627 POLICY EFFECTIVE POLICY EXPIRATION DATE (MMMNY) DATE (MMIDDA'YI /24/89 3/24/90 3/24/89 13/24/90 .I_ ALL LIMITS IN THOUSANDS Pg000CTS$OMPIOPS AGGNEGATO O ~ PERSONAL 8 ADVERTISING INJUflV EACH OCCURRENCE S O O FIRE DAMAGE (ANY ONE FIRE) MEDICAL E%PENSE )ANY ONE PEPSON) CSL 500 (PER'PERSDNI. - y BODILY INJURY M DENT) PROPERTY DAMAGE E1LN LCCURRENCE 3/24/89 13/24/90 r5O (EACH ACCIDENT) (DISEASE POLICY LIMIT) (DISEASE EACH EMPLOYEE) DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS Ruddell Street Sidewalk Project City of Denton is Named Add'1 Insured City of Denton Attn: John Marshall 901 B Texas Street Denton, Texas 76201 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXI PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESFNTeTmcC Jim Watson CONDITIONS andAEDITICNAL MUM: (Ttris h eCity of Denton, its elected and appointed offi©als, offioes not amply to Woricer s CzmPmsaticn. ) NC= CF WMIMCN: Prig- to my ®terial Denton wi a Holder3D daNs advance w1tten notice mdmW or anoellation, the City or imed to ~ steed address of the Cer City Denton. 1 COURAL 13AL COVEMM: (ldahdlltY assumed by orntrnot o e7dst) act or art, and mould The contractual lin„lity reqUirMMt stun o the reverse side CC this Certificate d Imuane Inds, Cmprsive G3J~ ,j to pj~ cbb~ 1sCe fCatificate Insu ace is the contractor in the reeaeioad orn~t_ contact. Mvvlded as required by the gmwnirg 2 f aILL ~ coerMe far the life of Abe deteni ftmct, Pd IM the yew p~ one P~ amide ooverP for the city Pw'W), and a e • disco~ period. of 5 yeas Qdch stall begin at the aid of the Warr-anti 3 Re9MLred in all ocntracts that involve the ooc~, to cover WU~, =tans (WEE MO able) and,,t,,, t1Irma t'l is ance led lint with respect to prmPsw.ty, dam to s ~ p P the Peril Of fire list and d,e to the operating of the contractor [limit by M,000. tY is 6o be a minimm of CI-4 ,PURCHASING DEPARTMENT. City of Denton 901-B Texas St. Denton, Texas 76201 BID INVITATION. CITY OF DENTON, TEXAS Date AUGUST 18, 1989 r 1 BID NUMBER 1012 BID TITLE RUDDELL STREET SIDEWALK Sealed bid proposals will be received until 2:00 p.m. SEPTEMBER 7 1989 at the office of the Purchasing Agent, 901-6 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 DIFIN 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 considered. Late proposals will be returned unopened. to be . 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, 901.8 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 penally 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 or give information on the contents of this bid with the City of Denton or its representatives prior to award shall be gounds 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) P-0 BID #in,2 PROPOSAL 'TO THE CITY OF DENTON, TEXAS FOR THE CONSTRUCTION OF RUDDELL STREET SIDEWALK 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 ot'h'er 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 are to be belowdecerxeased provided for performed in the specifications ices set forth 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 BID# 1012 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,1hereby proposes and agrees to perform of whatever nature required, in strict accordance with and specifications, for the following sum or prices, to all work the plans wit: P - 2 Mddell Street Sidewalk with WORK DAYS 20 - 'Cross-tie Retaining Walls BID NO. 1012 PO NO. BID TABULATION SHEET P - 3 '',,'RUddell Street Sidewalk with WORK DAYS 20 Prepackaged Rip-rap Retaining Walls BID NO. 1012 PO NO. BID TABULATION•SHEET T MV.. P - 4 .