HomeMy WebLinkAbout1988-1700923L
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
constructiont public works or improvements, as described in the
"Bid Invitations", "Bid Proposals" or plans and specifications
attached hereto are hereby accepted and approved as being the
lowest responsible bids
BID NUMBER CONTRACTOR AMOUNT
9893 Sunmount Corporation $1,513,097 49
SECTION II That the acceptance and approval of the above
compet tt vas shall not constitute a contract between the
City and the person submitting the bid for construction of such
public works or improvements herein accepted and approved, until
such person shall comply with all requirements specified in the
Notice to Bidders including the timely execution of a written
contract and furnishing of performance and payment bonds, after
notification of the award of the bid
SECTION III That the City Manager is hereby authorized to
execute a necessary written contracts for the performance of
the construction of the public works or improvements in
accordance with the bids accepted and approved herein, provided
that such contracts are made in accordance with the Notice to
Bidders and Bid Proposals, and documents relating thereto
specifying the terms, conditions, plans and specifications,
standards, quantities and specified sums contained therein
SECTION IV That upon acceptance and approval of the above
compet t ve i s and the execution of contracts for the public
works and improvements as authorized herein, the City Council
hereby authorizes the expenditure of funds in the manner and in
the amount as specified in such approved bids and authorized
contracts executed pursuant thereto
SECTION V That this ordinance shall become effective
imme ate y upon its passage and approval
PASSED AND APPROVED this the 18th day of October, 1988
ATTEST
J IFEI W LTERS, CITY SECRET Y
APPROVED AS TO LEGAL FORM
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
BY l�
PAGE TWO
DATE OCTOBER 18, 1988
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID# 9893 WOODROW LANE AND BURNING TREE BRIDGE,
PAVING AND UTILITIES
RECOMMENDATION
We recommend this bid be awarded to the low bidder for
the complete project Sunmount Corporation of Roanoke,
Texas in the amount of $1,513,097 49
SUMMARY
This bid invitation was sent to sixty-three prospective
general contractors and sub -contractors Thirty-eight
sets of plans were picked up We received nine
completed bids The bid specifications were sent out
to award to one general contractor with either or
asphalt or concrete paving In this case, we are
recommending the low bid of asphalt at $1,513,097 49
BACKGROUND
Tabulation Sheet and Memo From Jerry Clark
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED
Street Bond Program, progress on another north -south
thoroughfare and the Citizens of Denton
FISCAL IMPACT
There is no additional impact on the General Fund
Respec ly subm ed
Lloyd re11
City Manager
Prepare by
ame John J Marshall
Title Purchasing Agent
�zQeP
10am s Jo n J Marshall
71itlV Purchasing Agent
I
4M 1
I
I
I
Vol
1
V7 1
r
i
i �ii
y
j
71
71
1
Z I
I
1
nll
1 I
1
rmjl
y_
•.O
i
4
-1
a
I
I
I
4
I
1
i ITl
I
�
I
C RI
fnf'f
N
N
Cf
O
I
rl r
�
1
w
�'
Al
1
t
YgJ
I
O
P
I
�
-
~
r
I
I
I
I
p
~
1
m
I
�
1
a
I
i
CS1
1
I
I
rtl
ui
''
i'
i
yppp
i
irnr
Np
1
�
O
1
1
- -
I
cn
I
i
r
LII
o
1
�l
�
nl
i
vi c
o
i
I
S
I
x s
Ynrl
+t1
w
I
C
Ipj
1
C>
p
1
1-
1
�
1
N
1
I
CITY of DENTON, TEXAS
I
MUNICIPAL BUILDING / DENTON TEXAS 76201 / TELEPHONE (877) 566 8200
MEMORANDUM
DATE September 23, 1988
TO Rick Svehla, Deputy City Manager
FROM Jerry Clark, City Engineer
SUBJECT Bid on Woodrow Lane Burning Tree Projects
Bids for Woodrow Lane and Burning Tree bridges, paving,
drainage and utility improvements were received on September
22 There were 9 bids received from contractors throughout the
DFW Metroplex area The bids all were in the range of 1 S
million to 1 8 million They were closely spaced with four in
the 1 5 - 1 6 million range which shows these prices were
representative and should be utilized We have also recently
noted that private development is picking up which only means
prices will increase The low bidder on the project was
Sunmount Construction with an asphalt bid of $1,513,097 49
The project was bid utilizing a 6 1/2" concrete section or a 8"
asphalt section We had recently reduced the concrete section
to 6 1/2" to encourage more competitive concrete bids The low
concrete bid was from Bertram Construction with $1,524,615 68
The difference is approximately $11,500 These two bidders were
also the two lowest bids received on the project We have
reviewed the unit prices from both bids and feel they are
reasonable The main difference in the two bids is the
approximate $10,000 administrative cost on the Bertram bid
Sunmount has recently completed work for us including the
Denton Airport and has started the Bolivar and Magnolia job
with an excellent bid on that project They have an excellent
reputation throughout the area and our experiences with them
have been first class We feel awarding the project to them
will do nothing but assure it is completed on time with the
best quality work
Bertram Construction has a history with Denton in that they
built Carroll and Bell Avenue They have normally received a
project approximately every 10 years in Denton with all those
being concrete They have not been awarded any bids lately so
we have no recent history Apparently they are very successful
in the DFW area as they have stayed in business at least twenty
years
page 2
Approximately $40,000 - $45,000 of this bid will be funded
through the Utility Department for utility relocation upon the
Burning Tree projects The itemized breakdowns for these
projects include approximately $800,000 for Woodrow, $400,000
for the Woodrow Lane Bridge, $160,000 for the Burning Tree
Bridge, $60,000 for the paving and drainage improvements, and
$40,000 for the utility improvements These bids are within
the ranges as outlined One of the major reasons for increased
cost on this project is that the project was originally
estimated in 1983 according to standards set up at that time
The project estimate at that time was $550,000 which was for a
6" pavement four lane undivided road
As you are aware, Council recommended that this be a five lane
road We did provide an 8" pavement as recent developments in
relation to the thoroughfare plan, the Denton Development plan,
etc have made the Colorado/Woodrow/Nottingham connection a
major one in the City of Denton Therefore, without proper
design of the road we will basically lose our investment as
heavy traffic will shorten the life of this pavement
significantly Therefore, we feel the concepts and the needs
of the projects have changed drastically since they were
originally placed on the CIP sometime in 1984
We strongly feel that with 9 bidders grouped so closely, the
unit prices are representative and can only go up Sunmount
was low overall based on equivalent sections so they should be
given the award We did reduce the concrete section to 6 1/2 to
encourage competitiveness with an 8" asphalt versus our
previous 7" requirement This is a reasonable comparison which
should have placed the bids on equal terms However, most of
the low bids on the project were concrete If the Council
deems that the project should be for concrete streets, then
Bertram Construction should be awarded the project as $11,000
is a minimal difference in a $1 5 Million project Since that
sort of decision is a value judgment and we use both types of
streets, the Council should be the deciding body
Please advise if you need further information
Jer y Clark
0593h
CONTRACT AGREEMENT
STATE OF TEXAS )(
COUNTY OF DENTON ) (
..
