HomeMy WebLinkAbout1988-0210923L
NO f,,
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THL
AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING
FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN
EFFECTIVE DATE
WHEREAS, the City has solicited, received and tabulated
competitive bids for the construction of public works or
improvements in accordance with the procedures of state law and
City ordinances, and
WHEREAS, the City Manager or a designated employee has
received and recommended that the herein described bids are the
lowest responsible bids for the construction of the public works
or improvements described in the bid invitation, bid proposals
and plans and specifications therefore, NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the following competitive bids for the
construction of public works or improvements, as described in the
"Bid Invitations", "Bid Proposals" or plans and specifications
attached hereto are hereby accepted and approved as being the
lowest responsible bids
BID NUMBER CONTRACTOR AMOUNT
9805 Sunmount Corporation $572 315 41
SECTION II That the acceptance and approval of the above
competitl-v-e--BlTs 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
SFCTION III That the City Manager is hereby authorized to
execute all necessary written contracts for the performance of
the construction of the public works or improvements in accordance
with the bids accepted and approved herein, provided that such
contracts are made in accordance with the Notice to Bidders and
Bid Proposals, and documents relating thereto specifying the
terms, conditions, plans and specifications, standards, quantities
and specified sums contained therein
SECTION IV That upon acceptance and approval of the above
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
immediate y upon its passage and approval
PASSED AND APPROVED this the 2nd day of February, 1988
RAY SVPHENS/ MAYOR
ATTEST
l WWII
NIFEf •
APPROVED AS TO LEGAL FORM
DEBRA ADAMI DRAYOVITCH, CITY ATTORNLY
BY
PAGE TWO
DATE February '), 1988
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BIDS/ 9805 AIRPORT IMPROVEMENTS
RECO111ENDATION We recommend this bid be awarded on only Item 1 and Bid C to
the low bidder, Sunmount Corporation at $225,660 00 for item One and $346,655 41 for
Section C
SUMMARY This bid was sent out with proposals to be submitted on Options 1,
2, and 3, and Southeast Airport Improvements of Sections A, B C, and D We are
recommending award only on Item 1 Airport Improvements - which has FAA
participation, and Section C Drainage and Waterlines We are rejecting items bid as
Number 2 & 3 and section A, B and D improvements Total award is $572,315 41
BACKGROUND Tabulation Sheet
Memorandum from Jerry Clark
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
FISCAL IMPACT
Airport, Utility Department, Public Works
There is no additional impact on the General Fund
Respectf y /suubbmitted
�V4� _
Lloyd V Harrell
City Manager
Prepared by
lyamex✓John J Marshall, C P M
Title Purchasing Agent
Approved
$iAe ohn J Marshall, C P M
Title, Purchasing Agent
CITY of DBNrON, TEXAS 215 E McKINNEY / DENTON, TEXAS 76201 / TELEPHONE (817) 566 8200
MEMORAADUM
DATE January 13, 1988
TO Rick Svehla, Deputy City Manager
FROM Jerry Clark, City Engineer
SUBJECT Approval of Bid 09805 - Denton Airport
the Engineering Division has evaluated the unit prices from
Sunmount Construction for the Denton Airport All bid prices
seem very good Sunmount has an excellent reputation for
quality work, therefore, the project should be awarded to them
The Federal Aviation Administration portion of the work totals
Zt4d;'$�L5,6(N! the bids have been reviewed by Ron Mess of the local
FAA office in Fort Worth They recommend the bid be awarded to
Sunmount Their participation will be $211,531 based on
nonparticipating items and the previously approved grant of
$226,45U
the City portion should be awarded based on Section C with a
total of $346,655 41 Available funds are from the
certificates of obligation issued in 1986-87 fiscal year by the
City of Denton The sewer lines should be deleted from the
project with a new total cost of $3US,775 41
erry Clark
0522E
rvl S n m m
C� 'I -J c
a m
I la 1 m
r r I H 1
I � I
i
s m � m
a m r m ro m v o v J J ea I m l
M l l c .n � I p I l 1 J) •rJ
.c m _ „t o n m v rn
.-_} Fp -1 TJ Yy 6i IT1 I � JL IT
VJ +J S! C•J
m m I I
1 1 CJ
wJ ti T w
m
a
m m N N
a .� r r r I? I A m m m Ln [O N I Cf t 4= m
m lf1 rr
w Ln m J F 1 19 N I I = d^
I I _
1 1
m } LN m N CA
m m
V Cn A 4l1 N m 9 I m l r
m+ Js -o a rF 1!i Im I I o
1
M m Q m r, r i
m m fn y^-
.n
1 I
N P N N Y 9 no I 1
1 1
1 1
N w CA N
V CA V _N w
M m m
fn W
411 Ln nO 11 Bi 19 Rli I I
1
.S Ln
m m m
4n Iii O` rh N JI I r� m
.q IID m Qi N IT 1 '3J 1 m M
I 1 ) T
y N � VI Ln 6i 1 I
r V ® 49 4f I I
_
1 I
I I
I
I M I
I x I
I o I
I o 1
S 1
1
i
Js !n
� �
1
CONTRACT AGREEMENT
STATE OF TEXAS
COUNTY OF DENTON )
THIS AGREEMENT, made and entered into this 4 day of FEBR UAR Y _
A.D. , 19 88, by and between THE CITY OF DENTON
of the County of DENTON and State of Texas, acting through
LLOYD V. HARRELL, CITY MANAGER thereunto duly authorized so to do,
Party of the First Part, hereinafter termed the OWNER, and
SUNMOUNT CORPORATION
F.U. I3OX 1770
TEXAS 76262
of the City of ROANOKE
and state of TEXAS
termed CONTRACTOR.
County of DENTON
Party of the Second Part, hereinafter
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by the Party of the
First part (OWNER), and under the conditions expressed in the bonds bearing
even date herewith, the said Party of the Second Part (CONTRACTOR) hereby
agrees with the said Party of the First Part (OWNER) to commence and complete
the construction of certain improvements described as follows:
BID# 9805 ATRPORT PAVTNC IMPROVEMENTS- DRAINAGF 8 IITIT IT IFS SFC I x RTD C
PURCHASE ORDER# 81Q76 $5723I5.410'1�
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
THE CITY OF DENTON TEXAS STAFF
all of which are made a part hereof and collectively evidence and
constitute the entire contract.
The CONTRACTOR hereby agrees to commence work on or after the date
established for .the start of work as set forth in written notice to commence
work and. complete all work within the time stated in the Proposal, subject to
such extensions of time as are provided by the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the price or
prices shown in the Proposal, which forms a part of this contract, such
payments to be subject to the General and Special Conditions of the Contract.
IN WITNESS WHEREOF, the parties of these presents have executed this
agreement in the year and day first above written.
ATTEST:
4JIa-EaALTERS
CITY OF DENTON, TEXAS
'arty o yhe First )?�rt,
CITY MANAGER
(SEAL)
ATTEST:
APPROVED AS TO FORM:
City Attorl
CA-2
0044b
By
(SEAL)
e
to
SUNMOUNT
CORPORATION
GENERAL CONTRACTORS
Mr. Jerry Clark, P.E.
City Engineer
City of Denton, Texas
215 E. McKinney
Denton, TX 76201
P.O. BOX 1770
ROANOKE, TEXAS 76262
817/648-2741
METRO 817/430-0552
February 15, 1988
RE: LETTER DATED FEBRUARY LOTH CONCERNING DELETED
ITEMS ON THE DENTON MUNICIPAL AIRPORT
Dear Jerry:
I have reviewed your numbers on deleted items 7, 8, 25,
30 and 31. I agree with your figures on the items, and
also agree with $524,735.41 as the new contract total.
Sincerely yours,
SUNMOUNT CORPORATION
Thomas R. Barber
Plant Manager
TRB/cs
cc: Mr. John Marshall, Purchasing Agent, City of Denton
DMC
CITY of DENTON, TEXAS
February 10, 1988
215 E. WK/NNEYI DENTON, TEXAS 762011 TELEPHONE (817) 566.8200
Tom Barber
Sunmount
Construction
P.O. Box
1770
Roanoak,
Texas 76262
Dear Mr.
Barber:
To clearify
the items to
be deleted
from your contract on Bid.
C, the following
outline is
provided.
Total contract
award
= $524,735.41
FAA Portion
Taxiway
= $22S,660.00
Bid.0 (Sewer Deleted)
= $299,075.41
In Bid C
please delete
the following items that relate to
sewerline
construction.
ITEM
QUANTITY
PAGE
EXTENTION TOTAL
7
2,476 L.F.
32
$37,140.00
8
220 L.F.
32
3,740.00
2S
5 ea.
35
5 000 00
30 1 ea. 36 900,00
31 2 ea. 37 800.00
$47,580.00
Change calc. 346,655.41
47,580.00
$�
Call if questions arise.
Sincerely,
Jerry C"rk, P.E.
City Engineer
0530E
P.O. BOX 1770
ROANOKE, TEXAS 76262
817/648-2741
METRO 817/430-0552
February 15, 1988
City of Denton
Purchasing Department
901B Texas Street
Denton, TX 76201
RE: REVISION OF LETTER DATED DECEMBER 18, 1987
CONCERNING PROPOSED MBE
Gentlemen:
This letter is a revision to the initial letter of December 18, 1987
when we submitted MBE goals assuming a contract of $716,526.28. The
following totals reflect the changes made by the February 10, 1988
letter of your Mr. Jerry Clark.
PROPOSED MBE MINORITY FIRMS
Estimated
Name and Address Description Subcontract
Dowdy Ferry Sand & Gravel
425 West Airport Freeway
Irving, TX 75062
Sunshine Trucking
P. 0. Box 1659
Roanoke, TX 76262
Sunshine Trucking
P. 0. Box 1659
Roanoke, TX 76262
Name and Address
furnishing crushed
aggregate base
hauling of asphaltic
concrete
delivery of aggregate
to asphalt plant
TOTAL FOR MBE MINORITY FIRMS
Thomas & Sams Construction
80 Tudor
Argyle, TX 76226
WBE FIRMS - WOMEN
Description
$38,390.00
$11,670.00
$14,300.00
64,360.00
Estimate
Subcontract
cast in place concrete $24,887.00
TOTAL FOR WBE WOMEN FIRMS
24,887.00
Donald M. Cross
President
REVISION OF PROPOSED MBE
PAGE TWO
We trust the above information will enable you to proceed with the
award process for the above referenced project. If you desire further
information or if we can be of any further service, please feel free to
contact the undersigned.
Very truly yours,
SUNMOUNT CORPORATION
0---V`^ ' v�
Donald M. Cross
President
DMC/cs
cc: TRB
RAB
CERTIFICATION OF BIDDER REGARDING
EQUAL EMPLOYMENT OPPORTUNITY
GENERAL
BIDDERS NAME: SUNMOUNT CORPORATION
ADDRESS: P.O. BOX 1770, ROANOKE, TEXAS 76262
INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION NO. 87_0368152
NONSEGREGATED FACILITIES
NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS:
a. A Certification of Nonsegregated Facilities must be sub-
mitted prior to the award of a federally assisted construction con-
tract exceeding $10,000 which is not exempt from the provisions of
the equal opportunity clause.
b. Contractors receiving federally assisted construction
contract awards exceeding $10,000 which are not exempt.from the pro-
visions of..the equal opportunity clause will be required to provide
for the forwarding of the following notice to prospective subcontrac-
tors for supplies and construction contracts where the subcontracts
exceed $10,000 and are not exempt from the provisions of the equal
opportunity clause. NOTE: The penalty for making false statements
in offers is prescribed in 18 U.S.C. 1001.
NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATION ON
NONSEGREGATED FACILITIES:
a. A Certification of Nonsegregated Facilities must be sub-
mitted prior to the award of a subcontract exceeding $10,000 which is
not exempt from the provisions of the equal opportunity clause.
b. Contractors receiving subcontract awards exceeding
$10,000 which are not exempt from the provisions of the equal oppor-
tunity clause will be required to provide for the forwarding of this
notice to prospective subcontractors for supplies and construction
contracts where the subcontracts exceed $10,000 and are not exempt
from the provisions of the equal opportunity clause. NOTE: The
penalty for making false statements in offers is prescribed in 18
U.S.C.
CERTIFICATION OF NONSEGREGATED FACILITIES:
The federally assisted construction contractor certifies that he does
not maintain or provide for his employees any segregated facilities
at any of his establishments, and that he does not permit his employ-
ees to perform their services at any location, under his control,
where segregated facilities are maintained. The federally assisted
construction contractor certifies further that he will not maintain
or provide for his employees any segregated facilities at any of his
establishments, and that he will not permit his employees to perform
their services at any location, under his control, where segregated
facilities are maintained. The federally assisted construction con-
tractor agrees that a breach of this certification is a violation of
the equal opportunity clause in this contract. As used in this cer-
tification, the term "segregated facilities" means any waiting rooms,
work areas, restrooms and washrooms, restaurants and other eating
areas, timeclocks, locker rooms and other storage or dressing areas,
parking lots, drinking fountains, recreation or entertainment areas,
transportation, and housing facilities provided for employees which
are segregated by explicit directive or are in fact segregated on the
basis of race, color, religion, sex, or national origin, because of
habit, local custom, or any other reason. The federally assisted
construction contractor agrees that (except where he has obtained
identical certifications from proposed subcontractors for specific
time periods) he will obtain identical certifications from proposed
subcontractors prior to the award of subcontracts exceeding $10,000
which are not exempt from the provisions of the equal opportunity
clause, and that he will retain such certifications in his files.
NOTICE TO PROSPECTIVE CONTRACTORS OF REQUIREMENT FOR CERTIFICATION OF
NONSEGREGATED FACILITIES:
A Certification of Nonsegregated Facilities must be submitted prior
to the award of a contract or subcontract exceeding $10,000 which is
not exempt from the provisions of the Equal Opportunity Clause.
Certification - The information above is true and complete to the best of
my knowledge and belief.
I- c
� bignature
ae
Note The penalty for making false statements in offers is
prescribed in 18 U.S.C. 1001.
PERFORPfANCE BOND
STATE OF TEXAS )(
COUNTY OF DENTON ) (
KNOW ALL MEN BY THESE PRESENTS:
of the City of _
County of DENTON and State of _
as PRINCIPAL, and SEABOARD SURETY COMPANY
That SUNMOUNT CORPORATION
ROANOKE
TEXAS
as SURETY, authorized under the laws of
the State of Texas to act as surety on bonds for principals, are held and firmly
bound unto the (-.ITY OF I)ENTON TEXAS
as OWNER, in the penal sum of FIVE HUNDREDSEVENTY TWO THOUSAND TWO HUNDRED
-FtFTENN AND 41/100 Dollars ($ 572315.41 '�") 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 4 day of FEBRUARY 19 88, for the construction of
BID# 9805 AIRPORT PAVING IMPROVEMENTS, DRAINAGE & UTILITIES
SECTION 1 and BID C
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
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 4TH day of FEBRUARY 19 88,
SUNMOUNT CORPORATION
Principal
SBy
Title
Address-,00 i77,D
� CX
SEABOARD SURETY COMPANY
Surety
4D
Title CORDY
Address 5750 PINELAND DRIVE,'SUITE 304
DALLAS, TX 75231-5366
(SEAL)
The name and address of the Resident Agent of Surety is:
FRANK SIDDONS INSURANCE
P.O. BOX 2125, AUSTIN, TX 78768
NOTE: Date of Bond must not be prior to date of Contract.
PB-2
0091b
PAYIfENT BOND
STATE OF TEXAS )(
COUNTY OF DENTON )
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, TEXAS
OWNER, in the penal sum of FIVE HUNDRED SEVENTY-TWO
THOUSAND TWO HUNDRED FIFTEEN AND 41/ 100 Dollars ($ 572,315.41 )
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 4 day of FEBRUARY 1988
BID# 9805 AIRPORT PAVING IMPROVEMENTS, DRAINAGE & UTILITIES
SECTION I and BID C
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
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;_instrumentYthis 4THday of FEBRUARY
SUNMOUNT CORPORATION
`yt ^Principal
T
Y. -
7
Address PO, 2" 177o
Tc 76z6z
SEABOARD SURETY COMPANY
Surety
v
v A ; RC--.
Title CORDY RAYMOND , ATTY-IN FAa1�
5750 PINELAND DR•I,V.E;;3FSUIT 304
Address -:
DALLAS, TX 75231-5366
(SEAL) (SEAL)
The name and address of the Resident Agent of Surety is:
FRANK SIDDONS INSURANCE
P.O. BOX 2125, AUSTIN, TX 78768
PB-4
0092b
MAINTENANCE BOND
STATE OF TEXAS )(
COUNTY OF DENTON ) (
KNOW ALL MEN BY THESE PRESENTS: THAT SU MOUNT
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 FIFTY SEVEN THOUSAND
TWO HUNDRED TWENTY-ONE AND 54/100 Dollars 57,221.54 10% of
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 obligation is conditioned, however, that:
WHEREAS, said SUNMOUNT CORPORATION
has this day entered into a written contract with the said City of Denton to build
and construct BID i# 9R05 - AID DnDT DA l/TNTT . T.
City of Denton, are filed with the Cit Secreta W�ss�lVllcu' nuopcea Dy the
Y ry 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 ME-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 the said SUNMOUNT CORPORATION
as Contractor and Principal, has caused tnese presents to be execut^-' ''•- ^^•^^----- -
---
and the said SEABOARD SU
as surety, has caused these
CORDY RAYMOND
this _ day of
0093b
presents to be executed by its Attorney —in —Fact
and the said Attorney —in —Fact has hereunto set his hand
19 88 .
PRINCIPAL:. y7�
3pa�
S UNMOUNT CORPORATION A,
For verification of the authenticity of this Power of Attorney you may call, collect, 212-943-744o and ask for the Power of Attorney clerk, Please refer to the Power
of Attorney number, the above named individual(s) and details of the bond to whlrh th= n,,.
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
comprehensive . This insurance shall be written in
pehensive 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 Contractoror 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
writinv. Any notice to proceed that is issued shall be subject to such
approval by the Owner.
CI-2
O1/13/87
Certificate of Insurance
=CERTIFICATEED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON YOU THE CERTIFICATE HOLDER. THIS CERTIFICATE IS NOT AN INSURANCE'T
MEND, EXTEND, OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW.
Airport Paving Improvements
This is to Certify that Purchase order #83076 _
Denton Airport
F—SUNMOUNT CORPORATION ] Name and LIBERTY
PcOiiBOR 1770 address of MUTUAL.
LROANORE,TR 76262 Insured.
