HomeMy WebLinkAbout1990-0312651L-3/3689
NO. 990 - 03 /
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE
AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS; PROVIDING
FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING FOR AN
EFFECTIVE DATE.
WHEREAS, the City has solicited, received and tabulated
competitive bids for the construction of public works or
improvements in accordance with the procedures of state law and
City ordinances; and
WHEREAS, the City Manager or a designated employee has
received and recommended that the herein described bids are the
lowest responsible bids for the construction of the public works
or improvements described in the bid invitation, bid proposals
and plans and specifications therefore; NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS:
SECTION I. That the following competitive bids for the
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 CONTRACTOR AMOUNT
1066 A & F Insulation $15,889.00
1069 Jagoe Public Company $1,1731266.50
SECTION II. That the acceptance and approval of the above
competitive e bi Ts 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 notifi-
cation 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 124 day of
1990.
4-1� Q )4ti
Y ST S
ATTEST:
4ENNI E WALTERS, CITY SECRETAR
APPROVED AS TO LEGAL FORM:
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
BY: 1.
PAGE 2
90 -0a/
CONTRACT AGREEMENT
STATE OF TEXAS )(
COUNTY OF DENTON )(
THIS AGREEMENT, made and entered into this 12 day of MARCH
A.D., 19 90, 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,
Party of the First Part, hereinafter termed the OWNER, and A & F INSULATION.
P.O. BOX 568. 1002 W. BULLOCK, DENISON. TEXAS 75020
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# 1066 - INSULATION AND LAGGING INSTALLATION
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
tten explanatory matter thereof, and the Specifications therefore, as
prepared by THE CITY OF DENTON TEXAS ELECTRIC PRODUCTION 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.
ATTEST:
CA-2
0044b
CITY OF DENTON TEXAS
Party of Ige First Pa OWNER
-
B
LLOYD V. HARRELL, CITY MANAGER
(SEAL)
A & F INSULATION
Party of the Second Part, CONTRACTOR
By /iluft�Gd rr--mil
Title
OWNER
(SEAL)
c X t i 1 0:_ u I, p, g v
INSURANCE
The Contractor is fully responsible for all losses pertaining to, resulting
from, or connected with the completion of this contract. The owners
acceptance of a Certificate of Insurance, that does not comply.with the bid
or contract documents, does not release the contractor or the insurance
company from any liability, conditions or other requirements within the
scope of this contract documents.
It is the responsibility of the Contractor to send this complete insurance
package to his insurance provider. This will enable the policies and the
Certificate to include all requirements as. they apply to the Contract
documents. The Insurance Certificates must be returned to the City of
Denton with the Contract documents for approval and execution.
All Contract documents must be returned to the CITY OF DENTON, JOHN MARSHALL,
PURC11ASING AGc^NT, 901-a TEL1S STREET, DENTON, TELLS 76201.
CI-O
CITY OF DENTON
INSURANCE MINIMUM REQUIREMENTS
INSURANCE•
Without limiting any of the other obligations or liabilities of
the Contractor, the Contractor shall provide and maintain until
the contracted work and/or material has been completed/delivered
and accepted by the City of Denton, Owner, the minimum insurance
coverage as indicated hereinafter.
Satisfactory certificate(s) of insurance shall be filed with the
Purchasing Department prior to starting any construction work
or activities to deliver material on this Contract. The
certificate(s) shall state that thirty (30) days advance written
notice will be given to the Owner before any policy covered
thereby is changed or cancelled. The bid number and title of the
project should be indicated, and the City of Denton should also
be listed on all policies as an additional named insured. To
avoid any undue delays, it is worth reiterating that:
o Thirty (30) days advance written notice of material change
or cancellation shall be given;
o The City of Denton shall be an additional named insured on
all policies.
I. WORKMEN'S COMPENSATION AND EMPLOYER'S LIABILITY. This
insurance shall protect the Contractor against all claims
under applicable state workmen's compensation laws. The
Contractor shall also be protected against claims for
injury, disease, or death of employees which, for any
reason, may not fall within the provisions of a workmen's
compensation law.
The liability limits shall not be less than:
o Workmen's Compensation - Statutory
o Employer's Liability - Statutory
II. COMPREHENSIVE AUTOMOBILE LIABILITY. This insurance shall
be written in comprehensive form and shall protect the
Contractor against all claims for injuries to members of
the public and damage to property of others arising from
the use of motor vehicles licensed for highway use,
whether they are owned, nonowned, or hired.
The liability limits shall not be less than:
o A combined single limit of $500,000.00
III. COMPREHENSIVE GENERAL LIABILITY. This insurance shall be
written in comprehensive form and shall protect the
Contractor against all claims arising from injuries to
members of the public or damage to property of others
arising out of any act or omission of the Contractor or
his agents, employees or subcontractors.
CI - 1
To the extent the Contractor's work, or work under his
direction, may require blasting, explosive conditions, or
underground operations, the comprehensive general liability
coverage shall contain no exclusion relative to blasting,
explosion, collapse of buildings, or damage to underground
property,
The liability limits shall not be less than:
o A combined single limit of $500,000.00
IV. OWNER'S PROTECTIVE LIABILITY INSURANCE POLICY. This
insurance shall provide coverage for the Owner and its
employees, in the name of the City of Denton, for
liability that may be imposed arising out of the work
being performed by the Contractor. This also includes
liability arising out of the omissions or supervisory acts
of the Owner. Although this insurance is strictly for the
benefit of the Owner, the Contractor is responsible for
obtaining it at.his expense.
The liability limits shall not be less than:
o A combined single limit of $500,000.00
INSURANCE SUMMARY:
The Contract shall provide insurance to cover operating hazards
during the period of placing the facility in operation and during
testing, and until such time as the facilities are completed and
accepted for operation by the Owner and written notice of that
fact has been issued by the Owner. Approval of the insurance by
the Owner shall not in any way relieve or decrease the liability
of the Contractor hereunder. It is expressly understood that the
Owner does not in any way represent that the specified limits of
liability or coverage or policy forms are sufficient or adequate
to protect the interest or liabilities of the Contractor.
Again, the Owner shall be given a certificate of insurance
indicating that all of the above policies and the appropriate
limits are indeed enforced. The certificate shall also indicate
that the Owner will be given at least thirty (30) days written
notice of cancellation, non -renewal, or material change of the
required insurance coverage. All responsibility for payment of
any sums resulting from any deductible provisions, corridor or
self -insured retention conditions of the policy or policies shall
remain with the Contractor. The Contractor shall not begin any
work until the Owner has reviewed and approved the insurance
certificates and so notified the Contractor directly in writing.
Any notice to proceed that is issued shall be subject to such
approval by the Owner.
CI - 2
CERTIFICATE OF INSURANCE
CITY OF DENTON
NIM Aa Address of Agency
I
City of Denton Reference:
(Commercial Ceneral Agency, Inc,
II
I
Project Name;
P.O.Rnv Rh 247
Project No:
33Phone 214-96•— �>,�w I Project Cocationt
I
I
I
I Managing Dept:
{ Name and Address of Insured:
I
----------------- ------------+.......--.1..Y.L 1.•YY.
Coaryanies Affording Goveraps;
+ FrandsQQ SRnchcz DAA A & F Tna,lsricn A Nautilus
I
I
jB .�Q�.�{�IRneri can o mtv t4utual
Phone
I C
i
j This is to certify that policies of Insurance listed below have boon issued and are in forte st this ties.
(Company
I ette T e f t sur
Expiration
P Limits of Liability
Po11c N er Odtf
n ho D
A I Comprehensive Ceneral Liability
L 81107 it/5/9Q 1
A I - Occurrence
'
Dccu
i
-iaiaN�MhdRxfAA;dtZt6pyR 943
I I
' i Bodily injury
I
I IiSWlfi�FQiMi to Includes
I�
A I- Promises/Operations
i I Property Demage I=
I A I • Independent Contractors
i
A I- Products/Completed Operations
I I I
-�PnromRRb iniatrR
I Bodily injury and Property I I
Cuft4[AsctWic?I(it9i1ifS6c�iAE lllaYltltcRk)
I I
j I j Damage Combined I = 1.000
A I - Expletion and Collapse, Hazard
I Undatpround
----- _ I
A I • Hazard
4> diaMt1
dCmPsiFRCIAL
I- CH I
I I Y �tearicame:t,�ixbckt�tikvc�(xeec�3�t5tttarrxic
I
I I
oRp..Arr1ecraaRnaga'y
PRI n 3 1I II
I APR' 990
... .
•................... , ----.
