Loading...
1985-14923L NO SS- IV? 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 ordinanes, 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 the Code of Ordinances requires that the City Council approve all expenditures of more than $3,000, and 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 CONTRACTOR AMOUNT 9391 Dickerson Construction Co $20,526 32 Change Order 111 SECTION II That the acceptance and approval of the above competititve 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 authorzied to excecute 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 PAGE ONE terms, conditions, plans and specifications, standards, quantitites and specified sums contained therein SECTION IV That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V That this ordinance shall become effective immediately upon its passage and approval " PASSED AND APPROVED this the 6th day of August, 1985 ATTEST , ECRETM U;-LL CITY OF DENTON, TEXAS APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY CITY OF DENTON, TEXAS BY PAGE TWO DATE August 6, 1985 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM G Chris Hartung, City Manager SUBJECT BID #9391 LOOP 288 WATERLINE CONTRACT Change Order #1 RECOMMENDATION We recommend this change order to add installation of two 12" water lines across Loop 288 and recommended by the Public Utility Board be approved in the amount of $20,526 32 SU144ARY This item was not included in the original bid, but in conjunction with that bid, Change Order #1 is presented The change Order is for the installation of two 12" water lines across Loop 288 to serve water to Morse and Karina Streets and existing and proposed industrial park development there BACKGROUND Backup Material from R E Nelson, Utility Director PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED FISCAL IMPACT Thereis no additonal fiscal impact on the General Fund Respectfully submitted G Chris Hartung City Manager Prepared by Tate Jol n Ma ^~Shal l , C M ur a ing Agent Approved Name h Ma shall, C P 'H Title rchasing Agent August 6, 1985 CITY COUNCIL AGENDA ITEM TO MAYOR AND MEMBERS OF THE CITY COUNCIL FROM G Chris Hartung, City Manager SUBJECT Consider Change Order #1, Bid #9391 LOOP 288 WATER LINE to Dickerson Construction Company in the Amount of $20,526 32 RECOMMENDATION The Public Utilities Board, at their meeting of July 17, 1985, and the City Engineer have recommended approval of change order #1 in the amount of $20,526 32 SUMMARY This change order is to install two 12" water lines across Loop 288 to Morse and Karina Street to provide 3000 GP?4 fire flow to the existing and proposed Industrial Park developments in that area BACKGROUND The City Council awarded this contract to the lowest bidder-Dickerson Construction Company This project has already begun and the construction is about 25% complete These items in this change order were not included in the bid as the staff was still working with the developer, Mr Frank Martino, representing Golden Triangle Industrial Park- at that time The staff proposes this change order now to extend approximately 666 LF of 12" waterline and fittings (excluding two bores across Loop 288, which are paid for by Developer) to the east side of Loop 288 The developer will extend/tie-in these lines on Morse Street and Karina Street at his own expense This change order will install adequate fire flow facility to the areas on the east side of Loop 288, which have commercial and industrial developments DEPARTA ENTS OR GROUPS AFFECTED Denton