Jis, at the issue data of This certificate, insured by the Company under. the Policy0es) listed below. ,The insurance afforded by the listed policylies) is subject to all
their terms, exclusions and conditions and is notoJuNed by any requirement, term or condition of any contract or other docamem wtrh re ...L:_t. .�.
me, be. i". �.,.
TYPE OF POLICY
CERT. EXP. DATE
POLICY NUMBER
._ LIMITS OF LIABILITY
COVERAGE AFFORDED UNDER'W-C. COV.B
-
WORKERS' -
LAW OF THE FOLLOWING STATES: B yLy yI Y BY ACCIDENT
-
5/30/88
WC2-612-004030-217
S`3B6,tdd� ' EA. ACCIDENT
Texas
COMPENSATION
BODILY BY DISEASE
500,000
_
$ EA. PERSON
BODILY INJURY BY DISEASE
500,000
-
O
o �aREHENsroE
$ POLICY LIMIT
BODILY INJURY PROPERTY DAMAGE
'
❑ SCHEDULE FORM
-
,_
PRODUCTS COM-
$ - EACH .EACH
OCCURRENCE, $ OCCURRENCE
a
L7C
LPFRRR� 5/30/88
LG1-612-004030-227
$
w
-
AGGREGATE $ AGGREGATE
do
eu Q
O
E INDEPENDENT CON-
L; TRACTORS/ ONTRAC- • ..
'TORS
- COMBINED SINGLE LIMIT
PROTECTIVE -
BODILY IN RYA D PROPERTY DAMAGE
z,od8,00�
CL CONTRACTUAL
$ 2 000 000 EACH OCCURRENCE
'
.
LIABILITY
BROAD FORM IROPERTY D
GE
$ ' AGGREGATE
- O I_
0
❑ OWNED_ _
�[ 5/30/88
ASI-612-004030-237
$ I.00O;OOO EACH ACCIDENT -SINGLE LIMIT-B, I. AND P.D. COMBINED
Q'Q
NON -OWNED
HIRED
AEI-612-004030-247
-
$ EACH PERSON -
:1�
-
EACH ACCIDENT EACH ACCIDENT
$
-
OR OCCURRENCE $ _ OR OCCURRENCE
The City of Denton, its
elected and appointed officials, officers and employees are
named as additional insured
Endorsement
to the above general liability policy per the terms of
X
12 herein attached.
O
LOCATIONS) OF OPERATIONS 8 JOB N (If Applicable)
-
DESCRIPTION OF OPERATIONS
COVERS ALL WORK PERFO
D�BYTHE INSURED IN THE CONTINENTAL UNITED STATES
'NOTE: You
will NOT be nonhed annually of the mminua6on of This. co..ernne
1a...,11 ne a ... __
NOTICE OF CANCELLATION: THE COMPANY WILL NOT TERMINATE OR
RED_16E THE INSURANCE- AFFORDED UNDER THE ABOVE POLICIES'UNLESS
DAYS -NOTICE OF SUCH TERMINATION -OR REDUCTION HAS BEEN /
MAILED TO:
City of Denton, Texas
Purchasing Agent
CERTIFICATE - 901-B Texas Street
HOLDER-,. Denton, TX 76201 -
2-23-88 a vrt«i'$A�EN,CT
1 DATE ISSUED OFFICE
v this crelih ate is e.ecuted by Luate iy MUTUAL INSURANCE GROUP as lespeos such insurance or is afforded by t�e Companies.
Liberty Mutual
Insurance Group
+' BSda5 R2.
�.• _� �w'�'�+.+W u1..rwrrYiYrY.�.waYYYiv�urwr�M1.H11
ADDITIONAL INSURED
(Owners or Contractors)
It is agreed than
1. The "Persons Insured" provision is amended to include as an insured the person or
organization named below (hereinafter called "additional insured") but only with respect
to liability arising out of (1) operations performed for the additional insured by or on
behalf of the named insured or (2) acts or omissions of the additional insured In
connection with his general supervision of such operations.
2. None of the exclusions of the policy, except exclusion (a), (c), (f), (g), (1), (1). and
(m) apply to this insurance.
3. Additional Exclusions. Ibis insurance does not apply
(a) to personal injury or property damage occurring after
(1) all work on the project (other than service, maintenance or repair to be
performed by or on behalf of the additional insured at the site of the covered
operations has been completed, or
(2) that portion of the named Insured's work out of which the injury or damage arise•
has been put to its intended use by any person or organization other than another`
contractor or subcontractor engaged in performing operations for a principal as
part of the same project;
(b) to property damage to
(1) property owned or occupied by or rented to the additional insured
(2) property used by the additional insured
(3) property in the care, custody or control of the additional insured or as to whic)
the additional insured is for any purpose exercising physical control, or
(4) work performed for the additional insured by the named insured
4. Additional Definition
When used In reference to this insurance, "work" lncludei
furnished in connection therewith.
For Attachment to
Policy. LGI-612-004030-227 Page 1 of 2
Additional Insured.
Owners or Contractors for whom Sunmount Corporation performs work under contract, and
I. is required in such contract to include the Owner or Contractor as an Additional Insured
on its policies or Insurance, or
2. has agreed to indemnify such Owner or Contractor for the Owners or Contractors own
negligence, and such agreement is invalid by state statute or insufficient to bind
Sunmount Corporation to indemnify such Owner or Contractor for its own negligence; but
only if the Corporate Insurance Manager specifically requests the Company to extend the
coverage to such indemnitee after an occurrence has taken place which results in a claim
against such indemnitee.
Such insurance shall not apply to limits of liability greater than those required under such
contract. This insurance does not apply to those covered by separate Owners Protective
policies provided by Sunmount Corporation and written by the Company or.other insurance
carriers.
This andorsement Is uecuted W the
Premium f
Ellectiw Dale
For attachment to Policy No.
Audit Buis
Issued to
6—
LIBERTY MUTUAL INSURANCE COMPANY
Expiration Date I
LGI-612-004030-227
Issued
mp 8-28-87
Page 2 of 2
Countersigned by .......1......................... .. ................
/wMorlere MpviWM
Sales Office and No. End. serial No. 12
CONDITIONS
AMMON& MM: The City of Dalton, its elected aid appointed officials, oMo
and ®ployew. (This daps not apply to iloci(er's Cation.)
MX1rE OF CAIMLMCN: Prior to any matwjal dgW- Q. cwmellatirn4 the City or
Denton will be given 30 days advanoe written mtioe ®fled to the stated address of the
Certificate Holder, City of Denton.
-. •- •: I- _w rl- •. •- I- •III a_.v -
- a• 1 u • rI- s• a 1
• 1 • 'M FaM Faft-'c• 1 a• PrIod
or
•• a
raW van
be
1- III 11 1 the
• • . •o • • • w •_ . • the -
mb-act, plus one
Period), amia arbenied 11 sI•
period.
•• m • w • or _ w • ofCity-awried or leasedfacilities)..� I •-
r• •• • I u •• aWhere.•• r.• 1 permanently a,
a• 1 Ina 1 r ".ter to • ••-ro-•.- to r r �- or pmtxm
struCtLzles if SLxh d3mW is m by the peril or fire and due bD
••a .Iw • •. r - •• r • m • -•
ilitY is to 1- nl II
500,000.
Q-4
Denton Municipal Airport Warranty of Construction
FAA AIP 3-48-0067-03 and Page WC - 1 of 1
Southeast Airport Improvements
WARRANTY OF CONSTRUCTION
1. WARRANTY OF CONSTRUCTION:
(a) In addition to any other warranties set out elsewhere in this
contract, the Contractor warrants that work performed under this contract
conforms to the contract requirements and is free of any defect of equip-
ment, material or design furnished, or workmanship performed by the
Contractor or any of his Subcontractors or Suppliers at any tier. Such
warranty shall continue for a period of one year from the date of final
acceptance of the work, but with respect to any part of the work which the
City of Denton takes possession or prior to final.acceptance, such warranty
shall continue for a period of one year from the date the City of Denton
takes possession. Under this warranty, the Contractor shall remedy at own
expense any such failure to conform or any such defect. In addition, the
Contractor shall remedy at his own expense any damage to City of Denton
owned or controlled real or personal property, when that damage is the re-
sult of the Contractor's failure to conform to contract requirements or any
such defect of equipment, material, workmanship or design. The Contractor
shall also restore any work damaged in fulfilling the terms of this clause.
The Contractor's warranty with respect to work repaired or replaced hereun-
der will run for one year from the date of such repair or replacement.
(b) The City of Denton shall notify the Contractor in writing
within a reasonable time after the discovery of any failure, defect or dam-
age.
(c) Should the Contractor fail to remedy any failure, defect or
damage described in (a) above within reasonable time after receipt of no-
tice thereof, the City of Denton shall have the right to replace, repair or
otherwise remedy such failure, defect, or damage at the Contractor's ex-
pense.
(d) In addition to the other rights and remedies provided by this
:clause, all subcontractors'; manufacturers' and suppliers' warranties ex-
pressed or implied, respecting any work and materials shall, at the direc-
tion of the City of Denton be enforced by the Contractor for the benefit of
the City of Denton. In such case, if the Contractor's warranty under (a)
above has expired, any suit directed by the City of Denton to enforce a
subcontractor's, manufacturer's or supplier's warranty shall be at the
expense of the City of Denton. The Contractor shall obtain any warranties
which the.subcontractors, manufacturers, or suppliers would give in normal
commercial practice.
(e) If directed by the Engineer, the Contractor shall require any
such warranties to be executed -in writing to the City of Denton.
(f) Notwithstanding any other provision of this clause, unless such
a defect is caused by the negligence of the Contractor or his subcontrac-
tors or suppliers at any tier, the Contractor shall not be liable for the
repair of any defects of material or design furnished by the City of Denton
or for the repair of any damage which results from any such defect in the
City of Denton furnished material or design.
The Honorable Mayor and City Council:
C/o Purchasing Agent+
901E Texas Street /v O-,A
Denton, Texas;
Pursuant to the fore oin Notice.to.-Bidders, the \er
o 9 undersigned: Bidder hereby
proposes tv do:alT;.work,and:'furnish:°aTl necessary superintendence,.•labor;
machinery;: equipment;.;`too.Ts and materials. and; whatever else: may be`neces
sary to, complete_ alI, work upon which he bids, as provided:.by.the attached
specifications and shown on the plans, and -binds. himself on -.acceptance of
his proposal to execute a Contract and Bonds• according to the *accompanying
forms,'.for.performing:and coigsleting.the�said.work within the **time stated,,.
and furnishing all.required: guarantees' -.for;tfte.following prices, to wit:.
* Audmpanying,forms. include:.
Certificition...of Bidder Regarding;Equa l.Employment Opportunity.,. which
Must be: Signed and Submitted. along with Proposal
Samples of Contract Agreement, Performance, Payment and Maintenance Bonds
-..(Maintenance: Bond. appl,i.es. to City Project Only
Warrantyof:.Gonstructioh
Mini mum.-Insurance`Requirements and Certificate of -Insurance
**"Work. on both City of Denton project for Southeast Airport Improvements
and FAA AIP 3-48-0067-03 is to be performed concurrently by or under the
direction of one prime contractor, and working days charged to each job
will also be accumulated concurrently.
NOTICE TO BIDDERS.
Sealed bid proposals addressed to the City..of.Denton,. Purchasing Department, .
901-8 Texas Street, Denton, Texas, 76201 will be received at the office of the
Purchasing Agent until 2:00 P.II. DECEMBER 3, 1987
BID# 9805 AIRPORT.PAVING,.UTILITY AND DRAINAGE'. IMPROVEMENTS
NOTE: THERE WILL BE A PRE -BID CONFERENCE DECEMBER_4 1987 AT 1:00 P.M.
AT THE ENGINEERING. CONFERENCEROOM, 215 "E. MCKINNEY ST. DENTON,
TEXAS. CONTACT JERRY CLARK . (817) 566-8358.
The bids .will be.publicly opened and read, bids received later than the
specified time and date will be returned to the bidder unopened. The bids
will then be officially reviewed and awarded by the City Council as soon
thereafter 'as.,possible.
All bid proposals must be made on the printed document forms included in the
specifications.- The submitted bid shall not be altered, withdrawn, or re
submitted within 60 days from and after the date of the bid opening.
Each bid must. be accompanied by.a.cashier!. check,.cert'ified check or accept-
able bidders bond payable without.recourse to.the City of Denton, Texas in
amount not less.than.five.(5%) percent of the bid submitted as a guarantee
that the bidder. will: .enter:Anto;a:_ contract.and:execute a performance bond .and
a. payment .bond within ,fifteen (15) days�*ter the notification of the -award of
the contract to.him:.
Qualified prospective bidders may obtain copies of the bid invitation with
.information to..bidders,. bid -proposals, plans and/or. specifications at the
office of the.Pure hasing,Agent:-:locatsd'at 9-01-8 Texas Street,' Denton, Texas
in the Purchasing/Yarshouse portion. of the Service Center Complex, on deposit
of FIFTY DOLLARS ( 50 .00) dollars per set. Deposit will be
refunded provided the documents are returned to the City of. Denton,.Purchasing
office: within fifteen,(15) days..after 'the, bids" are opened.'
the City of Denton, Texas reserves the -right: to reject any and -all bids:'and to:
waive defects in bids.
Ube tyand 'small business vendors or codtractors are one to. bid oa
any and all City of Denton projects.
CITY OF DENTON, TEXAS
John J. Marshall, Purchasing Agent
(817) 566-8311
This advertisement to run NOVEMBER 5 and NOVEMBER 12 1987
OUSE
er. on Municipal Airport Proposal &Bid Schedule
FAA AIP 3-48-0067-03 Page P&BS-2
PROPOSAL.. AND BID. -SCHEDULE
Item *
Quantity *Unit
*Description in Price.& Words.*
Price in
* Amount
No. *
*
*
*Figures
*'.. .
SCHEDULE N0. 1 BASE 8ID - TAXIWAYS
(PARTICIPATING)
1 *
. 414. * LF`
*Sawed Breakout Groove
Dollars
oo
00
42
*
*
*
* 1,2
and NO Cents
*3
*
*.
*
*
'
*
*'-per linear foot_
2 * 93'
* SY
"* Remove Existing
*
*
* Asphalt. Pavement
.TWO: Dollars
*.
oo
*
*'and . NO Cents
*
*'.•
`
.per square yard77
3 * 3,300
* C.Y
* Unclassified Excavation
*
*
* (Density Control
*
*
* Dollars
*
so
*
o0
//55-0-
*
* and/GTY Cents
*
*:
per YArd
*
*
;
-cubic
4 *10,450:
* CY
*.Unclass.i,fied"Excavation...:
*
*
*
* ONE Dollars
*
80—
*
o
*
*
*`
*
*
/
* and/GHTJ' Cents
*
*
per cubic yard
en on municipal Airport Proposal &
FAA AIP 3-48-0067-03
Bid Schedule
Page P&BS-3
PROPOSAL ANIYAM.SCHEDULE -
Item *. Quantity *Unit *Description -in Price & Words *
Price in
*
Amount
No... *
* ,;.... *
Figures
*
..
5 * 180
* Ton *:Lime
-Two Dollars
oo
o0
*
* *SEVENTY
*
72 -
*
12;9�0
and .;. Al . _ Cents
per ton *:
*
* * *
*
6.., *109400
* ST 6" Lime. Treated: Subgrade
Dollars.
.
*
* *
O6
and F/FT Y Cents
per square .yard.
*
*
7 .: * 2,750
*°:CY *,Crushed:-Agregat
gei.BaSe Crs '..
*
*'.(Grade:'1:,. Class: 1) *,
:
*
Tu!EMT)/ Dollars *- ..
* *
20
000
*
*
* and,...N0; Cents
*
�r`; • per cubfic yard r * •
* ..
1,500,
.. *Ton *:Bituminous. Surface -Course:*
-
*
*-
*-
-
'*
Ti✓ENTV - STY Dollars00
*
* * and .N� Cents
2� 00
*
39, CO .o
*
per tom
*
*
* * *
* *
*
9 * 2,200
*
*Gal * Bituminous Prime Coat(MC-30)*
*
6.*
. -' dME . Dollars
*Jt
*
*
206
* and NU Cents
*
*
* * per gallon
uer,.ton Municipal" Airport
FAA AIP 3-48-0067-03
PROPOSAL: AWQ:BIT SCH€DULE
Proposal & Bid Schedule
Page P&BS-4
Item
7w,
*
IN
Quantity *Unit *Description" in Price & Words *
Price in
*
Amount
No..
*
*. *
*
Figures.
10
*"
870 *Gale"* Bituminous Tack Coat (SS 1) *
- -
*.
*
* IN NO Dollars *
*
G0
*..
00
*
can d :3"fX7Y' Cents.
IN
*
*.
*
* *per gallon
*
* *
*
*
.LS • * Taxiway Marking ,
*
*
+► w .,,
*
: * SEVEN HUNVRE70 Dollars
IN,
*
700 °O
*
76000
and No Cents
ik
*'.per-lump sumf.
12'
105 ':LF' *.. 24"' Class III Reinf. •::.
.
Concrete "Pipe:
TWENTY ...: Dollars:-v.
"
on Cents,
linear foot
*
*
*
* *
*
*
136 ...;►`LF,° "* .33°: Class" III Reinforced
Concrete Pipe
*
*
*
} TH/,PTY- 4r/1/ Dollars
*
00
* * : * an 1I%0 Cents
*
*
00
3S
*
76 o
2r
*
IN * per -linear foot
*
IN
*
14
* 1
19 * Cy * Con cre.te RipRap.
TrvO `HUND,2EDDollars
*
* *
* o°
* Zoo—
*
*.
co
3 800 —
*
*' * and No Cents
*
*` *per cubic yard
ucc wn mum cipai Airport
FAA AIP 3-48-0067-03
Proposal" & Bid
Schedule
Page P&BS-5
PROPOSAL" AND: BID;: SCHEDULE .. :-• .
Item * Quantity
*Unit *Description in Price & Words * Price in *
Amount
Np.. *
*
* * Figures *
15 * 120
* LF
" * 2-Way 4" EleGtrical Duct
*
*:
* *
*
*
*
,►
* THIiPTy- FavE Dollars .* oo . *
*
eo
*
*;
*.-and " NO ... 'Cents
*
*
* " per linear foot *,.
*
*
* * *
16 *549200
*"SY
* Cellulose FiberMulch. Seeding*
*
*
* NO dollars ,i GS *
.•..
*
p
3, 230
*
* and SIXTY- FIVE Cents
pqr-square:yard
* *
SUB=TOTAL ITEMS 1.