Rpt .__ -II
II ;J-.�3AxOodaSMdxlA�60nRoOc�1tn• -------
E`@l L N Y
V�N .G L
fill
I I I I
H<YbiAEt�c j
I I Bodily Injury/Person l i
i S I • Owned/Leasod Automobiles (other that{
Bodily Injury/Accident
.° - --.p
-I------------I
ASP1001981 9/27/ pro
I IxxaocaafloNwouxorae>'xtrx private p ss. ) er Dame-eA
l e I
I IxxNtredxomdblcLr�x
I i
I I----------------------------i------------I
i I Bodily Injury/Property I
j
Damage Combined I i 500 1
I I+ Workers' Compensation -and I
EmployersLiability
I I Statutory Amount
I
I r t
Other Insurance
�"�''''`�--'ku:!.I_,"uBT,�:w::hiY'�4't+:,�'swe�?i2•��',1_'Vi it'E�:1'R,'+'�sEk+�i'n�°.'�Yj1�AY,'Pro'r.�if�'�}aci'I;,-.r3.-�i�:ir..r;,�Eeiinri+;aA!:1�1.,8,#r�esSi.�':t50 ;�lafllibari:irrtpaevie!
CIC4 (
,F ur ��,~
ISSUE UAIE (MMIUDI(Y)
• , '?Try ,
�._ !, .� FiflS•.dc _`.:c—i 4/25/90 by
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
j PRODUCER
Commercial General Agency, Inc.
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOTAMCND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICICS BELOW.
P.O. Box 866247
rid
Plano, TX 75086
COMPANIES AFFORDING COVERAGE
COMPANY A
K'
•
LETTER Ngutilya�t slLran�e COp7pOily
COMPANY
LETTER B
INSURED
COMPANY
C
'• Francisco Sanchez DBA
t
A & F Insulation
LETTER
P.O. Box 568
COMPANY D
L
Denison, TX 75020
LETTER
COMPANY
(
LETTER
BEEN ISSUED TO THE INSURED NAMED ABOVE FOR If E POLICY PERIOD INDICATED.
THIS IS TO CERTIFY T HAT POLICIES OF INSURANCE LISTED BELOW HAVE
SS
NO11WITHSTANDING ANY nCOUInEMCNT, TERM On CONDITION OF ANY
BE ISSUED On MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES
CONTRACT OR OTHEn OOCUMCNT WITH RESPECT TO WHICH THIS CERTIFICATE MAY
DESCRIOCO HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDF '
;ST
TIONS OF SUCH POLICIES. -
CO
LT A
TYPE OF INSURANCE
POLICY NUMBER
-
POLICY IrtICTNF
DAZE (LLWOWYY)
POLICY EXFiT0TI0N
DATE (M'A(DONY)
LIABILITY LIMITS IN THOUSANDS
u:ry
OCCUMVNC.E
AGGREGATE
"F
GENERAL
LIABILITY
BODILY
A
COMPREHENSIVE WRM
L 81107
11/5/89
11/5/90
INx,nY
$
$
X
PREMISMOPERAT10NS
X
Y
t'1
UNUCRGROUNO
DAMAGE
DAMAGE
$
$
EXPLOSION It COLLAPSE HAZARD
-'
X
rr�
PRODUCTS/COMPLETED OPERATIONS
F?w
+.fiy
CONTRACTUALCOMOmCD
BI L PO
$ 1,000
$ 1,000
X
u,rn
INDEPENDENT CONTRACTORS
!{dI
BROAD FORM PROPERTY DAMAGE
PERSONAL MUURY
PERSONAL INJURY
$
lr
!� 5'
AUTOMOBILE
LIABILITY
•BOXY
ANY AUTO
(rotIttn nleuxl
$
ALL OWNED AUTOS (PR(V. PASS.)
eHMIY '
etWY
ALL OWNED AUTOS (�THER THAN1
RIV. PASS. /
IKA W11PINI)
$
. ..•
HITIED AUTOS
PnUrLNrY
NON OWNED AUTOS
DAMAGE
$
GARAGE LIABILITY
el6 PD
I'J
-
COMOINCO
$
I�
EXCESS LIABILITY-
-
UMBRELLA FORM
BI L PO
COMUIIJED
$
$
OTHER THAN UMBRELLA FOAM
�._
STATUTORY
'WORKERS' COMPENSATION
""- $ '- ' -
(EACH ACCIDENT)
gi (DSEASE,POUCY LIMIT)
EMPLOYEANDLIABILITY
$ (DISEASE EACH EMPLOYEE
.r�•
OTHER
i_
DESCRIPTION OF OPERATIONSILOCATIONSNEHICLE.SJSPECIAL ITEMS
Additional Insured: City of Denton
Steam Pipe or Boiler Insulation
City of Denton
901B Texas St.
Denton, TX 76201
SHOULD ANY OF THC ABOVE UCSCIIIUCU POLICICS OE CANCELLCO OCFORE THE EX.
PIRATIOI DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE: HOLDEn NAMED TO THE
LEFT, BUT FAILURE TO MAIL SUCH NOTICE $HJ.LL 141PO-.E NO ORIAGATION OR LIABILITY
OF ANY KIND UPON THE COMPANY, ITS AGENTS OTY REPHESEN TAT [YES.
Attn: Tom Shaw
Ayr., '90 10:31 4321 P. 2
CERTIFICATE OF INSURANCE
CITY OF DENTON
I New end Address of Agency City of Denton Refereneeq
RON I. BERRY I Project Name:
I• i
i, n [3nx `241 I Project No:
i DENISON.';1 TX 75020 Phone 214-465-6780 1 project Locatlon: POWER PLANT
I I
I I Managing Dept:
II - ---------------------------------------------------------
Name and Address.of Insured: i Companies Affording Coverage:
I I
FRAs1 IS(A�SANCH-rZ om )A&F' INSULATION I A r.Ir.NA
I
I inns {J_ RIIC.LOCK I B
DENTSON, TX 75020 Phone 214-465-5292 C
This 1s to certify that policies of insurance listed below have been issued and are 1n force at this time.
(Company
Expiration Limits of Liability I
ILettex
- - Type of Insurance Policy Number
Date In Thous -ands (000)
I
I i
Comprehensive 0eneral Liability I
I I
I OCcu-rrr, s!
l-
occurrence I
I I
I
I I
I I
- Claims Mado (see Y2-reverse) I
I
( I Bodily Injury
I
I i
I I
Broad Fora to Include: I
I
I I Property Damage
I I
I i
I-
Premises/Operations I
I I
I
I-
Independent Contractors
I
- Products/Completed operations I
I I Bodily injury and Property
I-
Personal injury I
I I Damage Combined
I$ I
I-
Contractual Liability (see M1-reverse) I
I I
I 6
I I-
Explosion and Collapse Hazard
I
- Underground Hazard I
I I
I i
I I
- Liquor Liability Coverage
I-
Fire Legal Liability (see 13-reverse)
i--Broad
amage
Form Property Damage---------------
---------------------------------
I
I--------------
- Professional Errors/omissions
I--------- I----------------------------
............ ;
I
- occurrence I
I I
1 !
I
i I
- claims made (see l2-reverse)
I
I I
I
i I
Comprehensive Automobile I
I I Bodily Injury/Person
I I
L1ab111ty.1 I
I I Bodily Injury/Accident
I I
Owned/Leased AutomobiibAs I
`
1 PrnParty hAMAtla
j -----I
�•
I I
- non -owned Automobiles
-
I- -------- ---- -`.........
- .• ••••• •I
I
- Hired AutomobileI :,
I I Bodily Injury/Proporty
I i
I
I
I I Damage Combined
� I
I {5BDrB9A
i
I
i
I
I $s�''r0000 I
0-'
- Norkers� Compensation -and . I
I
Statutory Amount
I
A I
Employes}' Liability lIAC403975
I10/01/10S
1$5004000-II
jOther InsOnce I I I I
- CERTIFICATE OF INSURANCE
-
CITY OF DENTON
,. _I.Name and Address,ofAgency
I
I City of Denton Reference:
..
-Ron: .1 Perry Insurance Agency
I
I Project Name:
103T W. Crawford
I
.I
I Project No:
:Denison, Tx 75020 214-465-6780I
I' Phone
I Project Location: Power Plant
I
I
I
I Managing Dept:
.
I Name and Address of Insured:
IFrancisco
I----------------------------------------------------------
I Companies Affording Coverage:
Sanchez DBA: A & P
I`i`
Insul-I
I .a. ion
IANautilus Insurance Company
1002 W. Bullock
I
Cigna
IB
I,
I' Denison, Tx 75020 Phone214-465-5292
'
IC Old American County Mutual
I
I This is to certify that policies of insurance listed below have been issued and are in force at this
I'
I
time.
ICompany -
Expiration Limits of Liability
I
•.: �
ILetter Type of Insurance
Policy Number Date In Thousands (000)
I' A I
I Comprehensive General Liability
I L81107 i11/05/�90. I I
I
Occurrence I
- Occurrence
I I I
-Claims Made (see d2-reverse)
I.
