Loading...
1988-0760923L 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 9844 Lloyd Brothers Construction Company 41,638 898 101 893 14 90 9845 9851 Floyd Glen Smith Utility Engineering 00 SECTION II That the acceptance and approval of the above compet tive 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 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 competitietitiivveer 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 ate y upon its passage and approval PASSED AND APPROVED this the 3rd day of May, 1988 RAY S' ~ P NS , fAYOR ATTEST J NIFER ALT RS, CITY SECRETARY APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY BY Lt//(1// PAGE TWO DATE May 3,1988 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT Bid #9844 Airport Sanitary Sewer RECO161ENDATION We recommend this bid be awarded to the low bidder Lloyd Brothers Construction Co of Colleyville, Texas for $41,638 14 SUMMARY This bid is for the construction of the sanitary sewer that was included in the prior bid for the airport improvments and was deleted when the award was made We have now bid this item seperate and received ten bids(more than on the prior bid as a sub-contractor) The range of bids from a low of $41,638 14 to a high of $97,371 50 at a 57% range difference BACKGROUND Tabulation Sheet, Memo from Jerry Clark PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED This is a part of the planned Airport improvements FISCAL I1IPACT There is no additional impact on the Generdl Fund (Fund 401-002-AB87-8502) Respectf lly submitted W.// Lloy Harrell City Manager Prepared by Mme ,ohn Marshall ctItle Purchasing Agent Approved AYame', ,john Marshall Title, Purchasing Agent I ii =1 In 1 I nl ml OI O °Y i c i i m i ~ y r 1 a1 Cfl ~I I I I I I 1 I 1 1 A 9 i I I 41 I I I I ly 1 'O I ~ a 1 N I r9 I y I ~ y i 1 1 I I I y 1 I I I Y1] I m ti 9 I 3 I l l Qil m a 1 I 11 ~1 yl l O Q N 1 1 1al 1 y ~ ,y I ~ I I i t ~ j 9 I NI 31 1 I In I m 1 i' 1 1 I I A I I ~ 1 1 I 1 A 1 1 I 1 I y I I ~ 1 1 1 1 1 1 1 1 9 r 1 I I I 1 I 1 +9 __I I I ~ I I I ti fJ' ,C m N 1 : I I A~ rn 1 A 1 y A I 1 O o ca m I z 1 In y n ~ a i m N ly A 1 9 ~ n y N I 1 Z' 1 1 a- m a i i r n T ~ 1 ~ i v N 1 ~ n ~ 'u S I y 1 Ip C A 9 i rG~1 1 i 4 o m 41 Z +J ~ i ~ y rn ® m ~ i b i ~ 0.+ N N y >P. 1 A I I 1 1 ~ p = ~ ~ J T + I 1 T Z I 1 A ~ IT1 y N i O 1 m m P t 'H m I 'A ; y_ 'a ns 1 1 p j 1 _ n = ' .y~ + 1 T 1 n ~1 C T N 1 1 G C 'AA ( n R.11 w 1 ~ I H < 1 1 +O 1 j O j 1 O ~ I ~ ~ O ~ 1 G A r11 + i I 9 I ~j T 9 } I 1 O I _ Z _ _ n 1 I ~ r ! ra 1 Z ~ a rff m ~ S 1 y ' A 1 . i m 1 i o y ® i I s ' 1 0 1 ' P I A aw ' 1 + I C 9 q 1 m 1 °s s A 1 C 1 y ~O I I t ' ~-0 ~ O A Z 1 CITY of DENTON, TEXAS MUNICIPAL BUILDING / DENTON TEXAS 76201 / TELEPHONE (817) 566 8200 MEMORANDUM DATE April 25, 1988 TO John Marshall, Purchasing Agent FROM Jerry Clark, City Engineer SUBJECT Airport Sanitary Sewer Bid #9b44 The low bidder on the airport sewer was Lloyd Brothers Construction with a total of $41,638 14 Their prices are excellent for all unit items in the contract This is their first job in the City of Denton We have contacted their references and met with them They seem to be a reputable company Therefore, we recommend approval of this bid to Council Jer C r , T -E 0548E CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this 5 day of MAY 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 ( LLOYD BROTHERS CONSTRUCTION, INC. P.O. BOX 45 - COLLEYVILLE, TEXAS 76034 817-267-4070 of the City of COLLEYVILLE County of DALLAS 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# 9844 - AIRPORT SANITARY SEWER CONSTRUCTION PURCHASE ORDER NUMBER 84309 $41,638.14 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 F9-0_76P written explanatory matter thereof, and the Specifications therefore, as prepared by CITY 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. A TEST: JENNI ER WALTERS CITY tSECRETARY \l q \ _ 3 N lzt9 e CITY OF DENTON, TEXAS ty o ,/First rt, 0 L OY V. HA RELL CITY MANAGER (SEAL) LT.OYD RROTHER CONSTRUCTION, INC. Party of the Second Part, CONTRACTOR ,~IK`1~ 7 i By~S xi ~ (SEAL) APPROVE AS TO FORM: City Attorney CA-2 0044b PERFORMANCE BOND STATE OF TEXAS COUNTY OF nFNToN ) KNOW ALL MEN BY THESE PRESENTS: That LLOYD BROTHERS CONSTRUCTION, INC. , of the City of COLLEYVILLE County of DALLAS , and State of TEXAS as PRINCIPAL, and EMPLOYERS MUTUAL CASUALTY , 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 FORTY-ONE THOUSAND SIX HUNDRED THIRTY-EIGHT- DOLLARS AND 14/100Dollars ($41,638.14 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 5 day of MAY , 1988 , for the construction of BID# 9844 - AIRPORT SANITARY SEWER CONSTRUCTION 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 10th day of M.AY 19 33 LLOYD BROTHERS CONSTRUCTION, INC. Principal By Title PRESIDENT Address P.O. BOX 45 Surety Title ATTORNEY IN FACT Address P.O. BOX 712 t-., . Grp ~/r r i'• a~C_ • (SEAL ^Sci The name~and address o£ the Resident Agent of Surety is: KA & ASSOCIATES, INC EMPLOYERS MUTUAL CASUALTY. (SEAL) ARLINGTON, TEXAS 76010 NOTE: Date of Bond must not be prior to date of Contract. PB-2 QFS MOINES. I01,1A 50351 0091b PAYMENT BOND STATE OF TEXAS COUNTY OF DENTON ) ( County of DENTON , and State of TEXAS as principal, and EMPLOYERS MUTUAL CASUALTY authorized under the laws of the State of Texas to act as surety on bonds principals, are held and firmly bound unto THE CITY OF DENTON, TEXAS , OWNER, in the penal sum of FORTY-ONE THOUSAND SIX HUNDRED THIRTY EIGHT AND FOURTEEN CENTS Dollars ($41,638.14 for for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by thes presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 5 day of MAY 19 88 BID# 9844 - AIRPORT SANITARY SEWER CONSTRUCTION to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosection of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the revised Civil Statutes of Texas as amended by. the acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. KNOW ALL MEN BY THESE PRESENTS: That LLOYD BROTHERS CONSTRUCTION; INC. of the City of DENTON 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 IOthday of MAY 19 88 LLOYD BROTHERS CONSTRUCTION, INC. Principal EMPLOYERS MUTAUL CASUALTY COMPANY Surety By PRESIDENT Title ATTORNEY IN FACT Title Address P.O. BOX 45 0 YVI F. TEXAS 76021 Address P.O. BOX 712 DES MOINES, IOWA (SEAL) > y ve`'nd add~e"ss of the Resident Agent of Surety is: S ASSOCIATES, INC. ARLINGTON, TEXAS 76010 PB-4 0092b STATE OF TEXAS COUNTY OF DENTON ) t-fAINTENANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT . LLOYD BROTHERS CONSTRUCTION, INC. as Principal, and EMPLOYERS MUTUAL CASUALTY 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 FOUR THOUSAND ONE HUN- DRED SIXTY THREE AND EIGHTY-ONE CENTS