;. i6
SCHEDULE NO 1 -:BASE BID (PARTICIPATING)• E
8) 2(PO
SCHEDULE
"N0. 1 --BASE BID - ROADS.`(NON-PARTICIPATING)
17_
'
* Dollars
*
and Cents*...
per *...
18
•=a
*
*
* *
*
*
Dollars
* *
*
*
and *.'
Cents
* „
per
*
*:
* *
0 pvw 6 Proposal & Bid Schedule
FAA AIP 3-48-0067-03 Page P&BS-6
P,ROPOSAL.ANO..BIO SCHEDULE
Item
*
Quantity *Unit *Description
in Price.& Words
* Price in
* Amount
* Figures
:.. 19
*
* '
Dollars
*
* ' and :
Cents
rw *,,per
20
DoTTars
and
Cents
*.
.
*
s, *-
; ..... per
21.
Dollars
*
*r..
and
C s ent .
SUB -TOTAL
ITEMS 17-21 -SCHEDULE
NO.1 -BASE BID - ROADS
$
(NON -PARTICIPATING).
GRAND TOTAL -
SCHEDULE NO 1_- BASE
BID
-y
G m
PURCHASING DEPARTMENT City of Denton BID INVITATION
- -
901-B:Texas St:
Denton, Texas 76201 CITY OF-DENTON TEXAS
Date
BID NUMBER
November 25, 1987
# 9805
BID.TIT6E AIRPORT IMPROVEMENTS ..
;ADDENDUM /�2'
Sealed bid proposals will be received until 2:00 p.m.'
DECEMBER 3 1987 at the office of the
Purchasing Agent, 901-B Texas St., Denton, Texas 76201
For additional information contact
JoHN J. MARSHALL, C.P.M. TOM D. SHAW, C.P.M:
PURCHASING AGENT ASSIST. PURCHASING AGENT
ADDENDUM #2 office DIFW Metro
817-566-8311 .
- 617-267-0042
INSTRUCTIONS TO BIDDERS
1. Sealedbid proposals must be received In duplicet1 e. on thisJorm; prior to opening date and time to be considered. Late
.... . proposals will be returned unopened. .. .
Z. Bids shall be plainly marked as to the bid number, name of the bid. and bid opening date on the outside of completely
part,
sealed envelope, and mailed or delivered to the
76201 Purchasing Department, Denton, 901 -B Texas St.; Denton;.TX"
3. Any submitted article deviating from the specifications must be identified and have full descriptive data accompanying
same, or it will not be considered.
4 Allmatenals are to t>e; quoted FOB Denton,Texas, deliveredto the floor of the warehouse, or asotherwise indicated.wow
5 . .The City: of Denton, 7ekas reserves the!rightt�lo 'accept geparata 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 rig lit to ielect any and all bids,. to. waive all informalities and require that submitted bids. . remaimin force for a sixty (60) dapperiod attar opening:: "or until award is:made; whichever comes first.
tl The quantities shown maybe. approximats.and .could vary according. to the.requirements of the City. of Denton
:..throughout -the contract-
9. The items are to be, priced each net. (Packaging or: shipping quantities will be considered.)
10. The Purchasing Department assumes responsibility for the correctness and clarity of this bid, and all information and/or
questions pertaining to this bid shall be directed to the City of Denton Purchasing Agent.
11. Any attempt to negotiate or give information on the contents of this bid with the City of Denton or its representatives
:.r to award 6h be.-gqugde for disqualltications
lz The conditions and terms of this bid will be considered when evaluating for award.
13. The City of Denton is exempt from all sales and excise taxes. (Article 20.04-8)
GTY of DENTON,. TEXAS 215 E. McK/NNE.Y / DENTON, TEXAS,76201 /TELEPHONE j817) 5668200.
ADDENDUM #2 BID #9805
Items 17 through 21 on. pages. P 4 BS-5 and P .� BS-6 were
accidentally left blank on the original bid documents for
Denton Municipal Airport (FAA AIP 3-48-0067-03). Item 21 has
been completely deleted. The quantity, units of measure, and
item description have been filled in on items 17 through 20.
They -..are. as -.shown. -on the: attached .pages.. ..Please; insert: -these.
items into the bid
THIS MUST BE INCLUDED WITH YOU BID
t i 4
.. .. • .. t - Yam.. iE
0507E
uenvon Municipal Airport Proposal &Bid Schedule
FAA AIP 3-48-0067-03 Page P&BS-5
.
PROPOSALAND BIO-SCHEOULE` . .
Item *
Quantity *Unit
*Description in Price & Words
*
Price in
* Amount
No., *'
*
*
*
Figures
SCHEDULE
NO. 1. -BASE BID - ROADS .(NON=PARTICIPA TING)
17 t
160 * L.F *
One way 4" electrical
*-
*
duct.
*.
TAIIRTY . Dollars
*
* ob
*
*
*
and NO Cents
*
*
t
per
*
18 *
40 * L.F.*
16" Steel Casing
*
*
*
*
*
•
* TWENTY- GivE Dollars:
'
*
+ and No Cents
*
*,. ..
*
*
*
*
*
per
Addendum # 2
Denton Municipal Airport
FAA AIP'3-48-0067-03 Proposal 8 Bid Schedule
P
age P&BS-6 .
PROPOSAL AND BID SCHEDULE
Item *
No. *::..
Quantity *Unit *Description in.Price &Words *Price
* .. .
in,Wnount
*..
*
*,Figures
19.40
*
*L.F.'*' 18". Steel Casing.
*
*.
TH&-Z Dollars
*
•
*
#
*.and.. NO Cents
; *
oc
..30 —
*
/� ZO U O°
*
per=
*
*
*
20 *
*L.S.
#
* Contractor's Warranties
* &.,Understand'n
*,
*
#
5. ....
* Foo2 Y AI�WI P Dollars
*.
*
#
.*.
*
*
oo
# DO —
�00
00
*
#
and NO Cents
*
.per
•
SUB -TOTAL
ITEMS 17-20 -SCHEDULE-NO.1 -BASE BID - ROADS
oo
(NON -PARTICIPATING)
f" '.
7 400.. `.
GRAND
TOTAL SCHEDULE NO. 1 BASE BID
Addendum #2
Page 4 of 4
ucn�un munIC1Pal Airport
FAA AIP 3-48-0067-03
PROPOSAL:AND BID` -SCHEDULE
Proposal& Bid Schedule"
Page P&BS-7
Item *
Quantity
*Unit *Description in Price & Words *
Price in
*
Amount
No. *
*
*
*Figures
. *
..
_
*. • ..
*
*•
*
*
*
ADDITIVE BID. NO. 1 - HOLDING APRON
I *
.525 -"
* LF
* Sawed Breakout Groove
Dollars
*
*
*
1575.
*
*
* and No Cents
*
*
*.per linear foot
2 " *
:117"
* SY
'* Remove Existing
*
*
* Asphalt Pavement.
*.. jl.1�0 . ;. Dollars
*
0. '
*
2
2.3
*
*
* and NO Cents
*
".•"
*'per, square yard..:
, .:...
*
..
3 *
230
* CY
'* Unclassified Excavation
*
*
* (Dens ity.Control:"
*
*
* Dollars
*
oo ...
*
_°
*
*
* and . NO Cents
*
* .
?► per, cubic yard
4 * 2,160
#`:CY
Site:.: Borrow
*
* Density' Control`)
*;
*
*
*
*
*
* TffiPEE Dollars
*
*
oo
*
*
* and_11/O Cents
*
per cdb9yar+d.
FAA AIP 3-48-0067-03
Proposal &
Bid Schedule
Page P&BS-8
;.. PROPOSALANO- BED SCHEDULE
Item * Quantity *Unit *Description in Price`& Words'* Price in'
Amount
*
No. *
*
*
* Figures
*
50
*' Ton ''*`Lime
*
*
*
* SEl/6NTY Dollars
* oo
, -70 —
*
3/ soo -
and NoCents-
per ton
*
*
*
*
*
6 * 2.910
* SY..
*:6" Lime Treated Subgrade
Dollars
*
*
S, 8Z 0 —
and NO Cents
*
*
*
*
per square: yard.
*
*
*
*
*
*
7 *. °630
* CY
- *:Crushed Aggregate, Base Crs..
"TLJENTY Dollars
*
*
00
and
oo
* 20 --
*'
/2 (P 00
NO Cents
per cu6i'c yard
*
+ :'
*
8. * 610
*Ton
* Bituminous Surface Course
*
*<
* 7wENty-E/6Nr Dollars
*.
* Z8 -
*
/ 7� 080
*
*
*and NO Cents
*
*. '
per, ton
* :.
*
*
*
*
*
9 * 710
*Gal
*'Bituminous Prime Coat(MC-30)*
*
}
ONE Dollars
*
*
oa
*
o0
-7
and V0 Cents
*
*
*
*
*
'
*
* per gallon
*
*
*
*
*
wC116U11 i1Uf11F1Pa.1 mirporL
- FAA AIP 3-48-0067-03
Proposal &
Bid Schedule
Page P&BS-9
PROPOSAL AND_ BID::.SCHEDULE.
Item *
Amount
Quantity
*Unit.
*Description in Price'& Words
* Price in
*
No.
*
*
* Figures
*:
*
*
10 *
' 290
*;al
.*,Bituminous. Tack Coat (SS-1)
ND - Dollars
°o
*
_
and S/ Tr Cents -
per gallon
11 *
3,700
* SY .*
Cellulose Fiber Mulch
*
'Seedin
ND 061Tars..*
. l05
*
S 00
and. SIXTY- GlvE: Cents
per square yard:
*
* ..
*
*
*
TOTAL
ADBITIVE BID NO T`.- HOLDINe APRON,.
S2, /88 °e
FAA AIP 3-48-0067-03r
rroposai a.aid
Page P&BS-10
schedule .
PROPOSAL. AND . BID: SCHEDULE .....:,
Item * Quantity
Amo unt
*Unit
*Description in
Price & Words
IN
it Price in
*
No. *'
*
*:.
* Figures
ADDITIVE BID
'NO. 2 - HELIPAD
T * 70
* LF
*
Sawed Breakout
Groove
*`
T
Dollars
.*
*
*
*. 3--
AC"
*
and NO
Cents
*
*
*
* per linear foot
*
*
*
2' *
.16 * SY
* Remove Existing:
it Asphalt Pavement
*'
it
*
* nvo
Dollars
*
... oc
: *
ao
7-77
Cents
*
s it
* per'square yarQ:..
*
*.:.
*
*
It
*3 *
1,.018 * CY
* On'-Site'Borrow
*
*
* (Density Control.
*
* :
* ,...7"H,PEE
Dollars
*
7a:.:
*o
66
Ar
it and SEVENTY
Cents
*
*
*
*
* per :cubic: yard
*:
4*.Ton
*Lime
'
*
* : 5EV/CN7Y '.
Dollars*;*
it
o`
*
*
*
*
*
70 °°
*
980
*
it and NO
Cents
it
*
*
*
* per ton
x i
5 * 810
* SY
it 6" Lime Treated Subgrade
*
*
*
*
*
*
*
* TIIRIFE Dollars
*
*
*
*
00
_
00
,, 2i �f 30
and /VO Cents-
*,
*
#
*
*
*
* per square yard
*.
*
*
rroposar.& uid. Schedule
FAA AIP 3-48-0067-03 Page P&BS-11
, PROPOSAL_AND...BIO SCHEDULE
Item * Quantity *Unit *Description in Price & Words * Price in * Amount
No. * . * * * Figures
6. *,:..' 169 * CY '*. 6"-Crushed Aggregate
* * *B C
ase ourse
* T�.vENfiY -.dNE Dollars
*
oo
2� -
*
' 3� 5419
*.
*
Cents
.*
*:
*
*
* per cubic yard
*
*
*
*
*
*
*
*
*
*
.,700
* SY-.:,*:
V, Portland Cement, Concrete
*
*.
. _Pavement`:..
...
*
*
* TWCA1TY- cou P Dollars
*
*
oo .
*
*
*
2�00
goo
and *.and No Cents
*
'
* per square yard
*
8 * 1
*LS
*`Helipad Marking.:
*
*
*SEVEN RuwykEO F/GTYDollars
*_75
0
*
7500
Cents
*
*
* per lump sum
*
*
*
*
+►.
9. It 40< -.
*
*Lf:.
*
* 24" Class II:I Reinf...
*
*
*.
+►
Concrete Pipe.
*
*.
* * << TL✓ENTYME jollars
*
00
a
00
and No Cents
*
*
* per gallon
* * * E/GNTEEN NuNO2E0 Dollars * p
AO
* * *and NO Cents
*
per lump sum
1800 00
o
FAA AIP 3-48-0067-03 rrupusai a< oia acneauie
Page PUS-12
PROPOSAL AND.BID ,SCHEDULE
Item
*
Quantity *Unit'*Description in Price & Words *'Price
in
*
Amount
No'
*,
*
*.
*
Figures
i1..
*,..900
# Sy
,..Cellulose Fiber Mulch
*
*
*
* Seeding.
NO` Dollars *
O !'OS
;►.
; ,and S/XTV - Fr vE Cents
*
*
per square yard
*
*
12
* :,-:
250
* LF=Mu7tiz
Cable. Trench
'
*
" TWO Dollars
'
*
*
00
and. F/FT % Cents
*
•.
*, ....._*
per linear foot:.
*
*
*
*
*
13.
LF
#8 AW6 Bare Counterpoise
*.
.
*.Dollars.'*
and NO Cents
*
*
per. lrnear foot ...
►
*
*
..
*
'.
14":
*
500
*.LF
* #8.600V XLP
*.
TGtJO ;- Dollars.
*
and SEyEivtY .FivE Cents
*
7,S
*
13 75 _o
per. 111near foot.:
15
*`
400
* LF
* #6 600V XLP
'�*
..
*
.
r
�{' ati
G� a
+
7.4t5 .j Itr
i l � ti�
*
* TGvQ Dollars
� � ! M�i�-
x. :: Y o-:.
*
Y j�,
''F .`"xJ O'G �
L
•(
:. :, o
:Q OO„'�•
'R
*
and /VD Cents
*
*.
*
*
* per linear foot
MA AIP 3-48-0067-03 ,— I a U I'M Juieuuie..
Page P&BS-13
PROPOSAL AND BID.SCHEDULE
—Item—*'Quantity
` *Unit *Description im Price & Words:*
Price in
*
Amount
No.
*
Figures
....
16 * •..: 3dt
LF *;.2-Way '410 Electricalbutt
F/yE Dollars
*
oo
35
* .
00
and NO Cents,..*
*
.
*4. ',• ;,
,;, *`per linear .foot
*Embankment to be,secured
from taxiway excavation.
TOTAL ADDITIVE. -BID NO. 2-'HELIPAD, ...
$
3 iO� 53 2 �o
f }i
if
t
( l
ucrr.un municlpai Airport
Scutheast Airport Improvements
- .. ..
Proposal &
-.
Bid
..
Schedule ..:
Paving, Drainage and Utilities
Bid A - Non -Participating Items
Page P&BS. - 14
PROPOSAL & BID. SCHEDULE.- BID A
(NON -PARTICIPATING ITEMS)'
Item * Quantity *Unit * Description in .Price & Words*
Price in
*
Amount
Figures
LS
* Contractor's -Warranties
and Understandings
*
*
*;
THous ANO Dollars
*:
a
000*
/LT 000
and : "iV0 Cents
*..
*.
* .
*
*
* per Lump Sum
2. * 27
* LF
rr
18 RCP"Storm: Sewer`
+►'
TIVENT`/ " Dollars
*
*
p0
oo
20 —
*
�4z p
and:. /VO Cents
*
*
per linear foot
*_fie
*
3 * ._257
* LF
*:27" RCP Storm; Sewer
,
:rW5AItY FIVE Dollars
*
*...
25
dnd ND Cents
per 'linear. foot .T.
*"
4: * 80
*.LF
* 30"'RCP Storm.Sewer
*
*
* TY Two Dollars
*
oo
*
o0
*
32
*
25 °
*
*
*and f 1V.0 ; Cents:*
*
7
per linear foot
*
*
*
*
*
If 36"_-RCP:Storm:_Sawer * ►
* * f V&TY-- FOCIR Dollars
* *' and NO Cents
* *
*" . *` *,linear foot
Denton Municipal Airport. Proposal & Bid Schedule.
Southeast Airport Improvements Bid A - Non -Participating Items'
Paving, Drainage and Utilities Page P&BS - 15
PROPOSAL & BID SCHEDULE - BID A
(NON -PARTICIPATING ITEMS)
Item
No.
*
*
Quantity
*Unit,* Description in Price & Words*
*
Price in
*
Amount
*
*
*.
*
*Figures.
*
*
*
*
*
*
*
6
*
102
* LF
* 42" RCP Storm -Sewer
F/FTV Dollars *
*
o,
oa
*
*,.
and ND Cents_
*
*`
*'linear foot
7
*
54'
* LF
.* 8' x 4' Concrete Box
*
*
* Culvert
*
*
* Two NUNn,eEa FicrrpoIIars
*
2s oo
*
�31 j00
'
*
* and /1/O' Cents
*
*
*, per linear foot-
8
*
2,476=. ,
*`-LF
* 8°".PVC Sanitary -Sewer.
*
*
* FIFTEEN Dollars
*
*
*
*
*`
*and' /1/0_ Cents
/5 °°
co
37 / q 0
per linear foot
91
220
* LF
* 10" PVC -Sanitary Sewer
SE11EA1 A/ Dollars
*
*:
*"and NO Cents.
*.
7 00
;
317*0
per -linear -foot.
*.
10. _•
* 49240
t LF,
*.87' PVC Water Line
* * * ELvE Dollars * co * oa
SD 880 -
* * * and /VO Cents. * !2
-
* *
* *' * per. linear foot.
Denton Municipal Airport Proposal & Bid Schedule
Southeast Airport Improvements Bid A - Non -Participating Items
Paving, Drainage and Utilities Page P&BS - 16
PROPOSAL & BID SCHEDULE - BID A
(NON -PARTICIPATING ITEMS)
Item
*
Quantity
*Unit
*
Description in Price & Words*
Price in
*
Amount
No.
*
*
*
*
Figures
*
*
*
*
*
11.
*
2,780
* LF
*
10" PVC 'Water -Lin e
SEVEN TEEN
Dollars
*
*
*
00
and.- NO
Cents:
*
per linear foot
*
*.
*
*
*
*
*
12.....
*
::.y22
*>EA
,,►
6" Gate:Valve
*
'
*
7AIRFE AlywPEa c/FryDol
l ars
'
*
*'and
350 —
o0
7760
/VD
Cents.