I I I Bodily Injury
I
.
Broad Form to Include: -
I I I Property Damage
I: I - Premises/Operations
- Independent Contractors
I I
- I I - Products/Completed Operations
I I I Bodily injury and Property
i- Personal injury
I I I Damage Combined I$
500
A I - Contractual Liability (see dl-reverse)
I L81107 111 /05/IQn I
I - Explosion and Collapse Hazard
I I- Underground Hazard
I I I I
I
I- Liquor Liability Coverage
I I - Fire Legal Liability (see d3-reverse)
I- Broad Form Property Damage
I------------------------------------------
I I I I
I
I - Professional Errors/Omissions
I -------------- I --------- I ----------------------------I --
I I I I
- ------ I _
I
I - occurrence
I I I I
I I - claims made (see d2-reverse)
I
I
I I Comprehensive Automobile I I I Bodily Injury/Person I$ I
I'` I Liability I I I Bodily Injury/Accident I$ I
I----------------------------I------------I
I C I`- Owned/Leased Automobiles I ABPI 0019$09/27/i9H3operty Damage I$ I
I, I.- Non -owned' Automobiles I I I---------------------------- I ------------I
I`= Hired Automobiles I I I Bodily Injury/Property I I
Damage Combined I$ 5 0 0 I
I B i -,Workers' Compensation•a•nd
I Employers' Liability
I I
I I I I
I I I Statutory Amount
17'AC403975110/O1 /I9y'1 500/500/500
i den t
CONDITIONS
ADDITIONAL INSURED: The City of Denton, its elected and
appointed officials, officers and employees. (This does not
apply to Worker's Compensation.)
NOTICE OF CANCELLATION: Prior to any material change or
cancellation, the City of Denton will be given 30 days advance
written notice mailed to the stated address of the Certificate
Holder, City of Denton.
1. CONTRACTURAL COVERAGE: (Liability assumed by contract
or agreement, and would not otherwise exist.) The
contractual liability requirement shown on the reverse
side of this Certificate of Insurance under
Comprehensive General Liability, must include a
definition of coverage broad enough to provide coverage
for obligations assumed by the contractor in the
referenced contract. This Certificate of Insurance is
provided as required by the governing contract.
2. CLAIMS -MADE POLICY FORM: Required period of coverage
will be determined by the following formula:
Continuous coverage for the life of the contract, plus
one year (to provide coverage for the warranty period),
and a extended discovery period for a minimum of five
(5) years which shall begin at the end of the warranty
period.
3. FIRE LEGAL LIABILITY: (Required in all contracts that
involve the occupancy, construction or alteration of
City -owned or leased facilities.) Insurance is to
cover buildings, contents (where applicable) and
permanently installed equipment with respect to
property damage to structures or portions of structures
if such damage is caused by the peril of fire and due
to the operations of the contractor. Limit of
liability is to be a minimum of $500,000.
CI - 4
A & F INSULATION
City Of Denton, Texas
901 B Texas St.
Denton, Texas 76201
TEL-e17-566-8311
DFW-817-267-0042
ATTN: JOHN J. MARSHALL
TOM D. SHAW
JIM THUNE
Industrial: Insulation
Painting
Sandblasting
January 31, 1990
Dear- Sir,
A&F Insulation is pleased to submit this proposal as
per specifications on BID # 1066 as follows;
ITEM #1------------------ $7,822.00
ITEM #2------------------ $27496.00
ITEM #3------------------ $35248.00
ITEM #4------------------ $ 983.00
ITEM #5------------------ $ 3Z6.00
ITEM-#6------------------ $ 112.00
ITEM #7------------------ !� B92.00
TOTAL AMOUNT
15,829.00
We appreciate this opportunity to do business with you.
Sincerewj"A
NCHEZ
P.O. Box 568 • 1002 W. Bullock • Denison, Texas 75020 • Phone (214) 465-5292
i
PURCHASING DEPARTMENT
-City of Denton
• 901-B Texas St.
Denton, Texas 76201
BID INVITATION
CITY OF DENTON, TEXAS
Date JANUARY 19, 1990
BID NUMBER 1066
BID TITLE INSULATION AND LAGGING
INSTALLATION
Sealed bid proposals will be received until 2:00 p.m.
FEEkRDBRY 15, 1990 , at the office of the
Purchasing Agent, 901-B Texas St., Denton, Texas 76201
For additional information contact
JOHN J. MARSRALL, C.P.M. Tom D. SHAW, C.P.M.
PURCHASING AGENT ASSIST. PURCHASING AGENT
Office
817-566-8311
INSTRUCTIONS TO BIDDERS
DIFW Metro -
817-267-0042
1. Sealed bid proposals must be received in duplicate, on this form, prior to opening date and time to be considered. Late
proposals will be returned unopened.
2. Bids shall be plainly marked as to the bid number, name of the bid, and bid opening date on the outside of completely
sealed envelope, and mailed or delivered to the Purchasing Department, City of Denton, 901 -B Texas St., Denton, TX
76201.
3. Any submitted article deviating from the specifications must be identified and have full descriptive data accompanying
same, or it will not be considered.
4. All materials are to be quoted FOB Denton, Texas, delivered to the floor of the warehouse, or as otherwise indicated.
5. The City of Denton, Texas reserves the right to accept separate items in a bid unless this right is denied by the bidder.
6. In case of default after bid acceptance, the City of Denton, Texas may at its option hold the accepted bidder or contractor ,
liable for any and all resultant increased costs as a penalty for such default.
7. The City of Denton reserves the right to reject any and all bids, to waive all informalities and require that submitted bids
remain in force for a sixty (60) day period after opening or until award is made; whichever comes first.
8. The quantities shown maybe approximate and could vary according to the requirements of the City of Denton -
throughoutthe contract period.
9. The items are to be priced each net. (Packaging or shipping quantities will be considered.)
10. The Purchasing Department assumes responsibility for the correctness and clarity of this bid, and all information and/or
questions pertaining to this bid shall be directed to the City of Denton Purchasing Agent.
11. Any attempt to negotiate orgiveinformation on the contents of this bid with the City of Denton or its representatives
prior to award shall be Bounds for disqualifications.
12. The conditions and terms of this bid will be considered when evaluating for award.
13. The City.of Denton is exempt from all sales and excise taxes. (Article 20.04-B)
A & F INSULATION
TI®N
C41'-v Of Dcnt:on, Texas
901 D Te.:as Et .
Denton. Te.(=-- 762[:1
Industrial: Insulation
Painting
Sandblasting
January = 1 , 1490
TTr!_ JOHN J. MARSHAL' - --
TOM D. SHAM,
JIM THL'ME
Dear Sir,
A'< Ins"l.a}ion s p=caged to submit this pr_pogp.1 as
per specifications on BID 4 1066 as fol'inWS;
t rEi? 41------------------=- "- ' 'J
--w,.0
-TEM ..----------'z3,
.,_ ------------
I TEM46 _a 7.1.L i.-i._i
TOTAL hlOUptT-------w'_5, S_ , . o;-'
Wa a:pi`e 1y � Y�-lig oopor Ll_ini - to- dO
P.O. Box 568 • 1002 W. Bullock • Denison, Texas 75020 • Phone (214) 465-5292
BID NUMBER
1066 BID PROPOSALS .
City of Denton, Texas 901-B Texas St.- - - -
Purchasing Department Denton, Texas 76201
Page 2 of 2
ITEM
DESCRIPTION
OUAN.
PRICE
AMOUNT
l
1.
INSULATE
AND
INSTALL
LAGGING
UNIT
5-4 PER
1
$
$
SCOPE OF
WORK
2.
INSULATE
AND
INSTALL
LAGGING
UNIT
3 PER
1
$
$
SCOPE OF
WORK
3.
INSULATE
AND
INSTALL
LAGGING
UNITS 1 & 2
1
$
$
PER SCOPE OF
WORK
4.
INSULATE
AND
INSTALL
LAGGING
UNIT
5 PER
1
$
$
SCOPE OF
WORK
5.
INSULATE
AND
INSTALL
LAGGING
UNIT
4 PER
1
$
$
SCOPE OF
WORK
6.
INSULATE
AND
INSTALL
LAGGING
UNIT
4 PER
1
$
$
SCOPE OF
WORK
7.
INSULATE
AND
INSTALL
LAGGING
UNIT
4-5 PER
1
$
$
SCOPE OF
WORK
WORK DAYS
TOTALS
We quote the above f.o.b. delivered to Denton, Texas. Shipment can be made in days from receipt of order. Terms netl30
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. The completed Bid Proposal must be properly priced, signed and returned.
