HomeMy WebLinkAbout1988-1690923L
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
cons tructTo—n---o-f 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
9904 Jagoe Public Company
AMOUNT
$18,749 00
SECTION II That the acceptance and approval of the above
compet t—i�ve ids 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 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 iate y upon its passage and approval
PASSED AND APPROVED this the 18th day of October, 1988
ATTEST
J I LTERS, CITY SUALT
APPROVED AS TO LEGAL FORM
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
BY L�& A(L jf�t�,k
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# 9904 COLORADO TURN LANE AT LOOP 288
RECOMMENDATION
We recommend this bid be awarded to Jagoe Public
Company for the asphalt at $18,749 00
SUMMARY
This bid invitation was sent to nineteen prospective
vendors and received only two bids The project was
bid for either asphalt or concrete The asphalt is the
lowest bid We are recommending the low bid as the
street is asphalt and the turn lane would be consistent
and compatible to the street
BACKGROUND
Tabulation Sheet
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED
The Bond Fund and the Public
FISCAL IMPACT
There is no additional impact on the General Fund
Respectful y submitted
L1 rrel
City Mdfiager
s
file oh$ J Marshall
tleV Purchasing Agent
A p oyed
e J h Marshall
itle _urchasing Agent
1
1
S 1
C.l 1
t:J I
ISJ
cl
ml
�I
Hb
_1
1
1
rl
I
1
1
I
I
I
1
1
I
1
1
_ _ _ _ - -
x•
y
1
I
1
I
CJ I
-O
A
�
1
hpI
TI
Gz
�j
Ijj
1
Z
y
g
1
I
1 I
�1
qAqI
OI
CJ
'iJ
x
m
1
I
QJ I
o I
1
�i
'An
i
n
i
•=i
sr
I�
I
21
1
1 I
1
I
I
11
I
�I
fti_�
I
I
1
I
NI
1
1
1
1
I
I
I
m
I
m
UI
a
1
1
1
I
m
i
c
yJ
p
y
1
I
4
I
r-
I
1
n
I
I
I
41
1
I
1
1
1T
4
1
1
I
�
I
1
^
1
I
1
I
1
G
1
I
rtl
I
CQ�1
b
1
1
I
I
1
=
I
1
1
b
b
I
I
I
1
1
I
1
I
1
6
I
I
I
m
a
I
I
CJ
I
1
1
I
CITY of DENTON, TEXAS MUNICIPAL BUILDING / DENTON TEXAS76207 / TELEPHONE (817) 566 8200
MEMORANDUM
DATE October 10, 1988
TO John Marshall, Purchasing Agent
FROM Jerry Clark, City Engineer
SUBJECT Bid No 9940 - East Bound Turn Lanes at Colorado
Boulevard and Loop 286
We have evaluated the bids for the turn lanes We included
both concrete and asphalt alternates in the bid packages to
encourage active competition between these two methods The
low bid on the project was Jagoe Public with $18,749 This is
slightly above our construction estimate However, we had not
included pattern rip -rap which we added at the last minute
prior to the bid award This will match the median treatment
to be placed across the way by the developer of Denton Auto
Mall Based on these evaluation of prices and the necessity to
get this project installed as soon as possible, the Engineering
Division recommends that Jagoe Public be awarded the bid for
the turn lanes
Please call if you need further information
Jer y 'larc
0596E
CONTRACT AGREEMENT
STATE OF TEXAS )C
COUNTY OF DENTON )(
THIS AGREEMENT, made and entered into this 19 day, of 'OCTOBER _
A.D., 19 88, by and between CITY OF DENTON TEXAS
of the County of DENTON
LLOYD V. HARRELL
and State of Texas, acting through
thereunto duly authorized so to do,
Party of the First Part, hereinafter termed the OWNER, and
7Ac.OE PUBLIC COVFN , 3020 FORT VIMTH DRIVE, P.O. BOX 250, 0F_NTON
TEXAS
of the City of DENTON County of DENTON
and state of TEXAS Party of. the. Second Part, hereinafter
termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by'the Party of the
First part (OWNER), and under the conditions expressed in the bonds bearing
even date, herewith, the said Party of the Second Part (CONTRACTOR) hereby
agrees with the said Party of the First Part (OWNER) to commence and complete
the construction of certain improvements described as follows: BIDE 9904
CIJLORADO BOULEVARD LEFT TURN LANE AT 288 F'OR $18,749.00 P.O.41
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,
prepared by CITY OF Dc.NTON
and the Specifications therefore, as
ENGINEERING. DIVISION
, 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.
