HomeMy WebLinkAbout1987-1150923L
NO <) yzf-
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE
AWAOF CONTRACTS RD
EXPENDITURE ITUREFOOF PFUNDS THEREFOR, UBLIC WORKS OR IAND OVPROVIDING PROVIDING
OR
FORAN
EFFECTIVE DATE
WHEREAS, the City has solicited, received and tabulated
cometitive
or
rks
improvements bids
e naccordancewiththeconstruction public
procedures of stateolaw 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 07 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
9752 Jagoe-Public Co $356,912 12
9756 Jagoe-Public Co $481,980 32
SECTION II That the acceptance and approval of the above
competitive b M shall not constitute a contract between the City
and the person submitting the bid for construction of such public
works or accepted
person shallpcomplynwitheallnrequirementsnspecfuntil
specified din the Notice
to Bidders including the timely execution of
written
bonds,contract
and furnishing of performance and pay
ment after
notification of the award of the bid
SECTION III That the City Manager is hereby authorized to
execute all necessary written contracts for the performance of
the construction of the public works or improvements in
accordance with the bids accepted and approved herein, provided
that such contracts are made in accordance with the Notice to
Bidders and Bid Proposals, and documents relating thereto
specifying the terms, conditions, plans and specifications,
standards, quantities and specified sums contained therein
SECTION IV That upon acceptance and approval of the above
compet tive i s and the execution of contracts for the public
works and improvements aauthorized herein, the City Council
s
hereby authorizes the expenditure of funds in the manner and in
the amount as specified in such approved bids and authorized
contracts executed pursuant thereto
SECTION V That this ordinance shall become effective
imme lately upon its passage and approval
PASSED AND APPROVED this the 23th day of June, 1987
Small"old
N� .
ATTEST
I�.._,. r.__!�
-
APPROVED AS TO LEGAL FORM
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
BY �LL16�y�-
PAGE TWO
DATE June 18, 1987
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID# 9752 - LILLIAN MILLER PARKWAY
PAVING & DRAINAGE
RECOIRIENDATION We recommend this bid be awarded to Jagoe Public Co for the
combination of Items 3 & 4 as shown on the Tabulation Sheet -Item 7- for the total
amount of $356,912 12 as the lowest and best price for the City of Denton
SUMMARY The low bid with the above combination is R L Roberts
Construction Co at 5238,325 85 which is $8,586 27 lower than the recommended amount
as bid by Jagoe Public Co This is the higher of the three combinations The staff
reserves the right with the Council's consent to accept either combination as shown in
Items 6 at $345,774 62 or Item 5 at $338,349 62 We do not recommend accepting R L
Roberts Construction Co's bid He has contract, West Hickory & Welch that is not
complete He is also the prime sub -contractor for North Locust which is not complete
I am of the understanding that both of these projects have not been worked even though
the weather has been favorable We cannot afford this slow or spasmatic
schedule on the busy Lillian Miller Parkway
BACKGROUND Tabulation Sheet
Memo from Jerr Clark City Engineer
PROGRAMS, DEPARTMENTS OR GROUPS A FECTEb
1987 CIP Street Improvements Program
FISCAL I1IPACT There is no further impact on the General Fund
Respectfully submitted
Lloyd V Harrell
City Manager
Prepared by
G
e ohn J Marshall, C P M
tie Purchasing Agent
Approved
te ohn J Marshall, C P M
i tl a Purchasing Agent
e e
1 1
n m
I ti I
alms•.
cz•r.•
z�
i .. i
N.r.. c'In
N
x P.