Mailing Andreae
City Slate Zip
Telephone
Bidder
Signal ure '
e
BID NUMBER 1066
SPECIFICATIONS
Purchasing Department
City of Denton, Texas
CITY OF DENTON'
ELECTRIC PRODUCTION
DENTON, TEXAS 76205
CONTRACT SPECIFICATION AND SCOPE OF WORK
FOR INSULATION AND LAGGING No. 90-02-INSUL
Page 1
A contract is termed legal and binding upon award to the
successful bidder by the issuance of a City of Denton Purchase
Order.
This specification is for insulation and lagging as described
in the Scope of Work for the City of Denton Electric Production
Power Plant. The Power Plant is located at 1701-A Spencer Road,
Denton, Texas 76205, (phone [8171-566-8258).
This contract specification includes the following:,
. Scope of Work
• Contractor's Responsibility
• City of Denton's responsibility
- SCOPE.OF WORK -
,.Item 1 Insulate and install lagging on Unit 5-4 feedwater heater
(Class E) including:
. casing shell
• feedwater piping
drain piping
vent and gauge piping
removeable insulated cover
Item 2 Insulate and install lagging on unit 3 flash tank piping,
muffler and vent line (Class G).
Item 3 Insulate and install lagging on.units one and two main
steam lines, block valves (Class A), feedwater lines,
block valves (Class 8).
Item 4 Insulate and install lagging on unit five flash tank
inlet piping, air heater soot blower drain and startup
vent drain through 6 ft. above support at 1st elevation
(Class G).
Item 5 Insulate and install lagging on unit four air heater soot
blower line located in penthouse (Class A).
Item 6 Insulate and install lagging on unit four flash tank
inlet line located in penthouse (Class G).
of 6
BID NUMBER 1066 SPECIFICATIONS Page 2 of 6
Purchasing Department '
City of Denton, Texas
Item 7 Insulate and install lagging on unit four and five
pneumatic relief valves, discharge, and manual isolation
valves. (Class A)
- CONTRACTOR'S RESPONSIBILITY -
Item_1 Contractor shall be insured and abide by performance
requirements specified in Exhibit A. Contractor shall
provide such requirements with return bids.
Item 2 Contractor shall furnish all labor, supervision and
management personnel for competent completion of work ..
specified in the Scope of Work.
Item 3 Contractor shall supply ladders, scaffolding and/or work
surfaces as required. .
Item 4 Contractor shall provide and administer all required
personnel safety apparatus including: hard hats, safety
lines, etc.
Item 5 Upon commencement of this contract, contractor shall be
responsible for correcting, amending and/or revising any
procedure or process necessary to comply with this
specification. Failure to comply with this item may
result in termination of this contract.
Item 6 Contractor shall furnish all materials and services
required to perform heat insulation work in accordance
with this specification.
Item 7 All insulation material shall be calcium silicate in
accordance with ASTM C533. All insulation cements for
use with calcium silicate insulation shall be in
accordance with ASTM C195.
Item 8 Piping insulation shall be in sectional or segmented
forms, and equipment insulation shall be in rigid block
form unless otherwise specified.
BID NUMBER 1066 SPECIFICATIONS Page 3
Purchasing Department
City of Denton, Texas
Item 9 Wire for securing insulation to piping shall be type 302,
dead soft, stainless steel wire in the following gauges:
Size
Insulation 4" & smaller C-18" 20" & larger
Inner layer of 18 ga. 18 ga. 16 ga.
double thickness
or single layer
Outer layer of
double thickness 18 ga. 16 ga. 14 ga.
Straps or bands for securing insulation to equipment shall be 3/4
inch by 0.020 inch stainless steel. Wire used for connection
with equipment shall be 14 gauge,.type 302, dead soft stainless
steel. Studs used for attachment of insulation shall be Nelson
stainless steel studs in lengths suitable for the insulation
thickness.
Item 10 Aluminum jacket material shall be ASTM B209 ALCLAD 3004,
or approved equal. All aluminum jacket material shall
be smooth sheet plain finished.
Item 11 The minimum thickness shall be 0.020 for jackets used on
outside diameters of 12.75 inches and smaller. The
minimum thickness shall be 0.024 inches for jackets used
on outside diameters greater than 12.75 inches.
Item 12 Aluminum sheets shall be machine rolled and formed to
accurately fit insulation curvatures.
Item 13 Aluminum jackets for out-of-door installation shall be
provided with an asphalt and Kraft paper moisture
barrier. The moisture barrier shall be attached to the
inside surfaces of the jacketing, or shall be cemented
to the insulation before application of aluminum jacket.
Item 14 Screws for attachment of aluminum jackets shall be 1/2
inch or 3/4 inch (as required), self -tapping type made
from stainless steel. Screws in out-of-doors jackets
shall be provided with neoprene washers.
Item 15 Elbows Piping elbows with insulated outside diameters
smaller than 13 inches shall be jacketed with aluminels
as manufactured by the Preformed Metal Products Company
or approved equal.
of
6
BID NUMBER 1066 SPECIFICATIONS Page 4 of
. Purchasing Department
City of Denton, Texas
Piping elbows with insulated outside diameters 13 inches
and larger shall be jacketed with mitered segmented 0.024
inch thick aluminum elbow jackets constructed with beaded
interlocking gage joints. Mitered segment widths shall
be standardized to give work a uniform appearance, and
shall not be more than 4 inches wide at the widest point.
Segments shall be lapped on the inside curve of the
elbow. Laps shall be not less than 2 inches wide and
three sheet metal screws shall be used in each lap.
Beaded edges on one end at each segment shall be coped to
provide a smooth edge line at the caps.
Item 16 Insulation and lagging materials for piping and equipment
shall be installed as specified below. The letter
designations shown below refer to the designations as
specified in Scope of Work for each item.
Operating Insulation Thickness
Class Temp Pipe Size Inner Laver/Outer Layer Total
A 801 F to 1-1/2" & smaller 2" none 2"
1005 F 2" - 3" 2" 1-1/2" 3-1/2"
4" - 8" 2" 2" 4"
10" & larger
B 501 F to 1-1/2 & smaller 2" none 2"
801 F 2-4" 1-1/2" 1" 2-1/2"
5" - 10" 1-1/2" 1-1/2" 3"
12" & larger 2" 2" 4"
C 301 F to 2" & smaller 1-1/2" 1-1/2"
500 F 2-1/2" to 10" 2 2^
12" & larger 2-1/2: 2-1/2"
D 150 F to 2" & smaller 1" or Std 1" or std
300 F 2-1/2" to 10" 1-1/2" 1-1/2"
12" & larger 2" 2^
E 501 F to equipment 1-1/2" 1-1/2" 3"
800 F
F 301 F to
500 F equipment 2 2
G 150 F to equipment 1-1/2" 1-1/2"
300 F
6
BID NUMBER >_066 Page 5 of 6
_ - SPECIFICATIONS
Purchasing Department -
City of Denton, Texas -
Item 17 Piping insulation classes A through D shall be applied
tight seams and joints using wire loops on 6 inch
centers. Wire loops shall be thoroughly embedded into -A.
the outer insulation surface, and all cracks, voids, and
depressions shall be filled with insulating cement
suitable for the piping temperature. The surfaces shall
be smooth and uniform before application of outer
coverings.
Double thickness insulation shall be applied with the
longitudinal and circumferential 'joints of the two
layers staggered. Each layer shall be separately wired
as described above, and all cracks, voids, and
depressions shall be filled in the first layer before
application of the outer layer.
Item 18 Insulation on bends shall be cut into sections
sufficiently short to form a reasonably smooth exterior.
After the insulation is in place, it shall be smoothly
coated with insulating cement.
Item 19 Valve bodies shall be insulated in the manner and .
thickness specified for the line in which they are
located.
Item 20 Insulation shall completely fill all spaces under
aluminum jackets so that there are no voids under the
jackets. Insulation cement shall be used where required
to fill such voids.
Item 21 Equipment insulation shall be applied with interruptions
to permit access doors, inspection doors, flanges and
other special features to be opened or removed for
inspection or maintenance without disturbing insulation.
Box outs around code stamping symbols and name plates
shall be provided. Double thickness insulation shall be
applied with joints staggered and all voids filled.
Item 22 All insulation shall be completely covered with aluminum
jackets so that there is no exposed insulation. Screws
shall be placed in such locations and numbers required
to produce tight joints without "bellying". Spaces of
screws shall be uniform as practical and on centers not
exceeding 6 inches, except where piping insulation
outside diameters are smaller than 9 inches, where
spacing shall be on centers not exceeding 4 inches.
BID NUMBER 1066 SPECIFICATIONS Page 6 of 6
z Purchasing Department
City of Denton, Texas -
Item 23 Wherever possible, all joints shall. be lapped a minimum
of two inches, and so spaced that they are obscured from
normal points of vision. Joints in out-of-doors
locations shall be placed so as to shed water.
Butt joints in aluminum jackets such as pipe -tees, shall
be made using a rolled seam with a minimum lap of 1/2
inch.