Y
THIS AGREEMENT, made and entered into this 19 day of OCTOBER _
A.D., 19 88, by and between THE CITY OF DENTON TEXAS
of the County of
V. HARRFLL
DENTON
and State of Texas, acting through LLOYD
thereunto duly authorized so to do,
Party of the First Part, hereinafter termed the OWNER, and
f ' SLNVUUNT CO1tPORAT I ON
P.O. BOX 1770,ROANOKE, TEXAS 76262
of the City of ROANOKE 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) he
agrees with the said, Party of the First Part (OWNER) to commence and -complete
the construction of certain improvements described as follows:
BID1E9893 VgOD120W LAN Ac BURNING TREE PAVING AID DRAINAGE
AND BRIDGES, UTILITY RELOCATION ON BURNING TUFF FOR 51.513097 49 P.O.,'.t
and all extra work in connection therewith, under the terms as stated in the
General Conditions of the agreement; and at his (or their) own proper cost and
expense to furnish all materials, supplies, machinery, equipment., tools,
superintendence, labor, insurance, and other accessories and services
necessary to complete the said construction, in accordance with the conditions
and prices stated in the Proposal attached hereto, and in accordance with all
the General Conditions of the Agreement, the Special Conditions, the Notice to
Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance
and Payment Bonds, all attached hereto, and in accordance with the plans,
which includes all maps, plats, blueprints, and other drawings and printed or
CA-1
0044b
written explanatory matter thereof, and the Specifications therefore, as
prepared by CITY OF DENTON, TEXAS ENGINEF_RING DIVISION OF PU9LIC
MADRKS
, 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:
APPROVED AS.TO FORM:
City Attorney
CA-2
0044b
LLOYD V. HARRELL, CITY MANAGER
(SEAL)
• ••••••.. 1►I
Party ooff �thee Seco Part, CONTRACTOR
h,91J
By ..�..- '�iLIl m S.�,,
Title
(SEAL)' c
�M.
4A
PERFORMANCE BOND
STATE OF TEXAS )(
COUNTY OF DENTON )(
KNOW ALL MEN.BY THESE PRESENTS:
, of the City of
That SUNMOUNT CORPORATION
ROANOKE
County of DENTON , 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 CITY OF DENTON TEXAS
as OWNER, in the penal sum of ONE MILLION FIVESHU-ND)RED',THIRTEEN`THOUSAND
NINETY SEVEN & NO/Dollars ($1,513;997:47" 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 OCTOBER , 19 88 , for the construction of
.BID#9893 WOODROW LANE AND BURNING TREE PAVING & LIRAINAGF_ BRIDGE_ AND
CULVERT, AND UTILITY RELOCATION OF BURNING TREE LANE
which contract is hereby referred to .and made a dpart hereof as fully and to the
same extent as if copied at length herein.
NOW, THEREFORE, the condition of this obligation is such, that if the.
said principal shall faithfully perform said Contract and shall in all respects,
conditions and agreements in and by said contract agreed and covenanted by the
Principal to be observed and performed, and according to the true intent and
meaning of said Contract and the Plans and Specifications hereto annexed, then this
obligation shall be void: otherwise, to remain in full force and effect;
PB-1
�y
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by
acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this
bond shall be determined in accordance with the provisions of said Article to the
same extent as if it were copied at length herein.
PROVIDED FURTHER, that if any legal action be filed upon this bond,
venue shall lie in DENTON County, State of Texas.
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or to the
work performed thereunder, or the plans, specifications, or drawings accompanying
the same, shall in anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 24TH day of OCTOBER , 19 88.
SUNMOUNT CORPORATION
Principal
By
Address P.O. BOX 1770
ROANOKE, TEXAS 76262
(SEAL)
NOTE:
0091b
of the Resident Agent
FRANK SIDDONS INSURANCE
SEABOARD SURETY COMPANY
Title ATTY-IN-FACT
Address 5750 P.INELAND DRIVE, SUITE 304
DALLAS, TEXAS 75231-5366
(SEAL) r `
of Surety is:
�41n=5i111
Date of Bond must not be prior to date of Contract.
PB-2
PAYMENT BOND
STATE OF TEXAS X
COUNTY OF DENTON )C
KNOW ALL MEN BY THESE PRESENTS: That SUNMOUNT CORPORATION
of the City of ROANOKE
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 hound unto THE CITY OF DENTON TF�<AS
OWNER, in the penal sum of ONE MILLION FIVE -HUNDRED
THIRTEEN THOUSA ) NINETY SEVEN AND 491100 Dollars ($1,513.097.49)
for the payment whereof, the said Principal and Surety bind themselves and their
heirs, administrators, executors, successors and assigns, jointly and severally, by
thes presents:
WHEREAS, the Principal has entered into a certain written contract
with the Owner, dated the 19 day of OCTOBER ,. 19 88
BID119893 V+OC)MC)V LANE AND BURNING TREE PAVING & DRAINAGE BRIDGE AND
CULVERT. AND liTli ITY RFLOC:ATIQN QE gUgN1UG T[ZFpi eniF
to which contract is hereby referred to and made a part hereof as fully and to the
same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the'
said Principal shall pay all claimants supplying labor and material to him or a
subcontractor in the prosection of the work provided for in said contract, then
this -obligation shall be void, otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the revised Civil Statutes of Texas as amended by the
acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this
bond shall be determined in accordance with the provisions of said Article to the
same extent as if it were copied at length herein.
PB-3
R
Surety, for value received, stipulates. and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or to the
work performed thereunder, or the plans, specifications or drawings accompanying
the same, shall in anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be performed thereunder.
IN WITHNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 24TH day of OCTOBER , 19 88 .
SUNMOUNT CORPORATION
Principal
By Z)D-)G C,,J��_'
Titlef^Q - J
Address P.O. BOX 1770
. ROANOKE, TEXAS 76262
w :•.
--
-(SEAL)Z
0092b
SEABOARD SURETY'COMPANY
Address5750 PINELAND DRIVE, SUITE 304
DALLAS; TEXAS 75231-5366
of the Resident Agent of Surety is:
(SEAL) �~
tom �iG� •G �ti�. ''�'
FRANK SIDDONS INSURANCE
P.O. BOX 2125 AUSTIN TEXAS 78768
PB-4
MAINTENANCE BOND
STATE OF TEXAS )(
COUNTY OF DENTON )(
KNOW ALL MEN BY THESE PRESENTS: THAT SUNMOUNT CORPORATION
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 ONF ►g 1stF_p FIFTY ONE
THOUSAND THREE HUNLX�ED NINE AND NO/100 Dollars 151,309.00 107of
the total amount of the contract for the payment of which sum said principal and
surety do hereby bind themselves, their successors and asssigns, jointly and
severally.
This obligaticn is conditioned, however, that:
WHEREAS, said SL1N?yT11NT CX)RPORATICN
has this day entered into a written contract with the said City of Denton to build
and construct BID/19893 WOODROW LANE & BURNING TPUEE PAYING do DRAINAGE
AND BRIDGES, UTILITY RI;LCX'ATION ON BURNING TRFE
which contract and the plans and specifications therein mentioned, adopted by the
City of Denton, are filed with the City Secretary of said City and are hereby
expressly incorporatd herein by reference and made a part hereof as though the same
were written and set out in full herein, and:
WHEREAS, under the said plans, specifications, and
contract, it is provided that the Contractor will maintain and keep in good repair
the work therein contracted to -be done and performed for a period of one (1) year
from the date of acceptance thereof and do all necessary backfilling that may
become necessary in connection therewith and do all necessary work toward the
repair of any defective condition growing out of or arising from the improper
construction of the improvements contemplated by said contractor on constructing
the same or on account of improper excavation or backfilling, it being understood
that the purpose of this section is to cover all defective conditions arising by
reason of defective materials, work, or labor performed by said Contractor, and in
case the said Contractor shall fail to repair, reconstruct or maintain said
improvements it is agreed that the City may do said work in accordance with said
contract and supply such materials and charge the same against the said Contractor
and its surety on this obligation, and said Contractor and surety shall be subject
to the damages in said contract for each day's failure on the part of said
Contractor to comply with the terms and provisions of said contract and this bond.