p
Q
42 .Sr H
'.✓0 IO r=i
CI r=i
1 Cf I
u
iv m
I T
n A
9 a
R'1
T
g
Aa
m s
i -tea i
o
b{o�lI
m
N
a
m
p
a
m i
c .�
59
tail
mao
O
�pp
N
v
i i
C'l m
N
A
N
P
P
U1
UI
t
52
m
�
.o
�
u
�
N
�
i � i
� � ^~•
H y
S 1
I 1
N
Y
W
6!1
lJl
(}1
I I
O
Z
a
IWI�
p
N
I I
2po
v n
P
W
f.Il
N
I 1
<s r
1.O
I 1
r
®
��,,��11
®
w
m
®
m
C
I
aT
x
I 1
1 9
CITY of DENTON / 215 E McKinney / Denton Texas 76201
MEMORANDUM
DATE June 17, 1987
TO John Marshall, Purchasing Agent
FROM Jerry Clark, City Engineer
SUBJECT Lillian Miller Paving and Drainage Improvements
The Engineering Division has evaluated the bid of Jagoe Public
Company for Lillian Miller, bid 9752 the prices are excellent
and well below our original construction estimate Based on
the circumstances we recommend the project be awarded to Jagoe
Public
CCc�
erry ar
0470E
DATE June 23, 1987
CITY LOUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID# 9756 - AVENUE "C" PAVING & DRAINAGE
RECOMIENOATION We recommend this bid be awarded to the low bidder meeting
specifications, Jagoe Public Co for the amount of $481,980 32
SUMMARY This bid invitation was sent to some forty Contractors and
Suppliers We received only two bids as shown on the tabulation sheet We had
seventeen Contractors to check out plans and specifications I feel that the short
construction time required for this bid had some affect on the response we received
BACKGROUND Tabulation Sheet
Memorandum form Jerry Clark, City Engineer
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
Street Bond Fund
NTSU Traffic at beginning of Fall Term
FISCAL IMPACT 434-002-SB85-8504-9105
There is no additional impact on the General Fund
Respectfully submitted
Lloyd V Harrell
City Manager
Prepared by
ame ohn J Marshall, C P M
Title Purchasing Agent
Approved
m 9 Won Marshall, C P M
ji t18 Purchasing Agent
I 1
I I
n T C C
O Z
I I
S O
r
w i
m
I H I
I < I
I I
mm �1
CA
I T I
P
m
m
a
I
m
1 m
m
s
v b
a
i i
Z
a
c
m
i m i
i
o �r
rKrl
�o
i o
w
N
1 I
1 1
1 1
Cl
P
1 T I
9 C=
m
1 I
Z
_ I 1
I 1
I 4 I
I m I
1 s I
I QC I
1 S 1
1 1
I I
I < I
1 m 1
1 z I
I o I
1 O 1
I S 1
I I
I I
1 < I
1 m 1
I z 1
I 4 1
I o 1
1 9 1
CITY of DENTON / 215 E McKInney / Denton Texas 76201
MEMORANDUM
DATE June 17, 1987
TO John Marshall, Purchasing Agent
FROM Jerry Clark, City Engineer
SUBJECT Avenue C Paving and Drainage - Bid 9756
The Engineering Division has evaluated the prices submitted by
Jagoe Public and they are acceptable We recommend the project
be awarded to Jagoe Public Consideration by City Council on
June 23, 1987 is essential to allow the project to be completed
this summer before school starts
Jerry arm
0470E
REC'J
too
STATE OF -TEXAS )(
COUNTY OF DENTON ) (
CONTRACT AGREEMENT
� I-//S
THIS AGREEMENT, made and entered into this 24 day of JU NE _
A.D. , 19 87 , by and between THE CITY OF DENTON, TEXAS
901-B TEXAS STREET, DENTON. TEXAS 76201
of the County of DENTON and State of Texas, acting through LLOYD V.
HARRELL, CITY P;IANAGER thereunto duly authorized so to do,
Party`of the First Part, hereinafter termed the OWNER, and
JAGOE-PUBLIC CALIPANY
P.O. BOX 250
DENTON, TEXAS 76202
of the City of DENTON County of DENTON
and state of TEXAS I Party of the Second Part, hereinafter
termed CONTRACTOR.