Openings in out-of-doors jackets shall.be suitably
flashed and weatherproofed. Joints or openings in
out-of-doors jackets which cannot be effectively sealed
from entry of moisture by flashing or lap shall be k
weatherproofed by application of an aluminum pigmented
sealer, Benjamin Foster No. 30-45 or approved equal.
Cement shall be dry prior to installation of aluminum
jackets. All joints in jacketing shall be made with
suitable provisions for expansion movements.
Item 24 Contractor shall perform Scope of Work within'four weeks
of notification by owner to begin work.
Item 25 Contractor shall submit firm bids for Scope of Work
Items 1, 2, 3, 4, 5, 6 and 7.
Item 26 Contractor shall make an on -site inspection to review
the work site prior to returning bid to arrange an
on -site visit contact.
Jim-Thune, Superintendent
City of Denton Electric Production
1701-A Spencer Road
Denton, Texas 76205 Phone: (817) 566-8258
- CITY OF DENTON RESPONSIBILITY -
The City of Denton will provide the following:
Designated contact person to represent the City of
Denton.
Potable water supply and electrical power (110 VAC)
at predetermined locations at the plant.
94—U3/
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 12 day
of MARCH A.D., 19 90, by and between THE CITY OF
DENTON
of the County of DENTON _ and State of Texas, acting
through _ r.r.OVD V uARRETT thereunto
duly authorized so to do, Party of the First Part, hereinafter
termed the OWNER, and -JAGOE-PUBLIC COMPANY, 3020 FT WORTH DRIVE,
BOX 250, D NToN._TEXAS 76209
of the City of _ DENTON , County of DENTON _
and state of TEXAS , Party of the Second Part,
hereinafter termed CONTRACTOR.
WITNESS.ETH: 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$ 1069 - CONSTRUCTION OF OAK, HICKORY AND FRY STREET PAVING AND
DRAINAGE IMPROVEMENTS
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
written explanatory matter thereof, and the Specifications
therefore,as prepared by THE CITY OF DENTON TEXAS ENGINEERING
all or which are made a part hereof and collectively evidence
and constitute the entire contract.
CA - 1
-}
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.
ATTEST:
(SEAL)
JAGOE-PUBLIC COMPANY
'arty,,qf the Sgcond Part,
tle v_
(SEAL)
CA - 2
PERFORMANCE BOND
STATE OF TEXAS 5
COUNTY OF DENTON 5
KNOW ALL MEN BY THESE PRESENTS: That JAGOE-PUBLTC COMPANY
of the City of Denton
County of Denton , and 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 TEXAS , in the penal sum
ONE MILLION ONE HUNDRED SgEVENTY THREE THOUSAND, TWO
Of HTTNDR F.D GTXTY STX AND 0/100 DO11dLS
($ 1,173,266.50) 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 City of Denton, dated the 12 day
of MARCH 19 90 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 faithfully perform said
Contract and shall in all respects duly and faithfully observe
and perform all and singular the covenants, 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 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 - 1
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 19th day
of March 19 90
JAGOE-PUBLIC C014PANY
I PRINC� L
By /
Title V-/{re 5_-Lr,-i
Address: P. 0. Box 250
Denton, Texas 76201
SEABOARD SURETY CO!QANY
SURETY f,
By
Title Rosemary Weaver, Al
Address: 8300 Douglas Ave., Suite 700
Dallas, Texas 75225
The name and address of the Resident Agent of Surety is:
CORROON & BLACK, INC. of. Dallas
8300 Douglas Ave., Suite 700
Dallas, Texas 75225
PB - 2
PAYMENT BOND
STATE OF TEXAS 5
COUNTY OF DENTON 5
KNOW ALL MEN BY THESE PRESENTS • That JACOE-PUBLIC COMPA-W
Of the City of Denton
County Of Denton. , and the State of Texas
as Principal, and SEABOARD SURLTv 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, ❑❑Texas, in the penal sum of QNE MILLION ) urrNDRED
SEVENTY THREE TH
Twn urTUnuFn 0daTOUS�OIZats
$1,173,266.50) for the payment whereof,
S'L'SeA%15S1i22ncipal 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 City of Denton, dated the 12 day
of MARCH 19, 90 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 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
WITNESS
WHEREOF, the
said Principal and
Surety
have
signed
and
sealed this
instrument this
19th
day
Of March
JAGOE-PUBLIC COMPANY/1
P INCIP L
BY
Title_4/-
Address: P. 0. Box 250
Denton, Texas 76201
�
SEABOARD SURETY MLPANY _,N a
By
Title
Tzop
Address: 8300 Douglas Ave. ,`Suite-:.70
Dallas, Texas 75225
The name and address of the Resident Agent of Surety is:
CORROON & BLACK, INC. of Dallas
8300 Douglas Ave., Suite 700, Dallas, Texas 75225
PB - 4
MAINTENANCE BOND
THE STATE OF TEXAS
E
COUNTY OF DENTON 5
That JAGOE-PUBLIC COMPANY
KNOW ALL MEN BY THESE PRESENTS:
as Principal, and SEABOARD SURETY COMPANY
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 ONE HUNDRED SEVENTEEN THOUSAND, THREE
HUNDRED TWENTY SIX AND 65/100 DOLLARS
($ 117.326.65 ), the said sum being ten (10%) percent of the
total. amount of the hereinafter mentioned contract for the
payment of which sum said principal and surety do hereby bind
themselves, their successors and assigns, jointly and severally.
This obligation is conditioned, however, that.:
WHEREAS, the principal has entered into a written contract
with the said City of Denton to build and construct.
OEM
DRAINAGE IMPROVEMENTS
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 incor-
porated herein by reference and made a part hereof as though
the same were written and set out in full herein;
NOW, THEREFORE, if the Principal shall well, truly, an
faithfully maintain and keep in good repair the work contracted
to be done and performed for a period of one (1) year from the
date of acceptance in writing by the City of Denton and do all
necessary work and repair of any defective conditions growing
out of or arising from the improper work of the same, including,
but not limited to, any settling, breaking, cracking or other
MB - 1
defective condition of any of the work or part thereof arising
=rom improper excavation, backfilling, compacting or any other
cause or condition, known or unknown, at any time during the
period of this bond, which the city engineer, whose judgment
shall be final and conclusive, determines to be the result of
defective work, materials or labor; then this obligation shall
be void, otherwise to remain in full force and effect.
Incase the said Principal shall fail to maintain, repair
or reconstruct any defective condition of the work as
determined herein, it is agreed that the City may do said work
andsupply such materials as necessary and charge the sum
against the.said Principal and Surety on this obligation.
It is further agreed that this obligation shall be
continued 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.
Provided, further, that if legal action be filed on this
bond, venue shall lie in Denton County.
IN WITNESS WHEREOF, this instrument is executed in
duplicate, each one of which shall be deemed an original, this
the 19th day of March , A.D. , 19 90
SURETY
Wm
—SEABOARD SURETY COMPANY
�BY
Tile
-%Rosemary. Weaver, Attorney -in -Fact
PRINCIPAL
JAGOE-PUBLIC COhLP Y
BY- :� Q
it e
MB - 2
CITY OF DENTON
INSURANCE MINIMUM RFUJIREMEN
INSURANCE:
Without limiting any of the other obligations or liabilities of
the Contractor, the Contractor shall provide and maintain until
the contracted work and/or material has been completed/delivered
and accepted by the City of Denton, Owner, the minimum insurance
coverage as indicated hereinafter.
Satisfactory certificate(s) of insurance shall be filed with the
Purchasing Department prior to starting any construction work
or activities to deliver material on this Contract. The
certificate(s) shall state that thirty (30) days advance written
notice will be given to the Owner before any policy covered
thereby is changed or cancelled. The bid number andtitle.of the
project should be indicated, and the City of Denton shoula also
be listed on all policies as an additional named insured. To
avoid any undue delays, it is worth reiterating that:
o Thirty (30) days advance written notice of material change
or cancellation shall be given;
o The City of Denton shall be an additional named insured on
all policies.
I. WORKMEN'S COMPENSATION AND EMPLOYER'S LIABILITY. This
insurance shall protect the Contractor against all claims
under applicable state workmen's compensation laws. The
Contractor shall also be protected against claims for
injury, disease, or death of employees which, for any
reason, may not fall within the provisions of a workmen's
compensation law.
The liability limits shall not be less than:
o Workmen's Compensation - Statutory
o Employer's Liability - Statutory
II. COMPREHENSIVE AUTOMOBILE LIABILITY. This insurance shall
be written in comprehensive form and shall protect the
Contractor against all claims for injuries to members of
the public and damage to property of others arising from
the use of motor vehicles licensed for highway use,
whether they are owned, nonowned, or hired.
The liability limits shall not be less tnan:'
o A combined single limit of $1,000,000.