*
*
.
per each
*
.Valve
FOv.P f1vNO2EA
Dollars
*
*
*
/f00 °-=
*
�� y�DO
and /VD
Cents
*
*
*
*
per each
14-:
"*
3
* EA •
*
10".Gate Valve
*
*
*
*
*
A1vN,0RED
Dol.lars,
*
�►
*
700-
'
2,160 -
and-- NO. �
Cents
*
*
*
*
*,per each
*
*
15 * 22,
*,EA .*-Fire Hydrant
*
*
* SEvEN /11/NOe60 Dollars
*
*
*
and No Cents
*
*
* per each
■
Denton Municipal Airport
Sr:utheast Airport Improvements
Paving, Drainage and Utilities
.PROPOSAL & BID SCHEDULE - BID
(NON -PARTICIPATING ITEMS)
Proposal & Bid Schedule
Bid A - Non -Participating Items -
Page P&BS - 17
A
Item * Quantity *Unit * Description in Price & Words* Price in
* Amount
No. *
* *
* Figures
*
* *
*
*
16 *25,834 * Sy. * Hydro Mulch Materials
*
*°
*
*
* * No' Dollars.*
*
* *'and. SiXTv= Two 'Cents
*
*
*
* * per square yard
*
*
IV.:
*,LS * Preparation of
,:
*Right` df Way- •
*
*,,. • , . _ ...;
*
*
*
* * SEVEN THOUSRNO DO1TdrS
*
* *
eo
eo
70 00
`':
., .Cents
per -lump sum
*:.
18 *27,322` ' s+►'CY } UncI ssified Excavation,
*
* * 0/V,E Dollars
-
30
and - TLC/,e TY Cents
*
*
* * per cubic yard
19--' * 185
*Ton * Type A Hydrated Lime(Slurry)*
*
*
SEVENiy Dollars
*
*
*, *
*
70��
* and NO Cents
*
* -
. *.. * per. ton
20 *15,273
* SY- ...*.6" Lime Treatment of
*
*. * Subgrade
TWO Dollars
* *
*
os
3o9 6S
and F/ vF Cents.
*
: +► *
*.
*:square yard
Denton Municipal'Airport Proposal & Bid Schedule
Southeast Airport Improvements Bid A - Non -Participating Items
Paving,_Dramage and Utilities.Page P&BS -ld p g
PROPOSAL.& BID SCHEDULE - BID A
(NON -PARTICIPATING ITEMS)
Item
*
Quantity .*Unit.* Description.inPrice & Words.*
..
Price in
*._
Amount.
#
*.
*
Figures
#
21
*11,613
* Sy
* 2" Asphalt (Type D)
*
#
% Dollars.
39
an NO Cents
.8
#
#
;► '
per square yard
*
#
#
*
#
*
#
22
*
2,191
* SYAsphalt:Base:..(Type
A)*..
*
*
* S!X Dollars.
*
�S
/'/ 3
*
* and, Fo2Ty'-F/v 7, Cents'
*
#
#
# per square yard'.
#
*
*
23
*
2191
* SY
* 1'-1/2" Asphalt ('Type D)':_
*
*
*
#
TcuO `
Dolllars
*'
c
*
*
*
*
2 9
*
eo
6� 3 S3
and /V//VETY Cents
*
*
*
* per. square yard
*
#
#
*
24:. •
*
10
*Ton
* 2" Asphalt Patch (Type D)
*
#
791e7-Y- .C/yze Dollars
*
o
35 °
°o
3so
and /10 Cents
#"per, ton
.25
#
*
7..1
#
* CY
*
*:Class A Concrete
*
*
Ti4REE AtwN jPEO FIrry Ool tars
-
*
350
and__/S/0 Cents
#
#
*
*
* per cubic yard
*
#
#
*
*
*
*
Denton Municipal Airport Proposal & Bid Schedule
Southeast Airport Improvements Bid A - Non -Participating Items
Paving,.Drainage and Utilities Page P&BS - 19
PROPOSAL & BID SCHEDULE - BID A
(NON -PARTICIPATING ITEMS)
Item- * Quantity
.*Unit
* Oescription.in-Price & Words*
Price in *
Amount.
No..
..
*Figures
..
26 * 5
* EA
* Concrete Mantrole (4')
*
*
*
*
* dLV6 TNousAwo Dollars. *
*
. cc
__
/000
Jr�Q. QO
*:
and ..` /V/0 Cents
*;
*
*
* per each
27 *
*.Ls
,-.Barr.icades, Warning Signs,
**
*
*:
and Detours:". " ..
*
*REE
7-1-1ousAwo Dollars
*
3 0"0
000 -
and. /VO Cents
* ..
..
per lump. sum
28 `.: * 488':'
-*`SY
+ 4° Concrete:Riprap
Tw6NT—Y-F/vE Dollars
*
*
pe
S o
*. and......A10 cents.:;*_
*
*
*
per square yard
*
*"
*
*
24=•: * :: 671
*_LB
* Reinforcing Steel
*
*
*
*
* A/0 Dollars
*
*
*.
0 so. *
S so
33
* *',
*'and . _F<FTY 'Cents
*.:
* per pound
30 * 130
* LF"
* 10" Steel Casing
*
t.` * '`Tc✓E/yT�/;,.., Dollars
*
*
*
*
*
*
00 °—� Z� Co6)0
*
*
* and No Cents
*
*
*
*
*
*
*
* per linear foot
Denton Municipal Airport
Southeast Airport Improvements
Proposal &
Bid
Schedule.
Paving, Drainage
and. Utilities
Bid A - Nan -Participating Items
Page P&BS.-,20
PROPOSAL & BID SCHEDULE - BID A
(NON -PARTICIPATING ITEMS)
Item
*,Quantity.:*Unit
* Description in Price & Words*.Price in.
*
Amount
* Figures
31
*
1 *'EA
* Break into Existing Manhole
*
*
*
*
*
14VNDQED Dollars
0 oo
90
D o d
90
*
*
►`and .. ND` :. Cents:
*
*
* per each
*
*
*
*
*
32 ..
*
2 *. EA ,.
*. Sewer..Cleanout.... .
*
*
* Four NU/VDREo Dollars
*
*
* and i1/O Cents
* �f00 ——
►.:
per each.
*
*
* ,LF :,,►
Remove W' CMP:.
eTwENTY DOFlars
*.>.
*
; .
*'.20
*
and ND Cents..
*
* •.
*
*
*Per, linear foot
* .
*
*::
*
34',
*'
1 * EA
* Break Into Exist. Inlet
Dollars
* oo
-200 -
*
*
o0
000 -
*
*
!,and /VD Cents
each
.
z
.per
*
*
*
*
*
35
*
210 * LF.
* 4" PVC Conduit (GT-80).
*
* * SEvEN Dollars
*
* oe
7.
Cents
*.
*
f
*
*
*'per linear foot
Denton Municipal Airport
Southeast Airport Improvements
Paving, Drainage.and._Utilities.
PROPOSAL & BID SCHEDULE - BID
(NON -PARTICIPATING ITEMS)
Proposal & Bid Schedule
Bid A - Non -Participating Items
Page., PPS. - 21.. .
A.
Item
No...
, *
Quantity
...*Unit.* Description.in.Price & Words*
Price in
*
Amount,
-
*.
*`
fi.gures .
*
.
36
*
180
* LF"
* 4° PVC Conduit (Sch. 40)
*
*
*
*
*
*
*
# 5:EV/ _ IV Dollars
*..
*...'
'
*
�-700
*
eo
and /1/6 ,Cents.
*
*
* per linear foot
*
*
*
37 :.:.
*
1
*: EA
.' * 18." 6:1 Safety Ends
*
*
.
*.
*
*
* FovR 116W.O,eEa Dollars
*
*
�00
�00=
* and o Cents
*
per
*
*
.each
*
38
*
10
FA,"*
27"` 6:T Safety: Ends
*
*
*
,►
FovR UA/A2 a Dollars
*
*
and
�00
/1/6 Cents
*
*
*
*
39-
* '
2
* EA
* 30" 6:1 Safety Ends
*
*
X/11E liyolvagjEg Dollars;
*
'
*
*
*
*
*
SOO oo
*
O�O .p0
and ND Cents
per each
*
*
..
#
40
*
2
*
* EA
*
* 36" 6:1 Safety Ends
*
*
*
*
*
*
*
Dollars
�yuniO�e�p�
00
7,.
SOD • f�;;UQ.d :.
* * and No Cents
*
*
*
*
* * per each
uenzon Municipal Airport -Proposal & Bid Schedule`
S:)utheast Airport Improvements Bid A - Non -Participating Items
Paving, Drainage and Utilities Page P&BS - 22
PROPOSAL &BID SCHEDULE BIO A
(NON -PARTICIPATING ITEMS)
Item # Quantity *Unit Description in Price & Words* Price in * Amount
No.,
*
* Figures ..
* *
qI 4 .6:1.-Safety Ends
* *
* * * S/X N!/ND,P�D Dollars
0
*ti * *y: goo
and ZV 0 Cents
* * *.
per each * *.
M1
Denton Municipal Airport
Southeast Airport Improvements
Paving, ,Drainage -and Utilities
PROPOSAL.& BID SCHEDULE BID
(NON -PARTICIPATING ITEMS)
Proposal & Bid Schedule
Bid B - Non -Participating Items
Page P&BS - 23
B _
Item *.Quantity.
No *
Amount,
*Unit. *Description in Price. & Words*
in
*
*
*:
Figures,
*
*
1
*-
*LS
*Contractor's -Warranties
*
_.
*
* and Understandings
*
*
*
*
*
* rHiRTY Two llu*D2Et Dollars
*
*
200 —
*'
*
*`and ND • Cents
*
*
* per Lump Sum
*
2.' ;
*
►
.' 27
.►'. LF
` *;18".RCP. Storm Sewer.
*
*
Tug A/T y Dollars
*
*
*
W.
*
°° 2 o_
*
—
*
and Njo:Cents
*
*
* per linear foot
*-
*
*
.* 27"' RCP- -Storm:Sewer •.:
.:*' 7cvENTY- Dollars
*
* .
*
ar)d No Cents
*
25°°
*
�� -ZS °o
*
per linear foot ..
.:
4 ..
* ..
80;
* LF :
* 36" RCP. Storm Sewer
*
;►
* ;. ::
Dollars
*
*.
°°
*
*andyo cents
*
* linear foot ..
* ...
*.
*
*
*
*
*
5
*
162
*-LF
* 42" RCP Storm Sewer
w
__..........:..00-._.* .,.,.:-:.,.:.
S /D D
' * and A/ Cents
* * * linear foot
Denton Municipal Airport Proposal & Bid Schedule
Suutheast Airport Improvements Bid B - Non -Participating Items
Paving, Drainage and Utilities Page P&BS - 24
PROPOSAL & BID SCHEDULE - BID B.
(NON -PARTICIPATING ITEMS)
Item * Quantity *Unit- * Description in Price & Words* Price in * Amount.
No... * *> *..
* * *• * Figures.
* * *
6 * 54 . ..,* LF..* $. x 4' Concrete Box ..:_
* * * Culvert
* * *
* * *Iwo yviypQEO'.cjcryDo1lars
O"oo O
*.'.and, o0
25 /3, 50
* * A10 Cents
* * * per linear foot
7 * I,057 *.LF' * 8""PYC Sanitary"Seer
* * *... *.
* * */FTEEN Dollars
* - *.
/.Soo �S. B.SS 00
*:and- ND ' . Cents *.
*'per linear foot *,
* ._
* *
8' * 226 * LF . IV: PVC>Sanitary'Sewer
SEVEN T . FM Dollars *
** ** >*
* o
* ' . ✓
_o0
and _3%OV e
nt
per linear" -foot:
* *
9 * 4,240 * LF- * 80.PVC Water.Line
* *•" *-:.TwELVE Dollars * * o0
* * * o0
*• * 880
Cents ��i
*
* * * per linear foot'
10 * 2,780 * LF * 10H PVC Water Line
•.Dollar
*
* * * and /1W Cents
* *
# * * per linear foot
* *
Denton Municipal
Airport
Proposal & Bid
Schedule
Southeast Airport Improvements
Bid B - Non -Participating Items
Paving, Drainage
and Utilities.,.
Page.P&BS:- 25
PROPOSAL & BID SCHEDULE - BID
B
(NON -PARTICIPATING ITEMS)
Item. * Quantity *Unit
*.;Description.in
Price & Words*.
Price in *
.Amount.. .
No. *
*.,
*.
*.Figures
11 *
22 * EA
*
6" Gate Valve_.
*
*
*
*
*
NuNp4ED r/FT&llarS
*
*
o0
$
7 76.6
*
*}
:00
and /Il0 Cents ..*
*e.
*
*
*
per each
*
*
*
*
*
12 *
11 *..EA
*.8."
Gate Valve
►
►':
*.
6 uwyyeEO Dollars
�000
-174,
*
*
*
and /Vp Cents ,
*
*
per, eactf,
*
*
*
*
*
13 ..: *:
3; , * EA
,*
..10' Gate Valve.
NuNdPEo-Dollars
*
ao *
700
so
*
*
and /►/p Cents
*
*
* *per.
each,
*
*
*
*
*
14=: * '
22 * EA
*
Fire Hydrant.
.SEvEA/ HI&ND[EO' Dollars
00
and NO tents:
*per
each
*
*
*
*
*
15 *20,563 * SY
*
Hydro Mulch Materials
*
*
*
*
*
'
*
*AMDollars
•,-,�,'* tP e �. ,
Jay *, �i: •5�.�
*
:.0
and
SIXTY - Two Cents
*
*
*
*
*
*
*
*
per
square yard
*
*
*
*
*
Or%nton Municipal Airport Proposal & Bid Schedule
Suutheast Airport Improvements Bid B - Non -Participating Items
Paving, Drainage and Utilities Page P&BS.-.26
PROPOSAL &'BID SCHEDULE - BID B
(NON -PARTICIPATING ITEMS)
. Item-,.*.
Quantity..
.*Unit
*
Description in.Price.&Words*
Price -in
.*
Amount:
No.
*
Figures
*
.
16
*
* LS
*
Preparation of
*
*
*
Right of Way
*
*
*
SEvE/y THaysAND Dollars
*
„*
o0
and /V o Cents .
*
*
*
*
*
*
*
*
per lump sum
*
*
*
*
*
*
*
*
*
*
17
*21;403
* CY
*:Unclassified'Excavation
*
*'
*
*
*
*
*
*
*
*
OLE Dollars
00
0
*
and.. NO Cents
*
*
*
per cubic yard
18 . `
c* '_132' -
*Ton
'".Type:
AHydrated.Lime(Slurry)"
*
{
*
+
*
SE`v61V TY Dollars
*
*
°O
*
*
*
*
7060*
9 Z -
*and
.p ;; -Cents
per ton
*
*
*
*
*
19
*10,441
*-SY'
#
6" lime Treatment of
ra
*
*
*
ONE Dollars
*
/ (o_S
*
. /8 �.jZ
*
*
*.,and-.S/XTY
FrvF Cents
*
*
*
per square yard
*
*
*
*
*
*
*
*
*
*
20 * 7,931, *-SY * 2" Asphalt (Type 01
y. .
Dollars
*
S3
*
27 99�0-3
*
*
*
*
*
*
*
and Gif7Y- 711A6,E Cents
*
*
*
*
*
*
*
*
per square yard
Denton Municipal Airport.
Southeast Airport Improvements
Paving, Drainage and Utilities
Proposal & Bid Schedule
Bid B Non -Participating Items
Page P&BS - 27
PROPOSAL & BID SCHEDULE - BID B
(NON -PARTICIPATING ITEMS)
Item
*
Quantity
*Unit
*
Description in Price & Words*
Price in
*
Amount
No.
*
*
*
*
figures
*
*
*
*
*
21
*•2,141
* SY
*
4-1/2" AsphaTt Base (Type A)*
*
*
*
*
*
*
*
*
*
*
*
S /A/ Dollars
*
*-
/ 3, 80 9s
*.
+►...:` .*Nand,
FD,ery-FivE Cents
*..
*
*
*
per square yard
*
*
*
*
*
*
*
.22
*
29141. ..
* SY.
*,1-1/2"_.Asphalt;(Type.0)
#
;:-:::TL✓0.,: .: Dollars
*
*
*
*
2 7 Ci
*G209
and /V//VF7�Y Cents
*
_. ;:
,► :
*
per square yard
23.
*
10
*Ton
*
2";.Asphal:t Patch (Type;_D.)
;►s 3 : *>`.TN/STY"-'FIyE
DoT.Tars.
3�
3 `�
*
*
*
and lVo Cents
*
*
*
*
*
*
*
*
*
*
per ton
*
*
*
*
*
*
*
*
*
*
24:.
*
' 7.1
* CY
*
Class A Concrete
*
*
*
*
*
#yV,0B_go Fio7lDo l l ars
*
*
350-
*
*
*
and/VO Cents
*
*
*
per cubic yard.
25
*
3
* EV
*
Concrete Manhole (4')
dNE 711oj15,4
VD Dollars
1006 —
*
*
*,and NO
Cents
per each
*
*
*
*
*
Denton Municipal Airport Proposal & Bid Schedule
Southeast Airport Improvements Bid B - Non -Participating Items
Paving, Drainage and Utilities Page P&BS - 28
PROPOSAL '& BID SCHEDULE - BID 8
(NON -PARTICIPATING ITEMS)
Item
*
Quantity
*Unit
*
Description in Price
& Words*
Price in
*
Amount
No.
*
*
*
*
Figures
26
*
* LS
*
Barricades, Warning
Signs,
*
_.
*
*
*
and Detours
*
*
*
*
*
Tf/7No�s�o-.�.o
Dollars;.
*
*
*_and
NO
Cents
*
*
*
*
*
*
*
*
per lump sum
*
*
*
*
*
*
*
*
*
*
a
27 •
*
> :413:
SY
4 :;Concrete: Riprap
"r
.
*
*
*
TwENTy- F/v�'
Dollars
*
*
00
o°
325-
and =/i�D Cents
per square yard
E
*
*
*
*
*
28
*
671
* LB
*.Reinforcing
Steel`
Dollars
.
*
Q
*`
33s sa
*
*
*
and �'/firY
Cents
*
*
*
*
*
*
*
*
per pound
*
*
*
*
*
29_�
*
130
* LF
*
10" Steel Casing
*
*
*
*
*
*
*
*
7WFN7Y
Dollars
*
*
QO
60
20
,►
*:
and �0` .:
Cents
*.
per linear foot.