~'Ruddell Street Sidewalk with WORK DAYS 20 Concrete Retainin Walls BID NO. 1012 PO NO, BID TABULATION SHEET P - 5 BID SUMMARY TOTAL BID PRICE IN WORDS %X (l0. a h kc.1 BID# 1012 1 SO ~ ~'n /ad In the event of the award of a contract to the undersigned, the l(G✓~ 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 rst acceptedl,d wh no fulthlyat the completed kandrofinished in eaccdone shall be the plans and specifications, ordance with ~ Engineer. to the satisfaction of the The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. Unit and lump-sum prices as shown for each item listed in this proposal, shall control over extensions: CONTRACT R B Y LL LW treet Add? City and State Seal & Authorization 1989 (If a Corporation) o 31H CI XCHASNG DENTON U IDEPT. B - 1 i 1. Sidewalk with Cross-tie Retaining- Walls 2. Sidewalk with Prepackaged Concrete Rip-Rap Retaining Walls (Alternate Bid) 3. Sidewalk with Concrete Retaining Walls (Alternate Bid) BID SUMMARY SHEET Nunn BID# 1012 Work Days Cost 20 $ lei 53 oa 5a~~o 20 ap Qo 20 B - 2 i • CONTRACTOR APPLICATION Date 9-26-89 Please furni'ah the_information our files and will be requested below. This on wi verify the qualificationsfof eth contractor office sill uaefauch ti of ormation only t° ciial. Our the kept_in A. NAME: .La on home improvement.contracts. rry Manning rn~ BUS. ADDRESS: 821 Kings Row Denton, TX RES.-ADDRESS: 821 Kings Row BUS. PHONE:38?_Og71 Denton, TX 76201 B. CHECK-THE TYPE OF CONSTRUCTION THAT YOU HAVE PERFORMED IN TRES. HE LAPHONE. CT YEAR. HOME REMODELING HOME BUILDING MAJOR CONSTRUCTION - • specify concrete and as halt Co LIST THE NAMES AND ADDRESSES OF THE aving COMPLETED CONSTRUCTION. LAST THREE 'CLIENTSFOR WHOM YOU HAVE. NAME DS ADDRESS Lewisville Ind. School Dist. C?TY PO Box 217 PHONE The Ridgemont'Co, Lewisville, TX (214) 539-1551 . 13720 Midway Rd. Dallas, TX Denton.Ind, School Dist. (2114) 490-3211 Po Box 2387 Denton, TX 76202 D• LIST TWO MAJOR SUPPLIERS FROM WHOM YOU PURCHASE MOST OP YOUR (817, 387-6151 _AM SUPPLIES. Davis Concrete ADDRESS- Co, CITY ' 411 E. Sycamore PRONE Jaoe- Denton, TX.762o1 566-1100 Public Co , PO"Box 250 E• LIST TWO FINANCIAL Denton, TX 76202 382_2581 WITH WHOM YOU HAVE INSTITUTIONS CREDIT. SAVINGS AND LOAN ASSOCIATIONS, ETC.) N]1Mg. - ADDESS United National Bank CITY 120p W. University Denton P80NE , TX 76201 382-6701 A - 1 Contract Application Page 2 F• HOW LONG HAVE YOU BEEN IN THE CONTRACTING BUSINESS? • YEARS: 11 MONTHS: G• APPROXIMATELY HOW MANY JOBS HAVE YOU COMPLETED AS A- GENERAL CONTRACTOR? H• WHAT IS THE SMALLEST JOB YOU HAVE DONE? Around $630.00 6 L• DO.YOU HAVE-CONTRACTOR'S WHAT IS THE LARGEST.JOB YOU HAVE DONE? $300,,000 I•. HOW MANY EMPLOYEES DO YOU EMPLOY PULL-TIME? 5 J• HAVE YOU EVER WORKED FOR H.U.D.? IF YES YES x WHEN? NO WHAT TYPE OF JOB? K• ARE YOU LICENSED AS A GENERAL CONTRACTOR IN THIS AREA? IF YES, COMPLETE THE FOLLOWING: YES _ xNO. LICENSE NO.: EXPIRATION DATE: LIABILITY INSURANCE ? IF YES, COMPLETE THE FOLLOWING: -----..!-YES No -Nam* of Insurance Co.: POIICY Number: stn General H0- GA 627 M• RAVE YOU EVER BID A JOB THAT REQUIRED BONDING? IF YES, WHAT IS THE ~~~YES ~~NO LARGEST AMOUNT YOU HAVE BEEN BONDED FOR? $ 154,980.00 I CERTIFY THAT THE ABOVE IS TRUE AND COMPLETE. 