Loading...
1986-2490923L NO ~_277 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, and WHEREAS, Section 2 36 (f) of that the City Council approve $10,000, and the Code of Ordinances requires all expenditures of more than WHEREAS, Section 2 09 of the City Charter requires that every act of the Council providing for the expenditure of funds or for the contracting of indebtedness shall be by ordinance, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invita- tions", "Bid Proposals" or plans and specifications attached hereto are hereby accepted and approved as being the lowest responsible bids BID NUMBER 9685 9688 9689 SECTION II CONTRACTOR AMOUNT Security Pacific Capital Markets $ 64,107 88 R L Roberts Construction Co Inc $189,112 50 George Painting Co $ 13,250 00 That the acceptance and approval of the above competitive bids 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 all 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 bids and the execution of contracts for improvements as authorized herein, the authorizes the expenditure of funds in amount as specified in such approved contracts executed pursuant thereto SECTION V the above competitive the public works and City Council hereby the manner and in the bids and authorized That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the 16th day of December, 1986 RAY S E ENS MAYOR CITY F DENTON, TEXAS ATTEST C RLOTT ATLEN, CITY SECRET/LI~Y C 14Y OF ENTON, TEXAS V APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY CITY OF DENTON, TEXAS BY PAGE TWO DATE December 16, 1986 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9685 - LEASE/PURCHASE FINANCING RECOiSIENDATION We recommend this bid be awarded to the lowest bidder, Security Pacific Capital Markets with an annual percentage rate of 6 740% on approxi- mately $634,000 00 Total interest for 36 months $64,107 88 SUMMARY This bid is for the third party lease/purchase agreement to fund motor pool equipment consisting of a roll-off refuse truck, inter state mower, sludge injection tractor, self loading scraper and 12 police sedans Estimated cost $634,000 00 The total interest charged at 6 740% will be $64,107 88 BACKGROUND. Tabulation sheet PROGRAMS. DEPARTMENTS OR GROUPS AFFECTED. Finance and Motor Pool FISCAL IMPACT 1986/87 Budget Funds for Motor Pool replacements and major fleet additions Respectfully submitted Lloyd V Harrell City Manager Prepared by Name Tom D Shaw, C P M Title Assistant Purchasing Agent Approved M ame^ , John J Marshall ~ T~EIe; Purchasing Agent 0 t✓ z m m C] Cn V m m a m VI o- v o- m i C' P T m i ap I T ~ 9 1 I O S' m m ~ a I I . . O I 1 ~ ~ ~ m r m I ti 1 C 1 1 I I 1 r KJ a I 1 r m o z i n a 1 I ~ r m 2 1 ~1 S[J m 1 I S m 1 m n a C] m I 1 JJ 1 I ~ 1 z Qi a m vJ s I 1 m ~ T q'1 I ~I 1 3[ m ~ z 9 1 Y I 3 x 1 n ti m 1 I 1 I s I 1 T I 1 1 I < 1 ~l n S U 1 m I Y I n a 3l O S' ti < _ 1 CJ I 'A P C!J °i t a i T n a m I 1 I 1 m r a 1 I 1 I ti Z a I m n o I s l o o x v a m p il r l i V 1 7J 1 n y' ~V 1 1 1 m -1 a 1 1 r 1 i i uJ m i s n v n a i l a l a ~ n c G ti F I I n1 ~I T I 1 I 1 I I ~ y N o- r n 1 I 1 I 1 r i I m I I g 1 1 Cf 1 1 O 1 a I i I I 1 I 1 1 t i I m 1 a I 1 Cf I I 1 OATE December 16, 1986 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BIDB 9688 Hickory and Welch Streets Paving and Drainage RECOMMENDATION We recommend this bid be awarded to the low bidder, R L Roberts Construction ~o of Sanger, Texas for the the total amount of $189,112 50 SUMMARY This bid was secured at this time so the Contractor as required will be able to complete this project within the time that North Texas State University is out for the holidays and semester break The bid for Welch Street is $65,069 00 with 28 calendar days and Hickory Street $124,043 50 in 30 work days for completion We have two items in the complete bid that will be determined if the need arise for rock excavation and hydromulch BACKGROUND Background Sheet Memo from Jerry Clark-Engineering PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED_ FISCAL IiiPACT Street Bond Funds - there is no additional impact on the General Fund Respectfully submitted Lloyd V Harrell City Manager Prepared by a ~ A Na ~J hn J Marshall, P M tla Purchasing Agent Approved N e o n J Marshall, C P M 71116, Purchasing Agent g R I I A 4 l r I Y ^ x. x X I I I I w T- rn z i m b .y T 1 I ~1 m i o I x 1 tb 9 ~ a n I I ID hl ITI G I~ T I U] m v vl ra m ] I I n m ~ m x o i~ l ~ s o v n x o ti n ! 9 x 1 z) I J BJ I~ ~ n I i a i n a I v) I I 1 I P 1 ~ I I ^ u I I > J m ^ n I < I = 1 i m a K m m o i r' v n [ il o- ~ l CJI P ; .TJ 1 Vl -o a ® 1 I h) N ® ; I I 1 y I I CI m N O I I < 1 x ~1 Vl H ~ ~ ~ K 1 s' I 2 :D S N ~ A i o i r' y ~ Ja v l a l I I n a m y 49 N I C1 m - I 1 I N ly ! I 1 t 1 D Ul 49 .!s 1 1 C ~ L~ ~ y i~ A < i ]O I S ° m a a i - i i a n I I i m i a r n m ..K I 2 1 C) < ~ ~ ~ ® i I ° ° a m ~ m ~ o i a i m ti ~ ~ ~ i i y _ _ _ _ 1 1 Cl I I ° n i l ~ a .n l r n ° c z i ~ i ~l I + m a i o i n o r ~ . r ' N LJ ~O I ~ ~1 ~ U I ® I 1 Y ® y I I 1 I 1 G 1 1 m 1 I z I I U I I ° I `A I I 1 I 1 ' 1 %UwA CITY of DENTON / 215 E McKinney / Denton, Texas 76201 MEMORANDUM DATE December 10, 1986 TO John Marshall, Purchasing Agent FROM Jerry Clark, City Engineer SUBJECT Bid #9688, Welch & Hickory Paving and Drainage We have reviewed the bids submitted by R L Roberts Construction on the project Due to the critical coordination required on the two projects, they should be awarded together unless major cost savings would result Bitter Creek was only $1,500 lower on Welch which is not a significant amount to put two contractors into the same area Conflicts with barricading, road closures, and other critical areas more than offset that amount Our estimate was lower than the bid by about $30,000 The