WITNESSETH: That for and in consideration of the paynents 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# 9752 - LILLIAN MILLER PARKWAY PAVING & DRAINAGE
PURCHASE ORDER #79560 -_ 356,912.12
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
AN 0\V/I � �1
JUL 17 1987
e:ri.t'ten explanatory matter thereof, and the Specifications therefore, as
—prepared by
, 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.
SECRETARY
ATTEST:
14
AP OVED AS TO FORP1:
City Attorney
CA-2
0044b
CITY OF DENTON, TEXAS
Party of the First Part, TE
LLO D V. HARRE
CITY MANAGER
(SEAL)
JAGOE-PUBLIC COMPANY
Party of the Second art, CONTRACTOR
BYGfO
Title /]y F
(SEAL)
THE AMERICAN INSTITUTE OF ARCHITECTS
AIA Document A311
Performance Bond
KNOW ALL MEN BY THESE PRESENTS: that (Heft amen full name and address or legal title of Contractor)
Jagoe-Public Company
P.O. Box 250
Denton, Texas 76201
as Principal, hereinafter called Contractor, and, (Here Insert full name and addnns or legal till, of Surety)
Seaboard Surety Company
as Surety, hereinafter called Surety, are held and firmly bound untoI.ere in ert full name ana add.,, or legal till, of ownef)
City of Denton, Texas
as Obligee, hereinafter called Owner, in the amount of Three Hundred Fifty Five Nine
Hundred Twelve and 12/100---------- - - - - -- Dollars(5 355,912.12 ),
for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators,
successors and assigns, jointly and severally, firmly by these presents.
WHEREAS,
Contractor has by written agreement dated June 24 19 8 7, entered into a contract with Owner for
Paving and Drainage at Lilian Miller Parkway - Denton, Texas
in accordance with Drawings and Specifications prepared by fHe , in.ert (ufl name and address or legal title of Architea
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
AIA DOCUMENT A311 PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND • AIA 9 1
FEBRUARY 1970 ED. • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., R.W., wASHINGTON—D. C. 20DD6
NON', THEREFORE, THE CONDITION OF THIS OBLICA71ON is such that, if Contractor shall promptly and faithfully perform
said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect.
The Surety hereby waives notice of any alteration or defaults under the contract or contracts of completion
extension of time made by the Owner. arranged under this paragraph) sufficient funds to pay the
cost of completion less the balance of the contract price;
Whenever Contractor shall be, and declared by Owner but not exceeding, including other costs and damages
to be in default under the Contract, the Owner having for which the Surety may be liable hereunder, the amount
performed Owner's obligations thereunder, the Surety.s set forth in the first paragraph hereof. The term "balance
may promptly remedy the default, or shall promptly ' of the Zontract price," as used in this paragraph, shall
1) Complete the Contract in accordance with its terms mean the total amount payable by Owner to Contractor
and conditions, or under the Contract and any amendments thereto, less
the amount properly paid by Owner to Contractor.
2) Obtain a bid or bids for completing the Contract in
accordance with Its terms and conditions, and upon de-
termination by Surety of the lowest responsible bidder,
or, if the Owner elects, upon determination by the
Owner and the Surety jointly of the lowest responsible
bidder, arrange for a contract between such bidder and
Owner, and make available as Work progresses (even
though there should be a default or a succession of
Signed and sealed this 14th
CORRR0GP{S AVE. SU
ITE OUm POWERS
00 DOL
700
DALLAS. TEXAS 75225
Tel. (214) 987-2100
rwnnv. ,
day of
Any suit under this bond must be instituted before
the expiration of two (2) years from the date on which
final payment under the Contract falls due.
No right of action shall accrue on this bond to or for
the use of any person or corporation other than the
Owner named herein or the heirs, executors, adminis-
trators or successors of the Owner.
