Loading...
1988-1060923L 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 ddescribed or in h the construction bid u invitation,1e bid public or proposals lowest impr improvements responsible 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 9858 Craig Olden, Inc AMOUNT $74,915 00 SECTION II That the acceptance and approval of the above compet tive b 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 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 c contracts a accordance with Notice to Bidders and Bid Proposals and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein SECTION IV That upon acceptance and approval of the above competitive bags 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 21st day of June, 1988 tn~wa~' RAYS PENS, AYOR ATTEST J IF R AL' RS, C- ITY SECRETARY A PROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY BY PAGE TWO DATE June 21, 1988 CITY COUNCIL REPORT TO- Mayor and Members of the City Council FROM: Lloyd V Harrell, City Manager SUBJECT BID# 9858 WOODROW LANE CULVERT AND CHANNEL IMPROVEMENTS REC0IiF1ENDA~ ION: We recommend this bid be awarded to the lowest bidder, Craig Olden, Inc to the total amount of $74,915 00 with completion in twenty-five working days SUMMARY This bid is for the labor materials and supplies to furnish and install a fO=0' X 62' concrete box culvert in the creek crossing on Woodrow Lane The bid also includes the necessary channel excavation, improvements and hydromulching BACKGROUND' Tabulation Sheet PROGRAMS. DEPARTMENTS OR GROUPS AFFECTED: Engineering - Public Works FISCAL IMPACT: This project will be funded from Bond Funds for 1987/88 Account # 436-020-GOBS-8801-9105 Respectfully submitted la el City ffinager Pr red by, Name Tom D Shaw, C P M Title Assistant Purchasing Agent Approved a J hn J Marshall, C P M Title. Purchasing Agent MEMORANDUM DATE May 23, 1988 TO Rick Svehla, Deputy City Manager FROM Charlie McKenna, Engineering Tech Supervisor/Drafting SUBJECT Woodrow Lane Culvert 4 Channel Improvements Attached are bid sheets for the subject project From the bid sheets, Floyd Smith Concrete is the apparent low bidder at $67,558 30 for the base bid However, there is an error on the total price for Item 8 15 $1,764 00 should be $7,200 00 This price raises the total bid to $72,994 30 and makes Craig ~►Olden Incorporated the low bid at $70,850 00 It is our recommendation that awarded the contract for Wood Improvements at the following 10'x10' Box Culvert Excavation and Hydromulch Total Bid Craig Olden Incorporated be row Lane Culvert and Channel prices $70,850 00 4,0-6-S- 00 4,915 00 Charles McKenna er Engineering Tech Supervisor Cit ng nee 0559E W N i i r r I o ~ o e I ~ n ~ a 'V to : N 1 9 1 ~ I 1 E 1 1 ~1 t w, p1 O CC ZI 1 OI ~ 1 ~1 u i N i` mI Al N s I 8 n A ~ ~ s paw~ ~ ~ ~ 3 11i ~ ~ s¢ : ~ ~ s ! I - i 1 ~s di W MEN ' j N ~ ~~N i m i y ~ ~ F t A m ~ 'g B ~ ~ $s S i N ; ; e ® ~ ~ 1 ~ ~ ~ ~ r ~ ~ ~ _ 1 ~ ~ _ ~ _ ~ ~ ~ ~ ~ ~ SS 1 n ~ ~ ~ ° N a ~ ~ ~ ~ a ~ ~ u a i ~ e i - ~ r P m V l N to + ~ y y. ~ Rp ~ ~ ~ CJ~ l i { f ~ m m i ~ .y s ~ ~ ~ ~ O i l e ~ h ~ ~ I ~ ~ t ~ q 7o aB i ~ Q m N Ns ul _ 1 I 1 1 1 I ~ ~ M ~ ~ ~ ~ ~ ~ ~ - ~ w r M ~ I M ~ ~ - I ~I« ~ ~ STATE OF TEXAS CONTRACT AGREEMENT s ae)6 COUNTY OF DENTON ) THIS AGREEMENT, made and entered into this 22 day of JUNE A.D., 19 88, by and between THE CITY OF DENTON TEXAS of the County of DENTON 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 I ITTI LELM. T XAS 75068 (214-292-1759) of the City of LITTI F PI M 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# 9858 - WrlnnDnjA1 I " _ 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 JERRY CLARK CITY ENGINEER , 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 prices shown OWNER in the rProposal, which CONTRACTOR part current of n this ndcontract, 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. ` (_AY. 3r ATTEST: APP VED S