Dollars 10% of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and .asssigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said has this day entered into a written contract with the said City of Denton to build and construct BID# 9844 - AIRPORT SANITARY SEWER CONSTRUCTION which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporatd herein by reference and made a part hereof as though the same were written and set out in full herein, and: WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work,- or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. MB-1 0093b 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 LLOYD BROTHERS CONSTRUCTION, INC. as Contractor and Principal, has caused these presents to be executed by NO'WELL-PROCHASKA & .ASSOCIATES, INC. and the said EMPLOYERS MUTUAL CASUATLY COMPANY as. surety, has caused these presents to be executed by its Attorney-in-Fact SUSAN M RUTLEDGE and the said Attorney-in-Fact has hereunto set his hand this 10 day of 19 88, PRINCIPAL: CQ,5 4 LLOYD BR ERS CONSTRUCTION, INC. P 0. BOX 45 COLEEYVILLE, TEXAS 76034 PmB-2 0093b Employers Mutual Companies P. O. Box 712 Des Moines, Iowa 50303 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY-IN-FACT Notice: The warning elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that: Employers Mutual Casualty Company, an Iowa Corporation Illinois Emcasco Insurance Company, an Illinois Corporation Emcasco Insurance Company, an Iowa Corporation Dakota Fire Insurance Company, a North Dakota Corporation Union Mutual Insurance Company of Providence, American Liberty Insurance Company, an Alabama Corporation a Rhode Island Corporation hereinafter referred to severally as 'Company' and collectively as "Companies", each does, by these presents, make, constitute and appoint: L. D. NOWELL, SANDRA L. JONES, FRANK J. PROCHASKA, SUSAN M. RUTLEDGE, INDIVIDUALLY, ARLINGTON, TEXAS--------------------------------------------------------------------- its true and lawful attorney- in-fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a similar nature as follows: IN AN AMOUNT NOT EXCEEDING TWO HUNDRED FIFTY THOUSAND DOLLARS------------($250,000.00) and to bind each company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. The authority hereby granted shall expire April t t 999 April ~ - y-TT unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This Power-of-Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at meetings duly called and held on Marcl- 9-1983" - RESOLVED: The Chairman of the Board of Directors-the-President-any,Vice-Preside,nt, the -Treasurer and) the Secretary shall have power and authorit to 1 ) appoint i i i x z i x i ~Z, i r Y ( attorneys- in-fact and authorize them toyexecute on,behalf of the Company. and attach the seal of the Company thereto, bonds and undertakings, recognizancescontracts of indemnity and other writings, obligatory in the nature thereof, and (2) to remove any such attorney-in-fact at any time and revoke the power an authority given to him.rAttorneys-m-fact shall havefpower and authority, subject to the terms and limitations of the power of attorney issued"to them_ to`execute and deliver on behalf of the Company and attach the seal of the Company thereto, bonds and undertakings, recognizances,-contracts ofJindemnityz andr other writings obligatory in the nature thereof, and any such instrument executed by any such attorney-in=fact shall.be-fully-an` in.all,respects binding upon the Company. Certification as to the validity of any power of attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this company. The facsimile or mecha nically-reprpduced signature of such officer, whether made-heretofore or hereafter, wherever appearing upon a certified copy of any power-of-attorney of the Company, shall be valid and binding upon the Company with the same force and affect as though manually affixed. - IN WITNESS WHEREOF, The Companies have,caused these presents to be signed for each by their Chairman and Assistant Secretary, and the Corporate seals to be hereto affixed this day of WARNING: This power invalid if red diagonal imprint "Employers Mutual C ponies" is not present in its entirety, and if the signatures of the officers and notary public do not appear in blue, and if the w erm k does of appear in the top half center of the page. Seals I N S SUgg2 > \~Sop,ANC COS•" `ve P,P,iNSOg4os / ovPOna ; ; r oe POFa', o ` o0.POFa Robb B. Kelley John M-Van Sloun Chairman Assistant Secretary SEAL = 3: - - - ca da~ '.~I(IIN IPS; A IV(, SEAL y. : s OwP loua so %N .1. 3,Nao F,~NS UggNCe, P F ~`pAPOaq~. O_ 4 EY SEAL -0'r OPX..~ cam; 1953 D ^I nem` `01 UAt S 9 =o. o ev" :c- SEAL S.e 1 i MAINEW q • KATHY E. KINGERY MYCOMMISSIONEXPIRES E August 19, 1988 On this -5 Ch day of Mareh AD 19 S before me a Notary Public in and for Polk County, Iowa, personally appeared Robb B. Kelley and John M. Van Sloun, who being by me duly sworn, did say that they are, and are known to me to be the Chairman and Assistant Secretary, respectively, of each of The Companies above; that the seals affixed to this instrument are the seals of said corporations; that said instrument was signed and sealed on behalf of each of The Companies by authority of their respective Boards of Directors; and that the said Robb B. Kelley and John M. Van Sloun acknowledge the execution of said instrument to be the voluntary act and deed of each of The Companies. My Commission Expires August 19, 1988 Notary Publ CERTIFICATE I, Richard E. Haskins of the Employers Mutual Casualty Company, do hereby certify that the foregoing resolution of the Boards of Directors by each of The Companies, and this Power of Attorney issued pursuant thereto on March 5' 1987 on behalf of ~low~ll ~andr~ ones, crank J. Prochaska, Susan ledge are true a B~dct dd re s i in 1L 11 orce an e ony W ereo(I have subscribed m e and affixed the facsimile seal of each Company this day of t Vice-President FORM 7832 Third Reprint M • ,(L W ,f t ISSUE UAL IMM/UDIYY) l: a{l . , 5/25/88 m.mA ` PRODUCER THIS CERTIFICATE 15 ISSUED AS A MATTER OF INFORMATION ONLY ` AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS I NOWELL-PROCHASKA R CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVER. f ASSOC INC AGE AFFORDED BY THE POLICIES BELOW. PO BOX 99 COMPANIES AFFORDING COVERAGE ARLINGTON TX 76010 5 ' COMPANY, A UNION STANDARD LETTER COMPANY B IINSUEtlbYD BROTHERS CONSTRUCTION LETTER INC COMPANY C BOX 45 LETTER COLLEYVILLE TX 76034 COMPANY D LETTER COMPANY E LETTER J THIS IS TO CERTIFY THAT ' POLICIFS OF INSURANCE LISTED B ELOW HAVE BEEN ISSUED T'O THE INSURED NAMED ABOVE FOR THE POLICY T PERIOD INDICATED. NOTWI'VIISTANDING ANY REQUIREME NT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT_TO_WHICH. TIA15-CERTIFICATF_ MAY BE ISSUED O R MAY PERTAIN, THE-INSURANCE AFFORDED BY-THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND C ONDITIONS OF SUCH POLICIES. i CID POLICY EFFECTIVE POLICY EXPIRATION LIABI LITV LIMITS IN THOUSANDS L TR QT TYPE OF INSURANCE POLICY NUMBER DATE IMM/DD/YYI DATE IMMIDD/YYI EACH OCCURRENCE AGGREGATE a GE NERAL LIABILITY UG315485 5/25/88 6/15/88 k COMPREHENSIVE FORM PREMISESIOPERATIONS F I UNDERGROUND F EXPLOSION & COLLAPSE. HAZARD PRODUCTSICOMPLETED OPERATIONS BI&PD CONTRACTUAL 500 INDEPENDENT C ONTRACTORS BROAD FORM PROPERTY DAMAGE • PERSONAL INJURY PERSONALINJURV 100 •1 AUTOMOBILE LIABILITY 10 UILY . IN INJURY • (PERSON r 1 ANY AUTO BODILY INJURY , ` 'l 2) { I (PER z_~.!