0093b MB-1
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
SUNMOUNT CORPORATION
these presents to be executed by
and the said SEABOARD SURETY COMPANY
as surety, has caused these presents to be executed by it:
KAE PRIDDY and the said Attorney -in -Fact
this 24THday of OCTOBER 19 Sg .
PRINCIPAL:
MB-2
0093b
SUNMOUNT
the said
as Contractor and Principal, has caused
has hereunto set his hand
?ORATION
r
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,
PURCHASING AGENT, 901—B TEXAS STREET, DENTON, TEXAS 76201.
CITY OFDENTON
MINIMUM INSURANCE 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 $1,000,000
III. Comprehensive General Liability. This insurance shall be written in
comprehensive form and shall protect the Contractor against all claims
arising from injuries to members of the public or damage to property of
others arising out of any act or omission of the Contractor or his
agents, employees or subcontractors.
CI-1
Insurance Requirements
page two
To the extent that 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 Contactor.
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
O1/13/87
CONDITIONS
AEDMCNAL MM: The City or Denton, its elected aid appointed QMcials,
r our • _ (This does notapply to • 1• •Ina
ecity
1- • be given1 ra - .• •- •w •- u- er • u ,ru ev
r. f1older,cC Denton.
•• 1'• f COVERAGE: (Li.• ,s Ilan by contract• calla r
• • r a r -- e.• •• • • ,• e• 1 •all- s• • r -
Yr- • 1 _ w r • - • •• •11• Y
ve
F-J•• a r- r- w • • •• _ • •-• a • • •••` •-
•• _ • •• •r w • ,:.• Ile• • • - •• • • _I •er •• • .
CertificateThis • •- • • •-r c• u • •.•
•• • .q
2- CIAIM HIE pa= FUK- Rehired PMIod of 0MTr W will be detamned by the
follarlrg famila: Continuous oova-� for the life of the ornhact, " ale
year (to Provide owe--W for the warranty Per1od) , and a extended disooulay
period for a minion of 5 yeas tii ich shalt begin at the end of the wEnmty
pe'id-
3. 1'1 LEML LL Y 'e• 1 elin all•• • - wtbat• the ••• r
eqdpmmt withrespect to Puperty to stnxtLres cr •• w • . •'
stz=bxes -if such dwEW is caused by the peril cf fire and the to
•1 1.1
Q-4
Certificate of Insurance
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO NIGHTS UPON YOU THE CERTIFICATE HOLDER. THIS CERTIFICATE IS NOT AN INSURANCE POLICY
- AND DOES NOT AMEND, EXTEND, OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW
This is to Certify that
r-
Sunmount Corporation
P.O. Box 1770-
Roanoke, T% 76262
WOODROW.LANE & BURNING TREE
Name and
address of
Insured.
PAVING AND DRAINAG
LIBERTY
MUTUAL
'o
.r a saan.. em,.x s an_.�m a.
is, at the issue date of this certificate, insured by the Company under the policylies' listed below. 'The insurance afforded by the listed po icy(iesl is subject
to all their terms, exclusions and conditions and is not altered by any requirement, term or condition of any contract or other y the listed
Pol cyie,...._ this earn irmo ,.. , e,_
TYPE OF POLICY
CERT. EXP. DATE
POLICY NUMBER
LIMITS OF LIABILITY
- -
COVERAGE AFFORDED UNDER W.C. COV. B
WORKERS'
5-30-89
WC2-611-004030-218:
LAW OF THE FOLLOWING STATES: Bodily Injury By Accident
500,000 Ea. Are.
COMPENSATION
-
-
Bodily Injury By Disease
-
TX 500,000 Ea. Person
'
'Bodily Iniury By Disease
500,000
- -.
-
Ppl Limit
General Aggregate - Other than Products/Completed Operations -
5-30-89
RC1-611-004030-228
2,000,000
-
-
Products/Completed Operations Aggregate -
2,000,000
up
Bodily Injury and Property Damage Liability
lu
U, } ❑ CLAIMS MADE
2,000,000
per occurrence
Personal and Advertising Injury -
F
Q
GOPer
_
person)
Q
- _
- organization
Other - -
l
CONTRACTUAL LIABILITY, %CU; INDEPENDENT
CONTRACTORS/CONTRACTORS PROTECTIVE, BROAD
OCCURRENCE
U
FORM PROPERTY DAMAGE
SPECIAL/EXCL
ENDORSEMENTS
'
p J
OWNED
gg
5-30-89
S1-611-004030-238
f
$2,000,000 EACH ACCIDENT -SINGLE LIMIT -at. AND P.D. COMBINED
7 m
Q Q
u NON -OWNED
$ EACH PERSON
❑ HIRED
2-611-004030-248
EACH ACCIDENT EACH ACCIDENT
$
The City of D
nton, its a
ected and appointe
OR OCCURRENCE $ OR OCCURRENCE
officials, ORand employees are
named as additional
insur
d to the above gen
ral and auto liability policies the
F,
terms of Endorsement
1 he
ein attached.
per
LOCATION(S) OF OPERATIONS & JOB # Of
_Applicable)
,
DESCRIPTION OF OPERATIONS:
COVERS ALL WORK PERFORMED BY -THE NAMED INSURED I
THE CONTINENTAL UNITED STATES
'NOTE: You will NOT be notified annually of nc.
— ----_— -- ••••• ••_ ••••_•, uns coverage is tale mated or reduced.
NOTICE OF CANCELLATION: THE COMPANY WILL NOT TERMINATE OR
REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNLESS -
10 DAYS NOTICE OF SUCH TERMINATION OR REDUCTION HAS BEEN
- -MAILED TO: -
F City of Denton, Texas
CERTIPurchasing Agent
HOLDER IRATE 901-B Texas Street
HOLD -.
Denton, TX 76201
L
This ceruf¢are is executed by.LIBERID MUTUAL INSURANCE COMPANY as respects such insi
respects Such insurance as is afbrred ey That Company, it is executed by LIBERTY INSURANCE
AUTHORIZED REPRESENTATIVE
10-25-88
DATE ISSUE , OFFICE - -
i
reed by That Company, it is executed by LIBERTY MUTUAL FIRE INSURANCE COMPANY as
as respects such insurance as is afforded by Thar rm_e.,
a. Sublimit Each Occurreace.ic,This insurance is subject to a sublimit of:
$ Each Occurrence:
This sublimit is subject to the Each Occurrence Limit shown in the Declara
[ions; it is. not in.addition to the Each :Occurrence Limit.
If a sublimit is not designated above,.the applicable limit is the Each Occur-
rence Limitshown.in the Declarations,
b.. Aggregate. This insurance'Jo subject to.the General Aggregate Limit shown in
the Declarations.
4 It
Exclusions
This insurance does not apply to:
a. Liability assumed under an "insured contract" or any other contract or agree-
ment;
b. Liability arising out of the providing of any professional health care ser-
vices in violation of law;
C. Liability arising out of the providing of professional health care services
while in any degree.under the influence of intoxicants or narcotics;
d. Liability arising out of any dishonest, fraudulent, malicious or knowingly
wrongful act or failure to act; or
e. Punitive or exemplary damages, fines or penalties.
Ia LIMITATION - PARKING AN AUTO
Subparagraph (3) of Exclusion g. of COVERAGE A is deleted.
J: AMENDMENT - MOBILE EQUIPMENT .
Exclusion h. (2) of COVERAGE A is. deleted.
K.. EXCLUSION - DISCRIMINATION .
This insurance.does not apply to:
Damages arising out of unlawful discrimination.,.
L. AMENDMENT - BLANKET ADDITIONAL INSURED
Section II - WHO IS AN INSURED is amendedto include as an insured any person, organiza-
tion, state or other political subdivision, trustee or estate for whom you have agreed
in writing to provide liability insurance.. But: .