Sys
ATTEST:
APPROVED AS TO FORM:
City Attorney
CA-2
0044b
LLOYD V. MRRF_LL CITY MANAGER
(SEAL)
7AGOF_ PUBLIC OaW
Part' t/cond t,
(SEAL)
fl.
STATE OF TEXAS
COUNTY OF DENTON
Coun :;_+•
E .
- .,prince
PERFORMANCE BOND
ALL MEN BY THESE PRESENTS: That JAGOE-PUBLIC COMPANY
7
_of the City of Denton
and State of Texas as
__.-authorized under the laws of the State of. Texas to act as surety on bonds for principals, are held
and"firrnly bound unto— CITY OF- DENTON TEXAS (Owner),
�iPRtiie penal sum of Eighteen Thou -and. Seven Hundred Forty- Nina Dollars (S 18,749.00 )
...for` the 'payment whereof, the said Principal and Surety bind themselves, and their heirs,
administrators, executors, successors and assigns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract with the Owner,
dated the 19th day of Ortob r , 19 88- to
Construct Colorado Boulevard - left, Turn Lane at 288 in the City of Denton
which contract is hereby referred to and made a part hereof as fully and to the same extent
as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall faithfully perform said Contract and shall in all respects duly and faithfully
observe and perform all and singular the covenants, conditions and agreements in and by said
contract agreed and covenanted by the Principal to be observed and performed, and according to
the true intent and meaning of said Contract and the Plans and Specifications hereto annexed,
then this obligation shall be void; otherwise to remain in full force and effect;
"PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of (Article
5160 for Public Work) (Article 5472d for Private Work)* of the Revised Civil Statutes of Texas as
amended 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."
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, speci-
fications, or drawings accompanying the same, shall in anyway affect its obligation on this
*Not applicable for federal work. See "The Miller Act," 40 U.S.C. S270.
i31
0 y ,._ ,...,.,.. .,,
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 WIT\ESS WHEREOF, the said Principal and Surety have signed and sealed this instru-
ment this 25th day of October , 19 88 -
JAGOE-PUBLIC COMPANY,N
Prind
/a �! ✓l n
Titl
Address P. 0. Box 250
Denton, Texas 76201
Address 8300 Douglas Ave:, Suite 700
The name and address of the Resident Agent of Surety is:
CORROON & BLACK, INC. of Dallas
Dallas, Texas 75225
8300 Douglas Ave., Suite 700, Dallas, Texas 75225
1 Yz 0 h I-- �. �1„1
PAS'MENT BOND
STATE OF TEXAS
COUNTY OF DENTON
' KNOW ALL MEN BY THESE PRESENTS: That JAGOE-PUBLIC COMPANY
f the City of Denton
_ J County`of Denton and State of ' Texac
as
1principal, and SEABOARD SURETY COMPANY
authorized under the laws of the. State of Texas to act as surety on bond_ s for principals, are held
J and firmly bound unto CITY OF DENTON, TEXAS (Owner),
in the penal sum of Eighteen Thousand Seven HundredFort v Ninenollars -($ 18,749.00)
for the payment whereof, -the said Principal and Surety bind themselves and their heirs, adminis-
trators, 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 19th day of October
',1988 to
Construct Colorado Boulevard-.Left,Turn Lane at 288 in, the City of Denton
which contract is hereby referred to and made a part hereof as fully and to the same extent as
if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall pay all claimants supplying labor and material to him or a subcontractor
in the prosecution of the work provided for in said contract, then, this obligation shall be void;
otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of
the Revised Civil Statutes of Texas as amended 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.