~a~k ALL OWNED AUTOS ACCIDENT) HIRED AUTOS PROPERTY '.{T-.. .1. NON OWNED AUTOS DAMAGE , GAR I TY GE 1 "r' l ABILI A L OI & PD 5 y a yi yip COMBINED l } J I~~JJ( EXCESS LIABILITY UMBRELLA FORM BI & PO COMBINED OTHER THAN UMBRELLA 1'URM WORKERS'COMPENSATION STATUTORY ) AND TEACH ACCIDENT) EMPLOYERS' LIABILITY (DISEASE POLICY LIMIT) (DISEASE-EACH EMPLOYEE( OTHER I { DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS ADDITIONAL NAMED INSURED CITY OF DENTON DENTON TEXAS SHOULD ANY OF THE ABOVE OE. -P4 POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE TtR/:OF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL / I fl/')/) DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMLLVLO fc~~/ THE LEFT, BUT FAILURE TO MAIL SUCH NOT ICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ALLY KJJND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. R TRUCK INSURANCE EXCHANGE 4680 Wilshire Boulevard Los Angeles, California 90010 INTERIM CERTIFICATE AS TO EVIDENCE OF INSURANCE THIS IS NOT AN INSURANCE POLICY. THIS IS ONLY A VERIFICATION OF INSURANCE. IT DOES NOT IN ANY WAYAMENI EXTEND OR ALTER THE COVERAGE PROVIDED BY THE POLICIES LISTED BELOW: \,__.,Aamed . LLOYD BROTHERS CONSTRUCTION, INC. Insured . PO BOX 45 Address . COLLEYVILLE, TEXAS 76034 Agent Policy No. -Gen Liab. 35-7572-44-77 Policy No. - Auto Liab. Policy No. - Cargo We certify that policies for the above named insured are in force as follows: ' , - +,n T..^ - Poicy No.: Work Comp. This Interim Certificate As to Evidence of Insurance shall expire sixty days from M,. MAY 911 1911x, unless cancelled prior to such date by written notice to the named insured. COMMERCIAL GENERAL LIABILTY COVERAGE LIMITS OF INSURANCE COVERED NOT COVERED BODILY INJURY OR PROPERTY DAMAGE ❑ ❑ Premises/Operations' ° Each Occurrence $ ❑ ❑ Products/Completed Operations General Aggregate Limit (Other Than Prod- ucts-Completed Operations) $ Products Completed Operations Aggregate Limit = $ Personal & Advertising Injury $ AUTO LIABILITY COVERAGE LIMITS OF INSURANCE COVERED NOT COVERED ® ❑ Owned ❑ ❑ Hired Bodily Injury $ 10D 000 each Person ❑ ❑ Non-Owned $ 300 000 each Accident ❑ ❑ Employer's Ownership Property Damage $ 50 000 each Accident Contingent Liability Single Limit Liabil ity for Coverages checked ® above $ .000 each Accident ❑ ❑ . Cargo $ 000 each Vehicle $ .000each Occurrence OWNED ❑ obeim; 0e° wneC r'w' AUTOS YEAR, MAKE, TYPE OF BODY, LOAD CAPACITY IDENTIFICATION NUMBER IF LAST 3 COVERED DIGITS WORKERS' COMPENSATION ❑ ❑ STATUTORY UMBRELLA LIABILITY Policy Number LIABILITY If we cancel this Certificate before the expiration date we will Certificate issued to: Name • CITY OF DENTON And • 901-B TEXAS STREET Address • DENTON, TEXAS 76201-4229 Countersigned -X' 6LIOM lfnrmT a 30, ,000 retained limit each occurrence 5V days written notice to the other interest shown below. UGHN E. THOMPSO!1 P.O. f ^x 3 `IVOlleyvi;: ; axis 7603 PRUBOULK'S COPY -ISSUING OFFICE 949 INFORMATION PAGE AR POOL LIBERTY Workers Compensation and Employers Liability Policy AC[OUNT NO. SUB ACCT NO 07 BS 48 0000 TEXAS POOLII 0000173761 POLICY NQ TD/CD SALES OFFICE CODE SALES REPRESENTATIVE - CODE N/R Ix YEM; WC2-391-078548-017 9I FORT WORTH 981 ASSIGNED 3000 J 1 87 Item 1. Name of insured LLOYD BROTHERS CONSTRUCTION, INC. P. 0. BOX 45 Address COLLEYVILLE, TX 76034 Status CORPORATION Other workplaces not shown above: M. Day wM Ma Day W. Item 2. Policy Period: From 08 14 87 to 08 14 88 12:01 AM standard time at the address of the insured as stated herein. Item 3. Coverage A. Workers Compensation Insurance: Pan One of the policy applies to the Workers Compensation Law of the states listed here: TX B. Employers Liability Insurance: Part IWo of the policy applies to work in each state listed in item 3.A. The limits of our liability under Pan Two are: Bodily Injury by Accident S 100 , 000 each accident Bodily Injury by Disease $ 100 , 000 each employee Bodily Injury by Disease S 500 , 000 policy limit C. Other States Insurance: Part Three of the policy applies to the states, if any, listed here: NONE D. This policy includes these endorsements and schedules: See attached endorsements and schedules. Item 4. Premium - The premium for this policy will be determined by our Manuals of Rules, Classifications, Rates and Rating Plans. All information reauired below is subiect to verification and change by audit. Premium Buis Run LINE 110 Essimaux! Per SIBo Estims ed Code Total Annual of Re. Annual Classifications No Remuneruion muneration Premiums PRODUCER OF RECORD NOWELL-PROCHASKA & ASSOCIATES, INC. 1125 W. ABRAM P. O. BOX 99 ARLINGTON, TX 76010 - SEp 4 1987 SEE SCHEDULE(S) - ' 1 A, Minimum Premium S 500 (TX) Total Estimated Annuo Premium $ 2 , 247 Imciaii .idir.,rment of premium.shall be made: QUARTERLY ~DcJ0*-frWnjtlJfi $ / 1 ,,4 66 This policy, including all endorsements issued therewith, is hereby countersig d by AuIM,i»d we cog. '70 oNr. N J F A,qa R»s R.ioak Pqs„» Rrry 0..r rot N6 If»n, Sex d.'rm 1 OA/2a/B7 6 S I'll? TY MFLi CPO 4013 4033 wcmaoa DATE: March 9, 1988 CITY OF DENTON PURCHASING DEPARTMENT BID NUMBER: It 9x44 BID TITLE: AIRPORT SANITARY SEWER Sealed Bid Proposals will be received until 2:00 p.m. APRIL 12, 1988 at the Office of the Purchasing Agent 901-B Texas Street, Denton, Texas 76201-4229. John J. Marshall, C.P.M. Purchasing Agent (817) 566-8311 INSTRUCTIONS TO BIDDERS 1. Sealed bid proposals must be received in duplicate, on this form, prior to opening date and time to be considered. Late proposals will be returned unopened. 2. Bids shall be plainly marked as to the bid number. name of the bid. and bid opening date on the outside of completely sealed envelope, and mailed or delivered to the Purchasing Department. City of Denton. 901.8 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~Clty 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 City of Denton. Texas may at its option hold the accepted bidder or contractor liable for any and all resultant increased costs as a penalty for such default. 