The insurance provided!.by.this amendment:
1. Applies only to "personal injury" or, "property damage" arising out of (a) "your
work or (b) premises or other propertyowned b d
y or rente to you;
For Attachment to
Policv: RrI.-4L1-004030-228 p pace 9 of I1
2; Applies only to coverage and limits of insurance required by the written agree-
ment, but in no event exceeds either the scope of coverage or the limits of insur-
ance provided by this policy; and.
3. Does not apply to any person, organization, state or other political subdivision,
trustee or estate for whom you have procured separate liability insurance while
such insurance is in effect, regardless of whether the scope of coverage or limits
of insurance of this policy exceed those of such other insurance or whether such
other insurance is valid and collectible.
M. AMENDMENT - NON-CONULATION OF LIMITS (SAME OCCURRENCE)
The following paragraph is added to Item 5 of Section III - LIMITS OF INSURANCE:
If the same "occurrence" gives rise to "personal injury" or "property damage" which oc-
curs partly before and partly within the policy period, our each occurrence limit under
this policy will be reduced by the amount of each payment made by us with respect to
such "occurrence" under a previous policy or policies of which this policy is a replace-
ment.
N. LIMITATION - OTHER INSURANCE '•':
1. With respect to lose for which coverage is provided by this General Amendatory En-
dorsement, unless otherwise stated below or elsewhere in this Endorsement:
This policy does not apply to any portion of a lose for which the insured has
available any other valid and collectible insurance, whether primary, excess, con-
tingent, or on any other basis, unless such other insurance was specifically pur-
chased by the insured to apply in excess of this policy.
2. With respect to "Amendment - Blanket Additional Insured," the following provisions
apply:
a. Where the applicable tiritten agreement requires the insured to provide liabil-
ity insurance on a primary, excess, contingent, or any other basis, this policy
will apply solely on the basis required by such written agreement and Item 4.
Other Insurance of SECTION IV of this policy will not apply, regardless of
whether the person, organization, state or other political subdivision (for
whom the insured has agreed in writing to provide such insurance) has available .
other valid and collectible insurance.
b. Where the applicable written agreement does not specify on what basis the lia-
bility insurance will apply, the.provisione of Item 4. Other Insurance of SEC-
TION IV of this policy will govern.
3. With respect to coverage provided by "Amendment - Contractual Liability", "Amend-
ment - Coverage For Bodily Injury To Co -Employees", and "Amendment - Professional
Health Care Services By Employees", we will deem our policy to be primary regard -
leas of whether any other valid and collectible insurance is available to the
insured, and Item 4. Other Insurance of SECTION IV of this policy will not apply.
0. AMENDMENT = FOREIGN COVERAGE. :.
t. .
1. Amended Definition - Coverage Territory.
Paragraph 4. c. of the DEFINITIONS section is.replaced by the following:
For Attachment to
End. l
Policv: RG1-611-004030-228 paee 10 of 11
CITY of DENTON, TEXAS
October 20, 1999
PURCHASING DIVISION / 901-B TEXAS STREET / DENTON, TEXAS 76201
Sunmount Corporation
P.O. Box 1770
Roanoke, Texas 76252
Dear Sir;
These contract forms have been prepared by the City of Denton and approved
by our Legal Department. We need for you to properly execute all forms as
shown or as per enclosed instructions. These or other contract documents
must be completed and accepted by both parties before a purchase order can
be issued. A valid written work order cannot be issued until or after the
When it is necessary to make change orders or contract modifications, they
must be executed in writing and accepted. These changes then become a
part of the contract. The Purchasing Aonnt m„er o .,..a ------- -�___
We at the City of Denton fully realize that all contracts are made by two
parties; and with a full understanding that both parties have a responsi-
bility. When properly executed and handled, scheduled work and payments
can be prompt and on time.
The City of Denton issues checks each week and are mailed by Friday. The
checks are scheduled and payable by the Finance Department within 15 days
after receiving the approved invoice or payment schedule with a proper
receiving report.
/ I n J. Marshall, C.P.M.
111 urchasing Agent
JJM:cj
8171566-8311 D/FW METRO 267-0042
CITY OF DENTON
PURCHASING DEPARTMENT /
r`1ATE:. AUGUST 19, 1988 BID NUMBER: 9893
BID TITLE: WOODROW LANE AND BURNING TREE
Sealed Bid Proposals will be received until 2:00 p.m. SEPTEMBER 22, 1988
at the Office of the
Purchasing Agent 901-B Texas Street, Denton, Texas 76201-4229.
,BIDDER NAME: S vrvte4w�r oar F n J John J. Marshall, C.P.M.
ADDRESS: Purchasing Agent
�_�.0. IJax 1T70
(817) 566-8311
¢roc
INSTRUCTIONS TO BIDDERS
°- 1. Sealed bid proposals must be received in duplicate, on this torm, prior to opening date and time to be considered. Late
.. • - proposals will be returned unopened.
• 2 Bids shall be plainly marked as to the bid number. name of the bid. and bid opening date on the outside of completely
sealed envelope, and mailed or delivered to the Purchasing Department. City of Denton. 901 -8 Texas St.. Denton, TX
76201
3. Any submitted article deviating from the specifications must be identified and have full descriptive data accompanying
same, or it will not be considered.
A. 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 oils
remain in force for a sixty (60) day period after opening or until award is made: whtcnever comes first.
B. The quantities shown maybe approximate and could vary according to the requirements of the Citv of Denton
throughout the contract period.
9. The items are to be priced each net. (Packaging or shipping quantities will be considered.)
10. The Purchasing Department assumed 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 or give infbnhatlon On the Contents of this bid with the City Of Denton or its representatives
prior to award shall be gounds for disqualifications.
12 The conditions and terms of this bid will be considered when evaluating for award.
13. The City of Denton is exempt from ail sales and excise taxes. (Article 20.04.8)
PI -A
PROPOSAL
we,
THE CITY OF DENTON, TEXAS
FOR THE CONSTRUCTION OF
Section I:Woodrow Lane Paving and Drainage
Section II: Woodrow Lane Bridge at Pecan Creek
Section III: .Burning Tree Lane Paving and
Drainage
Section IV: Burning Tree Lane Culvert and
Channel Improvements
Section"V: Utility Relocations at Burning Tree
Culvert and Channel 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
r •,t.'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.
C
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.
P - 1
It is further agreed that lump sum prices may be increased to
cover additional work ordered by the City, but not shown on the
plans or required by the specifications, in accordance with the
provisions to the General Conditions. Similarly, they may be
decreased to cover deletion of work so ordered.
It is understood and agreed that the work is to be completed in
full within the number of work days shown on the bid tabulation
sheet.
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 delayand 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
' Administrative Items
BID No.
9893PO
.. ,--(for all
five Sections)
NO.
BID TABULATION SHEET
., ITEM
DESCRIPTION QUANTITY
UNIT
UNIT PRICE
TOTAL
I Preparation of I
3.1
I
I Ri ht-of-Wa I
I
I
L S
I
I $
OO 1
ZZ QQ 4• - 1
$
ZZ 000,04
Barricades, Warning 1 I
I
8.1
1 Signs, and Detours I
LS
. �° I
$
/� 000, do
I Contractors, warranties, 1
1.21
I and Understandin s I I
LS
$
1
S00.O4 1
$
o0
SP-39
I I
I _Project Signs ' 1 4 I
I
EA
�.� I
r000. °
PAP
1 1 I
1 1 I
I
I
I
1
I
1 1 I
i I
I
1
TOTAL
,OS
1
I
1 1
1 I
I
I
I
I
I
I
"•,;;,,.,; I
NOTE: These administrative items are to
I
I
1
I
I
cover all five sections of this
I
I
I
I
10
ro'ect combined.