III. COMPREHENSIVE GENERAL LIABILITY. This insurance snail be
written in comprehensive form and shall protect the
Contractor against all claims arising from injuries to
members of the public or damage to property of others
arising out of any act or omission of the Contractor or
his agents, employees or subcontractors.
CI - 1
To the extent the Contractor's work, or work under his
direction, may require blasting, explosive conditions, or
underground operations, the comprehensive general liability
coverage shall contain no exclusion relative to blasting,
explosion, collapse of buildings, or damage to underground
property,
The liability limits shall not be less than:
o A combined single limit of $1,000,000.
IV. OWNER'S PROTECTIVE LIABILITY INSURANCE POLICY. This
insurance shall provide coverage for the Owner and its
employees, in the name of the City of Denton, for
liability that may be imposed arising out of the work
being performed by the Contractor. This also includes
liability arising out of the omissions or supervisory acts
of the Owner. Although this insurance is strictly for the
benefit of the Owner, the Contractor is responsible for
obtaining it.at his expense.
The liability limits shall not be less than:
o A combined single limit of $1,000,000.
INSURANCE SUMMARY:
The Contract shall provide insurance to cover operating hazards
during the period of placing the facility in operation and during
testing, and until such time as the facilities are completed and
accepted for operation by the Owner and written notice of that
fact has been issued by the Owner. Approval of the insurance by
the Owner shall not in any way relieve or decrease the liability
of the Contractor hereunder. It is expressly understood that the
Owner does not in any way represent that the specified limits of
liability or coverage or policy forms are sufficient or adequate
to protect the interest or liabilities of the Contractor.
Again, the Owner shall be given a certificate of insurance
indicating that all of the above policies and the appropriate
limits are indeed enforced. The certificate shall also indicate
that the Owner will be given at least thirty (30) days written
notice of cancellation, non -renewal, or material change of the
required insurance coverage. All responsibility for payment of
any sums resulting from any deductible provisions, corridor or
self -insured retention conditions of the policy or policies shall
remain with the Contractor. The Contractor shall not begin any
work until the Owner has reviewed and approved the insurance
certificates and so notified the Contractor directly in writing.
Any notice to proceed that is issued shall be subject to such
approval by the Owner.
CI - 2
CERTIFICATE OF INSURANCE
CITY OF DENTON
Name and Address of Agency
RAMEEY, KING $ MINNIS INSURANCE
7n7 FTRST CTATF RANK RIITTMr
DENTON, TEXAS 76201 Phone 817-382-9691
Name and Address of Insured:
JAGOE-PUBLIC COMPANY, INC. $
ox 5 '
Denton, Texas 76202 Pam» 817-382-2S81
City of Denton Reference:
Project Name: Oak, Hickory, Etc.
Project No:
Project Location:
Managing Dept:
Caspanles Affording Coverage: _-----
A TRINITY UNIVERSAL INSURANCE COMPANY
B T-TARTFORTT INSURANCE COMPANY
C
This Is to certify that policies of insurance listed below have been
Issued and are In force at this time.
CbmPOny
Letter 'i or Insurance
ablExpiration Limits of Lill
Polio Number Oats In Thousands (000)
A X �ururr"n« General LI°billiy
GL74SS963 10/1/90
Occurrence
- Claims Made (see :12-reverso)
Bodily Injury
S
road Fare to Includes
Premises/Operations
P fit' Damage
f
Independent Contractors
X Products/Completed Operations
X Personal injury
Bodily Injury and Property
X Contractual Liability (see tl-reverse)
]� Explosion and Collapse Hazard
Omega Combined
=1 0 0 0
k Underground Hazard
X Liquor Liability Coverage
XF'rLegal Liability (see 0-reverse)
operty Damage
Fire Legal
50
_-
Medical Expens
5,
- Professional Errors/Omissions
--
-- -
- occurrence
- claims mods (see i2-reverse)
A Ll siw Autoeobile ability
BA6422963 10/1/90
Bodily Injury/Person
S '
Bodily Injury/Accident
$
Y Owmed/Leased Automobiles
3( Non -owed Automobiles
X Hired
Property Damage
s
Automobiles
Bodily Injury/Property
Dow" Combined
$1,990
Workers' Cmgemation and
B Emp open°' Liability
Statutory Mount
71WZCK123S 10/1/90
eec accident
Other Insurance
A _Umrella/Excess Policy
U07441134 10/l/9
$1,000 Occurrence
Description of Operations/Locations/Whicles. The City of Denton Is an additional
appearInsured as its interest may
es defined an the reverse side.
Name and address of Certificate Holder.
arch 20, 1990
CITY OF DENTON, TEXAS SSUED
PURCHASING AGENT
901 TO TEXAS ST.
DENTON, TEXAS 76201 ''REPRESERM
SEE-
11 PAt,�sZ�Sl�l(iACHFA.
451 Cl - 3
CERTIFICATE OF INSURANCE
CITY OF DENTON
Name and Address of Agency
City of Denton Reference:
I
Project Nate:
Project No:
Phone
Project Location:
Managing Dept:
Name and Address of Insured:
_.._--- '------------ ---
Companies Affording Coverage:
--- --------
A
B
Phone
C
This is to certify that policies of insurance
listed below have been Issued and are in force at this time.
Company
Letter Type of Insurance
Expiration Limits of Liability
Pol icv Number Data In Thousands (000)
Comprehensive General Liability
- Occurrence
Occurrence
- Claims Made (see )12-reverse)
Bodily Injury
$
Broad Form to Includes
- Premises/Operations
Property Damage
$
- Independent Contractors
- Products/Completed Operations
- Personal injury
- Contractual Liability (see iH -reverse)
- Explosion and Collapse Hazard
Bodily injury and Property
Damage Cabined
$
- Underground Hazard
- Liquor Liability Coverage
- Fire Legal Liability (see ii-reverse)
- Broad•Form Property Damage
- Professional Errors/Omissions
- occurrence
- claims made (see I2-reverse)
Comprehensive Automobile
Liability
Bodily Injury/Person
Bodily Injury/Accident
$
S
- Owned/Leased Automobiles
- Non -owned Automobiles
Property Damage ^-
$ -'--
Bodily Injury/Property
A
- —
- Hired Autoobiles
Damage Combined
$
- Workers' Canpensation and
Employers' Liability
Statutory Mount
$
each accident
Other Insurance
Description of Operattons/Locations/Vehicles. The City of Denton is an additional insured as its interest may
appear as defined on the reverse side.
Name and address of Cartlficafa Holder.
TY OF DENTON, TEXAS
PURCHASING AGENT
901-8 TEXAS ST.
DENTON, TEXAS 76201
Cl - 3
SEE BALANCE OF CONDITIONS ON PAGE CI-4 ATTACHED.
CONDITIONS
ADDITIONAL INSURED: The City of Denton, its elected and
appointed officials, officers and employees. (This does not
apply to worker's Compensation.)
NOTICE OF CANCELLATION: Prior to any material change or
cancellation, the City of Denton will be given 30 days advance
written notice mailed to the stated address of the Certificate
Holder, City of Denton.
1. CONTRACTURAL COVERAGE: (Liability assumed by contract
or agreement, and would not otherwise exist.) The
contractual liability requirement shown on the reverse
side of this Certificate of Insurance under
Comprehensive General Liability, must include a
definition of coverage broad enough to provide coverage
for obligations assumed by the contractor in the
referenced contract. This Certificate of Insurance is
provided as required by the governing contract.
2. CLAIMS MADE POLICY FORM: Required period of coverage
will be determined by the following formula:
Continuous coverage for the life of the contract, plus
one year (to provide coverage for the warranty period),
and a extended discovery period for a minimum of five
(5) years which shall begin at the end of the warranty
period.
3. FIRE LEGAL LIABILITY: (Required in all contracts that
involve the occupancy, construction or alteration of
City -owned or leased facilities.) Insurance is to
cover buildings, contents (where applicable) and
permanently installed equipment with respect to
Property damage to structures or portions of structures
if such damage is caused by the peril of fire and due
to the operations of the contractor. Limit of
liability is to be a minimum of $500,000.
CI - 4
BID,#1069
PROPOSAL
TO
THE CITY OF DENTON, TEXAS
FOR THE.CONSTRUCTION OF
OAK, HICKORY AND FRY STREET PAVING AND DRAINAGE IMPROVEMENTS
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 lumpsum prices may be increased to
cover additional work ordered by the City,but not shown on the
plans or required by the specifications, in accordance with the
provisions to the General Conditions. Similarly, they may be
decreased to cover deletion of work so ordered.
It is understood and agreed that the work is to be completed in
full within the number of work days shown on the bid tabulation
sheet.
P - 1
Accompanying this proposal is a certified or cashier's check or
Bid Bond, payable to the Owner, in the amount of five percent of
the total bid.