*
30
*
1
*'EA
*
Break into Existing
Manhole
*
*
*
*
*AwNE
*
t/uN.ORED
Dollars
*
*
9oDoo
*
90o pO
and A10
Cents
*>
*
*
*'per
-each
Denton Municipal Airport Proposal & Bid Schedule
Suutheast Airport Improvements Bid B - Non -Participating Items
Paving, Drainage and Utilities Page P&BS - 29
PROPOSAL & BID SCHEDULE - BID B
(NON -PARTICIPATING ITEMS)
Item * Quantity *Unit * Description in Price & Words* Price in * Amount
No... * * : * . .. * Figures
*
31 * 1 * EA * Sewer Cleanout
NUNOR�o Dollars * oo
7-V * o°
* *
Cents . *, *:•.
per each
* * * * *
*
32 * ....48: * LF * Remove 36" CMP
ENty Dollars
* * * and /10 Cents
* :;; . *•. per linear foot. ;
33 *+ 1. *, EA% * Break; Into _Exist, Inlet. * *.
*Two <IuNO¢ED Dollars :
20�
and 'Alo Cents
* * * * *
per each
34= * 150
* LF
*
4" PVC Conduit (GT-80)
*
*
sEvEN Dollars,
*•
* AO
*
*
*
and ^/p Cents
*
linear foot`'
35 * 150
* LF'
*
4" PVC Conduit (Sch. 40)
*
*
*
*
*
*
*
*
SEvEN Dollars
* O0
*
*
*
and No Cents
*
*
*
per linear foot
Derton,Municipal Airport Proposal & Bid Schedule
Scutheast Airport Improvements Bid B - Non -Participating Items
Paving, Drainage and Utilities Page P&BS - 30
to
PROPOSAL & BID SCHEDULE - BID B
(NON -PARTICIPATING ITEMS)
Item .* Quantity *Unit * Description ; in. Price &.Words* Price in * Amount
No. *. Figures
* *
36 * 1 * EA * 18° 6:1 Safety Ends
* * * FOUR #j1N0260 Dollars
00
0
and- iV U Cents.
* * * per each
* * * * *
* * * * *
37 * 10.. * EA . * 27" 6:1 Safety. Ends
Dollars *..
QUO o�
* * * and _j[D Cents * �00 — * �/
*`per.. each
* *.
* * * * *
38 * 2: * EX * 36" 6:1 Safety :Ends
NUNDkEO Dollars *' * : :
* 50006 * ao
* , * and iil Cents * * . �j D0O --
per.. each ..
* * * * *
39: * 3 * EA * 42". 6:.1 Safety Ends
,►. * . , ..: *, 5/X LfiiA/Wj!c/J Ool lars * 1-0
o * ... 0
* *;.
* * * and NO Cents * IOOU _ * lj 8�
* * *"per each
SUB -TOTAL ITEMS 1 39 - CITY OF DENTON, BID B (NON -PARTICIPATING) $ 33 2) 7/ Y 99
Denton -Municipal
Airport
Proposal &
Bid
Schedule
southeast Airport Improvements
Bid
C - Non -Participating
Items
Paving, Drainage
and Utilities_
Page
P&BS
- 31
PROPOSAL & BID SCHEDULE - BID
C
(NON -PARTICIPATING ITEMS)
Item * Quantity *Unit
*
Description in Price & Words*
Price in
*
Amount_
No. * ..."..
*
*
Figures
1 *
* LS.
*
Contractor's -Warranties
*
*
*
and Understandings
* :
*
TNiQ7Y-F°�r .yPAIAOIC 0ol1ars
*-
o• *
o0
*
*
*`and..
.. /0 'Cents
*
*
*
per Lump Sum
*
*
*
*
*
2 *.
27`. LF.
*
181 RCP Storm Sewer
*...
Dollars
*
*
°°
20°°
*
* :
*
*-and
/V D Cents
*
,
per linear foot
* .
*.
*7.
*:
2Zu•RCP".Storm ,Sew er...:,..
*..
. _ ...
*
Dollars
*
:...
*
°a
Z006)
*
*
*
and No Cents
per linear foot
*
*
*
*
*
*
*
*
*
*
4 " ."*
80 .. * LF .
*
30" RCP.Storm Sewer
*
*
,►'
*
*
*
TNIe7-Y Two Dollars
*
*
Qo
3 _
*
O 00
*:
and Cents
. *
,►:.:
.*:linear
foot
*
*
*
*
5 *
102 * LF
*'42"
RCP Storm Sewer
k a =CIFT:lf: Dol}ars
oo
-o_a �I
v
,,
60
S l00
*
*
*
and /VD Cents
*
*
*
*
*
*
*
*
linear foot
Denton Municipal Airport :Proposal & Bid Schedule .
Southeast Airport Improvements Bid C - Non -Participating Items
Paving, Drainage and Utilities Page P&BS
PROPOSAL '& BID SCHEDULE ---BID C
(NON -PARTICIPATING ITEMS)
Item * Quantity. *Unit * Description in Price & Words* Price in * Amount
No. * * .. * . *. Figures.
6: *' 54 * LF,' *, 8' x 41. Concrete Box
* * * Culvert
* * * *
* * *Two NuNDe6o ocIrrY ollars * oo * 2 00
* * * and /`/0 Cents
* * * per linear foot.
* * * * *
7*..2,476.
*:,LF
.* 8" PVC.Sanitary
Sewer:
*
*
* FIFTEEN
Dolars
l_
*
*
*
* Soo
* 3 —
*
*
*: and
Cents * ..
*: per linear foot-
. , . *•
*, . _.,
8` *,.:. 220
*. LF
..* 10.'„ PVC Sanitary Sewer.:... ,
*
*' SEv,ENrF6w' ool:lars
*
*
f76o
*
o,
3 711La--
*
*
* and. /Vo Cents
,►"per linear foot
9 *-4,240
* LF
* 8" PVC Water. Line
*
*..
,r:,.` %li✓EGyE Dollars
and,%�l U Cents
Per linear foot
10 * 2,780
* LF
*'10" PVC Water Line
Dallars00
*
*
* and A16 Cents
*
*
*
*
*
*
*
* per linear foot
Denton Municipal Airport Proposal & Bid Schedule
Southeast Airport Improvements Bid C - Non -Participating Items
Paving, Drainage and Utilities Page P&BS - 33
PROPOSAL & BID SCHEDULE - BID C
(NON -PARTICIPATING ITEMS)
Item
* Quantity *Unit
* Description in Price & Words*
Price in
*
Amount
No:
Figures .
EA
* 6" Gate Valve_.
N&AfAe" FiCTr0o17ars
*
*
o,
350
*
eo
-
70 0
*
*
*'and /1/ D - Cents
'
.*'per each ..
*
*
*
*
*
*
*
*
*
*
12
*
it
* EA
*' 8" Gate Valve.
:
Dollars
*'
*
00
vd U —
*
*
* and A/p Cents
*
*
T>
*'per each
*
*
*
*
*
13
*
3.
.*-EA
,► 10."'Gate. Valve
y
L/utit7QEDDo11'ars
*'
o .
*
*
*"and' Cents
*
*
*.,per, each `<
14 .
*
22
* EA
* Fire Hydrant
../fuNa,9 ✓ee ollars'
*
*.
oc
*
_
*
ZQQ_
*
-
*
*`
and Cents
.ND
per each
15
*20,138
* SY
* Hydro Mulch Materials
*
*
* A/0 Dollars
*
*
S4
8 ti
* per square yard
*
Denton Municipal Airport. Proposal & Bid Schedule.
Southeast Airport Improvements Bid C - Non -Participating Items
Paving, Drainage and Utilities Page P&BS - 34
PROPOSAL &' BID SCHEDULE" BID C
(NON -PARTICIPATING ITEMS)
Item
* Quantity.
*Unit.*
Description in Price & Words*
Price in *
Amount
No.
* .:
*
*....,
*,Figures..
16
*'
*'LS`
*
Preparation of
,►
_: * ..,
*
*
*
Right of Way
*
*
*
*
*
*
*
*
-5g74nv 7#0s qpp Dollars
*
*_
*.and
ND .. .. .. Cents
*
*
*
per lump sum
*
*
*
*
*
*
1T
*22,443
*. CY
*'Unclassified
.Excavation:
*...
ONE - Dollars
and A/ D Cents .
per cutirc yard.'
-
Ton
Type,A,; Hydrated' Lame(Slurry)
*
,►
*
SE�E�Yz-y Dollars
*
*
o SZv E0
*
*
*
and /D Cents
per. ton
19 *11,267
* SY .,*
6" Lime Treatment. of.
.,.
*
*
* Subgrade..
Dollars
d ' FiUc..:.Cents
_tiY7Y=
square yard
*
*
*
*
*
20 * 71915
* SY
* 2" Asphalt (Type D)
*
*
*
*
* 3,
27/3
*
*
* and GiFTy- 7!62EF
Cents
*
*
* per square yard
*
*
*
*
*
Denton Municipal Airport
Proposal & Bid
Schedule
Southeast Airport Improvements
Bid C - Non -Participating
Items
Paving, Drainage and Utilities
Page P&BS -
35
PROPOSAL & BID SCHEDULE - BID
C
(NON -PARTICIPATING ITEMS)
Item * Quantity
*Unit
*
Description. in Price & Words* Price in
*
Amount
No. * ....
_* ... ..
*
* Figures.'
21 * 2,191
* SY
*
4-1/2" Asphalt' Base (Type A)*
*
*
*
SAX Dollars
*
* �s
*
9s
/ /3% —
and FOQTy-Fiv,6 Cents.
per square yard
*
*
*
*
*
22 * 2,191
* SY
*
1-1/2" Asphalt (Type
*
*
*
Z-uj p Dollars
* _
* 2
* ...
�. 3 53 90
.
*
*
*
and AI/N)5 T % Cents
*
*
*
...per,
square. yard
*
*
*
*
*
23 * 10
*Ton
. *:2"
Asphalt Patch {Type Q)._
• *
*".
+►::Tff/P
-Y l Dollars",►
oo:
►
3SO _a
*,
*:
*'and
it/U Cents
*
* *
*
per �i on :._
*
*
*
*
*
*
24•. . * • 7.1
* CY
*
Class A Concrete
ollars
and AID Cents .
.
*"per
cubic yard:
*
*
*
*
25 * 5
* EA
*
Concrete Manhole (4')
*
*
*
OAlE rflQusAn�/� Dollars
Cents
* * * * *
* * * per each
DRnton Municipal Airport Proposal & Bid Schedule
Southeast Airport Improvements Bid C - Non -Participating Items
Pawing Drainage and Utilities. Page P&BS - 36
'PROPOSAL-& BID SCHEDULE BID C
(NON -PARTICIPATING ITEMS)
Item
* Quantity
*Unit
*
Description
in Price
& Words*
Price in *
Amount
No..
* :.
* . "
*.
*:Figures
26 :
* '
*'LS
*
Barricades,
Warning
Signs,
*
=-
*
*
*
and. Detours
*
*:
*
THeEE 7Nvuswd
Dollars
*
C C *
-*
o0
3000-
*..
*..
and IYo`
Cents.
*"
per lump sum ..
*
*
*
*
*
27
* 312
* SY ..*
V Concrete.Riprap
*"
?uiEniTy-
/i�E
Dollars
Zs-
7 80
*
*
*.and
A/jo
Cents.
per square yard.
*
*
*
*
*
*...
LB
*
Reinforcing,
Steel'
*
*
A/0
Dollars335
*
*
*
and /F7-Y
Cents
per pound
*
*
*
*
*
29-."-. * 130
* LF:
*' 10" Steel`.Cas.ing
*
*
* Zazi l7y Dollars
*' oo
* Z
�000 00
* -
*
*
* and to Cents
_
*=per linear foot.
*
*
*
*
*
30 *
1 * EA
*
Break into
Existing Manhole
*
*
*
*
*
Dollars
*
*
*,and
NO
Cents
*
*
*
*
*
*
*
*
per each
_. -..nr_ _..-,
Danton Municipal Airport Proposal & Bid Schedule
Southeast Airport Improvements Bid C - Non -Participating Items
Paving, Drainage and Utilities Page P&BS - 37
PROPOSAL'& -BID SCHEDULE `- BID C
(NON -PARTICIPATING ITEMS)
Item * Quantity *Unit * Description in Price & Words* Price in * Amount
:*:Figures •.
31
v2
* EA
,, Sewer Cleand.it
*
*
* Fodk '41IN0"P Dollars
*
oo
*
goo 60
*
*.
*.and- No Cents..
*
*'
.
* "
* per each
*
*
*
*
*
32
*
48
* LF
*.Remove 36" CMP
ZcJfA.)TV -: Dollars
e
*
*,.
V
*
oo
Zo —
o
9(P 0
*
*
* and. /V q Cents
* .
per linear foot
*
33
*
L
* EA:
*:BreakrInto .Exist.. Inlet
*
*:
*..Tc✓o HyNt� CEd' : Dol l ars-
*'
.
oa
U
ZC)
and .. NO Cents.
*
*
*
*
per each
34
*•
150
* LF
* 4" PVC Conduit (GT-80)
$ Ef/FAV ..Dollars.
00
*
*
* and N O Cents
*
*::
,►. per, l bear foot
*
.`
35 .
*
30
*.LF
* 4" PVC Conduit (Sch. 40)
*
*
*
UEfIJ Dollars
*
*
210 00
Y:•. 41 -.. ! *�,?y �hV •^4 *,R' *: _r � 2y .. .h A'..' L L
,►, < *`arid JFfO -Lents
..
a r. .eS)f .
*
*
* per linear foot
*
*
*
*
*
Benton Municipal Airport Proposal & Bid Schedule.
Southeast Airport Improvements Bid C - Non -Participating Items
Paving, Drainage and Utilities _ _ Page P&BS - 38
PROPOSAL &;BID'SCHEDULE BID'C
(NON -PARTICIPATING ITEMS)
Item
* Quantity
*Unit
* Description in Price
& Words*
Price in
*
Amount
Na....
*
*_
*
*-Figures...
* .
36' .
* ..
1; .. ..
*.EA,".
*'18"6:1 Safety Ends
*
*
*
Dollars
*.
oo
*and il/o
Cents
*
*
- .
*
*
*
*.
* per each .
37
*
.2 -
* EA
* 27" 6:1,_ Safety Ends
*
*
*/—vy7L 'Hutio�eEo
DollarsAIM
/f0U —
*
*
*,and NO
Cents
*
.
*
*
**
*
;►
*; Per each:..
4.
38
*
.2
* . EA
., * 30" 6:1 Safety. Ends..
*
.
L14;i ),OeXot O61l ars:.
*
� oa
5�
*
Q O
OO6)
*
*
?► and /V D
Cents.
.
each;
r,
in
39-.
* •
3
* EA
* 42" 6:1 Safety Ends
*
+►
* S/H. f1,(Ix, D
Dollars
*
*
* and /)p
Cents
*
*
*:;per each'
*:
,
SUB -TOTAL
ITEMS
1 - 39
- CITY OF DENTON, BID C (NON -PARTICIPATING) $
Denton Municipal Airport. Proposal &Bid Schedule
Southeast Airport Improvements Bid D Non -Participating Items
Paving, Drainage and Utilities, Page P&BS - 39
PROPOSAL & BID SCHEDULE BID D
(NON -PARTICIPATING ITEMS)
Item * Quantity *Unit * Description in Price & Words* Price in . * Amount._
No.: * * * * Figures
* -
1 * * LS * Contractor's -Warranties * --
* * * and Understandings *"
* *`` *TwE,✓rV-5E�£« t►vwgrpDoIIars * oo
2j 700L * 2700,
*
* * *-and Aln Cents * *"
* * * per Lump'Sum
* * * * *
x
x.
2 *
27 ,c: LF ',
* 1$".. "RCP Storm Sewer
*
*
* TwEivTV Dollars
*
oo
00
*
*
*
*
Zo
and �iY p Cents' .
per linear foot
*
*
*
*
*
3. * -
`.:.80 *: LF.:
*:27"` RCP Storm Sewer
.
fwF-AlrY-,ciyl Dollars
*
*
*
DOO °-
and:. lid_ . ;Gents
*
• _„ *, > -.
* per 1-inear foot:
*...,.
*
.
*
*
*
*
*
102
*: LF
*42 : 'RCP Storm Sewer
.:
Dollars..*
*
eo
*:.and .:/1/U
.:Cents
*:.
*....
*
*
* linear foot
*
*
*
*
*
*
*
*
*
*
5 *
54
* LF
*-8' x 4' Concrete Box-
*
`� yv'_*
a "+'� �.;. ,�y
Culvert
i s§ 'i�
-
,'. f_
�� •. i x!`3j,
-_
.�iy
x .i'.-art
Tie h+o ua2Fm FFr1
Dollars
* ��� �o
*
_
0 00
�3Y 50
*
*
* and A10
Cents
*
*
*
*
*
*
*
* per linear foot
*
*
*
*
*
Denton Municipal' Airport Proposal & Bid Schedule
Southeast Airport Improvements Bid D - Non -Participating Items
Paving, Drainage and Utilities Page P&BS - 40
PROPOSAL & BID SCHEDULE BID:D
(NON -PARTICIPATING ITEMS)
Item *.Quantity *Unit:* Description. in Price & Words* Price. i,n *. Amount
*
Figures' *
-* . , 057 Sanitary Sewer *. .. *.
* * * TEEN Dollars
* * * * eo * . BSsoo
and /i/ 0 : Cents . /5
foot
7 * 220 * LF * 10" PVC Sanitary Sewer
* *' *.. s✓EtiwTEEV. Dollars.;*
* * * and /1/0 Cents.
per linear foot
* * * * *
8 * 4,240 * LF. * 8" PVC Water Line
DollarsSO/g8o pe
*: *
* * and �/D Cents *.
9 * 2,780 * LF * 10" PVC Water Line
/6N7/_E/V DolLars *" J8 p0 _ * / Q O 00
and Cents
*:.per.linear,.foot.; *...
10 * 22 * EA * 6" Gate Valve
F/Afy Dollars * * Q
00
oe
en
= r
* * * per each
* * *
Denton'Municipal
Airport
Proposal.& Bid
Schedule
Southeast Airport
Improvements
Bid D - Non -Participating Items.
Paving, Drainage
and�Utilities
Page P&BS -
41
PROPOSAL & BID SCHEDULE - BID
0
(NON -PARTICIPATING ITEMS)
Item * Quantity *Unit
*'Description.
.in Price & Words*. Price. in.
*
Amount,.
No:
.. *
*..
* Figures
*
.
11 *
11 * EA
*
8" Gate Valve -
*
*
*
co) y? r "(LO£ p Dollars
:*
*
o0
-
*
*
**
ADD°.°.*
Ov
*
*
*
and p Cents"
*
*
*
*
per each
*
*.