1
1
1
I I
I
I
P - 3
Section I -a:
'. Woodrow Lane Paving and Drainage
8' Asphalt
BID NO. 9893
PO NO.
BID TABULATION SHEET
'- ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
I Remove Concrete Driveways)
I
I
I
3-C
I and Sidewalks I
905
1 SY
I $ 3• ab /SY
I Remove Culverts I
I
I
I
"
SP-42
1 and Associated Headwalls 1
.30
1 EA
1 $ 6 0. /EA
I $
19(rO oa
f
I Remove Concrete Curb I
I
I
I
3-B -
I and Gutter I
200
I LF
I $ 3, vC /LF
I $
I
1
I
Unclassified Excavation 1
12
775 1
CY
/CY
1
3.7
I Compacted Fill 1
26
081 1
CY
I $ Z rZ /CY
I $
SSZ9/ 9Z
Type A Hydrated Lime I
I
I
4.6-A
I Slurry I
I I
430 1
TON'
i $ % °Q
I
4.6-B
1 6' Lime Subgrade 1
I
35 155 I
SY
I
I 9 / 60 /Sy
I
I $
s6�Z(!� 00
1 2 Asphalt I
I
I
5.7-A
I Pavement (Type A) 1
34,343
1
SY
I $ 3 vo /SY—Q
I
r:"
1 4 1/2 Asphalt I
I
I
5.7-B
I Pavement (Type A) 1
30,573
1
SY
I $ G• /SY
1
11 1/20 Asphalt I
I
I
>'
5.7-C
I Pavement (Ty a D) 1
30
573 1
SY I
$ Z 33 /SY
I $
Voss, Q9
1 2 Asphalt Pavement I
I
1
I
5.7-D
I Patch Material (Type D) 1
20 1
TON I
$ Z� O0 /$�► I
g
-�po °D
8.2-A
I Concrete Curb and Gutter 1
11.710
1
LF I
$ % Z� LF I
$
-r
1 6• Concrete Pavement I
I
I
5.8-A.1
1' (Flatwork) I
I I
95 1
SY I
I
$ Z0. P4 SY I
5.8-A.2
1 4• Concrete Flatwork I
I I
I
300 1
I
SY I
co I
$ /SY I00
.
.7.4.5
1 Class C Concrete I
I
3 1
I
CY I
I
ZOO,v� Cy I
$
60d,"'0
I concrete Rip Rap I
1
I
8.15
1 (Class B) 1
I I
300 I
I
SY/SY
I
I
I
$
600d.O°
SP-3
.� 8.3
I Reinforcing Steel I
I I
I 61 Concrete Driveway I
300
950
1 LB
I
1 SY
1 $
I
1 $.
d SO /LB
ZZ, °
I $
1
I $
157�o6
Zd %00.'T
SP-2
I I
I Concrete Saw Cut I
305
I
1 LF
I
/LF
I
I $
(o/d op
I I
I
I
SP-15.A
I Adiust Water Valve I
18
I EA
I $/EA
I
I
�- • SP-15.B
I Adjust Man Hole I
� 9 I
EA � �
I $
ZSa /EA
I $
ZZSO o
SP-27.A
I Adjust Water Service I
24 1
EA
1 $
,300 �-�/gA
1 $
72Od o0
I I I I I
S_ P-27.B I Adiust Sewer Service 1 24 1 EA 1 $ 3sa SEA
I I I I I
3-A.1 I Remove Concrete Flume I 2 1 EA 0
I $ /00."—I$
P - 4
Section -I -a•
Wood"row Lane Paving and Drainage
8' Asphalt.
BID NO. 9Rg4
PO NO.
BID TABULATION SHEET
ITEM -
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
14' Schedule
I
I
I
1
'• SP-34-A
180 PVC Conduit
I 100
I LF
1
/LF
aD
I $ 600
16' Schedule
I
I
I
SP-34-B
180 PVC Conduit
I 100
I LF
I $
I
I,Opticom 44
I
I
I
1d0
". SP-38
I Conduit or Equivalent
I 100 1
LF
I $
J4
/LF
I $ Qd0
I Remove Concrete
I I
I
I
3-A.2
I Loading Dock
I 1 I
EA
1 $
Z600 at
do 1 $ 7-6O'U °�
3.10.7
I
1 Hydromulch
I I
I 8,325 I
SY
1
I $
0•2S
/SY
I
I $ Vs� jr
2.12.3-A
1 18' RCP Storm Sewer
I 404 I
LF
I $
Moo
/LF
I $ �� /Z.ao
I
I I
I
2.12.3-B
1 24" RCP Storm Sewer
I 72 1
LF I
$
32• u°
/LF
I
I $ Z3QV.00
2.12.3-C'1
I
27' RCP Storm Sewer
I I
I 164 1
LF I
I
$
36,E
/LF
I
I $ $%dSl o0
'
1 18" Class IV
I I
I
I
-.�2.12.3-D I
RCP Storm Sewer
I 166 1
LF 1
$
32•oa
/LF
2.12.3-E
1 RCP
Storm Sewer
I 42
I LF
I $
3y Q° /LF
i $ /i/z8,
O0
1 24'
Class IV
2.12.3-F
I RCP
Storm Sewer
I 214
I LF
I $
co /LF,
_-;
1 27
Class IV
I
1
I
I
." �2.12.3-G
I RCP
Storm Sewer -
1192
1 LF
I $
mod.°O /LF
I S 76 PO
cro
1 42"
class IV
I
I
I
I
2.12.3-H
I RCP'Storm
Sewer
I 228
i LF
I $
(oS °0 /LF
I $ ZU,°g
15' x 5' Junction
I
I
I
I
' � 7.6.A-1
I Box
and Covet
I '1
P EA
I $
I6UO. o'/EA
I SIG Od
1 10,
x 5' Junction
I
7.6.A-2 I
Box
and Cover
I 1 I
EA
I S
ZSUO %EA
I $ 7,$'O6,00
I
I
I
i
.7.6.A-3 I
6' curb Inlet
I 13 I
EA
I
$/S (pp_oa
I
I I
I
I
7.6.A-4
I 10' _Curb Inlet I
1
I EA
1 $ /8ff-d /EA
I $ /80(r 0U
7_.6.A-5I
I
6' Special Type V Inlet' I
1
I
I EA
I
I $ (80-0 d�/EA
I lFoa -U7
I $
7.6.A-7
I I
i 10' Special Type IV Inlet)
1
I
1 EA
I
I $ 1Uo0 �a/EA
I
I $ 2000. 00
2.11.5
I I
I Inlet Frame and Cover I
12
I
I EA
I
i $ .SHOP /EA
I
I $ 7 8d uo
I Break Into
. SP-31
I Existing Wing Wall I
1
I EA
I $ lJ r0 de/EA
I $ SQd ua
I I I I a° I
8.11-A I Metal Beam Guard Fence 1 460 1 LF 1 1 /3. — /r.a I It S9Gt) 04
8.11-B
I I
I Terminal End Sections I
8
I
1 EA
I
I $.30).-/EA
I
I $ 04(d-O
oa
SP-4
I I
I Lower Waterline I
1
I
I EA
I
I 0j/EA
I
I $ IZU4,
oc
—
P
- 5
Section.I-a:
-
BID
NO.
9993
Woo�'row
Lane Paving and Drainage
PO
NO.
8' Asphalt
- BID
TABULATION SHEET
\
'i ITEM,
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE -
TOTAL
SP-40
I
I Relocate Fence,.