It is understood that the bid security accompanying this
proposal shall be returned to the bidder, unless in case of the
acceptance of the proposal, the bidder shall fail to execute a
contract and file a performance bond and a payment bond within
fifteen days after its acceptance, in which case the bid
security shall become the property of the Owner, and shall be
considered as a payment for damages due to delay and other
inconveniences suffered by the Owner on account of such failure
of the bidder. Owner reserves the right to reject any and all
bids. 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;
P - 2
Oak Street Paving and Drainage
WORK DAYS 70
BID NO. 1069
PO NO.
BID TABULATION SHEET
ITEM DESCRIPTION OUANTITY UNTT
UNTT PPTrR To Tar.
3-A
Remove Concrete Pavement
112
SY
o /SY o
7
oco
7
Remove Concrete
3-B
Curb and Gutter
8,791
LF
9c
/LF"
�c
Z3.
Remove Concrete Driveway
3-.0
and Sidewalk
2,815
SY
o- /SY
SP-33
Remove Concrete Inlet
5
EA
QQo- /EA
3.3
Unclassified Excavation
6,750
CY
c
� /CY
Q -
6" Lime Treatment of
�=
4.6-B
Subgrade
25,199
SY
/SY
Type A"Hydrated
4.6-A
Lime Slurry
340
Ton
ao
4 71- /Ton
2' Asphalt Pavement
O
/`—
5. 7-A
Base ( Type A)
24,639
SY
/SY
4 1/2" Asphalt Pavement
O
5.7-B
Base (Type A)
21,201
SY
/SY7-
1 1/2" Asphalt Pavement
4f
5. 7-C
( Type D )
21,201
SY
�, /SY
3I/A
2" Asphalt Patch
5.7-D
Material (Type D)
245
Ton
o0
$ is -/Ton
$ 5 71°-`
8.2-A
Concrete Curb and Gutter
8,962
LF
Ce /LF
3 7 72.�
5.8-A-1
6" Concrete Flatwork
420
SY
2 ,� %SY
�% ] Q,�
8.15-A
Concrete Rip Rap
45
SY
4 2 3507sy
J�
8.15-B
Concrete Flume
1
EA
/ EA
SP-47 I
Concrete Steps (Set of 3)
6
EA
Q �-/EA
9�.c o
8.3-B
6' Concrete Driveway
2,213
SY
SC SY
23.
Z po 5
8.3-A
4' Concrete Sidewalk
432
SY
O- /SY
/��D, CC
SP-40.A
Rebuild. Manhole
1
EA
00'c/EA
L Oo.Q=
SP-15.B
Adjust Manhole,
16
EA
ce /EA
SP-15.A
Adjust Valve
30
EA
70°+
o0
3.7
Compacted Fill
281
Cy
A
o /CY
SP-2
Concrete Saw Cut
2,154
LF
o
$ p" /LF
SP-41
Adjust Fire Hydrant
4
EA
yen /EA
2 Ono. -
P - 3
OakStreetPaving and Drainage
wvxn unsb iu
BID NO. 1069
PO NO.
BID TABULATION SHEET
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
2.12.3-AI
18"
Class III RCP
I 348 1
LF
1 $
7 7 ' /LF I
$
2.12.3-CII
24"
Class III RCP
I 602 1
LF
1 $
.3Z.S/LF
I
2.12.3-DI
27"
Class IV RCP
I 1
I 187 I
LF
1
I $
00 I
37 /LF I
$
I
2.12.3-EI
30"
Class III RCP
I I
I 936 I
LF
I
I $
�_ I
Ho /LF 1
$ 37,V140.°
2.12.3-GF
15"
Class IV RCP
1 89 1
LF
1 $
Z6 - /LF I
$.2
2.12.3-HI
18"'
Class IV RCP
I 291 1
LF
I $
1800 - /LF
I
2.12.3-11
21'
Class IV RCP
I I
I 136 I
LF
I
I $
ID I
Z /LF I $/45 Z,`'
1
2.12.3-J I
24"
Class IV RCP
I I
I 432 I
LF
I
1 $
50 1
3r!a -/LF 1
$ /
I
2.12.3-LI
36"
Class IV RCP
I I
I 236 I
LF
I
1 $
do I
.JT /LF I
$/
1
I I
1 6
13
2.12.3-MI
42"
Class IV RCP
I 411 I
LF
1 $
/LF
1
4'
x. 3` Direct Drive
I I
I
o I
'
2.12.3-NI
Box
Culvert
I 375 I
LF
I $'
7.3/LF- I
$97�S2S.�
1
4'
x -3-' stand_ard
I I
I
G 1
2.12.3-01
Box
Culvert
I 110 1
LF
1 $
C
0 /LF 1
$�/
I
7.6.A-1 1
4'
Manhole and Cover
I I
i 1 I
EA I
I
$
C I
6O4 /EA I
$ POO cc
I
7.6.A-2 1
5'
Manhole and Cover
I I
I 5 1
I
EA
�o I
1 $ EA 1
$ 7 000
1
5'
x--5-1- Junction Box
I I
I
ao I
7.6.A-3 I
and
Cover
I 3 1
EA1
$
l 7ZS /EA I
I
'
1
5' x--7-' Junction Box I
I I
Q
I
7.6.A-4
I and Cover I
6 1 EA 1 $
Z Z7Jr/EA
1 5' x-9-' Junction Box I
I I
CP
I
7.6.A-5
I and Cover I
1 I EA 1$2
6�t 7EA
1$ J ��'29
1
7.6.A-6
— I
1 4' Curb Inlet I
1 1
3 1 EA 1 $
1 d
/ /00 %EA
1 2
I L4 .300
7.6.A-7 1 6' Curb Inlet I 11 1 EA 1 $ /0.350%EA I $
I — I 1 1 oc I
7.6.A-8 I 8' Curb Inlet I 18 I EA I $ /,SSo /EA 1 $ Z79Do°�
7.6.A-9 1 10' Curb Inlet I 2 1 EA 1 $ L754''/EA I $ - SOD ICE
P - 4
Oak Street Paving and Drainage
WORK DAYS 70
BID NO.1069
PO NO.
ITEM DESCRIPTION
BID TABULATION SHEET
OUANTITY UNTT
'TTNTT DDTrR TnTnr
2.11.5
Inlet Frame and Cover
26
EA
5°0 JEA
SP-31.A
Break into Existing Inlet
1
EA
500 '-/EA
04)''-
SP-31.B
Break into Existing
Junction -Box -
2
EA
/EA
/000`A
SP-27.A
Sewer Service Adjustment
29
EA
00°a/EA
70LO
SP-27.3
I Water Service Adjustment
29
EA
OC.Q/EA
700,
SP-4
Lower Waterline
11
EA
°°° %EA
�op°
SP-44.A-.
Remove 1V--RCP
1
EA
Coo'
/EA
c,
/00
SP-39
Project -Signs
2
EA
J Z QO cL/EA
p0.
1.21
Contractors Warranties
and.Understandings
-
LS
Z / 3o %LS4
Z/ S30,
SP-37
Excavation --Protection
-
LS
0�_LS
3.1
Preparation of .
Right -of -Way
-
LS
yQ��D�-,"
7LSkv1
%+
8.1
Barricades, Warning
Signs and -Detours
-
LS
00°7LS
a
oDe
SP-10
Rock Excavation
50
CY
�� /CY
SP-21
French Drawn-
1,816
LF
2 /LF
Z o°
3.10. 7
H dsomu3.ci-----_
5,770
SY
7 c /SY
3.9.3
St. Augustine Sod
577
SY
/SY
SP-43
Remove, and Replace
Brick Sidewalk
3
SY
7 °� /SY
pO
SP-49
Misc.. Sprinkler System
Adjustments-�-
-
-
LS
�c/LS
0
2.12.9
3' Galvanized
Rigid Conduit
325
LF
SP-50
Pull Boxes---
8.
EA
'Z OOp /EA
Cd
*3.10.3
TOTAL
Seeding
5,770
SY
7 O /SY
ZGo�
* This item may replace 3.10.7"(Hydromulch)
P 5
>e .
tom*
Hickory Street Paving and Drainage
WORK DAYS 25
BID NO. 1069
PO NO,
BID TABULATION SHEET
ITEM DESCRIPTION nnn NTT TV ITTITT
rlhlTT nn Tno
3-A
Remove Concrete Pavement
393
SY
/SY
Z 7 5/r=
Remove Concrete
3-B
Curb and Gutter
898
LF
/LF
Remove Concrete
3-C
Driveway and Sidewalk
230
SYpO
/SY
LO LJ
SP-33
Remove Concrete Inlet
3
EA
°`/EA
/JO,ca
3.3
Unclassified Excavation
1,025
CY
/cy
°O
z
6" Lime Treatment of
4.6-3
Subgrade
3,524
SY
5° /SY
co
Type A Hydrated
4.6-A
Lime Slurry
48
Ton
7.5 /Ton
400.c"
2" Asphalt Pavement
5.7-A
Base (Type A)
3,372
SY
Z � /SY
7.�'•��
4 1/2" Asphalt Pavement
5.7-B
Base (Type A)
3,097
SY
10/SY
1 1/2"-Asphalt Pavement
5.7-C
(Type D)
3,097
SY
Z•/S/SY
2" Asphalt Patch
5.7-D.
