Loading...
1988-169 0923L NO 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 construct on o public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications attached hereto are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 9904 Jagoe Public Company $18,749 00 SECTION II That the acceptance and approval of the above compet -it1ve ids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, after notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute 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 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 imme iate y upon its passage and approval PASSED AND APPROVED this the 18th day of October, 1988 RAY ST / S, 14 OR ATTEST 7 JI LTERS, CITY St M APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY BY A(L jf~~t~,k PAGE TWO DATE OCTOBER 18, 1988 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9904 COLORADO TURN LANE AT LOOP 288 RECOMMENDATION We recommend this bid be awarded to Jagoe Public Company for the asphalt at $18,749 00 SUMMARY This bid invitation was sent to nineteen prospective vendors and received only two bids The project was bid for either asphalt or concrete The asphalt is the lowest bid We are recommending the low bid as the street is asphalt and the turn lane would be consistent and compatible to the street BACKGROUND Tabulation Sheet PROGRAMS, DEPARTMENT OR GROUPS AFFECTED The Bond Fund and the Public FISCAL IMPACT There is no additional impact on the General Fund Respectful y submitted L1 rrel City M ager / s Z{ /Z'~t Te o J Marshall ,tle e Purchasing Agent ,A p oyed e J h 'LT Marshall itle - urchasing Agent 1 1 S 1 C.l 1 IxJ I ISJ I 1 ~1 ~1 1 r 1 qF 1 O I I ~ I O cl ml ~I Hb 1 1 .9y'; CJ; yl _1 1 1 rl I 1 1 I I 1 T~ I 1 I I I 1 1 I 1 1 I ~ 1 1 I I _ _ _ _ - - x• y 1 I 1 I CJ I -O 1n~~' G 1 I ! 1 C I +O Gz ~ Ijj ~ 1 1 hpI TI qAqI A CJ Z y g 1 I 1 I ~1 OI 'iJ x m 1 I QJ I o I 1 m r 1 1 -1 1 r-J 1 I ^'1 I rtj ~ CJ 1 ~ 1 ~ I 1 3 1 'An i n i •=i ~i sr I~f 1 17 1 41 I I 1 I~ I 21 1 1 I 1 I fti_~ I 11 I ~I I i' I ~ I 1 O 1 I 1 1 I I I 1 I NI 1 1 1 I ~I 1 1 I 1 1 1 I _ I 1 _ I I 6 N 1 t 1 ~ m UI a m I rr ~ i m i z 1 1 1 I m i c m n`i a i ~ i 1 yJ p y 1 4 I I r- I 1 n I 1 ^ _ I I I 41 1 I 1T 1 1 4 1 1 ~ I I 1 ^ 1 I 1 I 1 t 1 I rtl I CQ~1 1 b 1 I I I ^G' 1 1 = I 1 b I 1 b I 1 .'if I I 1 1 I 1 I 1 6 I I m I I a I CJ I 1 1 I I ' CITY of DENTON, TEXAS MUNICIPAL BUILDING / DENTON TEXAS 76201 / TELEPHONE(817)5668200 MEMORANDUM DATE October 10, 1988 TO John Marshall, Purchasing Agent FROM Jerry Clark, City Engineer SUBJECT Bid No 9940 - East Bound Turn Lanes at Colorado Boulevard and Loop 288 We have evaluated the bids for the turn lanes We included both concrete and asphalt alternates in the bid packages to encourage active competition between these two methods The low bid on the project was Jagoe Public with $18,749 This is slightly above our construction estimate However, we had not included pattern rip-rap which we added at the last minute prior to the bid award This will match the median treatment to be placed across the way by the developer of Denton Auto Mall Based on these evaluation of prices and the necessity to get this project installed as soon as possible, the Engineering Division recommends that Jagoe Public be awarded the bid for the turn lanes Please call if you need further information Jer y 'la` 0596E CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DEMON ) ( THIS AGREEMENT, made and entered into this 19 