I
I 110 I
I
LF
I
I $ O /LF
I
I $
v
88Q
I
SP-10
I Rock Excavatio n
I I
I 0 I
CY
I
I -$ /CY
I
I $
S_P_-37
I Excavation Protection
I I
LS I
$.30Q4 �/LS
I $
3064 ao
14• Concrete Flatwork
I I
I
I
5.8-A.3
I (Colored and Textured)
I 170 I
SY I
$ 30"s/SY
I $
$7GQ QO
I
I I
I
I
I
I I
I
TOTAL
I
I $ PY
I
I
I i
I I
I
I
i
I I
I
I
I
I
I I
I I
I
I
I
I
I
I I
I
I
I
I I
I
I
I i I I I
I I I I I
i I I I
I I I I I
I i I I I
I I I I I
I I I 1 I
Section
d-c:
BID
NO. 9893
" Woodrow
Lane Paving and Drainage
_
PO
NO.
6-1/2' Concrete (Alternate)
BID TABULATION SHEET
Ale 91,b
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT
PRICE
T TAL
b
I Remove concrete Drivewaysl
I
I
I
3-C -
I and Sidewalks 1
905 1
Sy
1 $
/SY
I $
I Remove Culverts I
I
I
I
SP-42
I and Associated Headwalls 1
30
1 EA
I $
/EA
I $
I Remove Concrete Curb I
I
I
I
3-B
i and Gutter 1
200 1
LF
1$
/LF
I$
3.3
I I
1 Unclassified Excavation 1
12,775
I
1
Cy
I
1 S
/CY
I
I$
I I
1
I
I
3.7
1 Compacted Fill 1
26,081
1
Cy
I $
/CY
I $
I Type A Hydrated Lime I
I
1
1
4.6-A
I Slurry I
430 I
TON
1 $
/TON
1 $
4.6-B
I I
1 6' Lime Subcrade - 1
35,155
i
1
SY
I
1 $
/SY
I
I $
1 2' Asphalt Pavement I
I
I
I
-'.- 5.7-D
I Patch Material (Tyne D) 1-
20 1
TON .1
$
/SY
1 $
I I
i
I
I
8.2-A
I Integral Curb and Gutter I
11,643
I
LF I
S
/LF
I S
I I
I
I
i
5.8-A.1 1 6-1/2' Concrete Pavement
8.15
I Concrete Rip Rap
1 (Class B) I
300
1 Sy
I S
/SY
I S
5.8-A.3
1 4 Concrete Flatwork I
I (Colored and Textured) I
170
I
1 Sy
I
1 $
/SY
I
1 $
7.4.5
1 Class C Concrete - I
3
ICY
I $
/CY
I $
SP-3
I I
I Reinforcing Steel I
300
I
1 LB
I
I $
/LB
I
I $
:. 8.3
I I
1 6' Concrete Driveway I
750
I
1 BY
I
I $
/SY
I
I $
-_ SP-2
I I
I Concrete Saw Cut I
305
1
1 LF
I
1 $
/LF
I
I $
.SP-15.A -I
I I
Adjust "dater Valve. I
I
18 1
EA
I
1 $
/EA
I
I $
SP-15.B
I I
I Adjust Man Hole I
I
9 1
EA
I
1 $
/EA
I
I $
SP-27.A_
I Adjust Water Service I
24 I
EA
I $
/EA
I $
I I
I
I
I
SP-27.3 I Adjust Sewer Service I
24 1 EA 1 $
/EA
1 $
3-A.1 I Remove Concrete Flume I
2 1 EA 1$
/EA
I$
1 4' Schedule I
I 1
I
.-,.ASP-34-A 180 PVC Conduit I
100_ 1 LF 1 $
/LF
I $
1 6' Schedule I I I I
SP-34-B 1 80 PVC Conduit I 100 1 LF 1 $ /LF I $
I Opticom 44 I I I I
SP-38 I Conduit or Equivalent I - 100 1 LF I $ /LF 1 $
P - 7
Section
I-c: •.
-
BiD
NO.
9893
Woodrow
Lane Paving and Drainage
PO
N0.
6-1/2' Concrete (Alternate)
BID TABULATION SHEET
�•
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT
PRICE
TOTAL
I Remove Concrete I
I
I
1
3-A.2
I Loading Dock I
1
I EA
I$
/EA
I$
3.10.7
I Hydromulch I
8,325
I Sy
I$
/SY
I$
I I
I
I
2.12.3-A
118' RCP Storm Sewer I
404
I LF
I $
/LF
1
I $
I I
I
I
2.12.3-B
124' RCP Storm Sewer I
72
I LF
I $
/LF
I
I $
I I
I
I
2.12.3-C
127' RCP Storm Sewer I
164
I LF
I $
/LF
I
I $
1 18' Class IV I
I
I
I
" 2.12.3-D
I RCP Storm Sewer I
166 I
LF
I $
/LF
i $
1 21 Class IV I
I
I
I
2.12.3-E
I RCP Storm Sewer i
42 I
LF
I $
LF
I $
124' Class IV I
I
I
2.12.3-F
I RCP Storm Sewer I
214 I
LF
I
$
'
1 27' Class IV I
I
I
I
2.12.3-G
I RCP Storm Sewer 'I
192 1
LP
I $
LF
1 $
142' Class IV I
I
I
-.2.12.3-H
i RCP Storm Sewer I
228 I
LP
I $
/LF
I
I $
15' x 5' Junction
.• 7.6.A-1
I Box and Cover I
1 I
EA
I $
EA I
$
110' x 5' Junction I
I
I
_7.6.A-2
I Box and Cover I
1 I
EA
I $
EA I
$
" 7.6.A-3
I I
1 6' Curb Inlet I
i
13 I
EA
I
I $
I
/EA I
$
7.6.A-4
110' Curb Inlet {
1 I
EA I
$
%EA 1
$
. 7.6-.A-5
I I
16' Special Type V Inlet 1
I
1 1
I
EA 1
$
I
/EA I
$
7.6.A-7
I I
1 10' Special Type IV Inletl
I
1 1
I
EA 1
$
I
/EA I
$
.-
2:11.5
I I
I Inlet Frameand Cover I
I
12 I
I
EA I
$
I
/EA I
$
I Break Into I
I
I
SP-31
I Existing Wing wall I
1 I
EA I
$
I
/EA I
$
I
8.11-A' I
1
I
Metal Beam Guard'Fence I
I
i
460 1
I
LP 1
$
I
LP 1
$
--8.11-B
I`Terminal-End
I
Sections I
I
8 I
I
EA I
$
I
-EA I
$
-SP-4
I
I
Lower Waterline I
I
1 1
I
EA. i$
I
I
EA I$
.,
SP-40 _I
I
I
Relocate Fence I
I
110 I
I
LF I
$
I
/LF I
$
'
SP-10' I
I
Rock Excavation I
I
0 I
I
CY I
$
I
1
I
CY I
$
-,
SP-37 I
Excavation'Protection I
I
I
I
LS I
$
I
/LS I
$
P - 8
Section•I-a•
Woodrow Lane Paving and Drainage
6-1/2Concrete (Alternate);
BID TABULATION SHEET
-.ITEM. ..
DESCRIPTION UANTITY UNIT
9M
BID NO. 9993
PO NO.
NIT PRICE
Section'II:
Woodrow Lane Bridge at Pecan Creek
BID NO. 9893
PO NO.