7. The Clty 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 (e0) day period after opening or until award is made; whichever comes first. & 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 neL (Packaging 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 tie 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 20.04.8) BID # 9844 PROPOSAL TO THE CITY OF DENTON, TEXAS FOR THE CONSTRUCTION OF SOUTHEAST AIRPORT SANITARY SEWER 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. J P - 1 Accompanying this proposal is a certified or cashier's check or Bid Bond, payable to the Owner, in the amount of five percent of the total bid. It is understood that the bid security accompanying this proposal shall be returned to the bidder, unless in case of the acceptance of the proposal, the bidder shall fail to execute a contract and file a performance bond and a payment bond within fifteen days after its acceptance, in which case the bid security shall become the property of the Owner, and shall be considered as a payment for damages due to delay and other inconveniences suffered by the owner on account of such failure of the bidder. Owner reserves the right to reject any and all bids. Owner may investigate the prior performance of bidder on other contracts, either public or private, in evaluating bid proposals. Should bidder alter, change, or qualify any specification of the bid, owner may automatically disqualify bidder. The undersigned hereby proposes and agrees to perform all work of whatever nature required, in strict accordance with the plans .pnd specifications, for the following sum or prices, to wit: 1/ P - 2 Southeast Airport Sanitary Sewer BID TABULATION SHEET ITEM DESCRIPTION OUANmrmv nNTT riu Tm WORK DAYS 25 BID NO. 9844 PO NO. 1.21 Contractors warranties and Understandings LS /LS 7 2.12.14-A 8' PVC Sanitary Sewer 2,476 LF /LF 2.12.14-B 10• PVC Sanitary Sewer 220 LF 24 /LF ,2 7.6 4' Concrete Man Hole 5 EA / an/EA le) 8.1 Barricades Warning Signs and Detours LS . eO/LS e[ SP-6 Break Into Existing Man Hole 1 EA Oe~/EA d e SP-7 Sewer Cleanout 2 EA /~~pdC/gp ~~,ie SP-10 Rock Excavation 1 CY o•~/CY SP-37 Excavation Protection 59,350 SF ;E>e /SF SP-39 Pro ect Si n 2 EA 15'0 EA TOTAL J. 'W n e n /~f P - 3 BID# 9344 BID SUMMARY TOTAL BID PRICE IN WORDS G:,OK~7 c^A/L 11e, 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. /P 6 f7tTN~ ic?S /~,r.v57 - 7-CONTRACTOR BY Street Address ~Lu>3 y City and State Seal & Authorization (If a Corporation) 6"17 Telephone P - 4 DATE May 3, 1988 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 984 5 CONGRESS ST PAVING & DRAINAGE RECOIRIENDATION We recommend this bid be awarded on Item 1, including alternate for the total of $ 101,893 90 to Floyd Glen Smith of Denton SUMMARY This is for the completion of paving and drainage on Congress St , included in the above recommendation (Alternate A) is the drainage at Congress and Denton Streets This includes the drainage from upper Congress and Grace Temple Baptist Church has contributed their share of $12,500 00 BACKGROUND Tabulation Sheet Memo - Jerry Clark, City Engineer PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED FISCAL IMPACT The completion of paving and drainage on Congress St There is no additional impact on the General Fund 434-002-SB85-8520-9105 Respectfully submitted /z- 0461yr/ arrel City anager Prepared by 7 L - lc CL «C Na a John J Marshall, C P M ,y(tle Purchasing Agent Approved Name John J Marshall, C P M Aitla Purrhacina Anpnt h1 r y 1y~~rj m rNn a p 1~ r o A m cnn xr'.. O r r ry~ G -yy1 1~ -I ~I 8 1 :i ~ CC 'A ~ ~ -a p -1 ~ m O c 9 m ~ p I 71 I ~I r I o I $ I _ -I 1 4Y I 1 ~ I Y I I - i Ci mi a 4 ca o I tit 4h 1 -i 1 r I ml 1 1 R 1 I I ti I 1 1 I ~ m 1 ly m I 1 .fu tl01 mI ml Gll I N 1 I 4) I ~ 1 ~1 NI 1 -y 1 Q) I I I I 1 ~1 3 I S 19 p I I 1 1 ml I TI T I DI 1 31 I ® I ~ 1 1 ~ 1 I 1 ~ H I 1 ~1 Gll 1 1 1 I p 1 ~ 1 I I l ' .a.' y 1 1 1 al 1 I 1 gl I 1 I ml I 1 I m I 1 I 1 1 i - I 1 I 1 ~ c 1 m 1 ~ i I A I I 1 m m N i m i ~ ~ n a a T m N N YNi1 I I a O 1 I p ~ N N 1 I ® ® I 1 I I 1 T I 1 r m ~ m c Pi i m i ~ o P 11 c i [ 1 Z 1 C N V N m C^ ~ ~ ap I 2 m N 19 W ~ RY 1 .Ti 1 r aft i a I I I I < m 1 I z I I 4 I I o I I S 1 1 ~ 1 I - Ud CITY of DENTON, TEXAS MUNICIPAL BUILDING / DENTON TEXAS 76201 / TELEPHONE (817) 566 8200 MEMORANDUM DATE April 25, 1988 TO John Marshall, Purchasing Agent FROM Jerry Clark, City Engineer SUBJECT Congress Street Paving and Drainage - bid 9845 The low bid on the two projects was Floyd Smith Construction with a bid of $65,240 9U on the first section and $36,653 00 on Alternate A This contractor has completed many projects in the City of Denton All the projects were done in a timely and proficient manner We recommend awarding this contract to them selecting Alternate A for the Congress and Denton street portion Total bid price is $101,893 90 urace Temple Baptist Church has contributed $12,50U 00 towards construction of the Congress and Denton street project err ar <h E 054bE STATE OF TEXAS COUNTY OF DENTON ) CONTRACT AGREEMENT THIS AGREEMENT, made and entered into this 5 day of o7(, MAY A.D., 1988, by and between THE 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 FLOYD GLENN SMITH, CONCRETE CONTRACTOR P.O. BOX 1781 - 1519 WILLOWOOD DRIVE DENTON, TEXAS 76203 817-565-0114 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: BTD# 9845 - CQNCRFSS STREPT nAVTNC AND DRATNAr 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 ,iaritten -e.`xplanatory matter thereof, and the Specifications therefore, as prepared by THE, rrmY OF DFNTON ENCINEERING 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. THE CITY OF DENTON, tv of a First Part. i LLOYD V- HARRELL CITY MANAGER (SEAL) ATTEST: MITH. CONCRETE CONT. Party of the Second art, CONTRACTOR By Ti FLOYD GLEN SMITH (SEAL) APP OV AS TO FORM: City Attorney CA-2 0044b T~l~~~ll Trinity Universal Insurance Co. Companies Security National Insurance Co. Trinity Universal Insurance Co. of Kansas, Inc. Dallas, Texas 75201 TEXAS STATUTORY PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That FLOYD GLENN SMITH. CONCRETE CONTRACTOR (Hereinafter called the Principal), as Principal, and S_ECURITY:NATIONAL INSURANCE COMPANY Dallas, Texas, (Hereinafter called the Surety) as Surety are held and firmly bound unto CITY-OF D (Hereinafter called the Obligee,) in the amount of HUNDRED ONE THOUSAND, EIGHT HUNDRED NINETY THREE AND 90/100---------------------------------------------(Dollars) 101, 893. 