day'of "OCTOBER _ A.D., 19 88, by and between CITY OF DENTON TEXAS 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 7AC,OF PUBLIC COUPAW , 3020 FORT \T,C1i2TH DRIVE, P.O. BOX 250, DF_NTON, TEXAS 76202 of the City of DENTON , County of DEMON 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: BIDE 9904 CIJLORADO BOULEVARD LEFT TURN LANE AT 288 F(Y1Z 518,749.00 P.O.41 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and - other accessories and services necessary to complete the said construction, in accordance with the.conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the-Special•Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders,.and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or CA-1 0044b written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF DF,NTON ENGINEERING. DIVISION 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. A TEST: CITY OF DENTON , Party of e Firs Part, OWNER 3i B LLOYD V. MRRF_LL CITY MANAGER (SEAL) J {:~'t ATTEST: 7AGOF_ PUBLIC C-QW Party the cond Pa t, CONTRACTOR Title (SEAL) c c~' APPROVED AS TO FORM: City Attorney CA-2 0044b PERFORMANCE BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That JAGOE-PUBLIC COMPANY' 3 of the City of Denton County of Denton and State of Texas - •n`nci`pa`l,`and SEABOARD SURETY COMPANY as pn Fry --.authorized under the laws of the State of. Texas to act as surety on bonds for principals, are held and'firrnly bound unto- CITY OF DENTON TEXA (Owner), r ~ pRt}ie penal sum of Eighteen Thou-and- Seven Hundred Forty- Nina Dollars 18.749.00 ) .for- the 'payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 19th day of Ortob r '19 88- to Construct Colorado Boulevard - left, Turn Lane at 288 in the City of Denton 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 for Public Work) (Article 5472d for Private Work)* of the Revised Civil Statutes of Texas as amended 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." 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, speci- fications, or drawings accompanying the same, shall in anyway affect its obligation on this - - - - - - - - - - - - - - - - - - - - - - *Not applicable for federal work. See "The Miller Act," 40 U.S.C. S270. PB-1 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. LN WIT\ESS'WHEREOF, the said Principal and Surety have signed and sealed this instru- ment this 25th day of October 19 88 - JAGOE-PUBLIC COMPAM. HARMED eiiRFTV rOt4pgi'Y - Piinei Surety By d!f~` C 71~ Po a l Titl ; 45t1e Rosemary Weaver A'tnrne'vsact mJ -~Address P. 0. Box 250 Address 8300, Douglas Ave:, Suite 700 Denton, Texas 76201 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 FIE~-2 PAS'MENT BOND STATE OF TEXAS COUNTY OF DENTON ' KNOW ALL MEN BY THESE PRESENTS: That JAGOE-PUBLIC COMPANY f the City of Denton _ ? J 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 J and firmly bound unto CITY OF DENTON, TEXAS (Owner), in the penal sum of Ei ghteen Thousand Seven Hundred` Fortv Ni nenollars 18.749.00) for the payment whereof,-the said Principal and Surety bind themselves and their heirs, adminis- trators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 19th day of October 1988 to Construct Colorado Boulevard -.Left,Turn Lane at 288 in, the City of Denton which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the 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 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. 