restrictions on time for Welch and constant access to businesses on Hickory apparently will cost more than we expected The winter months also increase bids some due to working conditions being limited by cold temperatures, rain, snow, and other factors of nature The bid of R L Roberts Construction is recommended for approval by City Council after evaluating the factors listed above Jer C1 , E City ng er is 0431E 11 CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON -R~9 THIS AGREEMENT, made and entered into this 17 day of December A.D., 1986, by and between The City of Denton, Texas 901-B Texas Street, Denton, Texas 76201 of the County of Denton and State of Texas, acting through Lloyd V. Harrell thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and R.L. Roberts Construction, Co. P.O. Box 375 Sanger, Texas 76266 of the City of Sanger , 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# 9688 - WELCH AND HICKORY STREETS PAVING & DRAINAGE P.O. # - $189,112.50 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 The City of Denton Engineering Staff , all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OMER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: y Parzyd zHarrel]Z7 City Manager (SEAL) lam" By (SEAL) APPR~~VED AS TO F 1: City Attorney CA-2 0044b BOND NO.#IC12218857 PERFORMANCE BOND STATE OF TEXAS COUNTY OF Denton KNOW ALL MEN BY THESE PRESENTS: That R. L. Roberts Construction, Inc. , of the City of Sanger County of Denton , and State of as as PRINCIPAL, and Indiana Lumbermens Mutual. Insurance Company , 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 The City of Denton, Texas as OWNER, in the penal sum of One hundred eighty-nine thousand one hunded twelve and 50/100 Dollars 3 189,112.50) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents. WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 17 day of December , 19 86, for the construction of BID# 9688 - WELCH AND HICKORY STREETS PAVING AND DRAINAGE 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 17th day of naramhar , 19-ar.. R. L. Roberts Construction, Inc. Principal By Title /c Uyv Address (SEAT ) Indiana Lumbermens Mutual Insurance Company Surety ohn Millette= Title Attorney-in-fact Address 7366 N.Lincoln Ave,Suite 300 The name and address of the Resident Agent of Surety is: Boley-Featherston-Huffman & Deal Co. (SEAL) NOTE: Date of Bond must not be prior to date of Contract. PB-2 0091b BOND NO.#IC12218857 PAYMENT BOND STATE OF TEXAS COUNTY OF Denton KNOW ALL MEN BY THESE PRESENTS: That R. L. Roberts Construction, Inc. of the City of Sanger , County of Denton , and State of T8XlS as principal, and Indiana Lum ermens Mutual Insurance Company authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly hound unto mr,a Ci t-y Of Dentnn,Texas , OWNER, in the penal sum of One hundred eighty-nine thousand one hundred twelve dollars and 50/100 Dollars ($189,112.50 ) 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 17 day of December , 19 86 FOR THE CONSTRUCTION OF BID# 9688 - WELCH AND HICKORY STREETS PAVING AND DRAINAGE 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. 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 17th day of December , 1986 R. L. Roberts Construction, Inc. Principal) By ~ J L~ Title Address /~,'/~DfZ Indiana Lumbermens Mutual Insurance Company Surety Jo J.Millette~- . Title A+-tnrnP3Z-in-1A-Ct- Address 7366 N.Lincoln Ave, Uite 300 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: Boley-Featherston-Huffman & Deal Co. 701 Lamar Wichita Falls, Tx. 76301 PB-4 0092b BOND NO.#IC12218857 MAINTENANCE BOND STATE OF TEXAS COUNTY OF Denton KNOW ALL MEN BY THESE PRESENTS: THAT R. L. Roberts Construction, as Principal, and Indiana Lumbermens u ua nsurance mpany 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 Eighteen thousand nine hundred eleven dollars and 25 cents Dollars 18.911.25 107 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 R. L. Roberts Construction. Inc. has this day entered into a written contract with the said City of Denton to build and construct BIN 9688 - WELCH AND HICKORY STREETS 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 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 R_ L_ Re6erfis Construction Ine_ as Contractor and Principal, has caused these presents to be executed by rndiana Ltnnharmnnc Mufiual_IncuranCa n any and the said Tndiana Luermens Mutual Tnsurancrrby'nnmanvit as surety, has caused these presents to be executed ss Attorney-in-Fact .T(lhn T Mi l l a+-i-a and the said Attorney-in-Fact has hereunto set his hand this 17+hday of pecPm r , 19 86 . SURETY: PRINCIPAL: Indiana Lumbermens Mutual Insurance Company R. L. Roberts Construction, Inc. BY: _ P J4 h J. illette Attorney-in.-Faat MB-2 0093b Indiana. Lumbermens Mu ual insurance Company PRINCIPAL R.L.Roberts Construction,Inc. EFFECTIVE DATE CONTRACTAMOUNT $189,112.50 AMOUNT OF BOND$ rf. IC 121-829,14,3 Mair POWER NO. L 25 25 KNOW ALL MEN BY THESE PRESENTS, that the Indiana Lumbermens Mutual Insurance Company, a Corporation duly organized and existing under the laws of the State of Indiana, with its principal office in the City of Indianapolis, Indiana, does hereby make, constitute and appoint John J.Millette State of I1_1_ino; s as its true and lawful Attorney(s)-in-Fact, with full power and authority herby conferred to sign, execute, acknowledge and deliver any and all Bonds and undertakings, recognizances, contracts of indemnity, and other writings obligatory in the nature thereof for and on its behalf as follows: The obligation of the Company shall not exceed one million ($1,000,000.00) dollars. And to bind the Corporation thereby as fully and to the same extent as if such Bonds and undertakings, recognizances, contract of