90 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the Sth day of May -1 1988 to bid #9845 - Congress Street paving and drainaee, - Purchase order number 84308 which contract is hereby referred to and made a part hereof as fully and to the some extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, That if the said Principal shall-faithfully- perform the work-in accordance' with the plans, specifications and contiaci documents; then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on thisbond shall be determined in accordance with theprovisions of said Article to the some extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument thisl3th day of May 19 88 FLOYD^ G ~ENN SMITH CONCRETE CONTRACTOR s3 /p/j~G per!\ ~oraµu40i~ ~~~Nay~nrtnprr (P RINCIPA-LY "SE~u SEAL z =EAL's" SECURIT NATIONAL INSURANCE COMPANY IZ,4inunr fY033~~.. yNpmnlninnro~$a u By 5 3561 • 1 TOR'EV-IN-F4CT TheTrinity Trinity Universal Insurance Co. Security National Insurance Co. d . Companies Trinity Universal Insurance Co. of Kansas, Inc. UWlas. Tc+:u 75201 TEXAS STATUTORY PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That FLOYD GLENN SMITH CONCRETE CONTRACTOR (Hereinafter called the Principal) as Principal and SECURITY NATIONAL INSURANCE COMPANY Dallas, Texas, (Hereinafter called the Surety), as Surety are held and firmly bound unto CITY OF DENTON, TEXAS (Hereinafter called the Obligee), in the amount of ONE HUNDRED ONE THOUSAND EIGHT HUNDRED NINETY THREE AND 90/100----------------------------------------------- (b 101,893.90 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors,; and assigns, jointly and severally, firmly by these presents. / WHEREAS, the Principal has entered into a certain written contract with the Obligee, doted the Sth day of MAY 19 88 to Bid #984S - Concress Street Paving and Drainage - Purchase Order Number 84308 which contract is hereby referred to and made a part hereof as fully and to the some extent as if copied of length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, That if the said Principal . shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, That this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by 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 some extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this I3th day of 19 88 FLO D GLENN SMITH CONCRETE CONTRACTOR IP Rirv CSR P...a.2 T MAINTENANCE BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: THAT FLOYD i.GLENN~SMITH._- WONCRETE CONTRACTORas Principal, and SECURITY NATIONAL UUMPANY 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 TEN THOUSAND ONE HUNDRED -EIGHTY-NINE AND THIRTY-NINE CENT Dollars 10,189.39 , 10% of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and asssigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said FLOYD ;GLENN;=.SMITII-CONCRETF' CONTkACTOR has this day entered into a written contract with the said City of Denton to build and construct BID# 9845 - CONGRESS STREET PAVING AND DRAINAGE which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the. City Secretary of said City and are hereby expressly incorporatd herein by reference and made a part hereof as though the same were written and set out in full herein, and: WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from-_the -improper ---construction of-the -im'provemerits" 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 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 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 saidFLOYD GLENN SMITH CONCRETE CONTRACTOR as Contractor and Principal, has caused these-presents-to-be executed by HTM and the said SFCHRTT Y NATT (1NA1TN CIIRANCF C(1MPANY as surety, has caused these presents to be executed by its Attorney-in-Fact RANDAT,L L. MINNTS and the said Attorney-in-Fact has hereunto set his hand this 13t}#ay of MA Y 19 gg . SURETY: PRINCIPAL: SECURITY NATIONAL INSURANCE'CO. FLOYD GLENN SMITH CONCRETE CONTRACTOR BY. J Y Randad,,l_ L. Minnis ~~Atrbriiey'~ in-Fac t ~L 3 -S MB-2 0093b TheTrinity 7VCompanies 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 this 41H day of FEBRUARY E ARY-VIT CE PRES. JAMES C. DR WERT, PRESIDENT AUTHORITY FOR POWER OF ATTORNEY 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, in pursuance of authority granted by that certain resolution adopted by their respective Board of Directors on the lst 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 Each 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 theereto, are true and correct and are still in full force and effect. IN WITNESS~'H (\R EO~f=,TY e%hereunto set my hand and affixed the facsimile seal of each Corporation ` ~:;f~~ t~. `ice! :-Y.-✓ day of 19. t d do S v=:" `~platuYn-. ap~mnmwq, mac,, f~ gp~>•~%-*`r"ti n-eCTi ET.J OSF AI^°3 ==S'EALE ~~J U DI TH E FAGAN, CORP. SEC RET qRY REV. 3-82 CITY OF DENTON INSURANCE MINIMUM REQUIREMENTS INSURANCE: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work and/or material has been completed/delivered and accepted by the City of Denton. Owner, the minimum insurance coverage as indicated hereinafter. Satisfactory certificate(s) of insurance shall be filed with the Purchasing Department prior to starting any construction work or activities to deliver material on this contract. The certificate(s) shall state that thirty (30) days advance written notice will be given to the Owner before any policy covered thereby is changed or cancelled. The bid number and title of the project should be indicated, and the City of Denton should.also be listed on all policies as an additional named insured. To avoid any undue delays, it is worth reiterating that: o Thirty (30) days advance written notice of material change or cancellation shall be given; o The City of Denton shall be an additional named insured on all policies. 1. 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 To the extent the Coi direction, may require underground operations, coverage shall contain explosion, collapse of property, itractor's work, or work under his blasting, explosive conditions, or the comprehensive general liability no exclusion relative to blasting, buildings, or damage to underground 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 Contractor. Again, the Owner shall be given a certificate- of insurance indicating that all of the above policies and the appropriate limits are indeed enforced. The certificate shall also indicate that the Owner will be given at least thirty (30) days written notice of cancellation, non-renewal, or material change of the required insurance coverage. All responsibility for payment of any sums resulting from any deductible provisions, corridor or self-insured retention conditions of the policy or policies shall remain with the Contractor. The Contractor shall not begin any work until the owner has reviewed and approved the insurance certificates and so notified the Contractor directly in writing. Any