Loading...
HomeMy WebLinkAbout1994-062NO. V-0(00 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 therein; 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 Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids: BID NUMBER AMOUNT 1577 JAGOE PUBLIC COMPANY $27,845.00 SECTION II. 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, and insurance certificate 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 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 WL-day of ,1994. ATTEST: JENNIFER WALTERS, CITY SECRETARY BY AP ROVED AS TO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY BY: ""- 7, c DATE: APRIL 19, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID #1577 - AIRPORT PARKING LOT RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, Jagoe Public Co. in the amount of $27,845.00. SUMMARY: This bid is for the replacement of the parking lot near the terminal building at the Municipal Airport. The project consist of all materials and labor to repave approximately 2,050 square feet of parking area. The least expensive option was alternate number 1 (parking lot repaving leaving center island in place) at $30,019. The City of Denton and Jagoe Public have agreed upon a contract revision to bring the project in line with the budget funds, $27,845.00. BACKGROUND: Tabulation Sheet, Memorandum from David Salmon, Senior Civil Engineer. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Airport Operations. FISCAL IMPACT: Funds for this project were approved in the 1991 Certificate of Obligation sale of Facility Rehabilitation, $27,8745.00 was set aside for Airport Facility Improvements. spectfully s bmitted: XCityy H e Manager Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 479.AOENDA @ § ~ o = _ m z % > § § � ¥ m \ m « > ] m k k m m § \ > Z Z M m § q k k T w � ~ f 2 ) * \ ƒ �» §0 7 co CD k 4 � G 2 } k \ k 0 00 k k \� w p = k § § % \ / M k % ca m w ) 0 \ = D § m toW 8 8 8 d L2-21-90 03:53 00�1 CITY of DENTON, TEXAS MUNICIPAL BUILDING / 215 E. McKINNEY / DENTON, TEXAS 76201 MEMORANDUM DATE: February 21, 1994 TO: Tom Shaw, Purchasing Agent FROM: David Salmon, Senior Civil Engineer SUBJECT: Airport Parking Lot Bids were received on the Airport Parking Lot on February 3rd, 1994. Jagoe Public was the low bidder on the base bid as well as the two alternates. We have checked the bids and all are correct. Jagoe Public's bid prices are reasonable compared to other recent bids. Also, Jagoe Public constructed the Civic Center and Civic Center Pool Parking lots this past summer and provided a high quality of construction. The Engineering And Transportation Department recommends Jagoe Public be awarded the bid. Please contact Bruce Hennington concerning which alternate they wish to fund and when they want the bid to go to City Council. David Salmon, P.E. AEE00317 8171566-8200 D/FW METRO 434-2529 CONTRACT AGREEMENT STATE OF TEXAS S COUNTY OF DENTON THIS AGREEMENT, made and entered into this 19 day of APRIL A.D., 19_94, by and between THE CITY OF DENTON of the County of DENTON and State of Texas, acting through LLOYD V. HARRELL thereunto duly authorized so to do, hereinafter termed "OWNER," and of the City of DENTON , County of DENTON and State of TES , hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds bearing even date herewith, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID # 1577 - AIRPORT PARKING LOT in the amount of $ 27,845.00 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 work specified above, 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 CA - 1 all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by THE CITY OF DENTON TRANSPORTATION DEPARTMENT , all of which are made a part hereof and collectively evidence and constitute the entire contract. Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. 14 1 MI"I - • ! Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. 