Loading...
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