indemnity, and other writings obligatory in the nature thereof were signed by the President, sealed and duly attested by the Secretary of the Corporation, hereby ratifying and confirming all that the said Attorney(s)-In-Fact may do in the premises. This Power of Attorney is executed and may be revoked pursuant to and by authority granted by Article IV, Section 2-A (1) and (2) of the By-Laws of the Indiana Lumbermens Mutual Insurance Company, which reads as follows: (1) The President or any Vice President shall have the power and authority, by and with the concurrence with the Secretary of the Corporation, to appoint Attorneys-in-Fact for purposes only of executing and attesting to Bonds and undertakings, recognizances, contracts of indemnity, and other writings obligatory in the nature thereof, and at any time to remove any such Attorney-In-Fact and to revoke the power and authority given to him. (2) Attorneys-in-Fact when so appointed shall have power and authority, subject to the terms and limitations of the Powers of Attorney issued to them, to execute and deliver on behalf of the Corporation any and all Bonds and undertakings, recognizances, contracts of indemnity, and other writings obligatory in the nature thereof, and such instrument executed by any such Attorney-in-Fact shall be as binding upon the Corporation as if signed by an Executive Officer and sealed and attested by the Secretary. IN WITNESS WHEREOF, the Indiana Lumbermens Mutual Insurance Company has caused these presents to be signed by its Vice President, attested by its Secretary and Its Corporate Seal to be hereto affixed this FIRST day of JANUARY 19 85. ATTEST: Z60. 1 ~ Indiana Lumbermens IV to I Insurance Company BY S7 01=s4 By Secretary Vice President STATE OF INDIANA COUNTY OF MARION SS: On this FIRST day of JANUARY 19 85 , before me personally came the individual who executed the preceding instrument, to me known, who being by me duly sworn, acknowledged the execution of the above instrument and did depose and say; that he is the therein described and authorized officer of the Indiana Lumbermens Mutual Insurance Company; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Corporation; and that he signed his name thereto by like order. My co ission Expires Notary Public 2* 1, STATE OF INDIANA ''•,^N c~P^'' COUNTY OF MARION SS. ` I, the undersigned, Secretary of the Indiana Lumbermens Mutual Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Indiana Lumbermens Mutual Insurance Company, which is still in force and effect. This Certificate may be signed and sealed by facsimile under and by the authority of the following resolution of the Board of Directors of Indiana Lumbermens Mutual Insurance Company ata meeting duly called and held on the 12th day of June 1973. "RESOLVED: That the use of printed facsimile of the Corporate Seal of the Company and of the signature of the Secretary on any certification of the correctness of a copy of an instrument executed by the President or a Vice President pursuant to Article IV. Section 2-A (1) and (2) of the By-Laws appointing and authorizing Attorney-in-Fact to sign in the name and on behalf of the Company Bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, with like effect as if such seal and such signature had been manually affixed and made, hereby is authorized and approved." Secretary POWER OF ATTORNEY In witness whereof, I have hereunto set my hand and affixed the seal of said Corporation, this 1 /Lit day of D cember 19 (SEAL) Form 253110 December 17,1986 r- ISSUE DATE (MM/DD/YY) jjl~ O~ id , 0 111, 0, ~ /B6 I''k PRODUCER 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. f l (t 11 l)".:kS'1'0N, IIM I-M(1N, 1)I'OI 11010 LA , COMPANIES AFFORDING COVERAGE P.O. I)k0WI-:I< 10 ;lII TO f'F11 ,S TX 7630/ W1( I r~ , . . COMPANY A LETTER I1":L 1'17 LI1,:. Cn. (lY LlTI:Ivo1' i<I~ . . . COMPANY B d• INSURED LETTER COMPANY c I'i. L.. Co1)ov I.,S 0115 L1" U C: 0711, .L S1 G LETTER b P 0 DC.)X i COMPANY D cr n Si311:Ie 1' LETTER COMPANY E ~h k rx r F•~) F , F , LETTER r, 1 THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW H AVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. I TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYS NOTWITHSTANDING ANY REQUIREMENT , BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE P OLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AM CONDI-~ TIONS OF SUCH POLICIES. CO POLICY EFFECTIVE POLICY FxPIRA ION LIABILITY LIMITS IN T110USANDS " LTR rypE OF INSURANCE POLICY NUMBER DATE IMMmom7 DATE (MMIDO" - "C(, AGGREGATE IN' CURRENCE GE NERAL LIABILITY BODILY ) 1 COMPREHENSIVE FORM CJ 1) r20 4:' 69 9/01 /136 19/(')1 /(37 INJURY $ $ Q i' PREMISES/OPERATIONS PROPERTY (i UNDERGROUND DAMAGE $ $ EXPLOSION & COLLAPSE HAZARD PRODUCTS/COMPLETED OPERATIONS t,P X CONTRACTUAL BI & PO COMBINED $ $ P o(' o 1 ooo 1 ?'f INDEPENDENT CONTRACTORS , , }J ~ BROAD FORM PROPERTY DAMAGE ( X PERSONAL INJURY PERSONAL INJURY $ °A X "I_l'11N1 Y m-L. I::Ir::I) A UTOMOBILE LIABILITY REPAY n ANY AUTO 61.01 2(3 4:? 60 9/01/E36 `'9/(')1/(31 (RA PEAONI $ ALL OWNED AUTOS (PRIV PASS) IMAIAV 'a,r;y, I F, ALL OWNED AUTOS OTHER THAN) PRIV PASS (PEA ACCIDENT Y3 i ' T , x 1;q HIRED AUTOS PROaenrv DAMAGE NON OWNED AUTOS $ .tom»= s:'~ v% GARAGE LIABILITY BI & PD ¢ _ . . t~>,i. ii : T - N T COMBINED ~ W - ~ EXCESS LIABILITY UMBRELLA FORM BI & BID COMBINED $ $ Y OTHER THAN UMBRELLA FORM - STAT UTORY hp% WORKERS' COMPENSATION N: $ (EACH ACCIDENT) 4 AND -'z $ (DISEASE POLICY LIMIT) EMPLOYERS' LIABILITY 1•'?';z $ (DISEASE EACH EMPLOYEE) OTHER i DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SRECTAL ITEMS PO1 I.CY fi:N1)flf<SI: D T"O SI10W T'Y CIF 1)1-NTC)N O,S I) N I) I) 1) 1'1.L0NOL 1NS(.11i1:.I) OND T'O (.:1vF. 10 I)OYS' bl1*klT "TI'..N 140T'.1. C1 1:: DI cONCELLOTf0N. CITY OF DI'NI(IN 901""Ei "(exec, S(.. Denton, texas 76201 OL(.n: John C.. mat 1.111 1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX. PIRATION, DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 1 lJ 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 jUPON THE COMP,04Y, ITS AGVjTS OR REPRESENTATIVES. 