Municipal Utilities, City Engineer, citizens, contractors, and developers 3803U 1 FISCAL IMPACT Original Contract Bid #9391 Loop 288 Waterline $435,215 Spencer Rd Waterline $61,843 Total $497,058 Revised Contract Bid CO #1 Loop 288 Waterline $435,215 00 C/0 #1 $20,526 32 Sub-total $455,741 32 Spencer Rd Waterline $61,843 00 Total $517,584 32 Budgeted HY 85 CIP $759,500 00 Increase in contract completion time 15 working days Source of Funds 623-008-0461-9138 (Loop 288 WL) 623-008-0461-9114 (Spencer WL) Water bond funds Prepared by Respectfully submitted, Srini Sundaramoorthy Civil Engineer Approved R E Nelson Director of Utilities G Chris Hartung City Manager LXHIBIf I City's cost II CO #1 III Minutes PUB Meeting of 7/17/85 IV Ordinance 3803U 2 CITY OF DENTON DEPARTMENT OF WATER AND WASTE (MATER PROJECT LOOP Z98 WATSILINE FY 85 GIP 75 W.Ig .0 85 LA'J- 16 CONTRACT b1D M 439/ PO r 6'1174F OWNER G/ rY OFF OEArraW CONTRACTOR DIGIGERSCAJ GOAISTROLT/OAJ co , CEUAIR, 7-rift-5 CHANGE ORDER 4 2 ADD THE P-OLLOWHVfn DATE JULY S /9S5 665 it LF /Z" W L O A /I 23t LF : /2003 3Z 4--IZ" VALVE dD 7,o^EA .A 540.00 4- I Z" !'L LIC" La Z I Z W BA ~ B IF50 04D Z- IZ" X IZ"X 8^ 7-EF Ga SW" ZA , E /700 00 3 /Z" X /Z" YJZ" ME La 772 so " Z _ S/7 SO l- 8" VALVE GA 493°o EA ' F 4'95 OO -rC AL CD ♦ / 0 zo VZ4 PRE , 3z VIOUS CONTRACT AMOUNT f f47,058 00 NET (INCREASE) ONGRU ) IN CONTRACT AMOUNT • Z015Z6 az REVISED CONTRACT AMOUNT AF 5171594r 3z REVISED CONTRACT TIME OF COMPLETION /65 UlORKING DAYS C 5 WORICIIM 6flY5 IAICAERSE) APROVED iY -~J CITY ENGINEER ASST DIR OF UTILITIES DIR OF UTILITIES APROVED BY CONTRACTOR Il 1 Q I~ s n O h c z y e a m h T 0 3 D 0 n L Z b a Zo w L' V ~ N N h - N r _ w n 0 9 ~ s ~ h ti N= V } „ `i ~ O F Vy N N < n A O n _ N V 11 1 II O N - W N N ~ N W J w O O ~ O C C W w n o N 0 0 0 0 C p 0 ~ N M a I~ N ~ I i - n IN D V ~ n I N N ' Li L L0UP Z2Z 1 n ~ N ro W O N N t N y ~ n - ZI n S y N ~ N F N a r m t I I i N N w N 0 W ~ n N W - N N N r C M n ° n Y N, c s x N_ F ~ { r n m l e CITY& DENTON, TEXAS MUNICIPAL BUILDING / DENTON TEXAS 76201 / TELEPHONE (817) 566 8200 MEMORANDUM TO JOHN MARSHALL, PURCHASING AGENT FRO,A R E Nelson, Director of Utilities DATE July 18, 1985 RE Lity Council Meeting of August 6, 1985 The following items were approved by the Public Utilities Board at their meeting of July 17, 1985 1 Consider Lhange Order 111, Bid N93S4, 8 MGD Pumping Unit and Motor Controller at the Raw Water Pump Station 2 Consider Change Order N1, Bid 119391, Loop 288 Water Line to Dickerson Lonstruction Company in the Amount of $20,526 32 We are attaching summary information and Minutes of the subject Board meeting Please submit same for the above-referenced City Council meeting 1,4 e son, Director of Utilities gcr cc file Attachments 3794U 12 JUL 22 1985 C11 Y 01 DENTON PURCHASING DEPT. ` CONTRACT AGREEMENT STATE OF TEXAS ) COUNTY OF DENTON THIS AGREEMENT, made and entered into this _2&_ day of _ February A.D., 19__a5, by and between The City of Denton of the County of Denton and State of Texas, acting through G..Chris Hartung City Manager thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and Lewis Dickerson, Individually and Dickerson Construction Co Inc P 0 Box 181 of the City of Celina County of Collin and state of Texas Party of the Second Dart herei r termed CONTRACTOR. natter 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 # 9391 Looe 288 Waterline Purchase Order =67174 for $497,050.