. 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
PB_3
bone. and it does hereb}R'Live notice of any such change, eltensior; of time, a'.teration or addition
to the terms of the contract, or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety
19have
88 signed and sealed this instru-
ment this 25th day of Qctnber -
JAGOE=PUBLIC COMPANY '
rincipal
�K
BY
Title i/ 1 /`e c % r✓L. �n e 4
Address—P•' 0. Box 250,; '
Denton, Texas 76201
10
�? gym"
IRPTY COMPAP'v'' f ��
Surety r �r
^'
Rosemary Heaver,A
Address 8300 -Douglas AvSId Le 700
Dallas;."Texas 75225,"
I
The name and' address of the Resident Agent of Surety is: -
CORROON & B' nry TNC Of Dallas
8300 Douglas Ave., Suite 700, Dallas, Texas 75225.
i
PB-4 0 ., ,— "',
/WY IY SOY •�•�1 �
SEABOARD SURETY COMPANY
HOME OFFIC[: NEW YORK, N. Y.
MAINTENANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That we, JAGOE-PUBLIC COMPANY
(hereinafter called the Principal), as Principal, and the SEABOARD SURETY COMPANY,
a corporation organized and doing business under and by virtue of the laws of the
State of New York, and duly -licensed for the .purpose of making, guaranteeing or
becoming sole Surety on bonds or undertakings required or authorized by the laws of
the State of Texas , as Surety, are held and firmly bound unto
CITY OF DENTON, TEXAS
(hereinafter called the Obliggee) in the just and full sum of One Thousand, Eight
Hundred Seventy -Four and 90/100--------- -------- --- Dollars ($ 1,874.90 ) lawful
money of the United States of America, for the payment of which, well and truly to
be made, we hereby bind ourselves and our successors and assigns, jointly and
severally, firmly by these presents.
WHEREAS, on the 19th day of October , 19 88, the said Principal, as
contractor, entered into a contract for the Paving
work required in the construction of Colorade Blvd'. Left Turn Lane
at 288, Denton, Texas for the sum of Eighteen Thousand; Seven Hundred Forty -Nine and
No/100 Dollars ($ 18,749.00 ); and
WHEREAS, under the terms of the specifications for said work, the said Principal
is required to give a bond in the amount of One Thousand, Eight Hundred Seventy Four
and 90/100---------- Bollars ($ 1,874.90 ) to guarantee the replacement and repair
of defective materials or defective workmanship furnished or installed by the said
Principal, for a period of One (1) Year from and after the date of the completion
and acceptance of same.
NOW, THEREFORE, if the said Principal shall for a period of One (1) Year
from and after the date of the completion and acceptance of the said work by said
Obligee replace and repair any and all defective materials or defective workmanship
in said work, then the above obligation to be void; otherwise to remain in full force
and effect.
SEALED with our seals and dated this 25th day of October 19 88.
JAGOE-PUBLIC COMPANY
Prin •ipal
By:
SCX l �J
- By - — -- -
SEABOARD SURETY COMPANY
I
By:
Attorney-i -Fact
Rosemary Weaver
CDRROON & BLACK, INC. OF DALLAS
8300 DOUGLAS AVE., SUITE 700
DALLAS, TEXAS 75225
TEL, (214) 987-2100
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 OF DENTON
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 $1,006,000
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-t
I*
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 $500,000
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 $500,000
•
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 a Droved
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
01/13/87
' ! 11-9-88
PRODUCER - - p li?E.:'tr+; '4;
i I THIS CERTIFICATE IS ISSUED AS A MATTER OF'INPORMATION ONLY AND CONFERS
Lj NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERArAFFpRpEq BY THE POI,IC S}BELOW.
Raney King& Minnis
707 First State BankBldg. COMPANIES AFFORDING COVERAGE
Denton, TX 76201
LE°MPATTTERNY A Houston General
COMPANY
'ENSURED - LETTER B
Jagoe-Public COngaany COMPAETTERNY C
P. O. Box 250
Denton TX 76202 COMPANY LETTER LETTER
COMPANY E
LETTER
THISIS-TO CERTIFY -THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE'FOR-THE POLICYPERIODINDICATED.
NOTWITHSTANDING ANY REOUIREMENT,'TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY
BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI-
TIONS OF SUCH POLICIES.
i
1
CO
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE IMWDO YYI
PoULY E1fPIPATION
DATE (MMrDO"
LIABILITY LIMITS IN THOUSANDS
AGGREGATE
$ _
$
"
INJURY
EACH
OCCURRENCE
$
GENERAL
LIABILITY
COMPREHENSIVE FORM
PREMISES/OPERATIONS
UNDERGROUND
EXPLOSION & COLLAPSE HAZARD
PRODUCNCOMPLETED OPERATIONS
CONTRACTUAL
INDEPENDENT CONTRACTORS
BROAD FORM PROPERTY DAMAGE
PERSONAL INJURY
5GA313400
-
"
-
10-1-88
-
10-1-89
X
PROPERTY
DAMAGE
$
X
X
X
CONBNEo
$ 1,000
$ 2,000
X
X
PERSONAL INJURY
$ 1,000
X
A
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS (PRIV. PASS.)