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 PB_ bone. and it does here1w R'aice notice of any such change, eft nsior; of time, a'.teration 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 instru- 25th day of flrtnhar ment this _ SEABOARD SIZR~TY COMPANY" f JAGOE=PUBLIC COMPANY ' - Surety rincipal n pr \ \ By o Rosemary Heaver,. Attorney tnFct By Title ~re c r✓t.. ~n e 4 Title . 8300-Doianlas A`P wiLP 7D0 P. 0. Box 250,; Address Address- Denton, Texas 76201 Dallas;."Texas 75225.. The name and' address of the Resident Agent of Surety is: - CORROON & B' nrv TNC of Dallas 8300 Douglas Ave., Suite 700, Dallas, Texas 75225. i i PB 4 /WY IY SOY •1.11 ~ SEABOARD SURETY COMPANY HOME OFFIC[: NEW YORK, N. Y. MAINTENANCE BOND KNOW ALL MEN BY THESE PRESENTS, That we, JAGOE-PUBLIC COMPANY (hereinafter called the Principal), as Principal, and the SEABOARD SURETY COMPANY, a corporation organized and doing business under and by virtue of the laws of the State of New York, and duly -licensed for the purpose of making, guaranteeing or becoming sole Surety on bonds or undertakings required or authorized by the laws of the State of Texas , as Surety, are held and firmly bound unto CITY OF DENTON, TEXAS (hereinafter called the Obligee) in the just and full sum of One Thousand, Eight Hundred Seventy-Four and 90/100--------------------Dollars 1,874.90 ) lawful money of the United States of America, for the payment of which, well and truly to be made, we hereby bind ourselves and our successors and assigns, jointly and severally, firmly by these presents. WHEREAS, on the 19th day of October 19 88, the said Principal, as contractor, entered into a contract for the Paving work required in the construction of Colorade Blvd'. Left Turn Lane at 288, Denton, Texas for the sum of Eighteen Thousand; Seven Hundred Forty-Nine and No/100 Dollars 18,749.00 and WHEREAS, under the terms of the specifications for said work, the said Principal is required to give a bond in the amount of One Thousand, Eight Hundred Seventy Four and 90/100---------- Bollars 1,874.90 ) to guarantee the replacement and repair of defective materials or defective workmanship furnished or installed by the said Principal, for a period of One (1) Year from and after the date of the completion and acceptance of same. NOW, THEREFORE, if the said Principal shall for a period of One (1) Year from and after the date of the completion and acceptance of the said work by said Obligee replace and repair any and all defective materials or defective workmanship in said work, then the above obligation to be void; otherwise to remain in full force and effect. SEALED with our seals and dated this 25th day of October 19 88. JAGOE-PUBLIC COMPANY Prin •ipal (Seal)g ~ t BY ~C - -By SEABOARD SURETY COMPANY (~~(SeaAttorney-i -Fact u = J Rosemary Weaver z ~C CORROON R1 SLACK, INC. OF DALLAS 8300 DOUGLAS AVE., SUITE 700 DALLAS, TEXAS 75225 TEL. (214) 987-2100 ~GerttAed C py~ _S_8A84ARDvSUR~YCOPANY -~ADMtNISTRATIVE OFFICES BEOMINSTER NEW=JERSEY POWER OF ATTORNEY KNOW ALL_MEN BY THESE P-RESENTS That SEABOARD SURETY COMPANY -a:corporationsof the State of NeW.YOrk=has .made constituted and_a vv, ppointed=and by these presents does make, constitute and a semary_Weaver=or__~ , Pp_omt_Ra - ~T y J `Rlepec or`_R a-r---ve y - o a Ts exas =5`r d`la f Eact; t m ke; exutea W delive k on its_beheIRihsurance pollci~es sure y bonds<underteki gs and other instnfinents otstmNarnalure as:foliowss Without jijm t`xons uch I\ne_o`aes , sir `y bo=` ndakmgs an= tr mu en` S f0 Sr aid pu duly-exe diC eUbyYlf~ f&r Said- Attorney mFact shall tie bmding,upon the sa"mp~y~utly=alto thesarne\extent It signed by_the'duly authorized o=e~~f` Company and ealed`=ttsorpo ratesea` aid all the acts-of€sald°Atrney I TO ` Fa=`pur`suant-to thesauthonty ~Y given are:her`ereby ratrftedand confirmed: ~Thfs appbmtr ` a~pursuant the_folowmW `aws which w re;duly adopt de ey th Bo ra of Rid tce or s~of the:said Company o` D~cem` r t`?7 with Amendments fo and:lnclud~hg Janus` 15 198and are-still=m t`II_force'a= d effect ` !y` E ViiCTION`__\ - zziI~ "PObcies .bonds.reeog=Fences-ahpulanor,s.consentsof iurety~underwdtin`g-untlertekings n arM:mstr~mentsrelalig1_h'Orel'-~_`_-`~ =Insurance poi~c~es bond`ecogm_`ces•stipufatwn5=consents of 'Surety -and unCerwnUng`nd=rtak so(Ihe Gompan; and releases;agreementsandbtner wr gs-relatmgln any wa`thereto 0-any cl\ olpss` reunC shafrbesigned mihe:narn and oatiehalf of Ihe:ccin y~ Vital byttie_Chairman otthe Board l6~P`ttlent-a:VPresidentora'flestdant Vice-Resident and by Re S' r Lary an Assistant SJ Greta p ry ident -5eoreta-or Resident Assistant Secretary or (b) by an.Atiorneq m=EaoYtorthe= m y appointed a~tl~authonzetl-by h r ma ofihe 8 d the Pr`ent ors Vise-preside=t~makesuSignatur(c) byauch ofheronicsrsar-represeniatiaes.as the Board-may tiom nmeao tfine;tletemiine the-seal of the Comp any shall if appropriate-beaffixed theretosb`y any such-officer Atto=ney m FacI Or-representative SIN=WITNESS WHEREOF SEABOARD SURETY COMPANY has=caused_these presents to be-signed by-one of it Mice 2 lP its resdents and cofporaie seat-to be he =reunto af6xedsand duty,attested by_one of rts=Assistant-Secretaries; tht~;lst_ ~ `ayof_ -Se$temlier 9=88 - SSRFIt 00 T Attest - S - - - 9~ EABOARD SURE`T= OM N- l_ ~'~rvr r cr•+°"~Sea1) ~t ~p(;i. y e _x A5515Idnt.SeG ♦ary- t ~ Vic Presiden STATE OF_-NEW„) 4SEY~ C _lY OF SOMERSET ss n ihI rSt f~I Septejq fl r _ ~\ty g g~ a ~MMichael-B~ before me personally ap eared Keegan a VicePresfdent of SEABOARD SURETY COMPANY with hw om t am personally Ca quainted who mg by me duly-sworn sard that he fesldes i~e Sta[616ft_ W Jex Srwy the Is a Mlce P_ std` ent of S ABO AR`SURETY COMP ANY th pofa~ndeecnbeH in and;which_ezected-the-.fore frig h~mstrumentahathef nowsthecorpoatesealofthesaldC`ompany`th~tthesealafhxedtosa strumentfssuchc (o rO ate seal hat it w Sa so affixed by def of tf a Boaid o`f DlFectOf s of id Com p an and thathe si i n5 ame thereto a V PresiddnR f ~~saltl p nana y_by Itk horiry~ FELIC~= g- .,M CATALANO~ - ya< NOiARY O~WJERSEY~, - ~Ymmisslo~ Exp June 4=1993- Pirtiuc- Notaryputilic `fry 'vim C E R T 1 F=C=A T_E ~F~N ' nu tlersigned Assij to retary 51,SEABOARD SURETY COMPA VN do hereb iryth h o^ginaI:POwero tt ney of~wnichthef ero goingis ` §a rueandcoFiectcopy,isinfultlorceand eNeclbnlhe date of this Eertdicate andI do lurthecertdythat theVice-PFesidentwhoezecutetl the-said POwero Ahomey was on CT,_Y CC Officers auMOned!by the:Board of Directors [o appom[ a~attorney~n3~act.as proidea.in` i=te_Vlon_i o . f y=Lavw`_ ` y=( SEABOARD SURETY COMPANY This Eertficate may 9 De li nail and esea dt t y:fa- simileLnder na tl bya to h ro by of the:(ollovii g lution.f t` ec t viu Committee. hf t eo Board•:o f =Di` rs 01 SEABOARD BURETYY\ 7M )N ata:meeting duly_cafi`d~ntl held~o 71[11J 25 Y 6-f=March_1970.