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 price or prices shown in the Proposal, which contract, such payments to be subject to the Conditions of the Contract. in current funds the forms a part of this General and Special CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: / �. JAGOE PUBLIC CO. CONTRALTO i B C Title V (SEAL) AAA0184D CA - 3 PERFORMANCE BOND STATE OF TEXAS § BOND NO. 259313 COUNTY OF r KNOW ALL MEN BY THESE PRESENTS: That JAGOE PUBLIC CO. of the City of DENTON County of nENTDN , and State of TEXAS as PRINCIPAL, and SEABOARD SURETY 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 as OWNER, in the penal sum of TWENTY SEVEN THOUSAND EIGHT HUNDRED FORTY FIVE AND no/io0------------ Dollars ($ 27,845.00 ) 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 19 day of APRIL , 19 94 , for the construction of BID $ 1577 - AIRPORT PARKING LOT inthe amount of $ 27,845.00 which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Article 5160 of the Revised Civil Statutes of Texas as amended by acts of the 72nd Legislature, Regular Session, 1991, and all liabilities on this bond shall be determined in accordance with said provisions of said Article to the same extent as if they were copied at length herein. PB - 1 PROVIDED FURTHER, that if any legal action be filled 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 any way 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 ly 94 JAGOE-PUBLIC COMPANY Principal By 4,L I . L - Title V" (I L - `' a-j- cA Address• P.O. BOX 250 Denton, T (SEAL) 1st day of May SEABOARD SURETY COMPANY Surety n.0 Beverly Haye Tit]Atorney-in-Fact Address. Burnt Mills Rd.&Route 206 Bedminster, New jersey (SEAL) The name and address.of the Resident Agent of Surety is: WILLIS CORROON CORPORATION OF TEXAS/DALLAS DIVISION 5420 LBJ Freeway, Suite 1400, Dallas, Texas 75240-2652 NOTE: Date of Bond must not be prior to date of Contract. AAA0184D PB - 2 PAYMENT BOND BOND NO. 259313 STATE OF TEXAS S COUNTY OF DENTON S KNOW ALL MEN BY THESE PRESENTS: That JAGOE PUBLIC CO. of the City of DENTON County of DENTON , and the State of TEXAS , as principal, and SEABOARD SURETY COMPANY authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF DENTON , OWNER in the penal sum of no/i00--------- TWENTY SEVEN THOUSAND EIGHT HUNDRED FORTY FIVE & Dollars ($ 27 845.00 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 19 day of APRIL 19 94 . BID $ 1577 - AIRPORT PARKING -LOT 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 prosecution of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Article 5160 of the Revised Civil Statutes of Texas as amended by acts of the 72nd Legislature, Regular Session, 1991, and all liabilities on this bond shall be determined in accordance with said provisions of said Article to the same extent as if they 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 any way 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 1st day of May 19 94 JAGOE-PUBLIC COMPANY Principal By Title Address: P.O. BOX 250 Denton, TX 7 202 (SEAL) SEABOARD SURETY COMPANY Surety er y ay s Tiat4orney-in-Fact Address: Burnt Mills Rd.&Route 206 Bedminster, New Jersey 07921 (SEAL) The name and address of the Resident Agent of Surety is: WILLIS CORROON CORPORATION OF TEXAS/DALLAS DIVISION 5420 LBJ Freeway, Suite 1400, Dallas, Texas 75240-2652 AAA0184D PB - 4 THE STATE OF TEXAS COUNTY OF DENTON MAINTENANCE BOND S S KNOW ALL MEN BY THESE PRESENTS: as Principal, and a corporation authorized to do Surety, do hereby acknowledge pay unto the City of Denton, a of Texas, its successors and BOND NO. 259313 That JAGOE PUBLIC CO_ SEABOARD SURETY COMPANY business in the State of Texas, as themselves to be held and bound to Municipal Corporation of the State assigns, at Denton, Denton County, - - - - '/ : / 1 JI W /:i� :IILU t : 1 :4 N' q/ 11: i • 1 1 1 Dollars ($s-7aa-sn ), ten (10%) percent of the total amount of the contract for the payment of which said principal and surety do hereby bind themselves, their successors and assigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said JAGOE PUBLIC ro. has this day entered into a written contract with the said City of Denton to build and construct IBID $ 1577 - AIRPORT PARKSNG. QT _ 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 incorporated 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 plan it is provided that the Contractor repair the work therein contracted period of one (1) year from the da all necessary backfilling that may therewith and do all necessary 4 defective condition growing out o. construction of the improvements co constructing the same or on accc backfilling, it being understood t is to cover all defective condition materials, work, or labor performed the said Contractor shall fail to said improvements it is agreed th , specifications, and contract, will maintain and keep in good to be done and performed for a e of acceptance thereof and do become necessary in connection )rk toward the repair of any or arising from the improper templated by said contractor on int of improper excavation or at the purpose of this section arising by reason of defective by said Contractor, and in case epair, reconstruct or maintain t the City may do said work in MB -1 1 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. 