ALL OWNED AUTOS (OTHER THAN)
PRIV. PASS. /
HIRED AUTOS
NON -OWNED ALTOS
-GARAGE LIABILITY
-
5AT30841
-
10-1-88
10-1-89
-
96_F
DY
(PPER PERSON)
$
-
F' '
X
X
EMILY
InIUm
(PER IGDDENT)
$
X
X
X
PROPERTY
DAMAGE
$
BI 6 PD
COMBINED
$ 1 �Qy�
A
EXCESS LIABILITY
X UMBRELLA FORM
OTHER THAN UMBRELLA FORM
5XS321970
-
-
10-1-88
10-1-89
COMBINED
--
$ 1,000
$ 1,000
A
nceroronnu
WORKERS' COMPENSATION
AND
. EMPLOYERS' LIABILITY
5WC285479
-
10-1-88
10-1-89
STATUTORY
$ 1 OOOEACH ACCIDENT) -
$ 1 OOODISEASE-POLICY LIMIT)
$ 1 OOODISEASE-EACH EMPLOYEE)
.
OTHER
ne nooe..n...�,.....r........�......
�.....___... .__.._
Bid 9904- Colorado Blvd. Left Turn Land .
. .10E.M19141111F.11114
and Additional Insured - SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX-
PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
Cl of Denton MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
City LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
901 Texas - OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTH D �P PRESEHJjJETrIVE
Denton, TX 76201 ! y
CONDITIONS
ADDMCMAL Il' M: The City of Denton, its elected and appafnted afficials, Offices
art a playees. (Tiffs dun not apply to Norila''s CZMpesatirn-1
NO = OF CANS MOR: Prier to any material dgga or camellatlon, the City CC
Denton will be given 30 des advance written notice mailed to the stated address CC the
Certificate Holder, City d Denton.
2. C[ARC M M POM FUK- HeWired period CC aovaaW will be detamned by the
fol-lowirg formula. Continuous ooverafp for the life of the contract, plus one
Yea' (to provide oover z for the warranty period), and a extended discovery
period for a minim of 5 Years which shall begin at the and of the warranty
period -
to ower bu:UAings, contents (where applicable) and pensxmtly
eqL�t with respect to prqxxty to structures or per��
Sb�uctures if such is (--I by the Peril of fire and the to
••wdo s of
contractor.
• r r• Limit ofliabilityto be minim 11
$�00'000.
CS-4
CITY OF DENTOQN
PURCHASING DEPARTMENT
DATE:'. SEPTEMBER 15'. 1988 BID NUMBER: 9904 '
BID. TITLE:=, TURN LANE—COLORADO BOULEVARD
Sealed :Bid Proposals',will be received until 2:00 p.m. �1r.TnAu.R 6 19RR
at the Office. of the. Purchasing Agent 901-B Texas Street Den ont Texas M01-4229.
BIDDER4!•NAME: a ,,c (v John'J. Marshall, C.P.M.
,ADDRESS:;. Purchasing Agent
nx 2,�J (817) 566-8311
'tl , INSTRUCTIONS TO BIDDERS
.Sealed bid proposals must be received in duplicate, on this form, prior to opening date and time to be considered. Late'
proposals will be returned unopened.
;� a Bids shall be plainly marked as to the bid number, name of the bid. and bid opening dare on the outside of completely
sealed envelope, and mailed or delivered to the Purchasing Department. City of Denton. 901 •8 Texas St., Denton, TX
f 1 Any' submitted article deviating from the' specificationsmust be identified and have full descriptive data accompanying
same, or it will not be considered. -
{v:'a All materials -are to be Quoted FOB Denton, Texas, delivered to the floor of the warehouse, or as otherwise indicated. -
i 5 ; The City, of Denton, Texas reserves the right to accept separate items in a bid unless this right pis denied by the bidder. '
& in! case of default after bid acceptance, the City of Denton, Texas may at its option hold the accepted bidder or contractor
Ilabls for any and all resultant increased coats as a penalty for such default.