9-26-89 I AUTHORIZE THE PROGRAM TO VERIPY Date AND. OBTAIN A CREDIT REPORT. ALL INFORMATION SUPPLIED ON THE APPLICATION 0292 9-26-89 Date A - 2 I t I U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT CERTIFICATION OF BIDDER REGARDING' EQUAL. EMPLOYMENT OPPORTUNI''•' INSTRUCTIONS This certification is required pursuant to Executive Order II_46 (30 F. noes and regulations provide that an R. 1_3 19-2 tractors.. shall state as an e initial part of the bid or nes y bidder or prospective contractor, ra any of their prop .,ed ubcon- any previous contract or subcontract subject to the a ual opportunity cla alLcompliance reports due undet.applicable instnlctionotlanons of the contrac~whetherit.has pc '6pated in q use; and, if so, wheth: it has tiled Vhere the certification indicates that the bidder has not filed a compliance report due under . .licable in, structions. such bidder shall be required to submit a compliance report within seven calendar 1 s after bid opening. No contract shall be awarded unless such report is submitted. ERTIF I(FAT 1 ON NAME AND ADORESS'OF BIDDER Onclud, ZIP Cede/ BY BIDDER Larry Manning Inc. 821 Kings Row Denton, TX 76201 1. Bid der has participated in a - previous contractors ~ Yes No ubcontract. subject to the Equal Opportunity Clause. ' 2,. Compliance reports were re quiredto be (fled in ' connection with such contractors bcontract. ❑ Yes No 3. Bidder has filed all compliance reports due under a Yes No PPlicable instructions, including SF-100. 4. Have you ever been r C None Required o are you being considered for sanction due - to violation, of Executive Order 11246, as amended? Yes M No NAME ANO TITLE Or SIGNER /Pre.e troel , Mrs. Larry Manning, Sec. SIGNATURE Reolace Form HUD-0~38:CD•1, whim is Obsolete DATE 9-26-89 H UD-a 501 (71-7111 C-1 SAMPLE CERTIFICATION OF BIDDER REGARDING SECTION 3 AND SEGREGATED FACILITIES 0 • Larry Manning Inc Ruddell Street Sidewalks Name of Prime Contractor Project Name & Number The undersigned hereby certifies that (a) Section 3 provisions are included in the Contract (b). A written section 3 plan was prepared and submitted as,part of the bid proceedings (if bid equals or exceeds $10,000). (c) No segregated-facilities will be maintained.. Name Larrv Manning D„ Name & Title-of Signer (Prant or Type '~Signatu~e ~ - Date C-2 - - U. . • uEm 0, ~G •NC U4-~ E LUPUEN - _ - COMMUNITY DE VF.L! IT BLOCK GRANT /pUGIAY" ~ CONTRACTO^ 'ERTIFICATION CONCERNING LABOR STAND/. ND PREVAILING WAGE RMIRENEHTS - TO (Apprsy.ins. x«ipirAU: - - DATE 9-26 89 - " of Denton - •wweCT Nu.aew It/oAy/ erroJ(CT Y AY( . 1. The undersigned,. having me,ot.d a contract with. _ C'4ty of Denton for the c' Chen of the shove-identified project, acknowledges that: ' (a)-The Labor Standards provision are included ' - aforesaid contract; - (b) Correction of any infisctiona of the afores.id 'tions, including infractions by any of his subeonltaetocs and any lower ti" aubeontuctors, is his responnil, _ 2. No <arnh•• than - (a) Neither he nor, any firm, parlnenhip or associat. in which he has substantial interest is designated as an " ineligible contractor by the Comptroller Gent= the United States pursuant to Section S.6(b) ofthe Re ulatio s ' of the Secretary of LAbw, Part S (]p CFR, 15: g n or pursuant to Section 3(a) of the Davis-Bacon Act as "amended 140 U.S.C. 276a-2(o)A , _ "s(b) No pert of the aforementioned centeaet.hes bee,: will be subcontracted to any subcontractor if such pub. - ' contractor or any firm, corpontioIt, partnership :,satiation in which such subcontractor has a substantial Interest is designated as an ineligible cenlrr_' i 'am.Ant to any of the aforementioned regulatory or statutory prov sions. 