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or CA-1 0044b written explanatory matter thereof, and the Specifications therefore, as pre?ared by lerrv Clark City vain ar and Dave Ham Assistant Dirortnr of Utilities - Water & Sewer 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 ~YHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST7: Par of t: e rst Part, 0*,,,(ER By ATTEST: APPROVED AS TO FORM: City Attorney CA-2 0044b LEWIS DICKERRSON, INDIV DICKERSON CONSTRUCTION arty of ;,iWe Second „a 4' .rte= rr Lewis Di riv idually Lewis.DicKerson, President (SEAL) PERFMANCE BOND STATE OF TEXAS COUNTY OF HARRIS)( KNOW ALL MEN BY THESE PRESENTS: That Lewis Dickerson, Individually and Dickerson Construction Co., Jr6f- the City of Celina County of Collin and State of Texas as PRINCIPAL, and FIDELITY AND DEPOSIT OF MARYLAND , 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 DEN'IC)N, TEXAS as OWNER, in the penal sum of Four Hundred Ninety-Seven Thousand Fifty-Eight and no/100------- Dollars ($497,058.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 9& day of ~te( cc~ v y, 19 f(; for the construction of LOOP 288 VRTERLINE, BID # 9391, PURCHASE ORDER # 67174 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; P B-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 HARRIS 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, sealed this instrument this LEWIS DICKERSON, MTVIDUALLy and DICKERSON CONSTRUCTION CO.,INC. Principal By By the said Principal and Surety have signed and day of `7~1 %lc 19 85. FIDELITY AND DEPOSIT OF MARYLAND Surety R enia Pizzo Title Attornev-in-Fact Address P.O. Box 181 Address c/o William H. Ratz & Associates Celina, TX 75009 9430 Old Katy Road #110 Houston, TX 77055 ! C SE9 I c (SEAL) G 11 Th > e name and dddress of the Resident Agent of Suret is: r y \.i L+]IIS,IAM H. RATZ & ASSOCIATES, INC. 9430 Old Katy #110 Houston TX 77055 NOTE: Date of Bond must not be prior to date of Contract. PB-2 0091b Lewis Dickerson, President PAYITM BOND STATE OF TEXAS COUNTY OF HAPRIS ) ( KNOW ALL MEN BY THESE PRESENTS: That Lewis Dickerson, Individually and Dickerson Construction Co., TN£.the City of Celina County of Collin and State of Texas as principal, and FIDELITY AND DEPOSIT OF MARYLAND authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly hound unto CITY OF DENTON, TEXAS , OWNER, in the penal sum of Four Hundred Ninety-Seven Thousand Fifty-Fight and no/100 Dollars ($497,058.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by thes presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the day of~c.~ zG~ 19 85 LOOP 288 VATERLINE, BID 0 9391, PURCHASE ORDER 0 67174 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 Lt day of y2q~ 19 85 LEWIS DICKERSON, INDIVIDUALLY and DICKERSON CONSTRUCTION CO., INC. FIDELITY AND DEPOSIT OF MARYLAND Surety By By Address P. 0. Box 181 Celina, TX 75009 Rene a Pizzo Title Attornev-in-Fact Address C/o William H. Ratz & Associates 9430 Old Katy Road 0110 Houston, TX 77055 J (SEAL) s of the Resident Agent of Surety is: WILLIAM H. RATZ & ASSOCIATES, INC. 9430 Old Katy 4110, Houston, TX 77055 PB-4 0092b Principal MAINTENANCE BOND STATE OF TEXAS COUNTY OF HARRIS Lewis Dickerson, Dickerson Construction RNOW ALL MEN BY THESE PRESENTS: THAT Individually and Co., Inc. as Principal, and Fidelity and Deposit of Mary an 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 Fort - Sand eyen uundrad VP and nn/700 Dollars 44 70Fnn 107 of the total amount OF r 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: Lewis Dickerson, Individually and WHEREAS, said Dickerson Construction Co., Inc. has