TO FORI~~\ City Attorney (SEAL) CRAIG OLDEN, INC. Party of the Second CONTRACTOR By e r s' ent- s- e;o 30, (SEAL) CA-2 0044b .BOND 24-157788 STATE OF TEXAS COUNTY OF DENTON) ( PERFORMANCE BOND KNOW ALL MEN By THESE PRESENTS: That CRAIG OLDEN, INC. of the City of LITTLE ELM County of DENTON, and State of TEXAS as PRINCIPAL, and LLOYD'S, U.S. , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CITY OF DENTON TEXAS as OWNER, in the penal sum of SEVENTY-FOUR THOUSAND NINE HUNDRED FIFTEEN Dollars 74,915.00 ) 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 22 day of JUNE y 1988 for the construction of BIDdk 9858 which contract is hereby referred to and made a dpart hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void: otherwise to remain in full force and effect; PB-1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 24th day of June 1988 Craig Olden, Inc. Principal By Z 0 tle President Address P. 0. Box 1500 Little Elm, TX 75068 Lloyd's, U.S. Corporation Surety Title Attorney in Fact-ror Underwriters at Llo,V.d'1" Address 1999 Bryan Stns Dallas, Texas 75201 (SEAL) The-name and address of the Resident Agent of Surety is: Frank B. Hall; 750 N. St. Paul St., Suite 2100 Dallas, Tx 75201 U.S NOTE: Date of Bond must not be prior to date of Contract. PB-2 0091b PAYMENT BOND STATE OF TEXAS COUNTY OF DENTON ) ( KNOW ALL MEN BY THESE PRESENTS: That CRAIG OLDEN INC. of the City of LITTLE ELM County of DENTON and State of TEXAS as principal, and LLOYD'S, U.S. authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly hound unto -THE CITY OFD NTOL1, TEXAS OWNER, in the penal sum of SEVENTY FOUR THOUSAND NINE HUNDRED FIFTEEN DOLLARS Dollars ($74,915.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by thes presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 22 day of JUNE 19 gg , BIDdI 98 58 - WOODROW I AN C i 1LVERT AND C HANNEi IMPROVEMENTS PURCHASE ORDER# 84942 - $74,915-00 to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosection of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; provisions of ArtticleD51600oofthe revisedthiCivilbond Statutes of Texas as ramendedtby the acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB-3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITHNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 24thday of June 19 88 Craig Olden, Inc. Principal B Craig 0 den Title President Lloyd's, U.S. Corporation Surety TitleAttornev in Fact Underwriters at L1 Address (SEAL) me name"and-\address of the Resident Agent of Surety is: Frank B. Hall, 750 N. St. Paul Suite 2100, Dallas, Tx 75201 PB-4 0092b Address P. 0. Box 1500 Little Elm, TX 75068 MAINTENANCE BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: THAT CRAIG OLDEN, INC. as Principal, and a Corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, A Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas the sum of SEVEN THOUSAND FOUR HUNDRED NINETY TWO DOLT ARS AND NO/100 Dollars 7 492.OD , 110% 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 as this day entered into a written contract with the said City of Denton to build and construct RNIfI 9RSR IAinnnon%AI i AKt! r. a I1-1- wm cn contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporatd herein by reference and made a part hereof as though the same were written and set out in full herein, and: . WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary back£illing 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. 