July
19 87
Jagoe-Public Company
IpnncipiU
am
Seaboard Surety Company
(?urrp,)
n�� �e , pm
Rosemary weaver (Tiav) Attorney -In -Fact
AIA DOCUMENT A)IT - PERFORMANCE BOND AND LAII AND MATERIAL PAYMENT BOND - AIA e)
IFEBRUARY 1'/70 ED.- THE AMERICAN INS71TUTE OF ARCHITECTS, 17J5 N.Y. AVE., N.W., WASHINGTON, D. C. 20DD6
THE AMERICAN INSTITUTE OF ARCHITECTS
AIA Document A311
Labor and Material Payment Bond
THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE
OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT
KNOW ALL MEN BY THESE PRESENTS: that (Here inter, lull name and address or legal title of Contractor)
Jagoe-Public Company
P.O. Box 250
Denton, Texas 76201
as Principal, hereinafter called Principal, and, (Here insert till name and address or legal title of SuretY)
Seaboard Surety Company
as Surety, hereinafter called Surety, are held and firmly bound unto (Here insert fuu name and ,adret, or legal wile of o en
City of Denton, Texas
as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the
amount of Three Hundred Fifty Five Thousand Nine Hundred Twelve and 12/100
(Here inter, a sum equal to at least one-half of the contract price) Dollars (5 355 , 912 .12
)
for the payment Whereof Principal and Surety bind themselves, their heirs, executors, administrators,
successors and assigns, jointly and severally, firmly by these presents.
WHEREAS,
Principal has by written agreement dated June 24 19 87, entered into a contract with Owner for
Paving and Drainage at Lilian Miller Parkway - Denton, Texas
in accordance with Drawings and Specifications prepared by IHere intent full name and address or legal title of Architect)
Which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
AIA DOCUMENT A711 • PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND • AIA E 3
FEBRUARY 1970 ED.-THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D. C. 200D6
NOW. THEREFORE, THE CONDITION Of THIS OBLIGATION is such that, if Principal shall promptly make payment to all
claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the
Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the fol-
lowing conditions:
1. A claimant is defined as one having a direct con-
tract with the Principal or with a Subcontractor of the
Principal for labor, material, or both, used or reasonably
required for use in the performance of the Contract,
labor and material being construed to include that part of
.eater, gas, power, light, heat, oil, gasoline, telephone
service or rental of equipment directly applicable to the
Contract.
2. The above named Principal and Surety hereby
jointly and severally agree with the Owner that every
claimant as herein defined, who has not been paid in
full before the expiration of a period of ninety (90)
days after the date on which the last of such claimant's
work or labor was done or performed, or materials were
furnished by such claimant, may sue on this bond for
the use of such claimant, prosecute the suit to final
judgment for such sum or sums as may be justly due
claimant, and have execution thereon. The Owner shall
not be liable for the payment of any costs or expenses
of any such suit.
3. No suit or action shall be commenced hereunder
by any claimant:
a) Unless claimant, other than one having a direct
contract with the Principal, shall have given written
notice to any two of the following: the Principal, the
Owner, or the Surety above named, within ninety (90)
days after such claimant did or performed the last of
the work or labor, or furnished the last of the materials
for which said claim is made, stating with substantial
Signed and sealed this 14th day of
(N'il❑C53J
CORROON & BLACK/ELUS CROM POWERS
8300 DOUGLAS AVE. SUITE 700
DALLAS, TEXAS 75225
accuracy the amount claimed and the name of the party
to whom the materials were furnished, or for whom
the work or labor was done or performed. Such notice
shall be served by mailing the same by registered mail
or certified mail; postage prepaid, in an envelope ad-
dressed to the Principal, Owner or Surety, at any place
where an office is regularly maintained for the trans-
action of business, or served in any manner in which
legal process may be served in the state in which the
aforesaid project is located, save that such service need
not be made by a public officer.
b) After the expiration of one (1) year following the
date on which Principal ceased Work on said Contract,
it being understood, however, that if any limitation em-
bodied in this bond is prohibited by any law controlling
the construction hereof such limitation shall be deemed
to be amended so as to be equal to the minimum period
of limitation permitted by such law.
c) Other than in a state court of competent jurisdiction
in and for the county or other political subdivision of
the state in which the Project, or any part thereof, is
situated, or in the United States District Court for the
district in which the Project, or any part thereof, is sit-
uated, and not elsewhere.