*
*
*
*
*
12 *
3. * EA,
*
10" Gate Valve
S,EyFry wNw,5p Dollars
*
760
*
*
*
and /j/p Cents
.
*
*
per, each .
13. * .'
22 * EA "
.
Fire" Hydrant
...
'
Ndw02FD Dollars
* DO
*
* :
00
�J�; VDU
*
*
*
and A/6 Cents
„ *
per each.`
*
*
*
*
14; *14,866
* SY
*
Hydro Mulch Materials
*
*
*
and 5/a 'i �/� T[✓p Cents
*
*
i
*
*
*'per
square yard:.
*
*
*
*
*
15 *
* LS
*
Preparation of
*
*
*
Right of Way
*
1 €C..::"xt*
* *
�,
Five'• �,aYeusAivd "DO1rT�rs
*
- `-ep
*
.
k 3r
moo
*
*
*
and l�0 Cents
*
*
*
*
*
*
*
*
per lump sum
Denton Municipal Airport Proposal & Bid Schedule
Southeast Airport Improvements Bid D - Non -Participating Items
Paving, Drainage.and.Utilities Page.P&BS,- 42-
PROPOSAL & BID SCHEDULE - BID D
(NON -PARTICIPATING ITEMS)
Item ..*.Quantity..*Unit Description. in Price & Words* Price..in. *. Amount'
No." * * Figures
16 *19,236 * CY * Unclassified -Excavation * --
* * * * *
ONE Dollars.* 06 * (%/.Z3,/ ao
* /. * / /9p
* * and /1/1:� Cents
* * * per cubic yard
* * *
17. *
*Ton.
*.
Type: A:. Hydrated Lime(Slurry)*.
.84.;
*
*
*
*
*
*
TY Dollars
*
*
oo * ov
70 - * S 88Q -
*
*
*
and Al 0 Cents
per ton
*
*
*
*
*
*
*
*
*
*
18 * 6 935
* SY
*
6" Lime -Treatment of
* .Subgrade
*
*
* D�i/E Dollars
*
! � s
* 75
��/2
*; and . 5/�Yz :%F/U.E -Cents
*
*.
*'square -yard'
*
*
*
*
*
s
19 '' *
4,23 . * SY
* 2" Asphalt (Type D)
;:.*
::.... a :,
...
•: ,.
%/7/"zF Dollars
53
*
*
per square Yard
*
*
*
*
*
20 * 2,141
* SY * 4-1/2" Asphalt Base
(Type A)*
*
* * and -Io e T y
Cents
*
* *
*
*
*
* * per square yard
*
* *
*
*
Denton Municipal Airport Proposal & Bid Schedule
Southeast Airport Improvements Bid D - Non -Participating Items
Paving, Drainage and Utilities Page P&BS - 43
PROPOSAL & BID SCHEDULE = BID D
(NON -PARTICIPATING ITEMS)
Item
*
Quantity
*Unit
*
Description in Price & Words*
Price in
*
Amount
'... No...
.*
.:.... ,.:.*:.
...
*
*
Figures:.
*
.
21-
*
2,141:.,..
* SY
`*`1-11
V AsphaTt(Type 0)
..Dollars
Z 8 po
*:°and
Cents
*.•
*:
% .
.
per square yard
*
*
*
*
22.'
*
10
*Ton
*
2" Asphalt Patch (Type D)_
*
*
*
7`ff4 %Y -F/yE Dollars.
*
. p
35,
35v-
*
*
*
and /J��) Cents.
*
*
�►
per ton
*
*.
21.
*
7:1 '._
* CY
*-Class
A Concrete:
FiFlrOol l ars
and do Cents
per cubic yard
24_ *.
3 * EA
*
Concrete Manhole (4')
Do1.1_ars
*.
!�
*
*
*
and No Cents
*
•:,►
*.:
r
per each:
25 *
* LS
*
Barricades, Warning Signs,
*
*
*
and Detours
Doljar$
�• * '� '
*
*
*
and /VA Cents
*
*
*
per lump sum.
Denton•Municipal Airport.. Proposal. & Bid Schedule
,Southeast Airport Improvements Bid D - Non -Participating Items
Paving, Drainage and Utilities Page P&BS - 44
'PROPOSAL &'BID SCHEDULE - BID 0
(NON -PARTICIPATING ITEMS)
Item * Quantity *Unit *Description..in Price & Words* Price in * Amount
No.. : * *. .. * * Figures .
* * * * *
26 * ' 237 * SY .* 4"' Concrete Riprap
* * T4/E./ZY-F1b4f ollars od
and /Vl Cents •
.
per square yard
27 * 671
* LB
*
Reinforcing..Steel ..
*
* -
Dollars
*
S
*
*
*
and rY Cents
*
*
per pound
*
28 * 130.
* LF
*
10" Steel Casing
ry :':;Dollar
*
=
*
o0
and A/ Cents
'.;..per linear foot ,.
w
*
29. *
1 *
EA * Break into Existing Manhole
�ldwdQ� Dollars
*
*
* '%d
�
;►
o
ADD —
*
*
* and /I/ U
*
...
* ;.
per each
*:.
30 *
1 *
EA * Sewer Cleanout
*
*
*
*4uy/1 #cwo/QEo Dollars
*
*
d
"
C
+r`
` K+► a ► arltl_Lj�� `Cents
•
*
*
* per each
Denton Municipal Airport Proposal & Bid Schedule
ScutKeast Airport Improvements Bid D - Non -Participating Items
.Paving,. Drainage. and Utilities Page.P&BS - 45
PROPOSAL & BID SCHEDULE - BID D
(NON -PARTICIPATING ITEMS)
Item. * Quantity. *Unit *• Description in Price &..Words* Price in * Amount
No. * * *. *'Figures. * .
* * *`
*..
31 * 48 * LF * Remove 36" CMP *`
* ,: *...7-6c1,6A, rY Dollars * 00
< �p
and ^/lJd Cents
* * * per linear foot
* * *
32 * 1_; * EA * Break Into Exist. Inlet
�vk.D,BFl� Dollars.* 77
* * * * live Ov *. .00 ao
A10 Cents,
. *: per each .. ..
* * * *
33 * 90 - *:LF*:40 PVC Conduit (GT-80).
* *
Dollars *. * 06. ..
* * * and Cents
`per..l Tnear foot
* * *
34, . , *.-:. .. 1 _ ...*.EA : * 18" .6:1 Safety.. Ends:. '
* .
<l�w4MAC UoTlars
* * * * �aQ 00 1�Q0
* ' * and &:C) Cents
. * per.. each
* * * * *
35 * 2_ * EA * 27" 6:1 Safety Ends
* * * and Cents
* * * per each
* * * * *
Denton Municipal Airport Proposal & Bid Schedule
,Southeast Airport Improvements Bid D - Non -Participating Items
Paving, Drainage.and Utilities Page P&BS - 46
PROPOSAL & BID SCHEDULE - BID D
(NON -PARTICIPATING ITEMS)
Item * Quantity. *Unit * Description in Price & Words* Price in * Amount
*... * ...;r. .. *..Figures ,* .
*
36 * 3, , EA * 42" 6.1 Safety Ends
* *., C/X 1LIJ -Ar—w Dollars * _* 00
and . N6'
Cents. * . � *.. l eoC�."
* * per`each
* * * *
SUB -TOTAL ITEMS 1 - 36.:- CITY, OF DENTON, BID D: (NON -PARTICIPATING) $ Z83� 5Z77 �'
Airport Paving Improvements, FAA AI 3-48-0067-03 Page P&BS47'.
Southeast Airport Development, City of Denton
Denton Municipal Airport. -.Denton, Texas
PROPOSAL SUMMARY
Working Days
-Allotted Under_
Contract TOTAL AMOUNT BID
SCHEDULE N0. 1-BASE BID, FAA AIP 3-48-0067=03' 60 $ 225' (0(00'0
ADDITIVE BID NO.. 1, FAA AIP..3-48-0067-03 25
ADDITIVE BID NO. 20 FAA AIP 3-48-0067-03 20 $ 3(n, 532�
SOUTHEAST AIRPORT IMPROVEMENTS, BID "A's 80 $ /71021 1'15 G8
SOUTHEAST AIRPORT IMPROVEMENTS, BID 'B 65 $ 332 7/ Z/
SOUTHEAST AIRPORT IMPROVEMENTS, BID "C" 70 $
SOUTHEAST AIRPORT IMPROVEMENTS, BID "D" 55 $ Zb %
As previously'stated, work on both FAA AIP 3-48=0067-03 and City`of Denton
Southeast Airport Paving, Drainage and Utility Improvements will be performed
concurrently by.one.prime. contractor, so. please. complete the following
Proposal Sam Aey Sheet which itemizes po§"sib.le bid combinations:
V Q� � OG✓
PJ
A' t Pavin Improvements FAA AIP"3-48-0067-03 Pag, 0so S 48'
�rpor g 9
Southeast Airport Development, City of Denton
Denton Municipal Airport - Denton, Texas
PROPOSAL SUMMARY
FAA AIP ,Contract * SE Airport Contract * TOTALS
Project Working * Improvemts: Working * OF BID
Days * ,,..." (City) Days * . COMBINATIONS
Base Bid
Sch.No.1 * Bid
* *
$ z2s �00°60 "a° =�h`o2 / "90 $ C�Z7 os�g
*_
$ ._ 11 60 *. «B $ 937, 7/ %65 * $ SSS 3 q..:
$ ►r 60 *.. mom $2831,q7755 $"S69f 137 —.
Base. Bid and..
Additive No:l
$ 27Z8q8'«60/25
*
«A«
li
80'
*
*
$ 67% L3
'
;' 11 60/25
*
, *
«B«
$.: �!
65 .
*.
99
$ �o/D� Slv2
$ 11 60/25 ` ..
*.
«C«
I (
70
$ rl 60/25
*
«D«
$ � r
55
�� of
$ ,SG 3Z S
s.
Base Bid and
Additive No.2
,A"
a :".
80
z�
338
*
"BI
" ^
65
$ ! 60/20
$ rr
rr 60/20
*
«C«
,$ `' II
70
.;
.:l� 60/20 .,
*
*
Loom
(t
55
*
$ ;LII 56 Q 91
f
Base Bid and
Additive Bids
$ f� go ��60/25/20
*"
.A«
1.1
80
*
$
$ Il 60/25/20
"B"
$ cr
65
$ G�7
$L60/25/20"
*
"C"
$ t
70
*
$
$ 11 60/25/20
*
"D"
$ .11
55
*
$Sl`7. Y57 Gr
Airport Paving Improvements, FAA AIP 3-48-0067-03 Page PUS - 49
'Southeast -Airpor-t.-Development,..C.ity_of. Denton_ -
Denton. Muni cipal. Airport -.:Oenton,::Texas
CONTRACTORS INFORMATION - ARITHMETIC.DISCREPANCIES
(a) For the purpose of initial evaluation of bids, the following
-wi-l1 be - utilized -in reso.lv'ing arithmetic discrepancies' :found -on •the face�of
the bidding.schedule as'.submitted..by bidders:
(1) Obviously misplaced decimal points will be corrected.
(2) In case of discrepancy between.unit price and extended
price, the unit price will govern..
(3 Apparent errors in extension of unit prices will be
corrected; and
(4) Apparent errors in addition of lump sum and extended
,prices will. be. corrected.
(b) Foe' the* purposes of bid evaluation; the City of Denton will
proceed on the assumption that the bidder extends. his bid to be evaluated
on the basis of the unit prices, extensions., and totals arrived at by reso-
lution of arithmetic discrepancies -as provided above and the bid will be•so.
reflected.on.the abstract, of .bids.. .
Bid or Proposal- Form. To effectuate the.foregoing requirements, the
sponsor, is required to; inc.lude`in,the.bid.:or, proposal form a statement. _...
substantially, as,follows,r
The Bidder., (Proposer) shall complete the following statement, by
checking the appropriate blanks:.: ;
The Bidder,,(Proposer) 11as.. ,L has not.. participated in.a.pr-evious
contract subj6ct.to`the'equal. opportunity clause prescribed 6y Executive"
Order 10925'. or Executive Order 11114', or Executive Order 11246.
The Bidder (Froposer) has:. has not submitted al.I compliance
r.
eeports,i.n connect_ion;w.ith Any >.su contractsue under. the applicable:fil
ing requirements; and that representations indicating submission of re-
quire& compliance reports signed: by proposed subcontractors will'be.ob
tained.prior to. award.of.subcontracts,,.
If -the Bidder.(Proposer):has participated in a previous contract sub-
ject to the equal opportunity clause and has not submitted compliance re-
ports due under applicable filing requirements, the Bidder (Proposer) shall
submit a compliance report on Standard Form 100, 'Employee Information
Report.EEO-1' prior, to the award of contract".
Th6 undersigned `certifies 'that the bid' prices containea in tors proposal
have.been carefully checked and are submitted as correct and final.
Airport Paving Improvements, FAA AIP 3-48-0067-03
Southeast Airport Development, City of Denton
Denton-Municipal'Airport.- Denton, Texas -
Page PUS - 50
The Bidder will.submit and.will cause to be submitted by each contractor, a.
certification that the prospective prime contractor or subcontractor does
not and will not maintain any facil,ities.he provides for his, employees, in..a
segregated manner, ot'permit..his' employees to,perf6rm theirservices at any
location under his control, where segregated facilities are maintained; and. `
that he.w.ial obtain a similar certification prior to the award to. any non-
exempt subcontract.
In the event of the award of a contract to the undersigned, the undersigned.
will appear before the authorized..representative.of the Owner and furnish-
PerIformance.and Payment Bond 'for .the full amount of Ahe contract, with
sureties°offered by
and
to secure proper compliance with a terms and provisions of t e con ract
to insure and guarantee the work until final completion and acceptance, and
to guarantee payment of all lawful claims.for.labor performed and materials
furnished jn:fulfI1,lment... f the contract...
The work proposed to be done shall be accepted when fully completed in ac-w
cordance with the plans: and specifications, to the satisfaction of the .
Engineer. ...
Receipt is hereby acknowledged'of the following addenda to the contract
documents:.
Addendum No: ` I' dated: Received " v je,14�P7
Addendum.No.:. 2; dated. mWjjp7Received. 2K., 3e.i4Q7
Addendum No, 3' dated Received: —�-
Addendum No..4 dated' Received
This is a proposal of
�F�4..t.^Lo a�.0 ors. e�+roK
a.corpora ion organize and exis i�.under the laws o state of
or.a partnership consisting of
.or..an"indi:vidual:.;doing.
f
, de
:e
/77V
ire s ,
e 1Ip B^L
ADDENDUM #1 - BID #96U5 R i C G IV E U
SUNM()UNT
DENTON MUNICIPAL AIRPORT' NOV 181981
AIRPORT PAVING IMPROVEMENTS AND
SOUThEAST AIRPORT PAVING, DRAINAGE AND UTILITY IMPROVEMENTS
This addendum was necessary to explain the differences between
Bid's A, B, C, and D on the City funded portion of the
project. Some drawings are also included to reduce possible
confusion. -
1. Bid A - Encompasses the entire project and all
improvements. 80 work days
2. Bid B - All improvements shall be built except the paving,
drainage and sewer on Baseline B. This is also shown as
Road B. 65 work days
3.. Bid C.r All. improvements on Road A, .Road ..B, all :water
lines in the project and 900 feet of Road C heading south
are to be built. The street and drainage improvements on
Road C from the 9U0' point south and then west would be
eliminated. 7U work days
4) Bid D - This combines the reductions of the bid on Road B
and Road C as described in both 2 and 3. The actual
improvements constructed would be along Road A and 9UU'
down Road C, all water lines in the entire project, and
sewer improvements that follow Road A.
The intent is to fund all projects but the certificates of
obligation have been issued which limit the total available
funds. : The low bid_ -price will. allow, the City. to make a final
evaluation.
U507E
ROAD C
0
I
0
0
m
cn
m
�
z
ao
al
�
of
�
I
.
si.
I
Z c
I
st.
s..
s.s_
..
..
ROAD A
i
I
'1
I
�I
S
ml
"I
1
I
I
z
�
I
I
I
F
I
i
i
as S.1
D
rm
9
9,r
Aml�
SUNMOUNT
CORPORATION
GENERAL CONTRACTORS
City of Denton
Purchasing Department
901B Texas Street
Denton, Texas 76262
---ItECEy�E�E1PR 0
P.O. BOX 1770
ROANOKE, TEXAS 76262
817/648-2741
METRO 817/430-0552
\1
March ', 1988>
RE: Airport Paving Improvements
FAA AIP 3-48-0067-03
Southeast Airport Development
Denton Municipal Airport
Denton, Texas
Dear Sir or Madam:
:•A}".o'
Enclosed please find completed Schedule A, pages 1-4,
"Denton Municipal Airport, Minority Business Enterprise Plan,
Certification form" for the following Subcontractors we have
proposed to use on the above referenced project:
1. Thomas & Sams Construction, Inc. WBE
2. Dowdy -Ferry Sand & Gravel, Inc. MBE
3. Sunshine Construction, Inc. MBE
we trust all information is in order for certification
on this project. As the Company DBE Liaison officer, I am
availabe to assist you in obtaining any additional
information required to complete this certification.
very truly yours,
R. Allyn Brown
Purchasing Agent
Enc. (3)
cc: DMC
TRB
RAB
File
SCHEDULE A
Page 1 of 4
DENTON MUNICIPAL AIRPORT
MINORITY BUSINESS ENTERPRISE PLAN
CERTIFICATION FORM
• 1. Name of Firm—ROMAs 5 �'oNs%zu•-�.�a✓ TNc.
2. Address $,n Tu noa Lfj il2 Tex.rs 7c.221,
3. Phone Number 1'7 4L -31ZI
4. Legal Structure: -
Sole -Proprietorship / / Joint Venture ET
Partnership / / Corporation /
Other, Specify
5. Nature -of -.Business- CoNc2 e fC
6. Number of Years in Business -a* e4,e s �- /coa?oce/eo 6 Mo.)
7. Ownership of Business: Identify those minorities who own 5% or more of the business.
Columns (e) and (f) need be filled out only if the firm is
4 less than 100% minority owned.
(a) (b)
(c) (d)
(e)
Ownership
(f)
Voting
Years of
Name Race
Sex Ownership
Percentage*
Percentage
t{e SAmS w
Y tT
paIs
*With firms less than 100 percent minority owned, list the contributions of money,
equipment, real estate, or expertise of each owners:
Name Money Equipment Real Estate Expertise
L4L TnO�rra S Is 2yv� 33� so
U
.i i• CERTIFICATION FORM
SCHEDULE A
Page 2 of 4
8. Control of Firm: Identify by name, race, sex, and
title
responsible
in the firm those
for day-to-day
individuals (including owners and non -owners) who
including,
are
but not
limited
to, those with
management and policy decision -making,
prime responsibility for:
•
Name
Race
Sex
Title
Financial Decisions /fAl NPffe
S/4/&S
Management Decisions I/A,/
such as estimating,
marketing/sales,
—
hiring/firing of
management personnel
and purchases of
major items or -
supplies.