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 JAGOE-PUBLIC COMPANY as Contractor and Principal, has caused these presents to be executed by and the said SEABOARD SURETY COMPANY as surety, has caused these presents to be executed by its Attorney -in -Fact Beverly Haves and the said Attorney -in -Fact has hereunto set his hand this ist day of May , 19 94 SURETY: PRINCIPAL: SEABOARD SURETY COMPANY JAGOE-PUBLIC COMPANY BY: AILfi„LL Beverly Hayes Attorney —in —Fact AAA0184D MB — 2 For verification of the authenticity of this. Power of Attorney you may call, collect, 908-858-3500 and ask for the Power of Attorney clerk. Please refer to the Power CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below. It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorse-ments as prescribed and provided herein. If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract. Upon bid award, all insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid. Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted: • Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A • Any deductibles or self -insured retentions shall be declared in the bid proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self -insured retentions with respect to the City, its AFF006BA CI - 1 REVISED 08/02/93 Insurance Requirements Page 2 officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. • Liability policies shall be endorsed to provide the following: •• Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers. • • That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability. • All policies shall be endorsed to provide thirty(30) days prior written notice of cancellation, non -renewal or reduction in coverage. • Should any of the required insurance be provided under a claims -made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. • Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. • Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. CI-2 AFF006BA REVISED O9102193 Insurance Requirements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: [2d A. General Liability Insurance: General Liability insurance with combined single limits of not less than _ $I,000,000 shall be provided and maintained by the contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverages. • Coverage B shall include personal injury. • Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least: • Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures. • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. CI - 3 AFF0068A REVISED 08/02/93 Insurance Requirements Page 4 M Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than ssoo.000-oo either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for: • any auto, or • all owned, hired and non -owned autos. [x] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $5OO,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. [� Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or contractor's operations under this contract. Coverage shall be on an "occurrence" basis, and the policy shall be issued by the same insurance company that carries the contractor's liability insurance. Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate. AFF006BA CI - 4 REVISED O91OV93 Insurance Requirements Page 5 [ ] Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than each occurrence are required. [ ] Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. [ ] Builders' Risk Insurance Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. AFF006BA CI - S REVISED O8/02/93 Airport Parking Lot (South Onlyl Base Bid BID TABULATION SHEET WORK DAYS 15 BID NO. 1577 PO NO. ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 1.21 Contractor's Warranties and Understandings - LS $'�� QD/LS $f (( 8.1 Barricades, Warning Signs and Detours' - LS $ 5W.6b/LS $ J 0o 6D 3.12 Temporary Erosion Control - LS $5cD wAS $ 500.Le 3.1 Praparation of Right -of- Way - LS $/5� a/LS $1500 3.3 Unclassified Excavation 352 CY $ % Q0 /CY $,q `q bD 4.6-B 6" Lime Treatment of Subgrade 2,050 SY $ V 75 /SY $358T 5D 4.6-A Type A Hydrated Lime Slurry- 28 TN $ 85,5bITN $/go LZ 5.7-A 2 1/2" Asphalt Pavement A 1,930 SY $ 5 oO /BY $ t, 0. ba 5.7-B 1 1/2" Asphalt Pavement (TypeD 1,930 BY $ DD /BY $5,lqD`� 5.7-C 2" Asphalt Patch (Type D) 7 TN $ /TN oD $ 315, 60 5.7-D 2" Asphalt Pavement (TypeA 9 BY $ 5,25 /BY $ 47. as SP-44 Concrete Bumper Blocks 24 EA $ 5,-O� `/EA ..( $ ,0 5b 2.12.3 15" RCP Storm Sewer 8 LF $/ 6b /LF $ 5q4. a 3.10.3 Seeding 657 SY /SY $ 1,415 $ v n/'^ 5 SP-42 Relocate Flag Pole 1 EA $ 500 I>/EA $ 500. SP-45 Remove/Replace Light Pole 1 EA $ aMtp/EA o�, $nn ^^ cYll�, Material Incorporated Into Project and Labor Other Total r 00 8.9 Paint Striping - LS $(5� IP /LS $ /SAD. ba P - 3 * Ite,a 8.9 (Paint Striping) may be performed by City forces. Contractor should supply a bid price so that if desired, the City may choose to have the Contractor do the paint striping. Award of the bid will be based on the totals without paint striping. Airport Parking Lot (South Only Leave Center Island) Alternate fl BID TABULATION SHEET WORK DAYS 15 BID NO. 1577 PO NO. ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 1.21 Contractor's Warranties and Understandings - LS $15ao,°/LS $'JcOv Ob 8.1 Barricades, Warning Signs and Detours - LS $500 (o/LS $ 500. ba 3.12 Temporary Erosion Control - LS $�� 6a/LS $ 500 3.1 Preparation of Right -of- Way - LS $15D0 U) /LS $��� 3.3 Unclassified Excavation 352 CY $ 00 /CY $^46 4. 4.6-B 6" Lime Treatment of Subgrade 2,050 BY $ / 75 /sy $ 35%q.50 4.6-A Type A Hydrated Lime slurry 28 TN BY $ (/� 6d/TN D $ d D n3aD 5.7-A 2 1/2" Asphalt Pavement (T A 1,930 $ 5 UD /SY $R6Sb6b 5.7-8 1 1/2" Asphalt Pavement (TypeD) 1,930 BY /Sy $ 3. $57��. 5.7-C 2" Asphalt Patch (Type D) 7 TN OD/TN $ IFS 1 $ 315,6b 5.7-D 2" Asphalt Pavement (Type A 9 BY /BY $ 5 a.5 $ ,/7, 25 `j SP-44 Concrete Bumper Blocks 13 EA $ a 5 6+/EA $ 3a5 n 2.12.3 15" RCP Storm Sewer 8 LF $ (, 6a /LF $ 5q46b 3.10.3 Seeding 657 SY $ /SY $ P1 ^c 3.8 Top Soil 10 CY $ /J 5�/CY I $ /5.OD Material Incorporated Into Project and Labor Other Total Ev 30, 8.9 Paint Striping - LS $150p jJD/LS l J�DD P - 4 • Item 8.9 (Paint Striping) may be performed by City forces. Contractor should supply a bid price so that if desired, the City may choose to have the Contractor do the paint striping. Award of the bid will be based on the totals without paint striping. Airport Parkins Lot (North and South) Alternate 02 BID TABULATION SHEET WORK DAYS 20 BID NO. 1g77 PO NO. ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 1.21 Contractor's Warranties and Understandings - LS $a5oa CT/LS$ ^�� d 8.1 Barricades, Warning Signs and Detours - LS $ 5dd 4o/LS $ DO 6b J 3.12 Temporary Erosion Control - LS $ SQ�•5D/LS $ 00 3.1 Preparation of Right -of- Way - LS $I 6D/LS $ t50o 66 3.3 Unclassified Excavation 608 BY $ /BY 7,00 $1 /0 Q0 4.6-B 6" Lime Treatment of Subgrade 3,747 BY $ / 75 /Sy $ (55�(/ 4.6-A Type A Hydrated Lime SlurryD� 51 TN $ S5 00 /TN $cg335,W 5.7-A 2 1/2" Asphalt Pavement (T a A) 3,648 SY $ oo /SY $/od t1% 0 Y 5.7-B 1 1/2" Asphalt Pavement (T D 3,648 Sy $ 3•00 /BY $/U� 5.7-C 2" Asphalt Patch (Type D) 6 TN $ 45.0 ITN $ qqo• 6D 5.7-D 2" Asphalt Pavement (Type A 9 SY $ /SY 5�.5 /� n G $ 47.115 `7 11 SP-44 Concrete Bumper Blocks 46 EA $ ,:25 Lb/EA $//5o,5D 2.12.3 15" RCP Storm Sewer 30 LF $ /p `, a /LF Y/U�S $ ',•,Iqo, 6D 3.10.3 Seeding 698 Sy $ /SY $ Op�'� • `0 SP-42 Relocate Flag Pole 1 EA $ 5oD•6b/EA $ 56o,666 SP-45 Remove and Replace/ Relocate Light Pole• 2 EA $^jD/EA $//,pool 7'V 8.13 Remove and Replace Chain Link Fence 130 LF $ 5 /LF ':J J Material Incorporated Into Project and Labor Other Total C 6B 3Z7` 8.9 Paint Striping - LS $ /5'CO `Z/LS $ 1500 6Z P - 5 * Item 8.9 (Paint Striping) may be performed by City forces. Contractor should supply a bid price so that if desired, the City may choose to have the Contractor do the paint striping. Award of the bid will be based on the totals without paint striping. BID SUMMARY TOTAL BID PRICE IN c �j D In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract. It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the pans 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 qpt:.04t A. zL-:z 2-o z City and State Seal & Authorization (If a Corporation) T� Telephone B - 1 BID SUMMARY WORK DAYS BID Base Bid 15 $ (South Parking Lot) Alternate #1 Lot, Center 3 �� Q e= (South Parking 15 $ Island Remaining) Alternate #2 (North and South Parking 20 $ Lot) Award of the bid will be based on totals not including paint stripping. B-2 SENT BY:Denton, Texas 15-13-94 2:57PM Ramey & King Ine.4 1 817 302 46824 2. eAwDp'n'1 AVIORD. : , 1.1....IEneIEA... ... ' Me CERIVIOATE II OWN AS A MAI MR OF INFOR10X7M ONLY AND OONPeBe NO RIGHTS, UPON THE CEFMMA72 NOI.DER. 7MB CER7I UTE DOES No ANIN% 13UNO OR ALTER THE COVERAGE AFFORDED 6Y THE MlBuraaoa, Lo !. E.O:......,.