3. He agrees to obtain and forward to the afaremenlior including thew esecuted by his subcont t d :ccipient within ten days after the <pecution ofanysubcontnet, - - rac ors an - Concerning Labor Standards a d P lever tier subcontractors, a Subcontractor's Certification n revailing Wage Rec ^irements esecuted by the subcontractors. ' -d. He c•Ar6•s than ' (a) The Iepal Rama end the busin•as address of the undr:. :,,d ere: Larry Manning inc. 821 Kings Row nor+.nn `x_76201 s (6) Th. vndwo n•d n• " III • UNCLE '.ro.nre TO-[Nt. - CORPORATION ORGANIZED IN Tore aTATEDa' . IEI A•ARrN[Rawr. ur x o, NCR O.eu.rpAnoN lO<, ruse! (e) The rwma, Iid• and add... of A. a.,•r, peso.... .cr.a el the ved.raiyned - - PAYE T"'.9 aoOw[sa Larry Manning President ` -821 =K Kin -'g-gs ' -`Roo owfe Denton David Manning Vice-President 1500 Pickwick Denton Mrs. Larry Manning Secretary 821 Kings Row Denton " NuC-1421 11-701 . C-9 J. To list on Table A, information related to subcontracts awarded for the three year period preceding date of this bid submission. K. To list on Table B, all projected workforce needs for all phases of this project by occupation, trade, skill level and number of positions. As officers and representatives of Larry Manning Inc. (Name of Contractor) We the undersigned have read and fully agree to this Affirmative Action Plan,' and become a party to the full implementation of this program. ign'ature Frazident 9-26-89. Title Date Signature . Title Date CONTRACTOR Section 3 Plan Format • sp LARRY MANNING agrees to implement 'the following ecific" affirmative i of . act on steps directed at increasing the utilization lower income residents and busines i ses w thin the,City of Denton A. To-ascertain from the locality's CDBG program official "the exact boundaries of the Section 8 covered project area and where advantageous, seek the assistance of Local offici i l a s n preparing and implementing the,affirmative action.plan. B. To attempt to recruit from within the city the necessary number of lower i m ' nco e residents through: Local advertising media, signs placed at the proposed site f h or t e project, and community' organizations and public or privat.~ institutions i operat ng within or-serving the project area such as Service Employment and Redevelopment (SER) O , pportunities Industrialization Center (OIC), Urban League Concentrat d E , e mployment Program, Homerown Plan, or the U.S. Employment Service. C. To maintain a'wist of all lower income area residents who have applied eith er on their own or on referral from any source, and to employ such e - p rsons , it otherwise eligible and if a vacancy exists. -D. To insert this-Section 3 plan in all bid documents; and to require all bidders on subcontra t - c s to submit a Section 3 affirmative.action plan includi utilization goals and th e specific steps planned to accomplish these goals . - - E. To insure that subcontracts which are typically let on a negotiated - rather th an a tfd basis in areas other than Section 3 covered project areas are also let a , on -negotiated basis, whenever feasible, when let in a Section 3 covered project area. F. To formally couLact unions, subcontractors and trade associations to secure their c,aoperation for this program. G. To insure that all appropriate project area business concerns are notified of pending subcontractual opportunities. H. To maintain records, including copies of correspondence, memoranda* etc., which dorument that all of the above affirmative action'steps have been take;,. I. To appoint or r-..cruit an executive official of the company or agency as Equal Opportunity Officer to coordinate the implementation.of this Section 3 ,plan. - *Loans, grants, contracts and subsidies for less than $10,000 will be exempt. C-3 TRADE AGREEMENT CERTIFICATION Except as provided in paragraph (4) of this provision, by- sub I mission of its bid or proposal, the offeror certifies that it (1) Is not a Contractor of a foreign