A. The amount of this bond shall be reduced by and
to the extent of any payment or payments made in good
faith hereunder, inclusive of the pavment by Surety of
mechanics' liens which may be filed of record against
said improvement, whether or not claim for the amount
of such lien be presented under and against this bond.
July 19 87
Jagoe-Public Company
Seaboard Surety Compa
1 "C)04� 1Q YP
Rosemary Weaver (711h-)Attorney-In-Fact
AIA DOCUMENT A311 • i'EKFORMAN'CE BOND AND LABOR AND MKt[RIAL PAYM[NT BOND • AIA O
FIBRUARY 1970 ED. • THE AMERICAN INSTITUTE OF ARCHITECTS, 17.19 N.Y. AVE., N.W., WASHINGTON, D. C. 21NR)6
For verification of the authenticity of this Power of Attorney you may call, collect, 212-943-7440 and ask for the Power of Attorney clerk. Please refer to the Power
Q�
ISSUE DATE (MMIDDI
-
® o
6/23/87
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE MOLDER. THIS CERTIFICATE DOES NOT AMEND,
CORROON & BLACK/ELLIS CROTTY POWE
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
8300 Douglas Suite 700
Dallas, Texas 75225
COMPANIES AFFORDING COVERAGE
COMPANY A
LETTER NORTH RIVER INSURANCE COMPANY
COMPANY
LETTER B INTERNATIONAL INSURANCE C014PI NY
INSURED
LEETTERNY C
UNITED STATES FIRE INSURANCE COtiPAi
JAGOE-PUBLIC COMPANY
'
P. 0. Box 250
COMPANY D
Denton, Texas 76201
LETTER
COMPANY E
LETTER
i .er
.r
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE
BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.
DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY
n
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY
BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES
CONTRACT OR OTHER
DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI-
TIONS OF SUCH POLICIES.
.
CO
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MFNpdYE}
POLICY EXPIII
DATE (MWI➢WM
LIABILITY LIMITS IN THOUSANDS
EACH
LTR
OCCURRENCE
AGGREGATE
GENERAL
LIABILITY
BODILY
. •�-
COMPREHENSIVE FORM
INJURY
$
$
PROPERTY
PREMISESIOPERATIONS
UNDERGROUND
DAMAGE
$
$
A
EXPLOSION & COLLAPSE HAZARD
PRODUCTSICOMPLETEOOPERATIONS
540 840825
10-1-86
10-1-87
CONTRACTUAL
COMBINED
$ 500,
$ 500
INDEPENDENT CONTRACTORS
BROAD FORM PROPERTY DAMAGE
PERSONAL INJURY
PERSONAL INJURY
$ 500
AUTO
Qk B IQ'rm
n .
GODLY
.,
ANY AUTO
RWRY
(RR FERSpNI
$
BOOLY
ALL OWNED AUTOS (PRIV. PASS)
.
OTHER THAN
ALL OWNED AUTOS PRIV. PASS.