this day entered into a written contract with the said City or Denton to build and construct Loop 288 Waterline, Bid It 9391, Purchase Order # 67174 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. Lewis Dickerson, IN WITNESS WHEREOF the said Individually and Dickerson Construction Co., Inc. as Contractor and Principa] these presents to be executed by Fidelity and Deposit of Masylaj and the said Fidelity n Deposit o Maryland surety, has caused these presents to be executed by its Attorney-in- Regenia Pizzo and the said Attorney-in-Fact has hereunto this Jy day of ~14c ,k 19 85 . SURETY: Fidelity and Deposit of Maryland BY: i Pizzo act , nas caus act set his hand PRINCIPAL: Lewis Dickerson, Individually and Dickerson Construction Co., Inc. BY . Lewis Dickerson, Individually BY: Lewis Dickerson, President MB-2 0093b CITY OF DENTON INSURANCE MINIMUM REQUIREMENTS Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the work is completed and accepted by the City of Denton, Owner, minimum insurance coverage as follows: TYPE OF COVERAGE LIMITS OF LIABILITY I. WORKMEN'S COMPENSATION STATUTORY II. COMPREHENSIVE GENERAL LIABILITY Bodily Injury $300,000 $1,000,000 Each occurance Aggregate Property Damage $100,000 Each accident III. COMPREHENSIVE AUTOMOBILE LIABILITY Bodily Injury $300,000 $1,000,000 Each person Each accident Property Damage $100,000 Each accident A. In addition to the insurance described above, the Contractor shall obtain at his expense an OWNER'S PROTECTIVE LIABILITY INSURANCE POLICY with the following limits: BODILY INJURY PROPERTY DAMAGE $300,000 each person $100,000 each accident $300,000 each accident $1,UOU,000 aggregate Covering the work to be performed by the Contractor for the City of Denton. B. The contractor will furnish the Owner's Protective Policy described above and execute the Certificate described on the following page to the City of Denton for its approval. Insurance must be accepted before commencing any work under the contract to which this insurance applies. The City of Denton will be listed on all policies as an additional named insured. ,#0399c CERTIFICATE OF INSURANCE THIS IS TO CERTIFY that the following policies, subject to their terms, conditions and exclusions, have been issued by the company or companies shown below: THIS CERTIFICATE OF INSURANCE neither affirmatively or negatively amends, extends or alters the coverage afforded by the policy or policies shown below, nor is it an endorsement making the person, firm or corporation at whose request it is issued an additional insured on the policy or policies referred to herein. In the event of any material change in or cancellation of the policy or policies, the company or companies wil? mail ten (10) days' written notice to the party to whom this certificate is addressed. NAMe AND ADDRESS OF PARTY TO WHOM CERTIFICATE IS ISSUED DATE: I- REMARKS: 7 11 City of Denton 901-B Texas St. Denton, TX 76201 Bid # 9391 L Attn: John J. Marshall, C.P.M. Purchasing Agent J NAME AND ADDRESS OF INSURED: Insurance Company Type of Insurance Policy Effective Expiration Number Data Date LIMITS OF LIABILITY' Workmen's Compensation Statutory and Employers Liability Employers Liability Limits-$100.000 Comprehensive . Bodily Injury General Liability S Each Occurrence Aggregate Products S & Completed Operations Property Damage $ Each Occurrence S Aggregate Operations S Aggregate Protective i s Aggregate Contractual Aggregate eroducts $ & Completed Operations Comprehensive Bodily Injury Automobile Liability-' $ Each Person S Each Occurrence Property Damage - $ Each Occurrence 'Absence of any appropriate entry means no such insurance is in force. "Covers all owned, non-owned or hired vehicles NAME AND ADDRESS OF AGENCY : ?HONE NOMBEP. OF AGENCY Authorized Representatives of the Insurance Companies referred to above. CI-2 SCHEDULE "B" CITY OF OENTON MINIMUM WAGE HATSS FOR PUBLIC ENGINERING (HIGHWAY/HEAVY) CONSTRUCTION AND UNDERGROUND UTILITY CONTRACTS The rates below have been determined by the City of Oenton, Texas in accordance with the prevailing local wages statutory requirements and . Overtime shall be paid foe at the cats of one and one-half (1-1/2) times the regular rates for every hour worked in excess of forty (40) hours per week. Trade-Craft Classification Rate Per Hour Air Tool Man Asphalt Heaterman Asphalt Raker 6.55 Asphalt Shoveler 5 00 Satching Plant Scaleman . 6 50 Batterpoard Setter . Carpenter 6.65 Carpenter Helper 5 45 Concrete Finisher (Paving) . 7 05 Concrete Finisher Helper (Paving) . 5.50 Concrete Finisher (Structures) 5 80 Concrete Finisher Helper (Struct) , 5.55 Concrete Rubber Electrician Electrician Helper 9.50 5.50 5 Form Builder (Structures) 70 . Form Builder Helper (Struct) 5 00 Form Liner (Paving & Curb) . 7.25 Form Setter (Paving & Curt) 6.10 Form Setter Helper (Paving & Curb) 4,90 Form Setter (Structures) 7.00 Form Setter Helper (Structures) 5,65 Laborer, Common 4 00 Laborer, Utility Man . 4.90 Manhole Builder, Brick Mechanic 6.70 Mechanic Helper 5 00 Oiler . 5.05 Serviceman 5 75 Painter (Structures) Painter Helper (Structures) ?iledriverman ?ipelayer ?ipelayer Helper 5 75 2owderman 4.75 Reinforcing Steel Setter (Paving) 7.0a .5 00 Reinforcing Steel Setter (Struct) . 6.60 Reinforcing Steel Setter Helper 4 50 Steel worker (Structural) . 5 25 Steel worker Helper (Structural) . Sign Erector Sign Exactor Eelcer Spreader Box Man= 6 00 swamper . i.y5 Power Ecuioment Oceracors, asphalt ciztxibutor Asphalt Paving Machine 6.95 Broom or Sweeper Operator 5.20 Bulldozer 150 HP & Less 6.25 Bulldozer 150 R? 6.75 Concrete Pavine Curing Machine 5 50 Concrete ?awing .in isning mach , 6,90 G - u.5 Trade-Craft Classification Rate Per Hour Concrete Paving Form Grader Concrete Paving Joint Machine Concrete Paving Longitudinal Float 6.35 Concrete Paving Mixer 7,75 Concrete Paving Saw 6.05 Concrete Paving Spreader Paving Sub Grader Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (less than 1 1/2 CY) 7.00 Crane, Clamshell, Sackhoe, Derrick, Dragline, Shovel (1 1/2 Cy 6 Over) 7.35 Crusher or Screening Plant Operator Elevating Grader Farm Loader Foundation Drill Operator (Crawler Mounted) Foundation Drill Op. (Truck mounted) 8.25 Foundation Drill Operacor Helper 5.45 Front End Loader (2 1/2 CY s Less) 6.15 Front End Loader (Over 2 1/2 C2) 7.25 Hoist (Over 2 drums) 6.00 Mixer (over 16 Cc) Mixer (16C7:s Less) Motor Grader Operator, Fine Grade 7.55 MotorGrader Operator 7,29 Roller, Steel Wheel (?cant-:Mix Pavements) 6.35 Roller, Steel Wheel (other-Flat Wheel or Tamping) 6.35 Roller, Pneumatic (Self-Propelled) 5,15 Scrapers (17 CY s Lass) 6.25 Scrapers (Over 17 CY) 5.90 Side Boom Tractor (Crawler Type) L50 HP s Less Tractor (Crawler Type) over li0 H-a 6.90 Tractor (Pneumatic) 80 HP s Less 9,60 Tractor (Pheumatic) over a0 HP 6.75 Traveling Mixer Trenching Machine, Light Trenching Machine, Heavy Wagon Drill, Boring Machine at Post Hole Driller Operator 5.25 Truck Drivers: Single Axle, Light 3.35 Single Axle, Heavy Tandom Axle ac Semitrailer :.Owooy-Float Transit-Mix ,.70 Winch