7 " The City of Denton reserves the right to reject any and all bids. to waive all informalities and require that submitted bids '-
remain in force for a sixty (6M dayperiod after opening or until award is made; whichever comes first.
The quantities shown'. maybe approximate and could vary according'to.the requirements of the Ciry of Denton
throughout the contract period.
9 : The items are to be priced each net. (Packaging or shipping quantities will be considered.) -
10. They Purchasing Department assumes responsibility for the correctness and clarity of this bid. and all information and/or
iquestions pertaining to this bid shall be directed to the City of Denton Purchasing Agent.
11 Any attempt to negotiate or give' information on the contents of this bid with the Clty of Denton r f ,representatives
prior to award shall be gounds for disqualifications.
12 The conditions and terms of this bid'will be considered when evaluating for award. 1,
11.1 The City of Denton is exempt from ail sales and excise taxes. (Article 20.04-8)
P-1A
gID # 9904
PROPOSAL
TO
THE CITY OF DENTON, TEXAS '
"s FORTHECONSTRUCTION OF
iCOLORADO BOULEVARD LEFT TURN LANE AT LOOP 288
IN14
r
DENTON, TEXAS
ye „The undersigned, as -':bidder, • declares that the onlyperson or
parties. interested in this proposal as principals are those
named herein, that this,proposal is made without collusion with
..�.��..:,any .other..person, 'firm or corporation;. that he has .carefully
.-.-'% examined the form of contract,. Notice to Bidders, specifications
and the. plans therein referred to, and has carefully examined .
'•:` the locations.' conditions, and classes of. materials. of the -.proposed work and agrees that he will provide all the necessary
labor,. machinery, tools,. -apparatus, and other items incidental.
$: .to.construction,,and will do all the .work and furnish all the
materials called for in the contract and specifications in the
manner prescribed herein and according to. the requirements of
e City as therein set forth
` I '
It'.is.understood that the following quantities of .work to be
- done -at , unit prices are approximate only,, and are intended
rincipally to serve as a guide in evaluating bids.
It'is'agreed'that .the quantities of 'work to be done at unit
;,,;;•';.;,-prices I and 'material to be furnished may be.. increased or
diminished.•as may be considered necessary
, in, the opinion
r•i ":• of the•„ City, to :complete the work... _fully as planned and
contemplated, .and .that all quantities of work whether increased `
or: decreased are to be performed at the unit prices set forth
"below except as,provided for in the specifications.
It':is further. agreed that lump sum prices may be increased to
cover additional work ordered by ,the City, 'but not shown on the
plans or.required by the specifications, in accordance with the
provisions to the General. Conditions. Similarly, they may be
..decreased to cover ,deletion of work so ordered.
It is understood.and..agreed that the work is to be completed in
full within the number. of workdays shown on the bid tabulation
sheet.
P _ l
Accom anying this '
p 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.
1, 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_rbecome the property of the Owner, and shall .be
' ,considered asya..payment for damages due to delay and other
'rJ nconveniences`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...,,5hould. bidder alter, change, or qualify any
+ .;specification of thec bid,, Owner. may automatically disqualify
bidder.
The undersigned hereby proposes and agrees to perform all
;. of whatever work
cordance with t
nature required, in strict ache plans
end specifications, for the following sum or prices, to wit:
f t f
f
h .. Fes• ti.' ... ..
p _ 2
Colorado Boulevard
Left Turn Lane at Loop 288
.(Asphalt Pavement)
rc`
ITEM': DESCRIPTION "
S Yam.
5,4
r
x'
BID TABULATION SHEET
nrTh NTTmv MT Tm
WORK DAYS 15
,BID No. 9904
PO NO.
i .
nu Tm nn Tro
..c,.:"
1.21
-
Contractorr.s Warranties
and Understandings
LS
rj 1
-
00
G S -
3.1
Preparation of
Right -of -Way
I
I
LS
I
000 /
of
00
Barricades, Warning
Signs and Detours
LS
, d�
OGO
3.3
Unclassified Excavation
182
CY
a.,
%CY
Z O p
3-B`'
Remove Concrete
Curb and Gutter
230
LF
7,v /LF
0
2.