0093b MB-1 NOW, THEREFORE, if the said agreement to maintain said construction and keep same period of one (1) year, as herein and said contract shall be null and void and have no further effect; force and effect. Contractor shall perform its in repair for the maintenance provided, then these presents otherwise, to remain in full further It is agreed that this one against he Principal and Sur y that successive o recoveries emay be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF the said Craiq Olden Inc p as Contractor and Principal, has caused these resents to be executed by and the said r is Olden T,T odd ~ ~ , TT S as surety, has caused these presents to be executed by its Attorney-in-Fact Lanny W Land and the said Attorney-in-Fact has hereunto set his hand this 24th day of June , 1988 SURETY: PRINCIPAL: Craig Olden, President Craig Olden, Inc. iters MB-2 0093b POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOWN ALL MEN BY THESE PRESENTS, THAT THE CORPORATION OF LLOYD'S, a corporation duly organized under the laws of the State of Texas, and having Its head office In the City of Dallas, County of Dallas, Texas, Attorney-in-Fact for the Underwriters at LLOYDS. U.S., hath made, constituted and appointed. and does by these presents make, constitute and appoint LANNY W. LAND Its two and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, execute and acknowledge, by his/her sole signature and act, any and all bonds, recognisance, contracts of Indemnity, policies of insurance and all other writings obligatory in the nature of a bond, recognizance, insurance, or conditional undertaking, and any and all consents incidents thereto and to bind the CORPORATION OF LLOYD'S, Attomey-in-Fact for the Underwriters at LLOYD'S. U.S., thereby as fully and to the same extent as if the same were signed by the duly authorized offices of the CORPORATION OF LLOYD'S, and all the acts of said Attomey(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Corporation which Resolutions are now in full force and effect: VOTED: That each of the following officers: Chairman, President. Vice President. Secretary, may from time to time appoint Resident Vice Presidents, Resident Assistant Secretaries, Attorneys-In-Fact, and Agents to act for end on behalf of the Corporation and may give any such appointee authority to sign with the Corporation's name and seal with the Corporation's seal bonds, recogn'izances, contracts of indemnity, policies of Insurance, and other writings obligatory in the nature of a bond, recognizances, policy of insurance, or conditional undertaking, and any of avid officers or the Board of Directors may at any time remove any such appointee and revoke the power and authority given him/her. VOTED: That any bond, recognizance, contract of indemnity, polity of insurance, or writing obligatory in the nature of a bond, recognizance, polity of insurance, or conditional undertaking shell be valid and binding upon the Corporation when (a) signed by the Chairman, the President, a Vice President, or by a Resident Vice President, pursuant to the power prescribed in the certificate of authority of such Resident Vice President. and duly attested and sealed with the Corporation's seal by a Secretary or Resident Assistant Secretary, pursuant to the power prescribed in the certificate of authority as such Resident Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact pursuant to the power prescribed in his or their certificate or certificates of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Board of Directors of the CORPORATION OF LLOYD'S which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: Chairman, President. Vice President, Secretary, and the seal of the Corporation may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vim Presidents, Resident Assistant Secretaries or Attorneys-In-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation in the future with respect to any bend or undertaking to which it is attached. IN WITNESS WHEREOF, the CORPORATION OF LLOYD'S has caused this instrument to be signed by its President James W. Howard and its corporate seal to be affixed this Twenty-fifth day of February •19 86, „ w CORPO TION OF LLOYDS 40 o~ T W State of Texas ( - rde: President County of Dallas Onthis 25th dayof February. .19 86 ,before me personally came James W. Howard to me known, who, being by me sworn, did depose and say: that he/she is President of CORPORATION OF LLOYD'S, the corporation described in and which executed the above instrument; that he/she knows the seal of eaitl corporation; that the seal affixed to the said instrument on behalf of the corporation by authority of his/her office under the Standing Resolutions thereof. Far EV r° am ~rE OF lft My Commission expires Notary.RUtilic . V p.JAJn.