notice to proceed that is issued shall be subject to such approval by the Owner. CI - 2 - - - -W - 5/13/88 PRODUCER - - THIS CERTIFICATE IS ISSUED AS AMATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, RAMEY, KING 8 MINNIS INSURANCE EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 707-FIRST STATE BANK BUILDING DENTON, TEXAS 76201 COMPANIES AFFORDING COVERAGE COMPANY A TRINITY UNIVERSAL INSURANCE CO. COMPANY INSURED LETTER B . FLOYD SMITH CONCRETE COMPANY COMPANY P.O: Box 1781 LETTER c DENTON, TEXAS 76202 COMPANY p LETTER COMPANY E LETTER 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 WITH RESPECT TO WHICH THIS CERTIFICATE MAV 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. - LTR TYPE OF INSURANCE. POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIABILITY LIMITS IN THOUSANDS DATE (MMNONY) DATE IMMOM EACH AGGREGATE OCCURRENCE G ENERAL LIABILITY COMPREHENSIVE DORM 7 BODILY INJURY INJURY $ PREMISES/OPERATiONS GLA 406939 5/1/88 5/1/89 UNDERGROUND - TV EXPLOSION & COLLAPSE HAZARD DAMAGE $ $ PRODUCTS(COMPLETED OPERATIONS CONTRACTUAL - 81 & PD COMB NED $500 $1,000 INDEPENDENT CONTRACTORS - - BROAD FORM PROPERTY DAMAGE PERSONAL INJURY PERSONAL INJURY $ A UTOMOBILE LIABILITY MDILY X ANY AUTO GLA7406939 5/1/88 5/1/89 KURY PER 250 ALL - RsDry ( $ X OWNED AUTOS (PRIV. PASS.) X ALL OWNED AUTOS l PRIV RPASS - BOply PER AWDENI e $59 . ( ) X HIRED AUTOS - X NON-OWNED AUTOS - PROPERTY DAMAGE $100 GARAGE LIABILITY - BI 8 PD COMBINED $ EXCESS LIABILITY UMBRELLA FORM - BI & PD COMBI ED $ $ OTHER THAN UMBRELLA FORM N A WORKERS' COMPENSATION 8 9 STATUTORY WC 25 167 5/1/88 5/1/89 $ EACH ACCIDENT AND ( ) . EMPLOYERS' LIABILITY $ (DISEASE-POLICY LIMIT) - $ 1 0 0 (DISEASE-EACH EMPLOYEE) OTHER v~vv,-,i v~~w v~niVCCwJIClr1I~L I^C~ r cy, ADDITIONAL INSURED CITY O F DENTON SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- CITY THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO 9 01 B .Texas Street MAIL DAYS WRITTE NOTICE TO THE CE TIFICA E HOLDER NAMED TO THE LEFT OW DENTON, TEXAS 76201 Of A1 KIND UPON TO EAIO P TI A EL O SEPR SENTATIVES. R. LIABILITY 0- RAMEY, KING & MINNIS INS. .707 FIRST STATE BANK BLDG. DENTON, TX 76201 INSURED FLOYD SMITH CONCRETE CO P.O. Box 1781 Denton, Texas 76202 5/18/88 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 A LETTER - COMPANY B LETTER O COMPANY D LETTER COMPANY E LETTER 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 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. - CO 'TYPE OF INSURANCE - POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIABILITY LIMITS IN THOUSANDS LTR DATE (Mwmm DATE (MMIODNYI EACH AGGREGATE r L Y OCCURRENCE - G ENERAL LIABILITY BODILY A X COMPREHENSIVE FORM INJURY $ $ X PREMISESIOPERATIONS PROPERTY x UNDERGROUND GLA7406939 5/1/88 5/j/89 DAMAGE $ $ EXPLOSION 8 COLLAPSE HAZARD PRODUCTS(COMPLETEO OPERATIONS X CONTRACTUAL BIA PD $ $ COMBINED X INDEPENDENT CONTRACTORS 500 1 0 0 0 BROADFORM PROPERTY DAMAGE PERSONAL INJURY PERSONAL INJURY $ A UTOMOBILE LIABILITY BODILY A X ANY AUTO (PEA FERSDII $ 250 X ALL OWNED AUTOS(PRIY. PASS.) GLA7406939 5/1/88 5/1/89 8OOLY X ALL OWNED AUTOS OT (HER RPATHAN) SS. (ffR ACCOLPM $ 500 X HIRED AUTOS _ PROPERTY X NON-OWNED AUTOS DAMAGE $ 1 O O GARAGE LIABILITY - - BI 8 PD - COMBINED $ EXCESS LIABILITY UMBRELLA FORM BI & PO $ $ COMBINED OTHER THAN UMBRELLA FORM WORKERS' COMPENSATION STATUTORY [ AND WC8259167 5/1/88 5/1/89 EACHACCIDENT) EMPLOYERS' LIABILITY $ SOOSEASE-POLICY LIMIT) $ 1 0 0 (DISEASE-EACH EMPLOYEE) ER I ION OF OPERATIONSILOCATIONSIVEHICLES/SPECIAL ITEMS TIONAL INSURED TY OF DENTON 1B TEXAS STREET NTON. TEXAS 7620 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES RE CANCELLED BEFORE THE EX. PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 1 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 REPRESENTATIVES. RAMEY. KING 8 MI E CONDITIONS ADDITIONAL INSURED: The City of Denton, its elected and appointed officials, officers and employees. (This does not apply to Worker's Compensation.) NOTICE OF CANCELLATION: Prior to any material change or cancellation, the City of Denton will be given 30 days advance written notice mailed to the stated address of the Certificate Bolder, City of Denton. 1. CONTRACTURAL COVERAGE: (Liability assumed by contract or 'agreement, and would not otherwise exist.) The contractual liability requirement shown on the reverse side of this Certificate of Insurance under Comprehensive General Liability, must include a definition of coverage broad enough to provide coverage for obligations assumed by the contractor in the referenced contract. This Certificate of Insurance is provided as required by the governing contract. CLAIMS MADE POLICY FORM: Required period of coverage will be determined by the following formula: Continuous coverage for the life of the contract, plus one year (to provide coverage for the warranty period), and a extended discovery period for a minimum of five (5) years which shall begin at the end of the warranty period. 3. FIRE LEGAL LIABILITY: (Required in all contracts that involve the occupancy, construction or. alteration of City-owned or leased facilities.) Insurance is to cover buildings, contents (where applicable) and permanently installed equipment with respect to property damage to structures or portions of structures if such damage is caused by the peril of fire and due to the operations of the contractor. Limit of liability is to be a minimum of $500,000. CI - 4 CITY OF DENTON PURCHASING DEPARTMENT DATES March. 9, 1988 BID NUMBER: # 9845 BID• TITLEa' CONGRESS STREET PAVING & DRAINAGE Sealed Bid Proposals will be received. until 2:00 p.m. APRIL 7. 1988 at the Office of the. Purchasing Agent 901-B Texas. Street, Denton, Texas 76201-4229. John J."Marshall;; C:P.M. Purchasing.. Agent - (817) 566=8311, INSTRUCTION&TO' BIDDERS 1:. Sealed: bide proposals. must be. received. in duplicate.. on. this. form; prior to opening; date: and. time to be considered; Late proposals,will:be.retumed:unopened; - - 2. Bids shall be plainly marked as:to thebid;number. name of the-bidi-and bid opening.date•on the outside.of completely sealed envelope. and mailed: or,del ivered-.to.the ~ Purchasing Department. City of:Denton, 901 -8 Texas-St., Denton, TX 76201- 3:. AM eubmtttedlarticedavfating from ~the,specifications; must-, be, identified, andahavefull : descriptive: data. accompanyingt same; ocit.wdhnot:be considered:. 