PA;11/I'y TXo
Sw12./•
Supervision of
Field operations
•
0
9. For each of those listed in question 8, provide a brief summary of the perscn`g
experience and number of years with the firm, indicating the person's qualifications
((f^^1or JJthe responsibilities/1given Lhim/her. / f (1
S4/ws - As U//Pii✓./�ScK/g/l�� WI/N �uSIN e,s P/
or e.4,e
�/�(PN !Jail vaiS /Nfo��C/C,TrPe� she 6PCF>sB OQPS;r�Pr t SAP 1i/fvDlPS t��
Ac/m/'•vis ln,;f,'✓e f-u„��/-,I�.,.•> ,`.�.c/u�/,:-� R•ec�,`Vab/as, /�ityn6/,•s, ,i.�,/l,;v�
FC.
f1s1So�,`/F (/Yn
aP PR /ffi lo>�. s
z7Paas /NANO/Lo5
10. Describe or attach a copy of any stock options or other ownership options that are
outstanding, and any agreements between owners or between owners and third parties
which restrict ownership or control of minority owners.
NoNe
CERTIFICATION FORM
SCHEDULE A
Page 3 of 4
11. Identify any owner (see item 7) or management official (see item 8) of the
named firm who is or. has been an employee of another firm that has an ownership
. interest in or a present business relationship with the named firm. Present
business relationships include shared space, equipment, financing, or employees
as well as both firms having some of the same owners.
o. e
12. What are the gross receipts
of the firm for each of
the last
two years?
N tu/c O/t.Z�PO
B
$ 5'/Y/o 344W O
�oI'VO
8
Esh y5v o00
Year ending " �787
Year ending
13. Name of bonding company, if any: '�/ -e
Bonding limit:
14. Are you authorized to do business in the state as well as locally?
Yes / / No
Licenses held:
15. Indicate if this firm or other firms with any of the same officers have
previously received or been denied certification or participation as an
MBE and describe the circumstances.
A /4
Certifying Authority Al
Date of Certification (or Denial) W 19
16. Other Comments
CERTIFICATION FORM
SCHEDULE A
Page 4 of 4
•
AFFIDAVIT
CERTIFICATION OF ELIGIBILITY
"The undersigned swears that the foregoing statements are true and correct and
include all material information necessary to identify and explain the operations of
rkifas l S T/IH7 Co✓s. T c, (name of firm) as well as the ownership thereof. Further,
the undersigned agrees to provide through the prime contractor of, if no prime, directly_
to the grantee current, complete and accurate information regarding actual work —performed
on the project, the payment therefor and -any proposed changes, if any, of the foregoing
arrangements and to permit the audit and examination of books, records and files of the
named firm. Any material misrepresentation will be grounds for terminating any contract
which may be awarded and for initiating action under Federal or State laws concerning
false statements."
The undersigned further swears that the minority interests in a business does
perform significant control over business operations. ("Control over" a business means
having most of the actual responsibility for management decisions and day-to-day
operations. A company that cannot prove actual control either direct or indirect, by
minority owners, for example, of profits, cash investments, equipment, expenditures,
record keeping, correspondence, and the like, will not be considered to be a bona side
minority business enterprise. A company where the majority person, owners, or stock-
holders are evidently contributing substantial personal time to such management oper-
ations and the minority person owners or stockholders are not contributing substantial
personal time, will not be presumed to be a bona fide minority business enterprise).
Note: If after filing this Schedule A'and before the work of this firm is com-
pleted'on the contracts covered by this regulation, there is any significant change in
the information submitted, you must inform the Denton Municipal Airport of the change
through the prime contractor or, if no prime contractor, inform the Airport directly.
Corporate Seal (where appropriate)
FM
>tq s
y_,.
On ffii's �� day of �, 19 � , before
to me personally known, who being duly sworn,
did state that he/she was properly authorized
to execute the affidavit and did so as his/he
e c' DEB iy NM J. W of T5 ^f
tbtery Publiq Stets of Taos
bb Commmsion Egims Feb. 20,1990
St��< Of 1t4�
Signat,re
/-I _ Y ,-,, , 44 e J i4,y 5
Name
/0,?e50c/•.v4-
Title
/2- le- 87
Date
me appeared 4 M%Z(n " H e S9 M_s +
did execute the foregoing affidavit, and
by (name of firm)
r free
%act and deed.
Notary Public
s2'gzl - 92!)
Commission Expires
Return the completed Schedule A to the Denton Municipal Airport, Attention: Airport
. Manager, Route 1, Box 100, Airport Road, Denton, Texas 75201
SCHEDULE A
Page 1 of 4
DENTON MUNICIPAL AIRPORT
MINORITY BUSINESS ENTERPRISE PLAN
CERTIFICATION FORM
i
1. Name of Firm Dowdy -Ferry Sand & Gravel, Inc.
2. Address 425 W•- Airport Freeway, #101 Irving, Texas :75062
3. Phone Number 214/258 0546
4. Legal Structure:
Sole -Proprietorship L-7 Joint Venture /%
Partnership Corporation L�
Othrt, Specify L1
5. Nature of Business Hauling/Transporting
6. Number of Years
in Business 2?
7. Ownership of Business: Identify those
minorities who
own 5% or more
of the business.
Columns (a) and (f) need be filled
out only
if the firm is
less than 100%
minority owned.
(a)
(b) (c)
(d)
(a)
(f)
Years of
Ownership.
Voting
Name
Race Sex
Ownership
Percentage*
Percentage
Raul L. Trevion
Hisp Male
2z
51%
51%
Luis Soinola
Hisp Male
2''z
49% -
49%
*With firms less than 100 percent minority awned, list the contributions of money,
equipment, real estate, or expertise of each owners:
Name Money Equipment Real Estate Expertise
n/a
-�
-'
SCHEDULE A
✓
Page
3 of 4
CIRTIFICATION FORM
11. Identify any owner (see item 7) or management official
firm
(see item 8)
that has
of the
an ownership
named firm who is or has been an employee of another
with the
named firm.
Present
i'
interest in or a present business relationship
include shared space, equipment,
financing,
or employees
business relationships
as well as both firms having some of the same owners.
Raul L. Trevino President Ome a Contractor Inc.
(Secretary/Treasurer Omega Contractor, Inc.)
12. What are the gross receipts of the firm for each of the last two years?
Year ending 1986 $ ----�
Year ending 1987
13. Name of bonding company, if any$ NONE
Bonding limit: n/a
14. Are you authorized to do business in the state as well as locally?
Yes / X 7 No /_/
Licenses held: Rail Road Commission Permit
15. Indicate if this firm or other firms with any of the same officers have
previously received or been denied certification or participation as an
MBE and describe the circumstances.
L. Trevino
Luis Spinola
Certifying Authority Texas Highway Department
Date of Certification (or Denial)
16. Other Comments
SCHEDULE A
" C"RTIFICATION FORM
Page 2 of 4
8. Control of Firm: Identify
by name, race, sex, and title
in the
firm those
individuals (including owners and non -owners) who
are responsible
for day-to-day
management and policy decision -making, including,
but not
limited to, those with
" prime responsibility for:
Name
Race
Sex
Title
Trevino
Rom"
Hisp
Mare
Pres "
Financial Decisions Spinola,
Luis
Hisp
Male
Sec/Treas
Luis Spinola
"
Management Decisions Raul L.
Trevino
Hisp
Males
Sec/Treas & Pres
such as estimating,
Hisp
Male
President
marketing/sales, Raul L.
Treivno
hiring/firing of
management personnel Trevino
and Spinola
His
Males
Sec/Tre & Pres
and purchases of
major items or Trevino
and Spinola
Hisp
Males
S/T & Pres
supplies.
Supervision of
Field operations
9. For each of those listed in question 8, provide a brief summary of the person'
_experience and number of years with the firm, indicating the person's qualifications
for the responsibilities given him/her.
.Attached resumes
10. Describe or attach a copy of any stock options or other ownership options that are
outstanding, and any agreements between owners or between owners and third parties
which restrict ownership or control of minority owners.
NONE
={
{CERTIFICATION FORM
5,
L
i
f
AFFIDAVIT
CERTIFICATION OF ELIGIBILITY
SCHEDULE A
Page 4 of 4
"The undersigned swears that the foregoing statements are true and correct and
include all material information necessary to identify and explain the operations of
(name of firm) as well as the ownership thereof. Further,
the undersigned agrees to provide through the prime contractor of, if no prime, directly..
to the grantee current, complete and accurate information regarding actual work-perfoFmed
on the project, the payment therefor and any proposed changes, if any, of the foregoing
arrangements and to permit the audit and examination of books, records and files of the
named firm. Any material misrepresentation will be grounds for terminating any contract
which may be awarded and for"initiating action under Federal or State laws concerning
false statements."
The undersigned further swears that the minority interests in a business does
perform significant control over business operations. ("Control over" a business means
having most of the actual responsibility for management decisions and day-to-day
operations. A company that cannot prove actual control either direct or indirect, by
minority owners, for example, of profits, cash investments, equipment, expenditures
record keeping, correspondence, and the like, will not be considered to be a bona fide
minority business enterprise. A company where the majority person, owners, or stock-
holders are evidently contributing substantial personal time to such management oper-
ations and the minority person owners or stockholders are not contributing substantial
personal time, will not be presumed to be a bona fide minority business enterprise).
Note: If after filing this Schedule A'and before the work of this firm is com-
pleted'on the contracts covered by this regulation, there is any significant change in
the information submitted, you must inform the Denton Municipal Airport of the change
through the prime contractor or, if no prime contractor, 4infa Airpor
Corporate.Seal (where appropriate)
On this day of d/cG/F , 19 S'Z before
to me personally known~ who being duly sworn,
did state that he(she was properly authorized
to execute the affidavit and did so as his/her
t---/2 G� C
Title
Date
me appeared 'RA UL l-7TiO,EV/A16 ,
did execute the foregoing affidavit, and
by >,VbV-F-,-fPW (name of firm)
free act and deed.
Notary Public
lQ l(-'n
Commission Expires
ed Schedule A to the Denton Municipal Airport, Attention: Airport
Box 100, Airport Road, Denton, Texas 75201
'COMMISSION
ROBERT H. DEDMAN, CHAIRMAN
ROBERT C. LANIER
RAY STOKER, JR.
Omega Contractor, Inc.
425 W. Airport Freeway,
Irving, Texas 75,062
Dear Gentlemen:
STATE DEPARTMENT OF HIGHWAYS
AND PUBLIC TRANSPORTATION
DEWITT C. GREER STATE HIGHWAY KJ)G.
11TR • BRAZOS
AUSiIN, TEXAS I1101-I
Suite 101
March 27, 1987
ENGINEER -DIRECTOR
R. E. STOTZER, JR..
IN REPLY REFER TO
D-6
EEO Section
(512)463-8870
This is in reference to the Schedule A, Information for Determining Eligibility of
Disadvantaged Business Enterprises and Women -Owned Business Enterprises, recently
submitted by your firm.
We have reviewed your Schedule A. On the basis of your Schedule A, your firm is
approved as a Disadvantaged Business Enterprise for the following work function(s):
Concrete Paving
Earthwork, Base and Subbase
Hauling
Major Structures
Minor Structures
Your approval as a Disadvantaged Business Enterprise firm is valid through February
1988 and will allow your firm to be included in the next publication of the
Department's DBE and WBE Directory.
Attached for your reference is a copy of the Department's Eligibility Standards.
Only firms operating within the guidelines outlined in the Eligibility Standards are
eligible to participate in the Department's DBE/WBE Program.
We will contact you with instructions for recertification prior to your expiration
date.
Sincerely,
R. E. Stotzer, Jr.
E�ngji neer-Di rectors
B. F. Templeton
Construction Engineer ti �$%
Attach. REmVED ApRO
EC:vw
(4,
COMMISSION STATE DEPARTMENT OF HIGHWAYS ENGINEER -DIRECTOR
AND PUBLIC TRANSPORTATION R. E. srorzER, JR.
ROBERT H. DEDMAN, CHAIRMAN -
JOHN R. BUTLER, JR. - DEWnT C. GREER STATE HIGHWAY BLDG.
RAY STOKER, JR. 11TD a BRAT
ABSnN,T AS M01-U"
December 31, 1987
IN REPLY REFER TO
D-6
EEO Section
Omega Contractor, Inc.
425 W. Airport Frwy., Suite 101-B
Irving, Texas 75062
Gentlemen:
This Department conducted an on -site review of your firm on November 18, 1987
for compliance with the eligibility standards contained in this Department's
Disadvantaged Business Enterprise Program.
The review of your firm has been completed. On the basis of the on -site
review, it appears that omega Contractor, Inc. does comply with the
eligibility standards contained in this Department's DBE Program, and is
eligible to participate as a DBE in this Department's federally -assisted
contracts. Based on that conclusion, Omega Contractor; Inc. will continue to
be certified as a Disadvantaged Business Enterprise until February, 1988, the
expiration date of your current certification.
We appreciate meeting with you, and wish you continued success in your
business. If this office can be of any further assistance to you, please
contact us at (512)463-8870.
Sincerely,
R. E:'Stotzer, Jr.
Engineer -Director
By: %�• %
( B. F. Templeton
Construction Engineer
EC:sj
COMMISSION
-. RUHLRT H. DEDMAN. CHAIRMAN
RObERT C. LANIER
RAY STOKER, JR.
Dowdy -ferry Sand & Gravel.
425 W. Airport Freeway
Irving, Texas 75062
Dear Gentlemen:
STATE DEPARTMENT OF HIGHWAYS
AND PUBLIC TRANSPORTATION
DEWErF C. CALM STATE HIGHWAY YIDG.
IITH A amzU
AIATIN. TLXM 7MI.1
March 27, 1987
R. E. STOTZEfl, Jfl.
IN REPLY REFER TO
D-6
EEO Section
(512)463-8870
This is in reference to the Schedule A, Information for Determining Eligibility of
Disadvantaged Business Enterprises and Women -Owned Business Enterprises, recently
submitted by your firm.
We have reviewed your Schedule A. On the basis of your Schedule A, your firm is
approved as a Disadvantaged Business Enterprise for the following work function(s):
Hauling
Your approval as a Disadvantaged'Business Enterprise firm is valid through, February
1988 and will allow your firm to be included in the next publication of th Departments DBE and WBE Directory. e
ALtdched for your reference is a copy of the Department's Eligibility Standards.
OIIly firms operating within the guidelines outlined in the Eligibility Standards are
eligible to participate in the Department's DBE/WBE Program.
We will contact you with instructions for recertification prior to your expiration
date.
Sincerely,
R. E. Stotzer, Jr.
Engineer -Director �-D�
By. �. T�w"��.
B. F. Templeton
Attach. Construction Engineer
EC:vw
R A U L L T R E V 1 N 0
4524 La Rue Dallas, Texas 75211 ( 214) 339-1904
Education
UniversitV of Texas
Texas A & I University
Uvalde Junior College
Austin, Texas Masters Degree -Education
1970
Kingsvilie,Texas Bachelors Degree -Spanish
1965 - 1967
Uvalde, Texas Associates of Arts
1963 - 1965
Crystal City High School Crystal City,Texas
1960 - 1963
Fly Junior High School Crystal City,Tcxas
1958 - 1959
Airport Elementary School Crystal City, Texas
1956 - 1957
Experience
Secretary/Treasurer, Omega Contractor, Inc.,Irving,Texas 1983 - present
51% stockholder, Oversee sales and marketing, labor and supplies; Coordinate
office personnel and tend to public relations.
Purchasing Agent, Constructora de Obras Civiles y Administradora, S.A.
Mexico, D.F. 1976 - 1982
Owner/Operator,-Me[roplex Brick Tile, Dallas, Texas 1974 - 1976
Sales of brick, and the and bricklaying. Services also included labor and
materials for curbs, gutters and concrete paving-
Owner/Operator, El Ranchero Restaurant, Dallas, Texas 1974 - 1976
Executive Director, Jobs for Progress, Inc. (Operation SF.R) Dallas,Texas
1971 - 1975 Coordinated and implemented an adult training program designed
to assist the disadvantaged.
Principal, Benito Juarez Elementary School, Dallas ISD, Dallas, Texas
1970
Teacher, The Austin State Sch'texas 1969 - 1970ool, Austin, -
Instructed the educationally mentally r•tarded.
Teacher, Edgewoud Independent Sci,001 District, San Antonio, Texas 1967 -1969
Personal Data
Date of Birth: May 23, 1943 Marital Status: Married
Place of Birth: Allende, Coahuila, Mexico
Other: Immigrated to the Ilnited States in 1956
LUIS N SPINOLA SEVILLA
4004 Flintridge Irving, Texas 75061
EDUCATION
Universidad National Autonoma de Mexico Degree: Civil Engineering
Facultad de Ingenieria, Mexico, D.F. 1972 - 1976
Professional Examination Date: June 15, 1977
Thesis: "Design of a Frame for an Industrial. Building Using Various Focuses
of Analysis and Structural Optimization Techniques" ,
Centro Universitario Mexico,
Mexico D.F. (High School)
1968
- 1971
Colegio Mexico, Mexico, D.F.
(Junior High)
1966
- 1968
Colegio Mexico, Mexico, D.F.
(Elementary)
1960
- 1965
Other Studies
English, The New Shool of English, Cambridge England Aug -Dec 1971
Instituto Anglo-Mexicano de Cultura, Mexico, D.F. - 3 years
Seminars
Hydraulic, Sanitary and Gas Installations, Centro de Education Continua;
Facultad Ingenieria, Universidad National Autonoma de Mexico
Design of Buildings with Steel Framing, Mexico D.F.
Heavy Construction, Universidad National Autonoma de Mexico
Honors
Honorable Mention
Honorable.Mention
WORK EXPERIENCE
Colegio Mexico, Mexico, D.F.
Universidad National Autonoma de Mexico
President, Omega Contractor, Inc., Irving, Texas 75062 May 1983 - Present
Field Operations,Coordinate Subcontractors and Foremen, Review Construction
Plans and Specifications for Estimating and Bidding.