' SP-2-
Concrete Saw Cut
4
LF
ZOO LF
' 8.2-A
Concrete Curb and Gutter
210
LF
°�"/LF
IAZY 70,°'
1 1/2" Asphalt
Pavement (Type D)
•225
SY
�G /SY
P, ,a-
5.7-B
4 1/2• Asphalt
Pavement (' a A)
225
SY
F° Is
D0
:`5.7-C
4" Asphalt
"Pavement (Type A) - -
285
SY
9—/SY
5.7-D �
2" Asphalt Pavement
"Patch Material (Type D)
1
Ton
c u
_ %Ton
_ 0�
5.8-A.2
Colored and Textured
4' Concrete Flatwork
153
SY
/SY
SP-39
Pro'ect'Si n
1
EA
000-/EA
200•0a
TOTAL
IT IS THE PURPOSE'AND
INTENT OF
IXE Cl
OF DENTON
ITO
AWARD THIS BID FORIBITHER
PAVEMENT. THE AWARD SILL
THE
BE MADE
ASPRA14T
FOR THE
OR CONCRETE
TYPE
CONSTRUCTION EVALUATEP
AND BENEFICIAL.TO THM
TO BE THE
CITY OF DW4TON.
MOST
T-Ep ECIIVE-—
P - 3
Colorado
Boulevard'
Left Turn
Lane at Loop 288
(Concrete
Pavement 1.
BID.TABULATION
SHEET
ITEM
DESCRIPTION
"'QUANTITY UNI
I Contractor's Warranties
1.21
I and Understandings
I I L
=`'°'•'
I Preparation of
I I
3.1
I' Right -of -Way
I I L
lv
`
I Barricades, Warning
I I
B.
1 Signs and Detours
I I L'
3.3 ' 1
Unclassified Excavation
I 182 I C'
Remove Concrete
I
3 B `' `' I
C b d G tt
^^^
ur an u er
:SP-2
""
I Concrete'Saw Cut
8.2-B
I Integral Curb and Gutter
5.8-A.1
18" Concrete Pavement
2" Asphalt Pavement
5.7-D
I Patch Material (Type D)
5.8-A.2
Colored ando. Textured
14" Concrete Flatwork
e�,
SP-39.
I Project Sign'
I
I
•I
I
I ,
IIT IS THE PURPOSE AND
ITO AWARD THIS BID FOR
(PAVEMENT. THE AWARD
ICONSTRUCTION EVALUATE
AND BENEFICIAL TO THE
I
I
WORK DAYS 15
PID.NO. 9904
PO NO.
w
$3,coo7 i
$3,000.0'
I $ /coo,°/ I
$ /
1 $ /O/CY I
$4PZO.�
I $ 0. �5/LF I
$ >a39.5�
I
1 $ Zo "/LF I
$ ko
1 $ `1F ao /LF I
$
$ Z9.2J /SY i
$ z F97, s°
I � I
1 $ /, — /Ton I
$
NT OF ITHE CITY OF DENTON I
ER THE] ASPHA13T OR CONCRETE] "
BE MADIE FOR VIE TYPE I
BE THE] MOST dOST EFFE .TIVEI
OF DENTON. I I
P - 4
a
BID# 9904
BID SUMMARY
TOTAL BID PRICE IN WO S
evz
Z
d
In. the event of.the award of a contract to the undersigned, the
.undersigned will furnish a performance bond and a payment bond
for the full amount of the contract, to secure proper
compliance with -the terms and provisions of the contract, to
insure and- guarantee the work until final completion and
acceptance, 'and to guarantee payment for all lawful claims for
labor performed and materials furnished in the fulfillment of
the contract.;
It is understood that the work proposed to be done shall be
accepted; when fully completed and finished in accordance with
the plans and .specifications, to the satisfaction of the
Engineer.
The undersigned certifies that the bid prices contained in this
;,,:,:,,-,..-proposal have been .carefully checked and are submitted as
correct and final.',
unit. and -lump -sum prices as shown for each item listed in this
proposal, shall control over extensions.
BY
?ozo
Street Address
City and State'
Seal &:Authorization
(If,a Corporation)
Telephone
_ B - 1