` RESOLVED (2) Thatahe use of as pn^tetl-facsimile-ofMe:co[porate seaiOt the Company anand of-thee=ssignsture:ol.an-Assistan`Secretary ^o a^y\\\ cahiiaoYthecorrecines~of`py:panmsit mantexecuted=ythe:Presidet ors Vice-Presidentpursuantto Artcl`II Sechon7 of-the:By_Laws= `pPOmdng and~uihonnng an attorriey_ln`act to sign;`n the name-and on,behatf oi~ Company surety borMe underwnit u_ ndertakinq`o~ other instruments-tles m_ 58itl Artlc` a-VII: SeMwn t witfi hke-effect aW f sucfi` La^d-sucnt sgnaturehad;Aeen manually-athxedarid made, h by';is thonzed?ane:appr _ 0-0IN_WITNESS_%F OF 1 have h ree un~ m hand and affixed the o - sal o{ Com an to=thes resen st this ~P,v*'~ y~j dayof_ V_~~-t9= p `Y=p, M9 - w >LE+i- - -A sslstant'Wilsta`=ry i t t For van cation oth e. 3 'uthenhclty of.this oPwer of Attorney..you may call-:coflect 201 658 3500 and ask for the Power of Attorney clerk Please refer to the Power ¢t' of Attorney numberahe abovii iiai a QMduel(s)'a . details of the bonito which the power ~s eitachad I^ N3,:; J,..o n..~ ~,6 :.....xr 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 $1,000,000 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 a Droved 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 OI ® , , ISSUE DATE (JAMEND, 11-9-8PRODUCER i I THIS CERTIFICATE IS ISSUED AS A MATTER OF'INPORMATION ONLY AND CLj NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT EXTEND OR ALTER THE COVERAOEAF'.,pRDE7 BY THE POI,ICFS BELOW. Raney King& Mu-miS 1 OD fL II j Alf 0. 707 First State BankBldg. COMPANIES AFFORDING COVERAGE Denton, TX 76201 LE°TTTERNY A Houston General COMPANY INSURED - LETTER B Jagoe-Public Conpany ETTERNY c P. O. Box 250 Denton TX 76202 COMPANY D LETTER COMPANY IC LETTER . THIS IS-TO CERTIFY-THAT POLICIES 'OF INSURANCE LISTED BELOW HAVE BEEN ISSUEDTOTHE INSURED NAMED ABOVE FOR-THE POLICYPERIOD 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 CONDI- TIONS OF SUCH POLICIES. TYPE OF INSURANCE POLICY NUMBER POLICY EFffCTIVE POLICY ERPIRATION LIABILITY LIMITS IN THOUSANDS LTR DATE IMMIDOPM DATE (MMIOOIVYI EACH AGGREGATE GENERAL LIABILITY OCCURRENCE COMPREHENSIVE FORM INJURY _ X PREMISES/OPERATIONS 5GA313400 10-1-88 10-1-89 $ $ UNDERGROUND - PROPERTY X EXPLOSION 8 COLLAPSE HAZARD - DAMAGE $ $ X PRODUCNCOMPLETED OPERATIONS X CONTRACTUAL CBI & PO OMBINED $ 1,000 $ 2,000 X INDEPENDENT CONTRACTORS X BROAD FORM PROPERTY DAMAGE X PERSONAL INJURY PERSONAL INJURY $ 1,000 AUTOMOBILE LIABILITY - 86DLY A X ANY AUTO 5AT30841 10-1-88 10-1-89 (PER"PERSK $ X ALL OWNED AUTOS (PRIV. PASS.) - BJBLY - X ALL OWNED AUTOS (OTHER THAN) INJURY (OTHER PASS. / (PER ACGOENT) $ X HIRED AUTOS X NON-OWNED AUTOS PROPERTY DAMAGE -GARAGE LIABILITY - BI & PD _ COMBINED $ 1 OOC EXCESS LIABILITY - A X UMBRELLA FORM 5XS321970 10-1-88 10-1-89 comel°NED $ 1,000 $ 1,000 OTHER THAN UMBRELLA FORM - WORKERS' COMPENSATION STANTORV A AND 5WC285479 10-1-88 10-1-89 $ 1 OOOEACH ACCIDENT) EMPLOYERS' LIABILITY - $ l OOODISEASE-POLICY LIMIT) OTHER 1 OOODISEASE-EACH EMPLOYEE) DESCRIPTION OF OPERATIONS/LOCA I IONWVLHICLES/SPECIAL ITEMS - Bid 9904- Colorado Blvd. Left Turn Land . [fill . . and Additional Insured - SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO City of Denton MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 901 Texas - OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTH D R PRESS IVE Denton, TX 76220 1 JJ CONDITIONS ALDITICNAL. MM: The City of Denton, its elected and appointed officials, offYoas ail eplnyees. (This does not apply to kbri(Er'3 C,ZMpemticnj NOU E OF COCELLATION: Prior to any material dnaW or