~ V c_ CERTIFICATE r I, the undersigned. Secretary of CORPORATION OF LLOYD'S, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revokee; siiil- furthermore, that the Standing Resolutions of the Board of Directors, as set forth in the Certificate of Authority, are now in force. Signed 'Td Sealed at the Head UtlfGe of the Corporation. In the City of Dallas, State of Taxes. Dated this 2 4 t. ]7 15.1 day of .19 By 1/40 v' Les Tile: Secretary CITY OF DENTON MINIMUM INSURANCE REQUIREMENTS INSURANCE: Without limiting 'any of the other obligations or liabilities of the C ontractor, the Contractor shall provide and maintain until the contracted work Denton,'dOwner, the mi imum insurance completed/delivered coverage v as eindicated hereinafter City of 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: I Thirty (30) days advance written notice of material change or cancellation shall be given; I o The City of Denton shall be an additional named insured on all policies. protect the Contractor against call Lclaimst underhlapplicablee sshall tate 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 rm Automobile Liabil comprehensivefo form ity. This insurance shall be written in 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 be in an 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 CERTIFICATE OF INSURANCE CITY OF DENTON Mama and Address of Apaecy -750 N- I;t Pnirl its 2100 Dallas Tex75201 Phone 214/969-7550 Maas and Address of Insureds =+:~~1Q~1dPa Tnr otal Elm TX Mwo 691-1815 10/31/87 16280005 This is to certify that policies of Insurance listed below have been issued and ny are In form at this ties. ,ei"e"'ve Gumm al Liability Cl A Occurrence -xSIWR Fxk*AItW.Rxla WWW Broad form to Include, - Pramtaas/C~erations Por~scna4(ry~ Cparetions - Contractors L I ability (sae il-reverse) Explosion and Collapse Hazard - Wdarground Hazard Liquor Llebilt Coverage Fire Legal LleblIIty (see #3-reverse) Broad Form Property Damage - Professional Errors/Onlsslons - oeWrrence - Claims sede (sae 02-reverse) A LIabC~rol lrr ~sive Aut0ft*I Ie Dnrned/Leased Autarobl Ion - Mlred~iy,dd Auttomobi less A W OWS LTebl~fy and 10/31/87 162802091 City of Denton ileferenm: Project Names Project Not Project Location: Hsnaging Dept: Ccepantea Affording Coverage, A Wausau Underwriters Inc. e C 0/31/88 Bodily injury Properly Daaaga of Bodily Injury any Property Damage Cab 1 red General Aggregate Completed Ops Aggregat Personal&Ad. Injury _EdLLU rrence Fire Damage- I4edical Expense 10/31 12/5/87 112, 61302096464 aodlly Injury/Person Bodily Injury/Acoldent Property Damage Bodily Injury/Property Damage Comb Inod Amount 51,000 1,000 1,000 1,000 5 $ 1,000 A Other Insuranm am _ $500,000 General Aggregate Owners Contractors Protective 6/24/38 10/31/3 $500,000 Comp.Ops. Aggregate Binder #472 $500,000 Each Occurrence faee as n definof OW&tlons/ ed d an on the Lomttws/Vehietes. The City of Denton is an additlanal insured as its Interest key reverse side. urea and address of Certifloate Helder. C= (]F VW=1 mm FUCkSM AGM W-8 Tr70lS Sr r_ . sow- HvNx ar (w 1m a-4 AI78(IRX CONDITIONS AD MORAL MM: The City of Dertm, its elected and appointed dr1cials, officers and miployecs. (This does mt apply to WMICE 's C.mpasatim. ) NO= OF CAIrMi MM: Prior to any material cta*p or cancellation, the City of Dentin wall be give, 30 days adraJce mitten notice mailed to the stated address cf the Certificate molder, City of Denton. 