4; AWmateriale:aretobe quoted'F09:0enton;-Texas: delivered.to the. floor of the warehouse; or as-otherwiseindicated: 5. The City of Dsnton; Texas, reserves the right to accept separate, items ina.bid°unless this.right is denied by the bidder. in case.ot. default after bid-acceptance;. the City of, Denton; Texas! may at its. option hold the. accepted. bidder or contractor liable forany.. and.all:rasultant increased costs as a-penalty. for such default; 7. The City. at Damon'reserves:the right to reject arty and. aWbids;. to. waive albinfonnalities and require that submitted bids. remainAn4orce:foi sixty (6% day period after, opening, or until ~award :is made;. whichever comes: first. 81: The. quantities. showm maybe; approximate: and could: vary according, to the requirements of the City of. Denton throughout the: contractpenod 1.. Theltemsare•to.bepriced:aschnet (Packaging, or, shipping. quantities will be considered.), 10: The Purchasing;0epwimertt aseumaa- responsibility, for the correctness--and clarity of this bid; and'all information and/or - questions pertaining to;this bld_shall be; directed to the Clty'of; Denton-Purchasing Agent. ll. Any attempt to negotiate ~or.give-information:'onrthe: contents.of.'this bid with -the•City of Dentonorits, representatives . prior. to.award,shall,be!goundwtar disqualifications. 12: The conditions and terms of this:bid.wili,be considered. when evaluating; for award. 13. The City, of:Denton is,exempt.from .all.Sales -and excise•taxes.(Article 20.04.8) BID #__2W PROPOSAL TO THE`CITY OF DENTON, TEXAS FOR THE CONSTRUCTION OF CONGRESS, STREET-. PAVING' AND' DRAINAGE IN DENTON;; TEXAS: The undersigned: as -b1;dder.,- 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. f.irm~ or corporation; that he: has carefully examined. the f'orm,of: contract,. Notice to Bidders, specifications and: the plans, there a referred,, tot,, and': has carefully examined- the locations,,,. conditions,,.. and-.classes, of, materials. of the proposed work-an& agrees,, that,.he~will. provide, all the necessary labor,. machinery',. tools;,, apparatus and` other. items' incidental to, construction;. '-andf will. do'. a11.. the,. work. and furnish- all, the,, materials;-,called- for- ia'.'the-contract and' specifications, in! the manner:-. prescribed;' herein-.- an& 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 serv& as a., guide in evaluating, bids.. T.t~ 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,, is the opinion. of the City, to" complete the work fully as planned. and` contemplated, ands that:all quaatities: of work whether increased` or,, decreased,, are.,, for be•; performe&. at-. the-. unit. prices set. for.th,.. below-except as::prov d'edFfor.in.thet.specif.ications,. It , is -further.. agreed» that lump.sum prises may be increased' to= cover: additional'.:iwork:'ord"ered" by, the. City, but not shown on the plans.: or,, required' by the speciifications,: in accordance= with the. provisions' to; the-_ General Conditions... Similarly., they may, be. d'ecreased'to cover deletion°of work.so ordered. It. is understood and agreed that the work is to be-completed is full withia.the number. of work days.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 the:total bid: of five'percent-of . 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`. proposaals,. Should' bidder;-. alter,-. change, or qualify any, specification, of the., bid,',. 'Owner may automatically disqualify bidder,. The- undersigned hereby proposes and,-agrees to perform all work of whatever nature required, in strict accordance with the: plans .and:specificationsp for the>following:sum or.prices, to wit: l 9 " p _ 2 WORK DAYS 25 Congress -Street Paving, and Drainage BID NO. Q8as (Carroll to Bolivar) PO N0. BID: TABULATION. SHEET' ITEM DESCRIPTION- UANTITY UNIT' UNIT PRICE TOTAL I Contractors Warrants: I 1.21 4-and Understand inae I F LS I 965.00 I I $ 965.00 2.11.5 I Inlet Frame and'Cover 1 2' I BA I $ 60.00/9A 1 $ 120 00 115" Smooth Interior Corg.1 I I' 2.1 I PolYethrlene Storm>Sewer l 248" I LF' I S 17 50/LP d A 4 3 15" RCP.Storm Sewer 2-12.3-AL-Class IV G 27 ' i LF 1' E 17 95/LF I E 484.65 I_ Remove Concrete I L • •3 A ; P Pavement: f` V,315' I' Sr f E 8/sY I$ J0,520.00 I Remove Concrete I. I I - "3=B I. Curb: and. Gutter` f ° . . 900'' I' . LF 1' E' 2 00/LP 1 $ 1,800 00 I. Remove Concrete. I I 1 I Drivewara'and`Sidewalk I' , 33T I SY' I E 7 00~SY 1 I E 2,359 00 I Preparation of *.1 1 Riaht-of-Wav ' LS 1500 00• 1 1,500 00 IE '3'.3' I I 1 Uncl'ass fied,Excavation I I" 499 I` I Cy I $ 5 00 I 2 495.00 /Cy, 9 I E '3`.T' I- Compacted' Fill' 1 9` f CY' 1 E 200/CY I 18.00 Type A. Hydrated 4.6-A. I` Lime Slurry' 25"' TON" f S 67'00/TON I 1- 675 00 h 6" Lime Treatment. of 4,A B: P Subarade f' 2"062" 1 SY f $ 1-25/Sy 1 $ 2,577 50 I, 4 1/2^ Asphalt Pavement .I. I' I' 5`.T-A.'1 1 Tvoe:A, Base f' L T20, I' By I E' 6.75' I $ 11,610 00 1 1 1/2" Asphalt ;Pavement I 5.T=A.2 I Type D' P 1,720, f Sy f $ 2.30/SY I E 3,956.00 5.7-B'.1 1, I' 2* A'eohalt Patch Type D f I. S' I' 1 TON I 45.00 1 ' 225 00 E /TON I $ I • I I 5.8-A.1 i I 6P• Concrete Flatwork f 23` 1' I BY' I $ 24 75/SY I E 569 25 T'.6.A-1.1 . 41 ' Curb-Inlet 1`` 1 I BA' I' I E 1050 00/gA I E 1 050 00 T:6.A-2' 1 5'' Soecial3 Inlet I`" I I BA' I E1100 00/HA I S 1 100 00; Barricades, , darning 8.1 1 " Siane-°sad DeLoura I I LS' 1' ` 500.00 I' E 500-.00 F 8.15 Concrete Rin' Ran 4" 'y` I " 30 I' sY` 1 E18/SY I" E 540.00 2-A. 1' f Concrete Curb and Gutters1 893 1° LF F S 6'00/LF 1 E 5,358 00: I 8.3r P , 6"' Driveway I"` 210 f 9Y f E 24.75 /SY I E 5,197 50' I ' . 8.3-A f 4" Sidewalk. 127 1 SY I $ ' 18.00 /SY I E' 2,286.00: i SP-2` I . Concrete Saw Cut I 70- f LF I E 1.50 /LF' I E' 105.00 P' - 3 'Congress Street Paving and Drainage (Carroll to Bolivar)' BID NO 9845 PO NO., Qew oerviue.naiuacIDenti- I" 3, I 6A' I' E" 1:)V yy/KK I~ S`- 45U UU SP-31.A- I Break inter.- - 1` 6xistina'Inlet. I' h f T I BA 1 h S 500.00/BA 1 1 S' 500.00 SP-39` I' ProtectSians: f 2 F HA I' S 175 00/BA 1 S 350.00 I' i; 1 I. I' I I I I L. I" G I I~ TOTAL $ 65,240.90 I These items:mav be deleted'orior to execution of the contract as the City of Denton I Public Works:Deoartment may , I perform these I I removals Profit should not be fig I' ured, into these items.. L I: f- I' 1 I p - - I t I> I,.. I ~ I I . f f i I. I. I: I ' I. I. I P: " 4 'Congress Street Paving and.Drainage (Congress and.Denton Streets. Alternate A) BID TABULATION SHEET ITEM' DE$CRTPTTnu'. n1IANTTTV IILI TT WUMR UHTJ ZU' BID=NO. 9845 PO NO. ontractors arran s. - vnal rna.C IU IAL. 1.21 I and Understandin s I - I LS 1 542.00 I g 542.OC 2..11-.5: 1 Inlet- Frame-andCover 1' 3• 1 EA I $ 75-.00/EA I E 225.0E 2:12.3-6 1'18"RCP Storm Sewer I. 60' I LF I $ 2 .00/LF 1 S; E 1,560.0 212.3-C I' 48" RCP•StormSewer- 42 I LF C 98, Op/LF I 4 116.OC 2 iZ.1-0 I 54" RCP Storm Sewer I ' 8a- 11 'L'F I " $ 122.00/tF' I 10 736.00 emove oncre e - 34 ► Pavement I? ' 8? G Sy 8.Cb/SY` I 64.00 emove oncre e 3-B` C Curb and` Gutter' . 92, ( LF I S` 2.00/LF I $ 184.00 Remove oncre . 