country included on the list of countries that discriminate against U. S. firms published by the Office of-the United States Trade Representative (USTR). (2) Has not or will not enter into any subcontractor subcontractor of a foreign country included on'the list of countries that discriminate against U. S. firms published by the USTR; and (3) Will not provide any product of a country included on the list of foreign countries that discriminate against U. S. firms published by the USTR. (4) Inability to certify: An offeror unable to certify in accordance with paragraph (2) of this provision shall submit with its offer a written explanation fully des- cribing the reasons for its inability to make the cer- tification. Larry Manning Inc. 9_26_89 OFFEROR/CONTRACTOR DATE PROJECT NUMBER *Current.USTR list includes only Japan C-13 L J • Ala ~1 ~ PROPOSED SUBCONTRACTS BREAKDOWN TABLE A FOR THE-PERIOD COVERING - 19_ through (Duration of the CD s-sted-Project) Company 19 Project Name Project Number EEO Officer (Signature) Date . *The Project Area is coextensive with the City of , boundaries. is SABLE B ESIMATLD P;OJEC? COB}_ O;C' ~Z 0! - BRF.1l. _JOB CATEGORY _ I TO'py ESTL`LAIZ S0. rCSi:IC::s CL'3_ 1 NO. FOS!- :;S- i I POSITIONS r~:-LY CCC::rI-cD a Y - , :;0. rOSi:IC::~ OiFIC EnS/ pE7•'l-;Z::i F•^LO y-=- t~ CCCL'PIEJ TO 9E'7ILLZJ - SUPER4IS035 L;IrB ~ L•'•• PROFESSIO-AL5 BOUSI:;;, S.:LcS/ - - UNTALP, ~e~-... i i - • •"u,iVluuaiS residing within the City. of whose family income does not exceed 90%of the median income in C0.`IP.L4Y SSA. U.S: DEPARTMENT C F HOUSING AND URBAN DEVELOPMENT CERTIFICATION BY PROPOSED SUBCONTRACTOR REGARDING EQUAL E.-APLOYMENT OPPORTUNITY- NAME OF PRIME CONTRACTOR PROJECT NUMBER INSTRUCTIONS This certification is required pursuant to Executive Order 11146 (30 F. R. 12319-25). The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcon- tractors, shall state as. an initial. part of the bid or negotiations of the contract whether it has participated in anv previous contract.or subcontract subject to the equal opportunity clause; and, if so, whether it all compliance reports due under applicable instructions. has filed Where the certification indicates that the subcontractor has not filed a compliance report due under appli- cable instructions, such subcontractor shall be required to submit a compliance report before the owner approves the subcontract or permits work to begin under the subcontract. SUBCONTRACTOR'S CERTIFICATION NAME AND ADDRESS OF.SUBCONTRACTOR~(/nc/ude ZIP Code) 1. Bidder has participated in a previous Contract sr subcontract subject to the Equal Opportunity C3 Yes No _ Clause. 2. Compliance reports were required to be filed in connection with such contract or subcontract. ❑ Yes ❑ No. 3. Bidder has filed all compliance reports due under applicable instructions, including SF-100, ❑ Yes ❑ No CD one Required 4: Have you ever been or are you being considered for sanction due to violation of Executive Order 11246, as amended] C3 Yes ED ' No NAME AND TITLE OFSIGtJER (Please rypel 'SIGNATURE - - DATE Reducer Form hU0<2aB.CD•2, whim .f OWOIen HUD-950.2 (11.78) C-7, ■ Name of Sub Contractor Project Name Number The undersigned hereby certifies that (a) Section 3 provisions are included in the Contract (b) A written Sectio /3 plan was prepared and submitted. as part of the bid proceedin $10,000). gs(if bid equals or exceeds • (c) No segregated facilities will be maintained as required by Title VI of the Civil Rights Act of 1964. Name 5 Title of Signer (Print or Type) c Signature / 7 Date LJ Huo.azy-i U.S. De ❑-eq partment of Housing and