017700 i I,UO INSURANCE CERTIFICArERCHASi°c °PA" TMENT This is to certify that the policy or policies listed below have been issued to the named insured and are in force as of the date of this certificate. This Certificate shall remain in effect until the listed expiration date, if any, or until 10 days after written notice is mailed to the certificate holder, whichever date shall first occur. v 0 a `o 't V _o m c E E w d r a LL This certificate is not an insurance policy and does not amend, alter or extend coverage afforded by the policies listed. 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 listed is subject to all the terms of such policies. NAME AND ADDRESS OF CERTIFICATE HOLDER City of Denton 901-B Texas Street Denton, Texas 76201 Attn: John J. Marshall Purchasing Agent ISSUED AT NAME AND ADDRESS OF INSUREIj U' b 17 L~ e-1- c~2 O / R,L, TZO b E.,--4-5 Super Sand, Inc. dba Super 8 Sand Pit P.O. Box 416 Sanger, Texas 76266 u i 5 P m E w LL TaXaS EMPLOYeRS InsURance ASsociaTlon Texas EMPLOYeRS InoemnlTY company - EMPLOYeRS C2SLI6LTY company EFTIPLOYeRs NaTIOnaL InsURance company EMPLOYeRS casuaLTY CORPORaTIon EMPLOYeRS NaTlonaL InsURance CORPORaTIOn EMPLOYeRS OF Texas LLOYD'S (TVDed) n-u came T14 .t M<vs• INSURANCE IN FORCE LIMITS OF LIABILITY NOT LESS THAN Expiralion Ee<h Pernn Fa<h Aaid.^r Dale E l O per polity STATE AND Policy Number Kind Y mp ler ep.) Per pekry Previsiena ler awr.mel peliq prevniem par O. A„ngnre LOCATION OF OPERATIONS Ile. 1 Covera a P Fully Complies With Requirements of ' E Par' 95106 Texas Workers Compensation Law Disease Only Disease Only STATE OF TEXAS o ' `o w Coverage Port II And Renewal If Blank • o 500 000 t 3 Tharaol Sae Headin g lF9{AlYIY i 500,000 It. 2 Cove age Fully Complies With Requirements f St L d a Part I N/A o ate aw ? a Disease Only Disease Only , c -F d Coveraga E 3 Port II And Renewal Thereof H Blank - Sea Heading $100,000 $100,000 $500,000 Ilam 3 Bodily S $ $ o i o I^IurY 576239* 500,000 Products Only U.S.A. ITS TERRITORIES OR 3 ou And al l C ined Sin Dl 4e Limit POSSESSIONS AND CANADA t ° Dom ge Thereof See H eading X X X p Item 4 Bodily $ $ Net o y i' Injury 603632 500.0 0 ombined Applicable U.S.A. ITS TERRITORIES OR S a' n o Property And Renewal If Blank - S X X X n2 le Limit - Net SIONS AND CANADA POSSE Damage Thereof See Heading y Applicable Item 5 S $ $ Umbrella 652406 Limit Liabilit And a ne al e Need y ( ing S e $ XXX $ $ Item 6 S S S And Renewal If Blank - Theraol See Heading S $ $ REMARKS *Policy Includes Blanket Contractual, Products 6 Completed Operations TECO 17993 (4-1 84) - - ` ~I ULn LAAL LIADILIII-NDIUIVIUDILe rUL161 No.GLR 7 2~ 42 97INSURANCE IS PROVIDED BY THE COMPANY DESIGNATED BY AN ® h 5 (Each a STOCK mmrance company, he,em called the company) NEW x❑ Trinity Universal Insurance Company n'. OLD POLICY NUMBER TheTrinie t', ❑ Security National Insurance Company fiy 7Companies ❑ Trinity Universal Insurance Company of Kansas, Inc. DECLARATIONS EXECUTIVE OFFICES-DALLAS, TEXAS Item 1. Named Insured and Address: (No., Street, Town or City, County, State) City of Denton 901b Texas Street Denton, Texas 76201 Item 2. Policy Period: (Mo. DAY YR.) " From 12-09-86. to'03-09-87 12:01 A.M., standard time at the address of the named Insured as stated herein. The named Insured is: ❑ Individual ❑ Partnership Business of the named Insured is: (.Nr.n ..row) ❑ Corporation ❑ Joint Venture ® Other: Audit Period: Annual, unless otherwise stated. tar........ w) Item A ThR Incnranro affnrdnd is nnly with r.snart to the fnllnwma Coveraee Part(s) indicated by soecilic Dremium charae(s). General Liability Coverage Part(s) Coverage Part Nola). Advance Premiums Automobile Coverage Part(s) Coverage Part Note). Advance Premiums Comprehensive General Liability Insurance $ Comprehensive Automobile Liability l nsurance $ Completed Operations and Products Liability $ Automobile Medical Payments Insurance $ Insurance Automobile Physical Damage Insurance $ Comprehensive Personal Insurance $ (Dealers) Contractual Liability Insurance $ Automobile Physical Damage Insurance $ - Druggists' Liability Insurance (Fleet Automatic) Farm Employers' Liability and Farm Employees' Medical Payments Insurance $ I Automobile Physical Damage Insurance (Non-Fleet) $ Farmer's Comprehensive Personal Insurance $ Basic Automobile Liability Insurance $ ra Manufacturers' and Contractors' Liability $ , _ Garage Insurance $ Insurance , Uninsured Motorists Insurance $ r`1' c- Owner's and Contractor's Protective Liability Insurance - L6414 $ 166.00 " $ '0 Owners', Landlords' and. Tenants' Llability . Insurance $ , ' r, - - - $ y, C/)I'IT ,t:;-i Personal Injur y Liability Insurance $ $ - Premises Medical Payments Insurance $ Storekeeper's Insurance $ Form numbers of endorsements,. other than those entered on- Coverage Parts attached at Issue $ Form numbers of endorsements, other than those entered on Coverage Parts , attached at Issue $ Sub Total - General Liability Premium $ Sub Total - Automobile Premium $ • " - ' Total Advance Premium for this policy. $ If the Policy Period is more than one year and the premium is to be paid in installments, premium is payable on: - ° I Effective Date, Ist Anniversary, , 2nd Anniversary ' $ $ $ ' Wichita Falls Texas ' Countersigned: r _ 12-10-86, baf By 'Bo e & Deal 'Not applicable In Texas Authorized Representative: FORM NO 333440 OKP63nelel K G 16-791 COVERAGE PART L 0414 