��.......__....... ....... .................... ..... .._........... ._....... _............. ........ ........... 101 & Lo eu11 &f COMPANIES AFFORDING COVERAGE OmtanTX 10201. ................................ ......................... .... ............. ..A.............e t.. O«P......... _....... ... ............. .... ................ _......_.................................................................................... *" MY S TaaSB Walk 00" Ma PAW auBpuP BRIIachuk ..I......... '...._�................. ............. ............................ ............._.... ........ ................ ...... ............... ........... PDomm 0 1kw Ieo Tx 7esd ; Ia O .,.......... ...... ............................._...._.........,...,.._._..__..,........................,......................, TNIe 11 To oNmpr IN& THE mwcw OF mupANOE Lwao amw HAYS aEBN um m 7m O1ml w NAMED ABOVE FOR rNB FOuOY pm w SIMCill1ED, NOIVA11WANDING ANY REDUIRSMBNr, tEWA OR OONDDION OF ANY CORMWr OR OTHER DOCUMENT WITH RESPECT TO WHICH IW1S cm�OtaAre MAY eE MSUED OR MAY PERTAIN, THE kgUMNCE AFFOROW BY nE pOL M DEeORIIED IERdN M SUBJECT TO ALL 7HE TWMS, . j AND CONCIiiCw14.OF.6U0F1. POUCIE4.. UMM SHOWN MAY HAVE BED! FE�O�ICEO BY PAID. CLAIMS, ,-®IC .,._...�...��.....�..�.� 1w ME CF NMA00111 POLO►WANT ! OW (F KIM= UMBB Mrl..... ... I.................. ......... .I. .... .................... .................................. ........ ..... ......... ........ . ,.......,.. ...i..I._... .... ............. ........................... .........', ............ a0161A1'UPBYIY CLPAIB7SSU Ifism /O/OUN GDEWL AGNOME a SUCCESS •••••• A ...,,..� , i ! . ...... .. �... k i ONMEMAC GOMM LWNItIY (_iPpgjOTF001,lAP Ia6 pAaM aMPe j B ooaM j Patear • AM. ow" a 1000UUp . i a nB a oBNmAar6ns Nar aoSii�oic.... a Rtltltltl6lR { PEE W Aaa ww w aH !a SIIEo .......................... .�.I......,.,..,....,,................._._........ womstar A NJM10MLVSM @ma1WS 1SMM ': 10/NAS ap1MaMO1NOUI ja 10CCCOC -. ANYAM , LINT ........... ..........�......_...................... ALL Dow Moo t I SOpaY sun ,........I ! F" ! e0B'OI m wra '! 1 Prue iNTa9 ANipa 1 ' ` a00LY P4ANP.._................i............._................,.. .11 LmLM n aPen r MNAAaa is 'A Biroaauieuir.._ ..�......................... ......... ...�.......................... ... .�....,.................. ...... OUP1TgS7S S 1UN1lM 1DIp1/M EAON OODPPDtCs E �CS0000....... ATWW LaiNMlA Mod I ...,..................._..,....,.,.¢.........._.................,,................................a...........-................_l.............................. iWORKERS comps a "M f... ..... .............._........,....,.. e i TMONIS Iwo � 10" ..............'.�.,��0,..... ANB t �.........�........._ aIPl01i1B LVaBr1T' ! i t................................. aBaATa j........................... • BAON ewas 0000 Ia 100 ......i........................................... ......... .................................................................I................................. ..... .......•........��.A............�...................... ..................................................._................ ..w......._..................................................................... ................... ................................A.......................................................................•............... mNBOa�w"" a oPTau7IPNaTooAllONaveaotmBPNML Mpla AAu Ms any of Daman , SHOULD ANY OP THE ABOVE vesco O POIJOIES BI QA11onwo SENN THE P7IPIRATION�AIS THEPff.OP, THE EBUNG OOMMNY WILL ENDEAVOR 70 �ML�r DenLm MAIL PAYS alprrDi NCMOE TO THE CEAOROATE !OLDEN NAMED TO SHE B11 L UBKWW LEFT, BUr FAIWRE M AWL IUDN NOTICE SHALL IMPOSE NO OMUM IM OR uAmuw OF ANY NNo UpoN THE compANT. RB Amm OR REPRLMENrATND1. Wntall TX 78201 MAY 13 194 15:03 8172431050 PAGE.e02