_
RR
( PERA21NRp
$
'
X
PROPERTY
B
HIRED AUTOS
540 8586315
10-1-86
10-1-87
NON -OWNED AUTOS
DAMAGE
$
GARAGE LIABILITY
BI & PD
COMBINED
1 $
EXCESS LIABILITY'
C
UMBRELLA FORM
523 4185053
10-1-86
10-1-87
COMBINED
,000 ,
$
OTHER THAN UMBRELLA FORM
1 0OO
STATUTORY
•
A
WORKERS' COMPENSATION
408-45-13-82
10-1-86
10-1-87
$ 10 0 EACH ACCIDENT)
$ DISEAS6POLICV LIMIT)
AND
EMPLOYERSLIABILITY
$ DISEASE -EACH EMPLOYE
OTHER
RE JOB: PAVING &
RAINAGE A
LILIAN MI
LER PARKWAY
DESCRIPTION OF OPERATIONSYLOCATIONSNEHICLESISPECIAL ITEMS
All operations in Texas
All Automobiles - owned, non -owned or hired.
1115,11111
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX.
CITY OF DENTON TEXAS
PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
TO THE
r
MAIL j (� DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED
DENTON, TEXAS
LEFT, BUTFAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBL YJON OR LIABILITY
OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRES A VES.
AUTHORIZED REPRESENTATIVE
ORROON & BLACK/_ I
t
I
n�ll�
r
TRADE - CRAFT RATE
CLASSIFICATION PER
HOUR
Tractor (Pneumatic) 80 HP & Less
Tractor (Pheumatic) over 80 HP 9.60
Traveling.Mixer 6.75
Trenching Machine, Light
Trenching Machine, Heavy
Wagon Drill, Boring Machine or Post
Hole Driller Operator
5.25
Truck Drivers:
Single Axle, Light
Single Axle, Heavy
5.35
Tandom Axle or Semitrailer
Lowboy -Float
3,35
Transit -Mix
Winch
5.70
Welder
Welder Helper
7.15
The CONTRACTOR shall comply with all State and Federal Laws
applicable CO such worK.
The above are minimum rates. Bidders snall base their bids on
rates they expect to pay, if in excess of those listed. The
OWNER will not consider claims for extra payment to CUNTRACTOR
on account of payment of wages higher than those specified.
Hired Truck Owner/Operators and/or their Drivers will be in the
same category as Truck Drivers Above.'
G - 10
Lillian Miller Parkway Paving and Drainage
WORK DAYS 75
BID NO.
PO NO.
BID TABULATION SHEET
ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL
Contractors warranties
I ,
1.21
and understandings
LS
-0� °' /LS
Q
2.11.5
Inlet frame and cover
2
EA
�0 /EA
1,30,c,^
2.12.3-A
27" RCP Storm Sewer
�° r OYe�
2.12.20-A
2" PVC Water Line
120
LF
oo /LF
00.pO
2.12.20-B
4" PVC Water Line
787
LF
oa /LF
O(
3-A _
Remove concrete pavement
12
SY
/ Z c°/SY
�
Remove concrete
3-B
curb and gutter
1,080
LF
50
Remove concrete
3-C
driveway and sidewalk
290
SY
SY
0°
Preparation of
3.1 _
Right -of -Way
LS
/ pp /,LS
J QQQ,of-
3.3
Unclassified excavation
6,605
Cy
P°/CY
/ kTq pO
3.7
Compacted fill-
1,1 00
CY
9O/CY
0.0�
Type "A"
4.6-A
Hydrated Lime (Slurry)
140.00
TON
oo
/TON
0 S 00.0-
6" Lime treatment
4.6-B
of subgrade
15,550
SY
/co/Sy
/ 50.r
2" Asphalt pavement
5.7-A.1
Base (TyPe A)
15,000
SY
9 O/SY 1
4 1/2" Asphalt pavement
•co
5.7-A.2
Base (Type A)
12,620
SY
•J7O/SY
80 7L8,
1 1/2" Asphalt pavement
5.7-A.3
(Type D)
12,620
SY
Z•2--')/SY
/,1/
2" Asphalt pavement
5.7-B
(Type D, patch material)
24
TON
3C, SG/TON
Concrete pavement
5.8-A
6" (Flatwork)
35
SY
/SY
7
7.6.A-1
_Junction-_box_and-cover
y„�✓�I
7.6.A-2
4' Curb inlet
1
EA
O °a/EA
7.6.A-3
8' Curb inlet
1
EA
40,0. /EA
pc
Barricades, warning/ I
8.1
Detour si ns
LS
o.