OWNERS' AND CONTRACTORS' PROTECTIVE LIABILITY INSURANCE frd. )-73) COVERAGE FOR OPERATIONS OF DESIGNATED CONTRACTOR For attachment to Policy No.4 14 71'9 , to complete said policy. Designation of Contractor ,cetca .c.ow) R.L. Roberts Construction Mailing Address (cercc...uw) P.O. Box 375, Sanger, Texas 76266 Location of Covered Operations ,.,.,....LO., ADDITIONAL DECLARATIONS West Hickory and Welch Streets, Denton, TExas ❑x Check here if the following provision is applicable: The person or organization designated above as the Contractor has undertaken to pay the premium for this policy and shall be entitled to receive any return premiums, if any, which may become payable under the terms of this policy. SCHEDULE The insurance afforded is only with respect to such of the following Coverages as are indicated by specific premium charge or charges. The limit of the company's liability against each such Coverage shall be as, stated herein, subject to all the terms of this policy having reference thereto. Coverages Limits of Liability Premium Bases Cost RRatfees dvancPremiums ily Injury Liability A-Bod $ 1 000 000.0(i'ach occurrence $ 189 500 I 108.00 B-Properly Damage Liability $ 1 000 OOO.O0ach occurrence $ 1 000 000.0@ggregate 8 00.00 8.00 Form numbers of endorsements attached at issue See Endorsement GL9916, GLO205, L6432g, GLO103 , GL0032, IL0018, GL2133 Total AdvanWhen used as a premium basis: "cost" means the total cost to the named insured with respect to operations performed for the named insured during the policy period by independent contractors of all work let or sub-let in connection with each specific project, including the cost of all labor, materials and equipment furnished, used or delivered for use in the execution of such work, whether furnished by the owner, contractor or subcontractor, including all fees, allowances, bonuses or commissions made, paid or due. 1. COVERAGE A-BODILY INJURY LIABILITY COVERAGE B-PROPERTY DAMAGE LIABILITY r The company will pay on behalf of the insured all sums which the insured shall become legally obligated to pay as damages because of A. bodily injury or Br property damage to which this policy applies, caused by an occurrence and arising out of (1) opera- tions performed for the named insured by.the contractor designated in the dec- larations at the location designated therein or (2) acts or omissions of the named insured in connection with his general supervision of such operations, and the company shall have the right and duty to defend any suit against the insured seeking damages on account of such bodily injury or propert y damage, even if any of the allegations of the suit are groundless, false or fraudulent, and may make such investigation and settlement of any claim or suit as it deems expedient, but the company shall not be obligated to pay any claim or judgment or to defend any suit after the applicable limit of the company's liability has been exhausted by payment of)udgments or settlements. ;UGl.I.O!"~! ~ri_,. ;p•-`.t f~'ti. .i, .p q^-le ~Or91i.1 Exclusions i . °a~r . r.tr~, ni , , r, ut -~a n;,,. i~•• itn,~h':9; This, policy does not apply:, „ "11", c-: (a) to liability assumed by the insured under any contract or'agreement except an 'I incidental contract; but this exclusion does not apply to a warranty that work performed by,the designated contractor will be done in a workmanlike manner; (b) to bodily injuryor properly damage occurring after"- I,. (1), all work on the project (other than service, maintenance or repairs) to be performed by or on behalf of the named insured, at the, Site of the; povejed operations has been completed or' q (2) ,.that portion of the designated contractor's work out of which the injury or damage arises has been put to its intended use by any person or organize- u tion other than another contractor orsubcontractor engaged in performing operations,for a principal as,a part of the same project;' ' (c) to bodily injury .or property damage arising out Iof any act or omission of the named insured or any of his employees, other than general supervision of work performed for the named insured by the designated contractor; n, or ._,•.v~6ra "t".y!I of 4N C , "j-, !a q.:, 'Wl,I u! W6 rn .rA mNn6a In n,cr.r ;r,l 1:...l r:"(aq,".,: i;d,:n✓lovef (d) to any obligation for which the insured or any carrier as his insurer may be held liable under any workmen's compensation, unemployment compensation or disability benefits law, or under any similar law; (e) to bodily injury to any employee of the insured arising out of and in the course of his employment by the insured or to any obligation of the insured to indemnify another because of damages arising out of such injury; but this exclusion does not apply to liability assumed by the insured under an incidental contract; (D to property damage to „ (1) property owned or occupied by or rented to the insured, ' (2) property used by the Insured, o „ , - r (8) property in the care, custody or control of the insured or as to which the ' insured is for any purpose exercising physical control, or ,(4) work performed for the Insured by the designated contractor; (g) to bodily Injury or property damage due to war, whether or'not declared, civil j;-: war, insurrection, rebellion or revolution or to any act or condition incident to any of the foregoing, with respect to (D liability assumed by theAnsured under an Incidental contract, or (2) expenses for first aid under the Supplementary Payments provision'of.the policy; (h) to bodily'injury or property damage arising out of (1) the ownership, mainte- nance, operation, use, loading or unloading of any mobile equipment while i"being used in any prearranged or organ ized racing," speed or'Idemolition contest or