BID TABULATION SHEET
'ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
Section
II
Bridge and Channel Improvements
120
1 Channel Excavation I
5,650
1
CY
I $
2. %U /CY
1 $
�SZSS va
I Borrow (Blvd.) (Density I
I
I
GS
I
'
131 1
"Control). Type C Class 3 1
7,060
1
CY
1 S
,
y -- /CY
1 S
32 fz`' Oo
I
Seeding for erosion I
I
I
I
*
164 1
control 1
26,136
1
SY
I $
0,39 /SY
1 $
91417
*
416 .1
Drilled shaft 24' Dia. 1
107 1
LF
I $
76. 0
I $
7902, U4
//0/LF
'
416 1
Drilled shaft 36' Dia. 1
255 1
LF
1 $
�0• — /LF
i $
o0
Zd,�Qo, —
*
I
421 I
I
Class C Concrete Abut I
I
155 I
CY
I
I S
Pa
30U -/CY—
I
o-c
*
I
422 I
1
Reinforced concrete slab I
7,260
I
I
SF
I
I $
sa
%. — /SF
1
i S
�o SO, 970
'
425 1
Prestressed Beam Type IV 1
1,230
1
LF
I S
7e,'°/LF
1 S
-P(o,/00• =°
-
'
I
432 1
I
Class B Concrete Rip -Rap 1
1,600
I
1
SY
I
I S
26• oo/SY
I
I $
Sly 60`d 0O
I
Preformed JT. Sealant I
I
I
I
:',`"'•;
*
436 1
2' I
118 I
LF
Oa /LF
I $
/S��(o • 04
440 1
Reinforcing steel 1
19,594
I
LB
I $
6 M /LB
I $
%7,rF 6e
I
Str. steel shoe I
I
I
I
*
442" 1'and
armor JT. 1
2,936
"1
LB 1
S
/LB
".'
I
Comb. rail type I
I
I
I
*_450
"' 1
C4 aluminum I
334 I
LF I
$
V /LF
I $
ee 7z l
I
Reinforced concrete I
I
I
I
*
534 1
approach slab I
66 1
CY I
S
/Fd"LcY
I S
/2!4 "SVo co
1
6' Diameter D. I. I
I
I
I
_
*
618 1
Gas Conduit- 1
184 1
LF I
$
IZ, va /LF
i$
ZZdB' v0
1
4' Schedule 80 1
1
I
I
-:.**SP-34A
I
PVC Conduit' - 1
184 1
LF I
S
/ 0
6• •S /LF
I $
00
��0�
I
Opticom 44 1
'**SP-38 -i
Conduit or Equivalent 1
184 1
LF
/LF
i $
I
I
i
I
I
3j5, 661, Z"
'SDHPT Item Numbers. See special contract requirements.
'*Items SP-34 and SP-38 may be deleted if franchise utility companies do not
provide funding for these conduits. (This also includes item *618).
P - 10
Section .III
Burning Tree Lane Paving and Drainage.
BID NO. 9893
PO NO.
BID TABULATION SHEET
;�.•.
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
-
TOTAL
:•
2.11.5
1 Inlet Frame and Cover I
4 I
EA
I $
ca�%EA
I $
Z60.
115' Smooth Interior I
I
I
I
I Corrugated Polyethylene I
I
I
I
2.12-A
I Storm Sewer I'
34 I
LF
I $
ZSaQ1LF
I $
�SO.vg
124' Smooth Interior I
I
I
I
I Corrugated Polyethylene I
I
I
I
'
2.12-B
I Storm Sewer I
397 I
LF
1 $
3d, /LF
I $
/( 9/p, EO
2.12.3-
112" RCP Storm Sewer 1
15 1
LF
I $
ZS PC/LF
3-A
I Remove Concrete Pavement I
41 1
By
I $
(o, 0� /Sy
1 $
zri6, Ptl
r •.
I Remove I
I
I
I
y;.; ..
3-B
I_ Concrete Curb and Gutter I
841 I
LF
I $
/LF
1 $
ZS'Z3 Oa
I Remove Concrete I
I
I
I
3-C
I Driveway and Sidewalk 1
44 1
SY
I $
vU /SY
I $
Qu
ZZO
I I
I
I
3.3_
I Unclassified Excavation I
389 1
CY I
$
6•/CY
I
I $
Z3351'00
.,.
_
I I
Compacted Pill
I
208 I
I
CY
I
03.7
�4
1 I
I
I
3.10.7
I Hydromulch I
405 I
SY I
$
Q•S�' /SY
I
I $
ZZZ 7S
Hydrated Lime I
I
1
I
a.-,•,',"4.6-A
..'i
Slurry (Type A) I
20 I
TON I
$
ou
%d /TON
1 $
/�/0cri
0
6 Lime I
I
I
I
4.6-B
I Treatment of Subgrade 1
1,576 1
Sy I
$
Z Qo /Sy
I $
3/SZ oa
I 3 1/2 1
1
I
I
5.7-A.1
I Asphalt Pavement (Type A)1
1,164 1
BY I
$
S ?Z /SY
1 $�O(o✓��
08
I 1 1/21 1
1
I
I
5.7-A.2
I Asphalt Pavement (Type D)i
1 164 I
SY I
$
3 vu /SY I
$
�9Z o0
1 2 Asphalt Pavement I
I
I
1
°.'! •`
5.7-e.1
I Patch Material (Type D) I
31 1
TON I
$
of
ZP — /TON
1
5.7-B.2-I
1 8 Asphalt Pavement I
(Valley Gutter) I
70
I
i Si
I
UC
/SY
I
I $0
o0
5.8-A.1
I Concrete Pavement I
I (6' Flatwork) I
82
I
I Sy
I
I $
ZZ cfG/SY
I $
/8'051 o0
1
7.6 I
I
4' Manhole and Cover I
1
I
I EA
I
I $
ZOO o�/EA
I
1 $
/ZOO 06
7.6.A-1 1
5' Curb Inlet I
1
I EA
I $
/s0 J�/EA
I $
/SUd s4
I
7.6.A-2 I
I
10' Curb Inlet I
3
I
I EA
I
I $
I
S�%d,
I
-. - 7.6.A-3 I
5' x 5' i
Junction Box and Cover 1
1
I
I EA
I
1 $
/6O�U a%A
1
1 $
/�Oad oC
I 1 I I I
8.2-A I Concrete Curb and Gutter I 782 I LF I $ (O•r0 /LF 1 $ .5-043 PC
I I i vQ I
8.3 I 6' Driveway I 44 I SY I $ 2Z•—/SY I $ 96j 00
P - 11
section.
Burning
ITEM
III: -
Tree Lane Paving and Drainage
BID TABULATION SHEET
DESCRIPTION QUANTITY UNIT
BID
PO
UNIT PRICE
NO. 9893
NO.
TOTAL
- S.11a
i GF-84 Barricade I
16 I
LF
I
I $ /3o.4/LF
I $ ZOO TO
- _
�- .. 8.11b
I I
(Terminal End Section I
I
4 I
EA
I
1 $ 3 QO oa/EA
I
8.15-A
I I
I Concrete Rip Rap I
1
35 I
Sy
I
I $ Too d /SY
I $ 76-p ao
8:15=
I
1 Concrete Flume I
I
59 1
SY
I Qa
I $ 3% /sY
I
I
SP-2
I Saw Cut I
I (Existing Concrete) I
I
32 I
LF
I
I $ 3 /LF
I
I $ 9(0
SP-4,
I Lower Waterline 1
2 1
EA
1 $ /9700 O0/EA
I $ 00 P9 00
!' SP-10-
I I
I -Rock Excavation I
I
10 I
CY
I
I $ 3d �° /CY
I
I $ 300 a�0
SP-15.AI
I I
Adjust Valve I
I
1 I
I
EA I
$ /-TO•oo/EA
I uc
SP-27.A-
I Water Service Adjustmentsl
4 1
EA I
$ 3Qd Q0/EA
I $ /20d as
SP-27.B'I
Sewer Service Adjustmentsl
4 1
EA I
$ 3s0 Oe/EA
1
SP-33
I I
I Remove Concrete Inlet I
I
1 I
I
EA I
$ .30-Q Qo/EA
I
I $
- SP-37
l I
I Excavation_ Protection I
I
I
I
LS I
I
$ ZOVd Q�/LS 1
$ Z0-0n
I I
I
l
I
l I
I
I
I
I
I
I
TOTAL
I I
I I
I
l
I
I
I
I
I I
I
I
I
l I
I I
I
I
I
I
I
I
I I
i
I
I
l
I I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
P - 12
Section
IV; -
BID
NO.