�pC /LS
°
pO.G-
8.2-A'-
Concrete curb and gutter
9,070
LF
$ f p° /LF
P - 3
Lillian Miller Parkway Paving and Drainage (continued)
WORK DAYS 75
BID NO. 9752
PO NO.
BID TABULATION SHEET
ITEM DESCRIPTION QUANTITY UNIT
UNIT PRICE TOTAL
8.3
Driveways (6")
175
SY
1'5/SY I
Al, /7J.7,4
*8.15
Concrete Rip -Rap
825
SY
9,'?S/SY
67 s 6--
SP-2_
Saw Cut existing
70
LF
i °/LF
0
SP-10
Rock excavation
0
CY
30.00 /CY
--- —
SP-15.B
Adjust Manholes
1
EA
el
- L 7EA
SP-27.A
Adjust Water Service
2
EA
Do'J%EA
20o• `�
SP-27.B
Adjust Sewer Service
2
,ao/EA
coJQ•
TOTAL
1$ ZA. a �/7.
?f 2a/S�
*8.15
Textured Concrete
Rip -Rap
825
SY
2e/SY
1 23 /d�•n
TOTAL WITH
TEXTURED RIP _RAP
2 % o2z.
27tyZz/j C
*8.15
Colored and Textured
Concrete Rip -Rap
825
SY
41.Sd/SY
Z37.5
.
TOTAL WITH
�COLOR AND
TEXTURE RIP -RAP
30% /1,0-
/
/
/
*See Special Contract Definitions
P - 4
G-
T i?
.�7
Turn Lanes at
288 and I-35
WORK DAYS _ 25
BID NO. 9757
PO NO.
ITEM
DESCRIPTION
BID TABULATION SHEET
QUANTITY UNIT
UNIT PRICE TOTAL
Contractors Warranties
1.21 _
and Understandings
LS $ z 000 /LS 2 COo,
124"
I I
2.12.3-A
RCP Storm Sewer
120
LF_ Z o /LF 2 4�-
2.12.3-B 136"
RCP Storm Sewer
7.5
LF p = /LF 7�j.
Ir
Preparation of
/ I Q-
3.1
Right -of -Way
LS
OJ/LS 000'l
3.3
Unclassified Excavation
908
CY
/,�, =-/CY
0
3-A
Remove Concrete Pavement
52
SY
0/1
40 /SY
Z 0,�
Remove Concrete
50
3-B
Curb and Gutter
519
LF
,JSO/LF
7 7,?.
3-C
Remove Concrete Drive
25
62 /SY
I
2 00,��
3.7
Compacted Fill
105
CY
lm /CY
5 0
Type A Hydrated Lime
o,
11
4.6-A
(Slurry)
17
TON
%TON
7,5130
6" Treatment of
Qo
4.6-B
of Subgrade
1,835
SY
/SY
2" Asphalt Pavement
5.7-A.1
(Type A)
1,086
SY
$ 2,9�
4-1/2" Asphalt Pavement
5, o
_5.7-A.2
(Type A)
1,692
SY
I
�j- /SY
/099y,
1-1/2" Asphalt Pavement
16
5.7-A.3
(Type D)
1,692
SY
$ 2. /SY
3 L� 7�
—
_
2" Asphalt Pavement
�„
5.7-B
(Type D Patch Material)
18
TON
,T%TON
7.6 A-2
4' Curb Inlet
1
EA
S0 /EA
5-0,��
7.6 A-4
4' Special Inlet
1
EA
ZO-O./EA
j 2-00, c
7.6 A-5
'
Grate Inlet
2
EA
Z 5"40 /EA
I
Z Oc.�:
Barricades, Warning/
_
8.1
Detour/Signs
LS
2 S00 /LS
o�.�
8.2-A
Concrete Curb and Gutter
210
LF
Sn/LF
8.3
Concrete Driveway
25
SY
Z a� /SY
O/D
/
8.15
Concrete Rip -Rap
75
SY
$ ��,'" /SY
P - 5
Turn Lanes at Loop 288 and I-35
WORK DAYS 25
BID NO. $757
PO NO.