1- OaIIWUFAL CaMA(£: (Liability asvmed by contract or ant, and woad not otherwise Mist). The emhachsl liability rMArenent sham m the revere side of tb[ s Certificate cf Irxxrm a ,rig. Compreha~ve Gaugal Liability, mist include a definitim of o0ueaW broad ena4gn to lNide a Ne-4p for ahligaticms arymed by the m1tractor in the nefammd omb act_ This Certificate of Insma nce is provided as regAred by the grvenirg 2- CLAM MW FaM RD& RBW red period of aweaW will be detmmned the follarirg formula: Crntinuais mue--W for the life of the oontract, p1 m me yew (to provide OMMMM for the city pmlod), and a orte ded dLsoouey period for a mmmm of 5 years which stall begin at the end ce the warranty period. 3. FM iEML CSABUI1y: (PeWued in all ombwts that imolve the OmVaic-y, crostnuctim or alteration of City-abed or leased facilities). Irsuane is to owe' btdldiigp, CDdtedts (where gnlirable) and installed egApumt with rTspect to property dam to sUlacbear portions of stnxtures if such is cased by the peal cf fire and due to the oPm-dtios of the a l ntr-xt . Wort of liability is to be a m norm d $500,000. Q-4 CERTIFICATE OF INSURANCE CITY OF DENTON Name and Address of Agency Naar and Address of Insured: City of Denton References Project Nam: Project No: Project Location: Managing Dept: Companies Affording Coverage: A IB phone I C This is to certify that palicles of Insurance Iisted below have been issued and are in force at this time. ny on - mrOhmsiv General Llabi I ity - Claims Made (sr #Z-reverse) Broad Fare to Includes - Premises/Operations - Indepandent Contractors - Products/Completed Operations - Personal Injury - Contractual Liability (sae #1-reverse) - Explosion and Collapse Hazard - Underground Hazard - Liquor Liability Coverage - Fire - Broad F~orml P operty (Da mn~ege#~e~~) Professional Errors/Omissions II) - l- Occurrence - claims made (ses #2-reverse) CamprGlum siva Aufamablle. Liability - Omed/Leased Autarobi Ies. - Nan-owned Automobiles - Hired Automobiles 24 - Eaployers' ' Li~abl I i y and Offer Insurance of Liabil Bodily Injury I $ Property Damage $ Bodily Injury and Property I Damage Combined $ Bodily Injury/Person $ Bodily Injury/Accident $ Property Damage $ Bodily Injury/Property Damage Combined $ Mount Description of Operations/Locatlons/yehlcles. The Ci appear as defined on the reverse side. tY of Denton is an additional insured as its interest may Nam and address of Certificate Holder. CITY IF DMIM, TEMS RNID71LSQX' AGMs 907-$ 'IDOLS Sr DENIM, 1X 762p1 M 73wAm rn ~ (N Ep CC-4 rte. )%9 CI-3 CITY OF DENTON, PURCHASING DEPARTMENT DATE:. April 13. 1988 BID NUMBER: # 9858 BID TITLE: WOODROW LANE CULVERT & CHANNEL IMPROVEMENTS Sealed Bid Proposals. will be received. until 2:00 p.m. MAY 10. 1988 at the Office-of the, Purchasing. Agent 901-8 Texas Street, Denton,. Texas 76201-4229. BIDDER' NAME: ADDRESS: Q.~ ~a.[ I S7o 7-14- 7-9z - 1-1 S9 INSTRUCTIoNs.To, BIDDERS' john. J.. Marshall,. C.P.M:. Purchasing Agent (817) 566-8311 1. Sealed bid. proposals, must be received.. in duplicate, on this form; prior to. opening. date and time to be considered. Late. Proposals will be returned unopened.. 2. Bids shall be plainly-marked.as.to the bid,number. name of the bid. and bid opening date on the outside of completely sealed: envelope. and mailed:or delivered to the Purchasing. Department: City of Denton: 901-8 Texas. St., Denton'. TX 76201. 3.. Arry.' submitted. article; daimitings ftem. the, specifications. Must' be identified: and, have. full. descriptive data'- accompanying: same: or it willtnat be'conslderea s: All matmials:are to~be-qudted.F0W0sntcn; Texas,, delivered.to the floor of ins 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. 8. In case-: of. default after bid:.acbeptame, trio City of Denton, Texas may at its.option hold the,acceoted bidder or contractor liable tar any. and all resultant: inereaaed:Cdata.as. a penalty for. such default. 