in any stunting activity or in practice or preparation for any such contest or activity or (2) the operation or use of any snowmobile or trailer designed for use therewith; (i) to bodily Injury or property damage tarisingglout of the discharge, dispersal, release or escape of smoke, vapors, soot, fumes, acids, alkalis, toxic;chemi- cals, liquids or gases, waste materials or other irritants, contaminants, or .pollutants into or upon land, the atmosphere or any watercourse or„body of water; but this exclusion does not apply if such discharge, dispersal, release or escape is sudden and accidental; (jl to loss of'use'of tangible property ~which ,]has ,not' been physically' Injured or " destroyed 'resulting from, „ (1) a delay in or lack of performance by or on behalf of the named Insured of any contract or agreement, or (2)the failure of the named Insured's products or work part ormed;by'or;on 1 gnrsn rtn T .iu: jn; ~,•.I=~;~p1 u, sJi r.:a~;~iaA Ve 'til n°IUVFr2' lu:jngnu` ' Gli. 9 16 (Ed. 0 3 81) This endorsement forms a part of the policy to which attached, effective on the inception date of the policy unless otherwise stated herein. (The following information is required only when this endorsement is issued subsequent to preparation of policy.) Endorsement effective Policy No. Endorsement No. Named Insured Countersigned by (Authorized Representative) This endorsement modifies such insurance as is afforded by the provisions of the policy relating to the following: COMPREHENSIVE GENERAL LIABILITY INSURANCE COMPLETED OPERATIONS AND PRODUCTS LIABILITY INSURANCE CONTRACTUAL LIABILITY INSURANCE MANUFACTURERS AND CONTRACTORS LIABILITY INSURANCE OWNERS AND CONTRACTORS LIABILITY INSURANCE OWNERS, LANDLORDS AND TENANTS LIABILITY INSURANCE AMENDMENT-LIMITS OF LIABILITY (Single Limit) (Policy Aggregate Limit) SCHEDULE Coverages Limits of Liability Bodily Injury Liability and Property Damage Liability $ 1 , 000,000 each occurrence $ 000,000 aggregate It is agreed that the previsions of the policy captioned "LIMITS OF LIABILITY" relating to Bodily Injury Liability and Property Damage Liability are amended to read as follows: LIMITS OF LIABILITY Regardless of the number of (1) insureds under this policy, (2) persons or organizations who sustain bodily injury or property damage, or (3) claims made or suits brought on account of bodily injury or property damage, the Company's liability is limited as follows: Bodily Injury Liability and Property Damage Liability: (a) The limit of liability stated in the Schedule of this endorsement as applicable to "each occurrence" is the total limit of the company's liability for all damages including damages for care and loss of services because of bodily Injury and property damage sustained by one or more persons or organizations as a result of any one occurrence, provided that with respect to any occurrence for which notice of this policy is given in lieu of security, or when this policy is certified as proof of financial responsibility under the provisions of the Motor Vehicle Financial Responsibility Law of any state or province, such limit of liability shall be applied to provide the separate limits required by such law for Bodily Injury Liability and Property Damage Liability to the extent of the coverage required by such law, but the separate application of such limit shall not increase the total limit of the company's liability. (b) If an aggregate amount is stated in the Schedule, then, subject to the above provision respecting "each occurrence", the total liability of the company for all damages because of all bodily injury and property damage which occurs during each annual period while this policy is in force commencing from its effective date, shall not exceed the limit of liability stated in the Schedule of this endorsement as "aggregate". (c) For the purpose of determining the limit of the company's liability, all bodily injury and property damage arising out of continuous or repeated exposure to substantially the same general conditions shall be considered as arising out of one occurrence. GL 99160381 BID # gFRR PROPOSAL TO THE CITY OF DENTON, TEXAS FOR THE CONSTRUCTION OF WELCH STREET PAVING AND DRAINAGE AND HICKORY STREET PAVING AND DRAINAGE 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 summary 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 December 21, 1986, in which case the bid security shall become the property of the Owner, and shall be considered as a payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. Owner reserves the right to reject any and all bids. Owner may investigate the prior performance of bidder on other contracts, either public or private, in evaluating bid proposals. Should bidder alter, change, or qualify any specification of the bid, Owner may automatically disqualify bidder. The undersigned hereby proposes and agrees to perform all work of whatever nature required, in strict accordance with the plans and specifications, for the following sum or prices, to wit: NOTE: Contractor should secrue bonds and insurance while waiting for Council approval of the bid so the December 21 deadline can be met. P - 2 Glelch Street Paving and Drainage BID TABULATION SHEET _ITEM DESCRIPTION CALENDAR DAYS 28 BID N0. 9688 PO NO. QUANTITY UNIT UNIT PRICE TOTAL 1.21 Contractors Warranties and Understandings LS Sao. 19'LS Z a00. 