ca celiatim, the City oP Denton will be given 30 days advance written notice smiled to the stated address of the Certificate Rrlder, City of Denton. l • CO;7IIWHfflAL aMMA(£: (I iahility asstmad by contract or agienoant, and would not othasdsee adst). The oontraobal liability requireent shun on the revs se side of this Certificate of Irisu'anoe under Camprellesive General Unhility, mst inchxe a definition of Coved broad enough to provide creage for dofptions asstned by the contractor in the refav hoed contract. This Certificate of In surmce is provided as required by the BNening contract. 2- CLAIMS MM pOM EUfif: Required Period of coved will be determined by the following famila: Contharors cover-.W for the life cc the contract, p1m are year (to provide Cova-~ for the wa mty peicd), and a entailed disaovey Period for a ®nimm of 5 yes which shall begin at the and cP the warranty pwjjod- 3. FIRE LEML (.rant M: (Re4dred in all cmfzacts that involve Una oocapaiy, restriction or alteiatino cf Citycurned or leased facilities). Ira mce is to caver buildings, contents (wham applicable) and installed eqL i t with respect to pnc party dames to structures or portions of stnnctcues if such dares is cased by the peril of fim and due to the operations of the oontr-Whr. Limit of liability is to be a drdf of $500,000. CS-4 CITY OF DENTON PURCHASING DEPARTMENT DATE:' i SEPTEMBER 15'. 1988 BID NUMBER: 9904 ' BID TITLE:, TORN LANE-COLORADO BOULEVARD Sealed :Bid Proposals',will be received until 2:00 p.m. ~1r.TnAU.R 6 19RR at the Office.of the. Purchasing Agent 901-B Texas Street Den ont Texas 76201-4229. BIDDER4'•NAME: a Ae, c (v John J. Marshall, C.P.M. ADDRESS Purchasing Agent (817) 566-8311 of 1-0 X-L INSTRUCTIONS TO BIDDERS t~l r 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 a Bids shall be plainly marked as to the bid number, name of the bid. and bid opening dare 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_ rl l f 1 - Arty ' submitted article deviating from the, specifications. must be identified and have full descriptive data accompanying same, or it will not be considered. - {v:'~a 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 pis denied by the bidder. ' incase 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 coats 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 (6M day. penod after opening or until award is made; whichever comes first. r The quantities showrnmaybe approximate and could vary according'to.the reduirements of the Cirv of Denton throughout the contract period. - ' 9."% The items are to be priced each net. (Packaging or shipping quantities will be considered.) - 10.They Purchasing Department assumes responsibility for the correctness and clarity of this bid. and all information and/or i' 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 r i representatives prior to award shall be gounds for disqualifications. - ~ 12 The conditions and terms of this bid will be considered when evaluating for award. ! m ' - 11.1 The City of Denton is exempt from ail sales and excise taxes. (Article 20.048) P-1A gID # 9904 PROPOSAL THE CITY OF DENTON, TEXAS ' "s FOR THE CONSTRUCTION OF ' `COLORADO BOULEVARD LEFT TURN LANE AT LOOP 288 t , DENTON, TEXAS ye „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 tIt'.is.understood that the following quantities of work to be ' -done 'at ,unit one prices are approximate only,, and are intended 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 r•i":' 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 workdays shown on the bid tabulation sheet. P _ l._ 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 i'E'asecurity shall_rbecome the property of the Owner, and 'shall be ' considered asya..