7. The City of 0enton.reserves,the right to reject any and.all bids. to waive all informalities and require-that. submittedbids remain in force, fora sixty (00 day. pehod,aner 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 thecontractperiod., 9. Theitems anill-Wbe Priced eadtnet: (PBCkagirg. or shipping. quantities will be considered.) 10. The Purchasing. Department assumes responsibility for the correctness and'. clarity of this bid, and all information andfor- 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 otthis-bid. will be considered when evaluating for award. 19. The City of Denton is.exempt.tromall sales and,excise taxes. (Article 20.04.8) APPROVED JUN ? 1 ?988 CITY Oi DENTON PURCHASING DEPT. BID # 9858: PROPOSAL TO TH& CITY OF DENTON, TEXAS. FOR THE CONSTRUCTION OF WOODROW LAN& CULVERT: AND CHANNEL IMPROVEMENTS IN; DENTON?. TEXA'S 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 asp therein set forth:... It' is understood that the following quantities of work to be done at. unit prices are approximate only, and are intended principafily 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- bei performed at the unit prices set forth below except as:provided•for in the specifications. Iti is further agreed that. lump sum prices may be increased to cover- additional work. ordered by the City, but not shown on the plans or required by the specifications, in accordance with the. provisions to the General Conditions.. Similarly, they may be decreased' to cover deletion of work. so ordered. It is understood and agreed., that the work. is to be completed in full within. the number of work. days shown on the bid tabulation sheet. P - 1 Accompanying this. proposal is a. certified or cashier's check or Bid Bond, payable to the owner, in the amount of five percent of the total bid. It is understood that the bid security accompanying this proposal shall be returned. to the bidder, unless in case of the acceptance of the: proposal, the bidder shall fail to execute a contract and file a, performance bond and a payment bond within fifteen days after its. acceptance, in which case the bid security shall become the property of the Owner, and shall be considered as a payment for damages due to delay and. other inconveniences suffered by- the owner on account of such failure of` the bidder., Owner- reserves the right to reject any and all. bids'. Jwner may investigate the prior. performance of bidder on other- contracts,, either. public. or private, in- evaluating bid: Sho specifications ofulthe!•bbid, Owner" rmayc automatically u d sq alify bidder.. The undersigned: hereby proposes and. agrees to perform all work. of whatever nature required,. in, strict accordance with the plans. ,and specifications, for the following sum or prices, to wit: P - 2 Double 1 0'x10' ecx Culvert on Wocdtow Lane BID TABULATION SH EET ITEM DESCRIPTION QUANTITY UNIT (Contractors Warranties 1.21 I& Understandings I (Double 10x10 Box Culvert) I I LS I 2.12.3a ((Direct Traffic Load) I 62 I 1 ]Preparation of Right- I LF 3.1 IOf-Way I 6 I LS I 704.5 I IC1ass.A Concrete. I I 50 5 I I IBarcicades.warningrsigns. I . I' Cy 8.1 and Detours I I ICombination'.Rall Type C4' I I LS I 8.12 [Aluminum I I 42 I LP I 8.15' I (Class B Concrete Rip Rap I I i 400 I I Sy. 8.117 I (Metal Beam-Guard Fence I I I 260 I I LF' I SP-3: I. (Reinforcing Ste e1 I i 4 620 I I I LB I SP-10 I (Rock Excavation I I 25 I I I I' CY I I ~ I I cavation I, .5 I I .10.7 1 i I LF I I I 1 I i I 1ALI CY I I i SY I I I I P - 3 WORK DAYS 25 BID NO. 9858 PO NO. Bid 9858 BID SUMMARY. TOTAL BID PRICE IN In the event of. the award of a ,contract to the undersigned,. the undersigned will. furnish a performance bond and a. payment bond. for the, full amount of the contract, to secure proper compli•,nce 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. City and-State Seal & Authorization. (If. a, Corporation) Z14-Z4R7_ t-I SO Telephone P - 4' _ ~aX ISbo Street Ad ress CITY OF DENTON DATE: MAY 5. 