Superintendent, Canal Principal Actopan - La Antiqua, Edo. de Veracruz
Open Channel Irrigation, Public Work, 10.0 Kilometers 1982 - 1983
Superintendent, Drenes Vallado Prieto, Vallado Viejo, Ixtlan and 1981 - 1982
Chilillo, Zamora, Mich., Agricultural Drainage, Public Work, 9.7 Kilometers
Superintendent, Canal Principal Margen Der. San Cristobal, Uni. Acambaro,
Open Channel Irrigation, Public Work, 10.2 Kilometers 1981 - 1983
Superintendent, Canal Principal Margen Der. San Nicolas, Uni. Acambaro,
Guanajuato, Open Channel Irrigation, Public Work, 5.0 Kilometers 1981 - 1982
Colaborated in the Architectural Project of the remodeling of the Bus Terminal
for Trailways, Calexico, California, USA
Work Experience, continued
Colaborated in the Architectural Project of Central Administrative Offices and
Garages for Autotransportes Tres Estrellas de Oro, South America; 1,200,000
square feet (largest in Latin -America), Mexico, D.F. Revision and coordina-
tion of the following items on this job included soil mechanics study,
paving design, hydraulic and sanitary installations' design, electrical
installation, special installations for gasoline, diesel, oil and tube supply
and storm sewer pipe line design 1979 - 1981
Colaborated in the Architectural Project of the Central Bus Terminal at
Tijuana, B.C.,Mexico. Coordinated and checked the soils mechanics study,
structural analysis and design of pre -cast and cast in place concrete elements
and designed the hydraulic, sanitary and gas installations and electrical
installation 1979 - 1981
Colaborated in the Architectural Project, coordinating and overseeing the
soils mechanics study, paving design, structural analysis and design of the
pre -cast and cast in place concrete elements, hydraulic, sanitary and gas
installations design; designed special installations for gasoline, diesel
and supplies for buses in the construction of the Central Administrative
Offices and Garages for Autobuses de Occidente, Mexico,D.F.
Structural Analysis and Design; Hydraulic and Sanitary Installations'design
proposals, critical flow chart for home constructions, Edo. de Mexico 1977
Structural Calculus and Design; Hydraulic and Sanitary Installations' design
proposals, work schedule for Bus Terminal of Los Mochis, Sin.,Mexico 1977
Superintendent, Express Package Department Construction, for Transportes
Norte de Sonora, - Mexico D.F. 1977
Supervisor, coordinated the construction and remodelling of West Central
Bus Terminal in Mexico, D.F. (120 buses at Full Capacity) Duties included
but not limited to the soil mechanics study, paving design, structural
calculus, and design, electrical installations, hydraulic and sanitary
installations and land surveying plans 1976 - 1978
Superintendent, Central Bus Terminal of Hermosillo, Son.,Mexico, 1975
structural calculus and hydraulics and sanitary installations of the
service and maintenance garage for buses, proposal development, critical
flow chart and work schedule
PERSONAL DATA
Date of Birth: November 5, 1953
Place ofBirth: Mexico City,Mexico
Marital Status: Married Number of Children: 2
< . `, SCHEDULE A
" '` C�� i V�pE D DENTON MUNICIPAL AIRPORT Page 1 of 4
S U €V M V 0 111 Y - MINORITY BUSINESS ENTERPRISE PLAN
MAR a 71988 CERTIFICATION FORM
1. Name of Firm Sunshine Construction, Inc.
2. Address 3707 Admiral Suite B;, El Paso, Texas 79925 .
3. Phone Number (915)593-3041
4. Legal Structure:
Sole -Proprietorship L% Joint Venture L
Partnership L-7 Corporation ZI
Other, Specify L1
5. Nature of Business Gene;al Construction, Heavy Highway Construction
6. Number of Years in Business 11
7. Ownership of
Business: Identify those
minorities who
own 5% or more
of the business.
Columns (e) and
(f) need be filled out only
if the firm is
less than 100%
minority owned.
(a)
(b) (c) .
(d)
(e)
(f)
Years of
Ownership.
Voting
Name
Race Sex
ownership
Percentage*
Percentage
Lily AmDaran
H F
11
100%
100%
*With firms less -than 100 percent minority owned, list the contributions of money,
equipment, real estate, or expertise of each owners:
Name Money Equipment Real Estate
N/A
Expertise
r' SCHEDULE A
r CERTIFICATION FORM Page 7 of 4
8. Control of Firm: Identify by name, race, sex, and title in the firm those
individuals (including owners and non -owners) who are responsible for day-to-day
management and policy deciaion-making, including, but not limited to, those with
prime responsibility for:
Name
Financial Decisions Lily Amparan
Management Decisions Bruce Nolen
such as estimating,
marketing/sales, Lily Amparan
hiring/firing.of
management personnel
and purchases of
major items or
supplies.
RAce Sex
H F
C M
H F
Title
President
Const. Mgr. & V.P..
President
Supervision of
Field operations
Bruce Nolen C M Const. Mgr. & V.P.
9. For each of those listed in question 8, provide a brief summary of the person'9
_experience and number of years with the firm, indicating the person's qualifications
for the responsibilities given him/her.
SEE ATTACHMENT #1 RESUMES
10. Describe or attach a copy of any stock options or other ownership options that are
outstanding, and any agreements between owners or between owners and third parties
which restrict ownership or control of minority owners.
N/A
ATTACHMENT #1
RESUMES
: :
LILY AMPARAN
BRIEF RESUME
• wnRK EXPERIENCE
1959 to 1970
El Paso Send Products, Inc., El Paso; Texas
Accounting Department - Worked as an accounts payable,
receivable and payroll clerk. Assisted in dispatch and concrete mix
design department.
1970,to l975
El Peso Send Products, Inc./El Paso Rock Quarries, Inc., El Paso, Texas
- Managed accounts payable, receivable, payroll and
office Manager
personnel departments as well as overseeing collections and public
relations.
1975 to 1977
El Peso Sand Construction Division, El Paso, Texas end wrote contracts
Construction Administrator - Prepared, nego
for various clients including those from the commercial and.
Assisted company personnel in the preparation of
government sectors.
bids for federal; state and city entities as well as private developers.
Continued office manager duties as stated above for El Paso Send
Products, Inc. & El Peso Rock Quarries, Inc.
1977 to Present
Sunshine Construction, Inc., El Paso, Texas
President/Owner & Construction Administrator - oversee all
operations of highway and road paving business including bids, public.
relations, accounts payable, receivable, bookkeeping, pay
contracts and negotiations.
BRUCE NOLEN
6700 ESCONDIDO F-4
EL PASO, TEXAS 79912.
(915)581-4235
PERSONAL Single, 6' 1 ", 185 lbs. Oood Health.
Born: Seattle, Washington - 08/09/45
EDUCATION Degree in Civil Engineering (B. 5.) University of Texas at El Paso,
1972,
EXPERIENCE
04/85 to Present Company: Sunshine Construction, Inc.
Position: Project Manager & Project Superintendent
Superintendent for a highway project for the Federal Highway
Administration and earthen dam improvements for the Carps of
Engineers (over 2 million dollars combined). Currently responsible
for project management, project estimating and bidding, project and
change order negotiations. Managing personnel, equipment and subcon-
tractors on projects averaging 3 to 5 million dollars annually. Have
recently estimated, priced and negotiated approximately 2 million
dollars in contracts with the Corps of Engineers as an 8(a) Contractor.
07/84 to 03/85 Company: Artcraft Panels, Inc.
Company Objectives: Manufacturing of architectual precast panels.
Position: Assistant Plant Supervisor
Responsible for handling panels from casting tables to truck loading.
This responsibility included grinding, sandblasting, patching, sealing,
and loading panels; the proper use, repair and maintenance of equip-
ment ( included are three overhead cranes, various air compressors,
sand blasting equipment, forklifts, posi-turner and a sand recycler).
Quality control for dimension, color, texture and repair; supervision of
approximately thirty men. Have a complete knowledge of air
compressors, air tools and sandblasting equipment and procedure.
Familiar with shop and architectual drawings. The average workweek
was fifty hours.
03/84 to 07/84 CUmpe�ny objectives: Precast
tility and storm piping land light earthwork.
Position: Project Superintendent
Hired on a temporary basis to assist in the completion of all current
projects. These projects included subdivision water and sewer
systems, subdivision inlet boxes, road storm sewer system ( including
inlet boxes and manholes), a concrete retaining wall and site grading
and concrete flatwork for a commercial building site. Job responsibi-
lities included supervision, lay -out, as-builts, time -keeping, billings
and estimating. Left company when all projects were completed.
Cont. BRUCE NOLEN
05/77 to 01 /84 Company: Southwest Road and Paving Co., Inc.
Company Objectives: Heavy equipment earth moving ( commercial and
residential subdivisions, commercial building sites, earth dams,
street and drainage new and improvements).
Position: Field Coordinator
Responsible for execution end performance of all projects in the El
Paso area. This responsibility included the scheduling and super-
vision of personnel, equipment and subcontractors (personnel
included seven superintendents and an average support crew of fifty
men); review of initial and final surveys; job estimating and negot-
iation of change orders and modifications; submittal of payestimates;
as-builts; and overall correponde= with prime contractor,
engineer, architect, and owner. Familiar with screening plants,
asphalt application, building demolition, and blasting. This was a
"hands-on" company with on average work week of fifty hours.
08/72 to 05/77 Company: Basil Smith Engineering
Company Objective: Civil Engineering with emphasis on surveying
and design.
Position: Civil Engineer
Worked as an inspector, quality control supervisor on federal
construction; directed survey crews on boundary, pipeline, as -built,
and topographic surveys. I also assisted office engineers with site and
drainage design calculations and drawings.
08/69 to 08/72 Worked full time in security while attending college.
MILITARY U. S. Army, 1963 to 1967
SERVICE Hawk Rader Repairman
Worked one year as of instructor and one and one-half years in the
field. Attended basic electronics and radar repair schools.
REFERENCES References will be furnished upon request.
SCHEDULE A
Page 3 of 4
'CERTIFICATION FORM
11. Identify any owner (see item 7) or management official (see item 8) of the
named firm who is or has been an employee of another firm that has an ownership
interest in or a present business relationship with the named firm. Present
business relationships include shared space, equipment, financing, or employees
as well as both firms having some of the same owners.
N/A
12. What are the gross receipts of the firm for each of the last two years?
Year ending 1987 $ 2,506,971.00
Year ending 1986 $ 5,067,747.00
13. Name of bonding company,.if any: Commercial Union Insurance Companies
. Bonding limit: 11 000,000.00
14. Are you authorized to do business in the state as well as locally?
Yes = No J=
Licensesheld: n- Construction Industries Division
atlsi icxiio'
15. Indicate if this 'firm or other firms with any of the same officers have
previously received or been denied certification or participation as an
MBE and describe the circumstances.
No Denial (See Attachment #2 for Certification by other Agencies).
Certifying Authority
Date of Certification (or Denial)
16. Other Comments
ATTACHMENT #2
Sunshine Construction, Inc.
3707 Admiral, Suite B
El Paso, Texas 79925
(915) 593-3041
Certification as a Minority Business by other agencies:
City of Albuquerque - Certified as a Disadvantaged Business Enterprise.
City of Dallas - Certified as a Minority Business Enterprise.
State Department of Highways & Public Transportation - Approved as a
Disadvantaged Business Enterprise.
New Mexico State Highway Department - Approved as a Disadvantaged Business
Enterprise.
City of Albuquerque
P.O. BOX 1293 ALBUQUERQUE, NEW MEXICO87103
MEXICO
December 16, 1987
Sunshine Construction, Inc.
Mr. Bruce Nolen �JfJ[ti
3707 Admiral, Suite B
E1 Paso, TX 79925
RE: Recertification as a Disadvantaged Business Enterprise
Certificate No. XD211 — 1219.
Dear Mr. Nolen:
We are pleased to inform you that your company has been recertified for
another year as a Disadvantaged Business Enterprise by the City of
Albuquerque's Minority and Women's Business Enterprise Program.
Should any changes occur during this period of certification, which will
affect the structure, ownership, or management of your company, please
advise this office so that an evaluation regarding continued
certification can be made. This recertification will allow your company
to be listed and represented as a Certified Disadvantaged Business
Enterprise in the City's Minority Business Enterprise Program.
You will be notified at least thirty days prior to the Anniversary Date
of your recertification. At that time, you will be asked to update your
file and reapply for recertification for a new one year period. A short
application for recertification form will be furnished.
We are looking forward to working with you in this new year. Our goal
and objectives will be to further strengthen the program by assisting you
in seeking business opportunities with the City of Albuquerque. We thank
you for your continued interest in and support of the program.
Sincerely,
Vincent J. Montoya
Director, MBE Program
VJM/ls
Enclosure: Certificate
xc: 'File
AN EQUAL OPPORTUNITY EMPLOYER
T.k
RECEINCD f 1.R 1 9 1587
CITY OF DALLAS
March 17, 1987
Sunshine Construction Inc
3707 Admiral Suite B
E1 Paso, TX 79925
Dear Vendor:
Your application (Schedule A) for certification as a minority business
enterprise by the City of Dallas has been reviewed and approved based on
the information contained in the application.
Your firm's certification number is: B2-2257-0387
This number
should be used anytime .you submit bids to the City of Dallas and should
also be provided to any prospective bidder on City of Dallas projects
e your firm as a subcontractor. It is ver im ortant
planning to utiliz
that ou kee this number so that ou can have it avai a e w en neede
o show that you are a certifie
Your certificon will be valid fora period of one (1) ear ONLY.
e ast our--'; �its of your num er above indicate t e mont an year
of your certification. You must therefore reapply annually for
certification.
Please call the office of Minority Business opportunity at 670-3346 if
you have any questions.
Sincerely,
12\
Jo P pin �
As tant Director
Finance/Purchasing & Materials Management
vv
COMMISSION
ROBERT H. DEDMAN, CHAIRMAN
JOHN R. BUTLER, JR.
RAY STOKER, JR.
STATE DEPARTMENT OF HIGHWAYS
AND PUBLIC TRANSPORTATION
DEWITT C. GREER STATE HIGHWAY BLDG.
IITH 6 BBAZOS
AUSTIN, TEXAS 78"1-2W
January 5, 1987
Sunshine Construction, Inc.
3707 Admiral, Suite B
El Paso, TX 79925
Dear Ladies/Gentlemen:
ENGINEER -DIRECTOR
R. E. STOTZER, JR.
IN REPLY REFER TO
D-6
EEO Section
This is in reference to your Schedule A, Information for Determining
Eligibility of Disadvantaged Business Enterprises, recently submitted by
your firm.
We have reviewed the information submitted by your firm. On the basis of
the information submitted by your firm, you are now approved as a
Disadvantaged Business Enterprise for the following work function(s):
Asphalt Paving Earthwork
Fencing Minor Structures
Concrete Paving Material Supplier - Base Only �<
�,:-
Hauling Traffic Control Devices s-;K
Rest Areas
Your certification as a Disadvantaged Business Enterprise firm is vali-d_,
through November 1988, and will allow your firm to be included in the next;,
publication of the Department's DBE Directory. y
�a
For your reference, we have attached a copy of the Department's Eligibility
Standards. Only firms operating within the guidelines outlined in the
Eligibility Standards are eligible to participate in the Department's DBE
Program.
We will contact you with instructions for recertification prior to your
expiration date. If we can be of further assistance, please feel free to
contact us at (512)463-6633.
Sincerely,
R.E. Stotzer, Jr.
Engineer -Director
By:
B.F. Templeton
Construction Engineer
Attach.
MN /...-,
\\
)
\
n�27\2ƒq/
®— CD m m= a c
±� 0)Et =t n
�CDcn:3 =°
\\\CDE:3
o CD5CD0CR
R / CD
2 % CD k
g 0 a En, 0\ E
/ 7 ■ q § / S
¢2 (G_ 3 &
o CD\± 2 4 Cr
=3 \\2 k3
2E5
CD Cl. w CD:3 m.
0 2 \ n \
e ¥
CD _a
G 2 ƒ� $ ■ y
= z
` ®
( § 2 § _
: ( 0)/ I
>$CD_��
coo®
g 0 cn @ /
g » / / E
E � E in -'A
O & \
. #}55n
k ■ m °
co §.$ ) °
° f ® a $
5 7
m
\
/
\
)
/\
B
2
z
cn
<
>
>
\
x
?
0.cn
2
m
2
Cl)m
\
.�
�
q
.
(D
/
I
I
_
m
$
;J7
�.
%
�
\
0
2
q
(D
13~
_
a
�
CD
�
�
G
CERTIFICATION FORM
i
SCHEDULE A
Page 4 of 4
AFFIDAVIT
CERTIFICATION OF ELIGIBILITY
i
"The undersigned swears that the foregoing statements are true and correct and
.include all material information necessary to identify and explain the operations of
Sunshine Construction, Inc.(name of firm) as well as the ownership thereof. Further,
the undersigned agrees to provide through the prime contractor of, if no prime, directly..
to the grantee current, complete and accurate information regarding actual work —performed
on the project, the payment therefor and any proposed changes, if any, of the foregoing
arrangements and to permit.the audit and examination of books, records and files of the
named firm. Any material misrepresentation will be grounds for terminating any contract
which may be awarded and for'initiating action under Federal or State laws concerning
false statements."
The undersigned further swears that the minority interests in a business does
perform significant control over business operations. ("Control over" a business means
having most of the actual responsibility for management decisions and day-to-day
operations. A company that cannot prove actual control either direc C or indirect, by
minority owners, for example, of profits, cashinvestments, equipment, expenditures,
record keeping, correspondence, and the like, will not be considered to be a bona -fide
minority business enterprise. A company where the majority person, owners, or stock-
holders are evidently contributing substantial personal time to such management oper-
ations and the minority person owners or stockholders are not contributing substantial
personal time, will not be presumed to be a bona fide minority business enterprise).
Note: -If after filing this Schedule A'and before the work of this firm is com-
pleted -on the contracts covered by this regulation, there is any significant change in
the information submitted, you must inform the Denton Municipal Airport of the change
through the prime contractor or, if no prime contractor, inform4he Airport directly.
Corporate Seal (where appropriate)
March 01, 1988
Date
Texas
State of
E1 Paso
County of _
e
1
President
Title
March 01, 1988
Date
On this. 1st day of March , 19 88, before me appeared Lily Amnaran
to me personally known# who being duly sworn, did execute the foregoing affi
did state that he(she was properly authorized by S6nshiAeeC6nstructi6n,;_in
to execute the affidavit and did so as his/her free act and de,�d.
AUM LE3.L...7E- A, P46y PubIIC
In erd far f iu ':c cf Texes
Commission
Return the completed Schedule A to the Denton Municipal Airport, Attention: Airport
Manager, Route 1, Box 100, Airport Road, Denton, Texas 75201
irm)