Material (Type D)
10
Ton
�= /Ton
8..2-A
Concrete Curb and Gutter
970
LF
/LF
5.8-A.1
6" Concrete Flatwork
30
SY
S0 /Sy
47QS
5.8-A.2
4" Concrete Flatwork
223
SY
c
0 °' /SY
4" Patterned and Colored
5.8-A.3
Concrete Flatwork
56
SY
Ga
/SY
O °6
Patterned -and Colored
SP-42
Concrete Bench
1
EA
_/6co�-/EA
/ LoO."'-
8.3-A
4" Concrete Sidewalk
60
SY
Z Oct/SY
cc
8.3-B
6*'Concrete Driveway
434
SY
•';C/SY
0 /9y,pO
SP-15.A
Adjust Valve
4
EA
/ 7D`E /EA
SP-15.B
Adjust Manhole
6
EA
-ZOO d?-/EA
/ ZDO.c=
3.7
Compacted Fill
25
CY
�a "5 /CY
Co
SP-2
Concrete Saw Cut
450
LF
�� /LF
7.6.A-7
6' Curb Inlet,
1
EA
/-/ccCEA
L•
Hickory Street Paving and Drainage
WORK DAYS 25
BID NO. 1069
PO NO.
BID TABULATION SHEET
ITEM DESCRIPTION QUANTITY UNIT
ilUTT DDTI
7.6.A-9
10' Curb.Inlet
1
EA
75007EA
7 j_Q°°
2.11.5
Inlet Frame and Cover
2
EA
7-6 /EA
O'L
2.12.3-A
18" Class --IV RCP
20
LF
0
28" /LF
lv0 `4
2.12.3-B
21" ClassIVRCP
56
LF
Z°'/LF
%•°—
2.12.3-C
24" Class -IV RCP
596
LF
SC-/LF
/ ,�°c-
SP-4
Lower Waterline
2
EA
/ o° /EA
Qc0•c
7.6.A-3
5' x V.-Junction Box
1
EA
w
2 27S7EA
Z 'Z ''°
1.21
Contractors Warranties
and Understandings
-
-
LS
3 W �TLS
SP-37
Excavation Protection
-
LS
Foo,117-
3.1
Preparation of
Right -of -Way
-
LS
'Z00CV7LS
Z QW,
8.1
Barricades, Warning
Signs and -Detours
-
LS
1
SP-10
Rock Excavation
50
CY
f°5?.%(70`%L
3 0 /CY
,joo•��
SP-27.3
Water Service Adjustment
6
EA
p� �J/EA
0, °=
SP-27.A
Sewer Service Adjustment
6
EA
00 /EA
SP-21
French .Drain
323
LF
8 c° /LF
y og
3.10.7
Hydromulah.
100
SY
7° /SY
O,`O
3.9.3
St. Augustine Sod
10
SY
LO /SY
_j Z,
SP-40.B
Rebuild -Existing J-Box
1
EA
.c -/EA
e=
SP-44.B
Remove --Existing CMP
2
EA
$ °'-/EA°o
2.12.9
3" Galvanized
Rigid Conduit
155
LF
Oo/LF
2,170,
SP-50
Pull Boxes.
4
EA
2°O/EA
foo.r'-
TOTAL
99 3
*3.10.3
Seeding ._
100
SY
70 /SY
7 0.00
* This item may replace 3.10.7 (Hydromulch)
�1
u
�&,
3
Fry Street Paving
WORK DAYS 20
BID NO. 1 n69
PO NO.
BID TABULATION SHEET
ITEM DESCRIPTION nr7AMMTMV rearm
- ----
i♦ ra�ll.n
1'V 1'HL
3-A
Remove Concrete Pavement
Remove Concrete Curb
35
SY
$ '7pO /Sy
Z�LTm
3-B
and Gutter
Remove Concrete Driveway
1,480
LF
°
/� /LF
3-C
and Sidewalks
6 11
SY
Z °/gy
tc
3.3
Unclassified Excavation
6" Lime Treatment
825
CY
-oO /Cy
o�
Z
4.6-B
of Subgrade
Type A Hydrated Lime
3,823
SY
S /Sy
3 7.
4.6-A
Slurry
4 1/2 Asphalt Pavement
52
TON
PO /TON
5.7-B
Base (Type A)
1 1/2 Asphalt Pavement
3,090
SYZ
Z.�
5.7-C
5.7-D
(Type D)
2" Asphalt Pavement
Patch Material (Type D)
3,090
1
SY
TON
/ 5/SY
3 0-/TON
4 5c
3
8' Asphalt Pavement
5.7-F
valley Gutter
_
24
Sy
`-`
/SY
/
8.2-A
Concrete Curb and Gutter
1,451
LF
/LF
J 7c6.
5.8-A.1
6" Concrete Flatwork
23
SY
23•-t4/SY
8.3-A
4" Concrete Sidewalk
114
SY
0' /Sy
2 ZBo.
8.3-B
6' Concrete Driveway
556
SY.
Z 5°/Sy
qa
SP-41
Adjust Fire Hydrant
1
EA
OE��%EA
SP-15.A
Adjust valve
3
EA
7,0'-0/EA
SP-15.B
Adjust Manhole
4
EA
m00%gA
�p�rO
3.7
Compacted Fill
25
CY'
SP-2
Concrete Saw Cut
528
LF
/ oZ /LF
1.21
3.1
Contractors Warranties
and Understandings
Preparat�Of
ion of Right
of Way_
-
LS
LS
9
Z /7,f %LS
,,%LS
7---
o_
Barricades, Warning
8.1
Signs and Detours
-
LS
�
cp %LS
�0
SP-21 �_
French Drain
1 000
LF
G ° /r c
�0 00
Fry Street Paving
WORK DAYS 20
BID NO. 1069
PO NO.
BID TABULATION SHEET
ITEM - DESCRIPTTON nnaMTTTV MUTT
3.10.7
H dromulch
765
SY
/SY
1V1HL
f jO
3.9.3
St. Augustine Sod
77
SY
c
3• � /sY
''c
SP-49
Misc. Sprinkler System
Adjustments
-
LS
��
3 0J - /LS
CC`.°
8.7
Remove and replace
Concrete Retaining Wall
94
LF
2 / /LF
w�
TOTAL
I t P7/Z3
*3.10.3
Seeding ._._
765
SY
70 /SY
3$'�
* This item may replace 3.10.7 (Hydromulch)
�]
Oak, Hickory, and Fry Street Sidewalks
WORK DAYS 20
BID N0. 1069
PO NO.
BID TABULATION SHEET
ITEM npgrT?TDTT0M IIT n e11 r my
3-C
8.3-A
Remove Concrete Sidewalk
4" Concrete Sidewalk
- -
2,649
3,094
SY
SY
�wi♦ rAIl L
Z S/gy
7S-/SY
'rU'i'AL
Z 5k Z
30.E
1.21
Contractors Warranties
and Understandings
-
LS
DD &.
/j o, /LS
SP-2
Concrete Saw Cut
400
LF
/ �— /LF
O`
O• -
TOTAL
t/ 17&7 1
�t7
Fry Street overlay
WORK DAYS 5
BID NO. (1Fi9
PO NO.
BID TABULATION SHEET
ITEM DESCRIPTION nnnMMT MV TTAT T RI
SP-51
SP-15.A
Mill and 2" Asphalt
1 Overla
Adjust Valve
-
1,378
1
SY
EA
uwl♦ rx1cG
3 7SY
jc0 c /EA
TOTAL
1
-C,r=
SP-15.B
Adjust Manhole
1
EA
2 �u / EA
TOTAL
[j�v1
m
BID# 1069
BID SUMMARY
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.
'Z--a--
ress
pax z 0 D
City and St
Seal & AdthorizaEion
(If a:co*.poration)
8,-? 12 )_ -z, 8/
Telephone
3 - 1
BID SUMMARY
BID# 1069
(1) Oak Street Paving and Drainage
(2) Hickory Street Paving and Drainage
(3) Fry Street Paving
(4) Oak, Fry and Hickory Street Sidewalks
(5) Fry Street Overlay
TOTAL
G�
Work Days
Bid
70
�o
$ CC —
25
�L
0"�3
20
$ �'7,/z3.�9
20
(o / -737,
5
oG.3�
140 $ }/Z: 7 .SoY