3-C, I Drivewa s and SidT 11l ' " h 52' P SY, I ` $ 7.00/SY I $ 364.00 T Z spat avement 5-.7=8'..1' f Type D- Patch Material' I. 10. I TON, I 45.00/TON, I 450.00 5.8-A.1!' f 6"' Concrete Flatwork 1 8; V SY' I ' E> 24.75/SY I $ 198.00 7-.6'.A-1' 10'-Curb; Inlet ( 2`' f EA; I• $1750.00/EA I S 31500.00 '7.6,.A-4: I' 10-'-Special= Inlets I` 2: V EA; I $2550.00/EA, 5,100.00 Junction I. 7:6`.A-5':I Box an& Cover I 1 I ' EX $2100.00/EA ( 2;100.00 arr ca es,, Warning., 8.l'- f Signs and Detours I ' f LS I 500.00 I $ 500.00 8°.2-A.T I : Concrete Curbr and Gutter- ' 40 I ' LF I $ 6.00/LF I $ 240.00 8'.3-A: f 4' Sidewalk I 52` I Sy I $ 18.00/SY I $ 936.00 SP-2' I ` Concrete- Saw Cut. I ' 12' f LF p $ 1.50/LF 1 18.00 SP-4- F Lower, Water: Line: 1 = 2_ I ' EA I $;1 400.00/EA. I 2;800.00 SP-IT I ROcIf .EXCBVatioR y> I ; ;A;:, 1 CY' 1- 5 50:00/CY I ` $ SP-1 6•_I Handica •Ram s $ 175:00/EA- f 350.00` Brea K into; , SP'-31..B' V Exi'stin ~ Headwal:l I- { 1 I EA I' $ 500.00/EA I $ 500.00 SP-37 I Excavatiom Protection. I % 3`100• I' SF" ( •70/SF I 21170.00 . 1: . I I I , I' . I I ' I TOTAL I $ 36,653".00 P_ - 5, `Congress Street. Paving and Drainage (Congress and:Denton Streets_Al.ternate B). BID.TABULATION SHEET" ITEM` DESCRIPTION' nneurTTV uuTT WORK DAYS. 20 BID NO.. 9845 PO N0. 11\ITT" nnTn.- 1.21 contractors-warrants. F and Understandings. - - I - I LS I .1.11 rrl\c 455.00 I $ IUTAL 455.00 2.11.5 f InletFrame and Cover, I T I EA I $ 75.00/EA f $ 75.00 2.12:3-C F 48" RCP'Storm Sewer I. 42` 1 LF' ( $ 98.00/LF I $ 4,116.00 2:12:3=D 3-A: 3-8: 3-C' 1' 54u'-RCP Storm Sewer L.. emove; oncre e 1'. Pavement. Remove,, oncre e.- 1' Curb, and: Gutter° Remove ,Concrete, I' Driveways- and. Sidewalk _ spat: avement: Type Di Patch Material. F 88 ' 1 - I g t 1> f 5b 1 I 52 1 I' 7' 1- LF . SY LF SY` TON= 1 $ I' $ f $ 1. $ 122.00/LF , 8.00/Sy 2.00/LF 7.00/Sy 45.00/TON. I $10,736.00 I $ 64.00 f` 102.00 I 364.00 1 $ 315.00 5.8-A..l 16"' Concrete .F1'atwork - f & I' Sy I 24.75/Sy ( 198.00 7.6.A-4 10-" S'eciafi Inlet: . F 2 I' EA- I' $.2550.00/EA f $ 5,100.00 T...6.A=5: Y 7, Junction; 1: Box. and: Cover I. 1+ l EA $2100.00/EA 1 $ 2,100.00 Barricades,, , Warning,, Si ns ands Detours- LS 1 500.00 I 500.00 8.2=A.T 1 Concrete*Curb and Gutter I 40: I LF I 6.0A F I $ 240.00 8 3-A' ( 4' Sidewalk:, I 52" Sy I 18.00/Sy I $ 936.00 -SP'2' F Concrete Saw Cut 1 8,: V LF 1 1.50/LF I $ 12`.00 SP-4 V Lower Water Line, ' I , 21 1' EA 1 . E1400.00/EA; 2,800.00 SP-10' I Rock Excavation 0> Cy I 50.00/Cy L , $ SP'-1'6- F Handica ;-Ram s: I 2' I` EA- I $ 175:00/EA I S 350.00 0 41.8-T rea into= Ex.istin Headwall lr T< 1:_, EA - I ' 500.00/EA I S' -500:00 SP-37, 1 Excavation AProtection . f 1 ` 2'570- SF" 1 70/SF i $ 11.799.00: h I " I f TOTAL. F $ 30,762.00` P - 6` BID SUMMARY SHEET' CONGRESS` STREET'PAVING-AND: DRAINAGE BID# 9845 Portion Work Days, Total Bid Price 1_ Carroll Blvd..., to Bolivar St.. 25 65,240.90 Congress and.Denton.St.- . (Alternate: A)..: .201. . 36,653.00 -TOTAL 45 $101 893.90, r A 9 Z'.- Carroll. Blvd to Bolivar- 'St 25= 652240.90 Congress and°2 Dentom St.. (Alternate, ' 20 $ 30,762.00 TOTAL,. 45. $ 96,002.90 r.r t _ T P r i r 9y. sr 1 d F . ~ ~ ~ ~ , Ff , >E a 1, 7 r ' P' _ 8 Bid# 9845 BID SUMMARY TOTAL. BID' PRICE' IN WORDS; Fbrtion 1: One hundred one thousand eight hundred ninety-three and 90/100 Dollars Fbrticn 2: Ninety-six thousand two and 90/100 dollars 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 ofs the,, contract, tor" secure proper compliance' with, the terms- and provisions of the contract, to insure: and`: guarantee; '.the: work, until, final- completion and, acceptance;..- and to- -(*juaiantee payments for. a1.1 lawful= c.laimsr for. 1'abor~ 'performed: and: materiaTeY furnished:' in: the fulfillment of the contract- . It is: understood that. the.. work. proposed, to be. done shall be accepted,. when, fully 'completed' an& finished in accordance with. the plans. and=' specifications., to! the, satisfaction of the Engineer.. - The undersigned ceriif`ies< that the: bid prices, contained in this, proposah 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 sha ,L`' conttro over..extensions..: FLO SMITH'.'Concrete-Contractor CONTRACTOR' BY- P:0'. Box 1781- 1519.Willowwood Drive Street Address:- Denton,,'. IX''76202 C ty-,and.,State• Sea l>- b Authorization. z~ 4. If a._, Corporation)--- - "Te] s , P'- •7 DATE May 3, 1988 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9851 - COOLING TOWER REPAIR RECOIRIENDATION We recommend this bid be awarded to the low bidder, Utility ErsgMerring v, Amarillo, Texas for the amount of $35,579 00 for Tower #3 and $39,495 00 for Tower #4 This makes a total bid award of $75,074 00 U This bid is for the furnishing of material and equipment and labor these two cooling towers We required each bidder to inspect each tower and to attend a pre-bid conference and have experience in this type work for five years We also requested that they furnish three references Insurance is also a requirement of the bid BACKGROUND Tabulation Sheet Memo - Jerry Crisp, Electric Production PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED These repairs are required for the repairs at the Power Plant FISCAL IMPACT Budgeted Item 610-080-0251-8339 Electric Production Respectf y submitted v~ Lloyd Harrell City Manager Prepared by V / G Ndin Joh ( J ~ rshallM 'L 1 e rchasing Agent Approved amp John J Marshall, C P M Title. Purchasing Agent ~ m 1 1 ~ I I ~ I 'V r 4 C I I ~ 1 I O 1 CI 1 S I ml ~I ~ 1 1 Y.I el 1 m ti ~ I i 1 I 1 1 1 I 1 1 1 1 I 1 I _ _ _ _ _ _ _ _ _ _ 1 p 1 I til j ' ®i O i m i ` y{ a~ w e~ # i . o r a i i ®i mi mi ~ 9 O ~ p I 11 1 1 1 r r T Z ~ I I II WI bl ~ I K? 1 ml 1 I a m m i ~ i ai ~i g z ~ m m m m ~ w i i i m „ N 1 = 1 I I i ~ I 1 1 1 I I 1 1 1 1 ~ Z ~ ' I 1 1 1 1 1 1 - - - - - - - - - - - 1 1 ' I ® i i n I~ o u w z l m I o 1 n s .p `J V i ^'O j I m ~ av .wo 1 m I il c I m r .e i d r i m m m m ~ I ' 1 1 ' T T ~ 1 p p m ~ ° ~ ~ Nl c ^o i o ~ i a 1 1 m _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ , i m n m _ cn I 1 e 0 1 1 m n a a o~- i 1.) i ao ~ m m 1 - - - - - - - - - ® - - - i - - - - 1 - - - - - CITY OF DENTON, TEXAS ELECTRIC PRODUCTION DIVISION 1701 SPENCER ROAD DENTON, TEXAS 76205 TELEPHONE (817) 566-8258 MEMORANDUM TO FROM SUBJFC' ➢ATR Mr Marshall, PurchaRang Agent Jerrv Crisn Actinp Suner,ntendent Flectric Production Cooling tower bads Anrll ')I, 1088 T have reviewed all bads on the cooling tower work to he performed, ind see no reason why Utility Enoineer,n~ of Amarillo cannot be accented to nerform the wor4 1 called three references and thev rare all verv hannv with the ob Urility Fngineerin- performed for them t Je rv Crisp 'C f 1 c 3 Y,, i n 44,44W