Urban Development ' CERTIFICATE OF OWNER'S ATTORNEY I, the undersigned, duly authorized and actin[ legal rev th.e resentative of foIIowa: 1. do hereby certify as o f I have examined the attached contract a etacutlon thereof, and I am of the l and surety bonda`.and the manner agreements balls been duly exec through uted b opinion that each of ough their by the the aforesaid duly authorized re proper parties thereto acting have full poser and authority Dresentatives: that said to execute said agreeenta rn behalf of vth respective parties named thereon; and that the foregoing on behalf of the" tute valid and legally binding obligations upon the eonsl! partie[s r eexeecuttlsn[ same In accordance with terms, conditions and provisions ther the eof. Date: CO-1 Ncio- W..n o C i U.1. OE PA RT NEryr GE NGVSNC ]NO U,pAN OE Ye LO PM E NT COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM SUBCONTRACTOR'S CE, TIFICATION. CONCERNING LABOR STANDARDS AND PREV r R.rtp,rAr/: AILING WACE REpU1REN - - - oars • ie <r I I Thd o O, d he t t ted 'am-lee' with aar•.oar er • <aa.aro or . ,.IV<ea In the amount of S-~ in the construction of the abave.identilied \ - ' Project, certifies that (a) The Labor Standards Provisions of The Contract For Construction are mcfoded in the aforesaid contract. (b) Neither he not any film, corporation, Partnership or •S,Oci•bon interest is Of the "cta an ineli gible contractor by the Comptroll in which Ae has • :uD,rantial er General of the United a the Ac, as . ns c the Secre Bacon Seniors 5.6(1.) U.J.C. tary of 276.La-2/bora.ll. Part 5 "9 Act, nmened /d0 C Sblra pursuant to I R. f, all 51, or pursuant co Section 3(a) of the Davis- _(e). 'No Pan of the •totemenuoned contract has bren or vi 11 ubeentraetor ar any firm car be subcontracted to any auaeuntractor if such aB , pomi on, partnership or associabua in which such suboontnetor has a ahlututery ary ai priovmiseteaionrs. is deli tnateu as an ineligible contractor pursuant to the 11101-said - - ' oresaid utulnery or 2. he agrees to obtain and 1Brrard to Ide eontmelBq for transmittal to Ine reciPenl, within ten days alter toe r.ecution of any, lorecexe,ut,eabcby domraethe1, lor a e rSubconrn<tor's Cerlilicauon C-o",ning Labor Standard, and Preva it menu tier su in Iva - aontn<lor, to duplicat6 [ [e Requiri (a) The rurhmen rill re Bon for duty on er about 3.. N• onik.. r_.. mr (a) The Irgai ham, unaarvanid it. • sINCC~ wl irB a.PAw- (B) The aa.aa, fit,* and address /.h. rat Aco.ro.,'loN On- G~yla,d lY.~ ut O'rNew owe.Nriw nuN (Ourripe/ C-11 (-d) 1 1.11 ,d , n.~,.. c rf.~af lr of cll lArr suwnf, LJIp crlvsl rnd te. and IAe nature „I lAr inr1. t Ce•aq he•„q ! fvpu rnr,vl. ~ r rt r!i!{nnn.. ,y.r.p ^netl ,n llq mrdrry,. •ar4n=Or ,w T(M1hT 11q nain H, (ddrq!!f snd bnA. .l 1 _ by V.S G nrl Cmq smuen 1010, Tltlr N, V.S.C., bARNINC yn•ir(r . angin( Inr a (u( bbl. w PO:rl•f« • •fwr r uv a , w(1! 1! I,nly ryt r,0.,( N«, fn ne • n ~~I'•n.• „n,.0. C_10 (d) TFa nenn and edd.esm el all end tA elAw pwron b.IF .v'w01 an! rs _ • _ 'e eetura al tM inluaat an I - IVenY, Fe.i.q a •ubtdnNel iM / / e ae .I:I r.'. wot .n tA• unLrripad. MAM( - •UUwfO MAtUnf OIYMTf p[1T (e) The nwea, pddrn ias. and hede cleuilicsfiNV e(ell pth - • wbalenlisl in4:evt en// a e, re •YYL• w 6uJ dins eaealrveiN r ClOra in which the undenipnd hea ACOAfee TwAOt CL.Sul.CaneM i . /SY IrN WfYI/ Br (Spnetoa/ (Tp.d New. Nd Ti0a1 WARNING VA. Glminal Cade, peatfew 1010, Tttle U, V.LG, --idwo le p.,, ""'w"".... ototwana. .1 Io uN Iwo blfahN awl k-w -Il the cane Y be (al N..... "all be rG" awl mere Nan I~OlO ar 1mpA.." .*I owe rears. er both, i C-12