0 0 2.11.5 Inlet Frame and Cover 1.0 EA /1O, °O /EA /.SO, Oo 2.12.3-B 24' Pipe Sewer RCP 330.0 LF ~z.40 /LF /O s0 - 3-A Remove Concrete (Pavement) 7.0 SY D0 /SY /p 3 0e, 3-B Remove Concrete (Curb and Gutter) 550.0 LF 14,0,9 /LF -0,A9, -el -9 3-C Remove Concrete (Driveways and Sidewalks) 360.0 SY LF,00 /SY Z Y$ 0,4 0 3.1 Preparation of Right-of-Way LS _10Gf~4d/LS DD0.60 3.3 Unclassified Excavation 600.0 CY OO /CY Z OD,ea 4.6-A Type 'A' Hydrated Lime Slurre 15.0 TON 8O,4a /TON ZDO•oe 4.6-B 06' Lime Treated Sub grade 1,690.0 SY zO /SY z ~Z~f1G 5.7.A-1 4 1/2' Asphalt Pavement Base (Type A) 1,400.0 SY 7, 16? /SY ® O. ,I 5.7.A-2 1 1/2' Asphalt Pavement (Type D) 1,40-0.0-0- SY Z'60 /Sy 5, 40 5.7-B 2' Asphalt Pavement (Patch Material, Type D) 5.0 TON 70d%TON X0,44 5.8-A.1 Concrete Pavement (6' Flatwork) 46.0 SY 7.04 /SY / / /O'f•Oa 7.4.5 Class 'A' Concrete (Retaining Wall) 5.0 CY ~OO,OD/Cy X00, ad 7.6.A-1 5' X 5' Junction Box and Cover 1.0 EA (~.4gEA / /Od~0,44 7.6.A-2 8' Curb Inlet 1.0 EA 4d/EA 8.1 Barricades, Warning - Detour Signs LS L ODd-'1d/LS .2Oa4, Oa 8.2-A Concrete Curb and Gutter 520.0 LF lp.44f /LF /L O,o4 8.3 Driveway 6' 115.0 SY Z .4d/Sy 76o,ov Z 8.3-A Sidewalk 4' 226.0 SY IfV7 /SY y O~~e4 8.7.2-B Reinforcing Steel 265.0 LB . eO /LB 212, d I SP-2 Saw cut 28.0 LF Z.De ELF :576, 4 0 P - 3 Welch Street Paving and Drainage BID TABULATION SHEET (Continued) ITEM DESCRIPTION QUANTITY UNIT CALENDAR DAYS 28 BID NO. - PO NO. UNIT PRICE TOTAL SP-10 Rock Excavation 0 CY 30- 0 /CY SP-15.A Adjust Water Valve 1.0 EA 250.19191EA ~O,a a SP-15.B Adjust manhole 1.0 EA -0•41'/EA ~~d • ov SP-16 Handicap Ram 4.0 EA 2SO, 19 11 /EA / Oa o , e d SP-20 Remove Concrete (Inlet) 1.0 EA 76-0,dd/EA 7~O.Od SP-26.A Remove 21" Pipe Sewer CMP 317.0 LF /G 7,Dd /LF SP-27.A Water Service Adjustment 2.0 EA Z~O,d.4/EA ~O(• 0~ SP-27.B Sewer Service Adjustment 2.0 EA 2i9d JD/EA / U NDO. DO TOTAL / CK / / Q~ P - 4 Hickory Street Paving and Drainage BID TABULATION SHEET ITEM DESCRIPTION WORK DAYS 30 BID NO. - PO NO. OUANTITY UNIT UNIT PRICE TOTAT. Contractors Warranties 1.21 and Understandings LS ~6OO•d/LS c'00- A 2.11.5 Inlet Frame and Cover 3 EA -,U0/EA De 2.12.3-A 18" Pipe Sewer RCP 134 LF 24i,6e9/LF G, 2.12.3-8 24" Pipe Sewer RCP 20 LF -RZ ao /LF ~J D.Od 2.15.3 H dromulch SY ZS~/SY Remove Concrete ( 3-A (Pavement) 7 SY DO /SY 03.49 0 Remove Concrete 3-B (Curb and Gutter) 1,235 LF / DD /LF % OA Remove Concrete p 3-C (Driveways and Sidewalks) 600 SY d•OO /SY O O,DG 3.3 Unclassified Excavation 910 Cy -bP /CY ( a oe Type "A" Hydrated De 4.6-A Lime Slurre 42 TON /TON 3 349~6er 4.6-B "6" Lime Treated Sub grade 4,650 SY ,Z~ /SY '57-5-0'ad, 4 1/2" Asphalt Pavement 5.7.A-1 Base (Type A) 3,776 SY l~O /SY zq S~o'~ 1 1/2" Asphalt Pavement / 6 5.7.A-2 (Type D) 3,776 SY Z, o /SY J7 6eq 2" Asphalt Pavement 5.7.A-3 (Type D) 3 947 SY ~3,/SY .~4 2" Asphalt Pavement 5.7-B (Patch Material Type D) 25 TON 9O.am/TON 2S727, A0 8" Asphalt Pavement 5.7-B.2 (Valle Gutter) 10 SY / ,5O/SY /TDO 5.8-A.1 Concrete Pavement (6" Flatwork) 46 SY Z • DD/SY 5.8-A.2 6" Concrete Pavement 165 SY ZOD/SY 96 7.6.A-3 6' Curb Inlet 1 EA /OSOftA / ~F ~tpdY7,De 7.6.A-4 10' Curb Inlet 1 EA' ' ZZOO.d%EA 2- ZOD, eo Barricades, Warning - 8.1 Detour Signs LS ODO•/~'LS DDO• ea 8.2-A Concrete Curb and Gutter 1,22-0 LF d d /LF 6.3 Driveway 6" 225 SY • dG /SY d T0D' O P - 5 Hickory Street Paving and Drainage BID TABULATION SHEET (Continued) ITEM DESCRIPTION WORK DAYS 30 BID NO. - PO NO. OUANTITY UNTT UNTT PPTCF. mmmAT. 8.3-A I Sidewalk 4- 100 SY /gOdJ/SY .00 8.15 Concrete Rip Rap 25 Sy 2-7, 10 /Sy UJ7s-,,l d SP-2 Saw Cut 600 LF Z00 /LF /Z~0• oa SP-10 Rock Excavation 0 CY 30.00 /Cy SP-15.A Adjust Water Valve 11 EA Z19, AD/EA -21 75'-67, SP-15.B Ad just Manhole 2 EA ~~G.OD/EA 700.019 SP-20 Remove Concrete (Inlet) 2 EA 75V,&V/EA 7 ~~O SP-26.B Remove 18' Pipe Sewer RCP 10 LF DO /LF O. G,A SP-28 Remove Dowelled on Curb 175 LF .00 /LF / a.S--49.D4 SP-29 Install Dowelled on Curb 160 LF S,D~O /LF ~Z D,l1J TOTAL / / / / / / / / / / / r, O P - 6 BID NO. 9688 PO NO. BID SUMMARY SHEET PROJECT A. Welch Street B. Hickory Street C. TOTAL BID TOTAL ~`L , 069.0 TIME FOR COMPLETION 28 Calendar Days 30 Work Days P - 7 3ID# 9688 BID SUMMARY TOTAL BID PRICE IN 1 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. Street Address City a d State Seal & Authorization (If a Corporation) O / 7~" Telephone ,,.N rnrgr i. r~ P - 8 DATE December 16, 1986 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9689 - PAINTING OFFICE WAREHOUSE COMPLEX RECOMMENDATION We recommend this bid be awarded to the only bidder Geroge Painting Co for the total amount of $13,250 00 SUMMARY This bid was sent to several prospective painting contractors We received only one bid and that from George Painting Company This bid requires liability insurance, which elimated some of the smaller contractors Mr George has already done some smaller painting contracts for us and we have found his work quality and performance satisfactory BACKGROUND Tabulation sheet PROGRAMS, DEPART14ENTS OR GROUPS AFFECTED FISCAL IMPACT. Budgeted item There is no additional impact on the general fund Respectfully submitted Lloyd V Harrell City Manager Prepared by t~ me o n J Marshall, C P M Title Purchasing Agent Approved a John J Marshall, C P M r~i)1; Purchasing Agent u I ~ I I 1 I 1 I I 1 v i p v I M I I s ~o I I a s c~ a I I I S - 1 r.~ s+ ~ si a I -1 1 m 1 m e l a l s p fJ' 1 } 1 U I I T rt i m r ml I ~ C~ I T I I O ~ b z r I s I I I m Y[ I I I ~ 10 k ~ T r n m ti r~ z rt1 M ~ rT. P M r m ~ ~ x+o m n a n m n a r h ~ ll 9J T 9 rvn '[1 Ri 3 m 0 r m z v ~ m m a r~ o -+s m z m m 1 4 1 1 m 1 1 a I 1 p 1 r11 5i 0 I 'O i I Iil I m y I I I I I I S I I RI I S I I p I I S I I I 1 I 1 1 I I I C I IT 1 I 2 1 I O 1 1 ~ I I 9 I I I STATE OF TEXAS COUNTY OF DENTON CONTRACT AGREEMENT THIS AGREEMENT, made and entered into this 17 day of DECEMBER _ A.D., 19 86, by and between The City of Denton, Texas 901-B Texas Ctraat_ nentnn_ Texas 76201 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 George Painting Company 281 N. Mayhill Road, Denton, Texas 76201 (817) 565-8132 of the city of Denton , County of Denton and state of Texas , Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First part (OWNER), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: BID# 9689 PAINTING OFFICE/WAREHOUSE COMPLEX $13,250.