1988 PURCHASING DEPARTMENT - BID NUMBER: # 9858 BID TITLE: WOODROW IN CULVERT & CHANNEL IMPROVEMENTS Sealed Bid Proposals will be received until 2:00 p.m. MAY 10, 1988 at the Office of the Purchasing Agent 901-8 Texas Street, Denton, Texas 76201-4229. John J. Marshall, C.P.M. Purchasing Agent (817) 566-8311 A D D E N D U M # 1 INSTRUCTIONS TO BIDDERS 1. Sealed bid Proposals must be mewed in duplicate, on this. form, prior to opening date and time to be considered. Late Proposals will be returned unopened. 2 Bids shall be plainly marked as to the bid number, name of the bid. and bid opening date on the outside of completely. sealed envelope, and mailed or delivered to the Purchasing Department. City of Denton, 901.8 Texas St.. Denton. TX 76201. 1 Any Submitted. article deviating from the. spebifl same, Or it will not be conedieta0, utlone moat be identified and nave full descriptive data. accompanying 0. All materials are to be quoted FOB Damon, Texas, delivered to the floor of the warehouse, or as otherwise indicated. . * The City of Denton, Texas reserves the, right to accept separate items in a bid unless this right is denied by the bidder. & In case of default after bid acceptance, the qty of Demon, Texas may at its option hold the accepted bidder or contractor liable for any arid, ail raeuitant increased costs as a penalty for such default. 7. The City of Denton reserves the•rightto reject any and ail bids, to waive ail informalities and require that submitted bids remain in forge fora sixty (0011 day Period after opening or until award is made: whichever comes first. !i The quantities shown maybe approximate and could vary according to the reouirements of the City of Denton throughout the contract period. 9. The items are to be Priced eeah nef. (Packaging or shipping quantities will be considered.) 10. The Purphaalng Department asituntee responsibility ter the correctness and clarity of this bid, and all information and/or questions pertaimng 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. 11 The City of Denton is exempt from all sales and excise taxes. (Article 20.04-8) Double 10'x10' Box Culvert on Woodrow Lane BID TABULATION SHEET (Contractors warranties I 16 Understandings I IDouble 10'x10' Box Culverts ((Direct Traffic Load) I (Preparation of Right- I 10f-Way I I I is Warning Signs Irs ion Rail Type C4 WORK DAYS 25 BID NO. 9AS8 PO NO. I I I $ c <o /LF I I I I $ I /CY i I $ : l c-~ /CY I I I I "t00. Jo I I I $ ° I /LF I 1 I 1 $ I / SY I I ~s I I $ C / LB i I I S I /~v I 0. 00 c • a-. Db C;. J~ 1 I i I I - i I I TOTAL I$ 1° 5 I I I I 2.12.3b ICrown Span 20' X 10' I 62 1 LF I $ I /LF 1 $ 1 I I I I I I I I I I I I I I I I (ALTERNATE I TOTALI $ N17--) 3 1 I I I zo I 3.5 (Channel Excavation I 1 110 1 CY 1 $ /CY 1 $ zti~ oa I I I I I 3.10.7 iHydromulch I 2,705 I Sy I $ /SY I $ 1 I I I I I I I I I I I ~ I I I I I I I TOTAL I$ o oS . w P - 3 BID 9858 ADDENDUM Nl The following changes have been made to the Woodrow Lane Culvert and. Channel Improvements project. 1. Some or all of the class B Concrete Rip Rap may be deleted prior to execution of the contract. Contractors should not include profit in this item. (Item 8.15) 2. The Metal Beam Guard Fence is to be deleted (Item 8.117) 3. The quantity for Class A concrete has been changed- from 50.5 CY to 53.5 CY. (Item 7.4.5) 4. The quantity for reinforcing steel has been changed from 4620 lbs to 5120 lbs. (Item SP-3) 5. Compacted fill has been added to the quantities for structural support on the sides of the box and behind the wingwalls. This fill should come to the top of the box and be sloped down at 3:1. The quantity estimated is 35u CY. (Item 3.7) Drawings are attached showing the addition to the concrete headwalls and associated details. 0559E