9894
-'Burning
Tree Lane Culvert and Channel
Improvements
PO
NO.
-
BID TABULATION SHEET
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
I I
I
I
SP-37
I Excavation Protection I
- I
LS
I $
161OOLS
(
I $
lOUO.o�
I
I
SP-10
IRock Excavation _'i
0 I
Cy
I 3
yO as/CY
I $
O
120
I I
I Channel Excavation 1
I
1 745 I
CY
I
I $
3• 0O /CY
I
i
I Seeding for erosion I
• 164
I control 1
733 I
SY .
I g
O•Sf /BY
• 475
I
1 Winowalls I
4 I
EA
I $
/3100/EA
1
I $
SSZQO QQ
I E I
I
I
* 432
I Class B Concrete Rip -Rap I
580 I
BY I
$
33 a—° /SY
I
I Class B Concrete I
I
I
• 432
1 Mowing Pad ( 4' ) I
44 I
SY I
$
Zd —'0 /By
I S
0 P� -
_
' 450
I Rail Type T6 I
200 1
LF I
g
30 -/LF
I $
6aad a�
• 450
1 I
12-Rung Pipe Hand Rail i
I I
1 I
I
96 I
I
I
I
LF I
I
I
$
30 og /LF
1
I
a0
-
Box Culvert Alternates
(Bid only
oneL. A or
B)
1 5 Cell, 14' x 10' C.I.P. I
I
I
1
_
I Box Culvert (Direct 1
• 462A
I Traffic Load) 1
28 1
LF I
$
/LF (
g /Up
p
D1L)
1 5 Cell, 141 x 10 Crown I
I
I
Span or Equivalent, I
I
I
I
L
I
I
I
I
I
I .
I
op
• SDHPT item numbers. See special contract definitions.
C�[9
Sec.tion V: - BID NO. 9893 -
Utility Relocation at Burning Tree Culvert and Channel Improvements PO NO.
BID TABULATION SHEET
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
2.12.14-AI
I I
8' PVC Sanitary Sewer 1
361
I
1 LF
I
I $ 20 ad F
I
I $ %ZZO OU
2.12.14-BI_Sanitary
1181 Pvc I
Sewer I
449
I
I LF
I ve
I $ 35—-'
I
I $
1
2.12.8B I
6 Ductile Iron I
Water _Line I
153 I
LF
I $ Ap O0 /LF
I $ Z%sue QO
1
SP-8 I
I
Abandon Manhole I
I
1 I
EA
O°
1 $ ZYD• %EA
i
I $ ZSZ7,Uv
I
" 7.6 1
I
4' Concrete Manhole I
I
4 1
EA
F
I $ /%% V,/EA
I
I $ (0O0 aq
' I
. SP-6 I
Break Into
Existing Manhole I
4 1
EA
I $ 3QO.a%EA
I $ /ZUR, V
..- 3-8 - I
-Remove Curb and Gutter 1
14 I
LF
I $ 3 LF
I $ I/Z• a
I
6.2-A I
I
Concrete Curb and Gutter 1
I
4 1
LF
i
I $ 9 a_a LF
1
I $ 36. Q0
I
SP-2 I
Saw Cut I
(Existing Concrete) I
I
12 I
LF
I
I $ 3 /LF
I
I $ 3 (aOo
1
5.7-B 1
2 Asphalt I
Patch (Type D) i
I
25 I
TON I
I
$ 08nj
/TON
I
1 $ %JU qv
1
7.4 I
;..,. I
r SP-23A . I
I
Concrete Encasement I
Abandon Sanitary Sewer
and Water Mains I
1
9 I
5 I
1
CY 1
EA I
$ O/CY
$ Q,�/EA
1
1 $ �/QS oa
I $ ZS^�d,°p -
I
.. SP-23B_ I
Remove Existing Sanitary I
Sewer and Water Line I
1
711 I
1
LF I
$ !Z co /LF 1
1
$ 8S"3Z oC
1
-: SP-37. I
I
Excavation Protection I -
I
I
I
LS I
1
$/0•�/LS I
$ /daa%Q�
1
SP-10 I
I
Rock Excavation I
1
10 I
1
CY I
I
$ 3U. /CY I
$ 3a-d,dQ
1
2.12.8 I
I
Cast Iron Fittinqs (
I
500 1
I
LB 1
I
$ Z oa /LB I
$ laft o0
I
.6.7.2 I
1
Sewer Service I
1
3 I
1
EA i
1
$ 3so, v%EA
I
1
I
I
1
I
I
1
i
I
I
I
1
I
I
I
I
TOTAL I$
I
1
�v.
1
I
I
I
I
I
I
i
I
1
• 1
1
1
I
1
I
1
I
I
-
1
1
I
I
I
I
I
I
I
1
1
1
I
I
I
I
I
I
1
1
P - 14
BTD 19893
BID SUMMARY
(Individual Sections)
All. sections (I.- V including administrative Items) will be /
awarded to one contractor. They are being separated, out as
each section has separate funding.
Section Bid
Administrative Items (Sections I-V)
Section I (Woodrow.Lane Paving
and Drainage)
a) 8" asphalt
b) 6-1/2" concrete (alternate) $ NO Q fD
Section II (Woodrow Lane Bridge
at Pecan Creek) $ !ZSo Za
Section III (Burning Tree Lane
Paving and Drainage)
*Section
IV (Burning Tree Lane
Culvert and Channel
Improvement)
*a) Cast
In Place
$
l(0 (3!b
*b) Crown
Span Alternate
" Section V
(Utility Relocations at
Burning Tree Lane Culvert.
otl
and Channel Improvement)
$
� 3t�o, )/
*On • section IV, bid as a cast -in -place box culvert
installation, as shown in the plans, or bid as a Crown Span,
but not both ways.
BID #9893
0
BID SUMMARY
(Total Project).
_ ASPHALT BID
Ia - V.(includes administrative items)
r
CONCRETE BID
Ib - V (includes administrative items)
r-;
Work Bid
Days Total
140
140 $ _ //,0 9,0
Note: A pre -bid meting will be held on Wednesday, August 31,
1988 from 1:30 p.m. to 3:30 p.m. in, the Civil Defense
Room of the Municipal Building at 215 E. McKinney
Street, Denton, Texas. The purpose of the meeting will
be to answer contractor's questions concerning plans and
bid documents.
a
bid 39893
BID SUMMARY
TOTAL BID PRICE IN WORDS �q/� /ly,//,' Fv�f�G. wLeo-�tYz%Efv 77rm ,g„0
IViNf'y_$'£vfn/ �0//A2J C!�, r z,(, %/,/LE CftiTS
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 it listed in this
proposal, shall control over extensions.
• ScPN/KOc[� � Co-r/7o�,ydjd-J
CONTRACTOR ,1
BY ��.�%l• C �--�
/�rc�ti c!c.v
19O, Box /77o
Street Address
R C/L)m e, Vcu,-,t5 7,l L6L
City and State
Seal & Authorization
(If a Corporation) �817) 113D—O5SZ
Tel phone
B - 3