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders; and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or CA-1 0044b wtittdn explanatory matter thereof, and the Specifications therefore, as prepared by The City of Denton Staff , all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATT ST• m~~ CITY OF DENTON, TEXAS VJ-_- Y LLOYD V. HA ELL, C Y MANA( (SEAL) ATTEST: GEORGE PAINTING COMPANY Party of thn(e Second Part, CONTRACTOR By Lo'& ' rn 4;; i R- e L (SEAL) APPROVED S TO FORM: City Attorne CA-2 0044b BID NUMBER #9689 SPECIFICATIONS Page 4 of 10 Purchasing Department City of Denton, Texas 4. Bidder's Knowledge of Conditions: Prior to submission of a proposal, bidders shall have made a thorough examination of the site of the work and a thorough examination of the specifications, and shall become informed as to the nature of the work, labor conditions, and all other matters that may affect the cost and time of completion of the work. EXAMPLE: Safetv barriers. 5. Award of Contract: The owner reserves the right to award the contract based on its decision as to the best bid submitted. The owner reserves the right to reject any and all bids. 6. Materials Furnished by Otoner: The owner will furnish no materials. The contractor shall furnish all materials, equipment, etc. 7. Experience Record: The bidder shall have a record in this type of work for a period of The owner requests the bidder to submit his of projects which he has performed during t his Bid Proposal. 8. The contractor is responsible for their own connectors and cords. satisfactory experience at least three years. experience and a list ze past three years with electrical power 9. It is the responsibility of the contractor to dispose of all trash and debris. The building dumpster shall not be used. 10. The contractor shall take extreme care to prevent damage to existing pavement, walks, landscaping, sprinkler systems, and other existing facilities and improvements. 11. The building will be used by the City during construction and care must be taken not to prevent building use or endanger user of the building during construction. 12. All work shall be schedule prior to beginning work. 13. The contractor will provide his own storage trailer, truck, or whatever he requires for storage of his material and equipment. Any storage facility will be kept clean and free from fire hazards. 14. Insurance requirements will be as established by the City of Denton. (See attached) 15. The contractor shall take extreme care to prevent paint damage to vehicles and surrounding structures. FOR SITE INSPECTION OF FACILITIES, CONTACT BRUCE HENINGTON (817) 566-8270 TO MAKE AN APPOINTMENT. BID NUMBER 9689 BID PROPOSALS Page 2 of 10 ' , t ITEM DESCRIPTION OUAN. PRICE AMOUNT 1• Re-naint Citv of Denton_ office complex/warehouse. LS $1 A Contract will be required ( sample attached) with insurance and bond as is hereafter addressed. 6 O,- TOTALS We quote the above f.o.b. Denton, Texas. Shipment can be made in days from receipt of order. Terms net unless otherwise indicated. In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a reasonable period of time constitues a contract. Malling Atiprass City State ZIP Telephone \iN 'k Bidder j signature ~ u Title « • ISSUE DATE (MM/DONY) Lai 1 1 l - i k- 12/18/86 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS AMEND, NO R THE CERTIFICATE HOLDER. THIS DOES NOT I I O Lord & Co., Insurance Agents, Inc. POLIC ES BELOW. TER THE COVERAGE AFFORDED BY THE EX TE ND OR AL 946 P. 0. Box Denton, TX 76202 COMPANIES AFFORDING COVERAGE COMPANY A LETTER Ohio Casualty Insurance Co. COMPANY B INSURED LETTER JOHN F. GEORGE COMPANY C dba George Painting Company LETTER 281 N. Mayhill COMPANY D TX 76201 Denton LETTER , COMPANY E LETTER THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW H NDITION OF A AVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY NOTWITHSTANDING ANY REQUIREMENT, TERM OR CO THE P OLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI- BE ISSUED OR MAY PERTAIN, THE IN SURANCE AFFORDED BY TIONS OF SUCH POLICIES. POLICY EFFECTIVE POLICY EXPIRATION LIABILITY LIMITS IN THOUSANDS CO LTR TYPE OF INSURANCE POLICY NUMBER DATE (MWDDNY) DATE (MfAIDD^ 77777- EACH OCCURRENCE AGGREGATE A GE NERAL LIABILITY FORM GLO 2 08 64 22 8/20/86 8/20/87 BODILY INJURY $ $ COMPREHENSIVE PREMISES/OPERATIONS PROPERTY DAMAGE $ $ UNDERGROUND EXPLOSION 8 COLLAPSE HAZARD PRODUCTSTCOMPLETED OPERATIONS EN & PC) $500 $SOO x oWxmh1&%k Owners. Pro ectmve COMBINED NTRACTORS INDEPENDENT CO BROAD FORM PROPERTY DAMAGE PERSONAL INJURY $ PERSONALINJURY Premises Medical P yments $1,000./person$1 ,000./accid nt A UTOMOBILE LIABILITY NBODILY J ~ 1 $ 300 ANY AUTO N O. Jp ff1~ A ALL OWNED AUTOS (PRIV PASS) T HAAN) ALL OWNED AUTOS (THER AG 87 38 75 8/20/86 8/20/87 BODILY INJORAaroENn $500 - P TH HIRED AUTOS PROPERTY DAMAGE $ 300 NON OWNED AUTOS GARAGE LIABILITY BI a PD R COMBINED $ EXCESS LIABILITY BI 8 PD NED $ $ UMBRELLA FORM COMBI OTHER THAN UMBRELLA FORM " STATUTOR Y y WORKERS' COMPENSATION $ (EACH ACCIDENT) AND ' $ (OISEASE-POLICY LIMIT) EMPLOYERS' LIABILITY $ (DISEASE-EACH EMPLOYEE) ' OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS City of Denton SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- 901-B Texas St. PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO Denton, TX 76201 MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SH L IMPOSE NO OBLIGATION OWABILITY ATTN: Lloyd V. Harrell, City Manager OF ANY KIND ~UPON ^HETCOMPANY, IT~SAGE TS WREPRESENTATIVES// A William B. Lord. Jr.