Welder 7.1-3 Welder Helper The CONTRACTOR snail comply with all State and Federal laws applicable to such work. The above are airizum races. Bidders shall case c-ne L bits on rates they expect to pay, if in excess of those listec. The OWNER wil_I not consider claims for extra payment co CONTRACTOR an account of pa_rnent of wages higher than those specified. G - 12.6 BID # 9391 PROPOSAL TO THE CITY OF DENTON, TEXAS For the Construction of LOOP 288 WATERLINE 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 therein 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. P - 1 It is understood and agreed that the work is to be completed in full within one hundred fifty (150) working days. 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 payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. It is understood that the Owner reserves the right to reject any and all bids. The undersigned hereby proposes and agrees to perform all work of whatever nature required, in strict accordance with the plans and specifications, for the following sum or prices, to wit: P - 2 TOTAL BID PRICE IN WORDS Z N Nj BID SUMARY ZL ,~2 NO f n._~ N~ 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. D,CIufk,g'~ WNf~ J L CONTRACTOR / BY Sfc IJ a.U I,}(C~'~~C~l swf~0~.~ Street Address tia, i-x.3, 7j- 0 ano state Sear& Au66,3rization (:I f, a,C'tPor:ation) 2f,. ~,N 4 Telephone a iy_ 3sa- a«3 BID TABULATION SHEET LOOP 288 WATERLINE Item Description Bid Quantity W-lA 24" Watermain W1B 20" Watermain W-1C 12" Watermain W-1D 8" Watermain W-2A 24" Gate Valve W-2B 20" Gate Valve W-2C 12" Gate Valve W-2D 8" Gate Valve W-2E 6" Gate Valve w-3 6" Fire Hydrant W-4A 1" Air Release Valve (24" line) W-4B 1" Air Release Valve (20" line) W-5A 3/4" Copper Service W-5B 1" Copper Service W-6A 20" Plug W-6B 12" Plug w-7 30" Bore and Casing W-8 Cast Iron Fittings 421 Concrete Encasement 340-B Type D Asphalt Patch Alternate #1: BID # 9391 PO# Unit Price Ext Total 4520 LF $ 385= /LF $ I'7H, 0>0.=- 5230 LF $ 32.8- /LF $ 1800 LF $ rg,~ /LF $ tea:- 1290 LF $ /IF $ Ia,a4$,°= 3 EA $ -74so.-s/EA $ 2z,3s0. 5 EA $ 1313130, -qEA $ ai-xs.,.° 5 EA $ X90.°= /EA $ 3,513 1 EA $ 0Y - /EA $ 111 40 EA $ 35o.°./EA $ 14,°°a. 40 EA $ 7/EA $ 3,aoo.°a 2 EA $ Som.°s /EA $ 1 EA $ oso.°= /EA $ 6 EA $ Aso.°. /EA $ iseo. 1 p ~ EA $ 4P0. / L' L1 x/00, oV I EA $ S"._/EA $ 3 EA $ A10.`/EA $ 63: 90 IF $ 135.°=/LF $ LBS $ /LB $ o 40 CY $ 10.°- /Cy $ a 1300 . 10 TONS $ 65.°` /TONS $ G so. - TOTAL= $ 5 i a, ; r' Install valves with cap - future fire hydrants Reduce Item W-3 7 EA $ q 1s.'~ /EA $ 13 4013. Addendums Received Cc~c ~ c~PCrlLC~a°y~ f`y 110271E~,~ lu:c zK~ A A ~JvP- The ,D Companies FIDELITY AND DEPOSIT COMPANY OF MARYLAND FIDELITY'AND DEPOSIT COMPANY HOME OFFICES: BALTIMORE, MD. 21203 - POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the FIDELITY AND DEPOSIT COMPANY, corporations of the State of Maryland, by C.-M. PECOT, JR. - , Vice-President, and - C. W. ROBBINS Assistant Secretary, in pursuance of authority granted by Article VI, Section 2-of the respective By-Laws of said Companies, which are sei forth on the reverse side hereof and are hereby certified to be in full force and effect of the date thereof, do hereby nominate, constitute, and appoint WilI ism H. -Ratz, Maryanne Wilson, Regenia Pizzo, Carole Kamman and.Edward.L. Moore, all of Houston,. Texas, EACH _ -true I' e and lawful agent and Attorney-in-Fact of each, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings ...EXCEPT bonds on behalf of Independent-Executors, Community Survivors andCommunity Guardians............ n th7~d e execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the - r ularly elected fficers of the respective Companies at their offices in Baltimore Md., in their own proper persons. Tigis power o attorney r~vokes that issued on behalf of Llilliam H. RaCz, etal, dated, May 26, 1983. IN WITNESS WHEREOF, the said Vice-Presidents and Assistant Secretaries have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY this 21st................................. day of----------_:January...... A.D. 19..85.-----.. ATTEST: FIDELITY AND DEPOSIT COMPANY OF RYLAND ssewe EJUALZ By i..-..............: Assistant Secretary - President - FIDELITY AND DE COMPANY . we. ua Assistant Secretary STATEOFMARYLAND CITY OF BALTIMORE 98' - - On this 21st l day of January , A.D. 19 85, before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and ualified, came the above-named Vice-Presidents and Assistant Secretaries of the FIDELITY AND - DEPOSIT COMPANY OF MARYLAND and the F~DELITY AND DEPOSIT COMPANY, to me personally known to he the,individuals and officers described herein and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the aeale affixed to the ppreceding instrument are the Corporate Seals of said Companies, and that the mid Corporate Seals and their signatures as such officers were duly d(M and subscribed to the said instrument by the authority and direction of the said Corporations. - IN TESTIMONY WHEN F,1 have hereunto set my hand and affixed my Official Seal at the Cit of Bpltim re` the day m14ear first above written. / / - - My commission ex Jiil --1x......... 96 ptres ....--.Y CERTIFICATE 1, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT - COMPANY& hereby certifythat theoriginal Powerof Attorney of which the foregoing is a full, true and correct copy, is in full forceand effect on the date of this certificate; and I do further certify that the Vice-Presidents who executed the said Power of Attorney were Vice-Presidents sppeeccfall authorized by the Boards of Directors to apPV int any Attorney in-Fact as provided in Article VI, Section 2 of the respective By-Laws of the FIDELIT~~ - AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY. - . This'certificate maybe signed by facsimile under and by authority of resolutions of the Board of Directors of the. FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969 and of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY at ameeting duly called and held on the 2nd day of November, 1978. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, whenever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed.'. e e - IN.TESTIMONY WHEREOF, I have hereunto subscribed my nameand affixed thecorporate malsof the said Companies, this day of.............. 19.........-. > U S . ~ sriatant s, S . ataxy Ltatv.iTZl-or. --170=3613,= - . FOR YOUR PROTECTION I_,OOK FOR I H TER-IItIARK LOOP 288 WATERLINE As awarded by Council, February 19, 1985, and as bid by low vendor, Dickerson Construction Co. DELETE (as listed): W-C1 12" Waterline 680 ft @ 18.00 W-2A 24" Gate valves 3 @ 7,450.00 W-2B 20 Gate Valves 5 @ 5,550.00 W-3 6" Fire Hydrant 33 @ 775.00 ADD (as listed): W-18 20" Waterline 1345 ft @ 32.80 W-2C 12" Gate Valves 4 @ 790.00 W-2A 24" Sub 3 butterfly Valves 3 @ 3,950.00 W-2B 20 Sub 5 butterfly valves 5 @ 2,750.00.-- NEW TOTAL BID #9391 $512,097.00 <12,240.00> <22,350.00> <27,750.00> <25,575.00> <89,915.00> $424,182.00 44,116.00 3,160.00 11,850.00 13,750.00 72,876.00 $497,058.00 i