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...,,5hould. bidder alter, change, or qualify any + specification of thec bid,, Owner. may automatically disqualify rp~'bidder. ofewhaunder , t ver gna nature required, poses in strict accordance with perform. th the lfansns end specifications, for the followin sum or P g prices, to wit:. i h" it - • • i x t f ' P _ 2 WORK DAYS 15 BID NO. 9904 Colorado Boulevard PO NO. Left Turn Lane at Loop 288 .(Asphalt Pavement) 'BID TABULATION SHEET - ITEM' DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL Contractor'.s Warranties Lam. . 1.21 and Understandings LB rj J G S Preparation of I I I . 3.1 Right-of-Way LS 1 $3 000 / 00 Barricades, Warning 8.1' Signs and Detours LS 000 / / 00 I o 3.3 Unclassified Excavation 182 CY Q%CY Z O p Remove Concrete 0 3-B`' Curb and Gutter 230 LF Z,v /LF 2. - SP-2 Concrete Saw Cut 4 LF 7C LF '0.s2 8.2-A Concrete Curb and Gutter 210 LF °~"/LF I AZY 70, 62- 1 1/2' Asphalt 5.7-A Pavement (Type D) 225 SY ~G /SY T'51 0 . 10 - 4 1/2' Asphalt 5 F° o? .7-B Pavement ('Type A) 225 SY /SY 4' Asphalt . ` 5.7-C " Pavement (Type A) - - 285 SY 9-/SY G(a. ~o 2' Asphalt Pavement O° 5.7-D "Patch Material (Type D) 1 Ton _ %Ton Colored and Textured / 5.8-A.2 4' Concrete Flatwork 153 SY /SY (O ZO.o? SP-39 Pro'ect'Si n 1 EA 000 /EA 00. ca TOTAL(-/ / -1 ZZ IT IS THE PURPOSE'AND INTENT OF rHE CI OF DENTON TO AWARD THIS BID FOR EITHER THE ASP T OR CONCRETE (PAVEMENT. THE AWARD WILL BE MAD,B FOR THE TYPE CONSTRUCTION EVALUATE TO BE THJq MOST OST EFFECTIVE AND BENEFICIAL.TO T CITY OFD ON. P - 3 WORK DAYS 15 PID.NO. 9904 Colorado Boulevard' PO NO. Left Turn Lane at Loop 288 (Concrete Pavement 1. BID.TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL I Contractor's Warranties I I I I / " 1.21 I and Understandings I I LS I $ $ laS~ Preparation of I I I 3.1 I Right-of-Way I I LS I $ Co0 7 I $ 3 000 c? Barricades, Warning I I I I 8:1 F Signs and Detours I I LS 1 $ 00°"/ I $ /T o0 01, . I I I I o_ 3 3 ' 1 Unclassified Excavation I 182 1 Cy I $ /O /CY I $iPZO I Remove Concrete I I I I . 3.B Curb and Gutter I 230 I LF I $ Z•~5/LP I $>~Z 6:9 I I I ~ I SP-2 I Concrete Saw Cut i 4 1 LF 1 $ Zo /LF 1 $ , 8.2-B I Integral Curb and Gutter I 210 1 LF I $ a~/LF I $ 5_8-A.1 18" Concrete Pavement I 270 1 Sy 1 $Z9, /SY' I $ 7 ~q7 2" Asphalt Pavement I I I I 00 5.7-D I Patch. Material (Type D) I 1 I Ton- I $ - /Ton I $ sly I Colored and•. Textured I I I G/ ao I - 5.8-A.2 I 4" Concrete Flatwork I 153 I Sy I $'7C _/SY I $h/20 .,•r I i SP-39_ I Project Sign' I 1 I EA I$ C P/EA I$ 200-'C CO 6t` I I Total I $2/~'770 t' I I I I i 1 I I I 1 IT IS THE PURPOSE ANDIINTENT OF tME CITY OF DENTON I I TO AWARD THIS BID FOB ]EITHER THM ASPHA13T OR CONCRETE] " (PAVEMENT. THE AWARD GILL BE MADIE FOR VM TYPE I ]CONSTRUCTION EVALUATED] TO BE TRV MOST dOST EFFE TIVEI AND BENEFICIAL TO THE (CITY OF DENTON. I I I 1 I I ' I I I I I I •.s I I I' I I. I I I I I I I I I ] I. I I P - 4 BID# 9904 BID SUMMARY 1 J5 TOTAL BID PRICE IN WO S Z d 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. cJ G~- oe - rc. 6 i ~ BY ?ozo .',Street Address ~de_/tA 'All 76 City and State' Seal &:Authorization (If a corporation) 30 Z Telephone _ B - 1