BID TABULATION SHEET
ITEM DESCRIPTION QUANTITY UNIT
UNIT PRICE TOTAL
SP-2
Saw Cut Existing
Concrete
250
LF
$ 5%_
7~% °—
SP-10
Rock Excavation
0
CY
$ 30.nO /CY
--
SP-15A
Adjust Valve Box
1
EA
O J%EA
SP-15B
Adjust Man Hole
1
EA
o
5O /EA
SP-20.B
Modify Grate Inlet
2
EA
Q /EA
OO,00
SP-27.A
Adjust Water Service
2
EA
aD
ZOO /EA
SP-27.0
Adjust Sewer Service
2
EA
Z0 06" /EA
SP-30
I Concrete Curb Flare
4 I
EA I
� 2T'� /EA I
/
�!v•�
TOTAL
SZ.
I
I
I
I
I
I
I
fa.
Bid No. 9752
BID SUMMARY
TOTAL
PROJECT
WORK DAYS
BID PRICE
1.
Lilliam Miller Parkway
75
1h4f 5-17. So
Paving and Drainage
2.
Lillian Miller Parkway
75
-zq6 022-.5-
Paving and Drainage with
Textured Rip -Rap
3.
Lillian Miller Parkway Paving
75
3 07 ,0o
and driveway with Colored and
Textured Rip -Rap
4.
Right Turn Lanes at
25
A/Z 752,/2.
Loop 288 and I-35
5.
1 and 4 Combined
100
(� Z
6.
2 and 4 Combined
100
%fS7 7. 6 Z
7.
3 and 4 Combined
100
��6 9/2 •7Z
P - 7
BID SUMMARY
TOTAL BID PRICE IN WORDS(
In the event of the award of a contract to the undersigned, the
undersigned will furnish a performance bond and a payment bond
for the full amount of the contract, to secure proper
compliance with the terms and provisions of the contract, to
insure and guarantee the work until final completion and
acceptance, and to guarantee payment for all lawful claims for
labor performed and materials furnished in the fulfillment of
the contract.
It is understood that the work proposed to be none shall be
accepted, when fully completed and finished in accordance with
the plans and specifications, to the satisfaction of the
Engineer.
The undersigned certifies that the bid prices contained in this
proposal have been carefully checked and are submitted as
correct and final.
Unit and lump -sum prices as shown for each item listed in.this
proposal, shall control over extensions.
_
NITR9CTOA
BY
30-L.43 Fr' w�, �� ��►
Street Address re
City and State
Seal & Authorization
(If a Corporation)
BID # 9752
Telephone
p�P
jn 1987�'
CITY(CC'- DEN, G�
PURCHASING Dt:
9,7-ll5
CONTRACT AGREEMENT
STATE OF TEXAS }(
COUNTY OF DENTON )
THIS AGREEMENT, made and entered into this 24
A.D., 19 87, by and between THE CITY OF DENTON
901-B TEXAS STREET, DENTON. TEXAS 76201
day of JUNE
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
JAGOE-PUBLIC CO.
P.O. BOX 250
DENTON, TX 76202
of the City of DENTON County of DENTON
and state of TEXAS Party of the Second Part, hereinafter
termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by the Party of the
First part (OWNER), and under the conditions expressed in the bonds bearing
even date herewith, the said Party of the Second Part (CONTRACTOR) hereby
agrees with the said Party of the First Part (OWNER) to commence and complete
the construction of certain improvements described as follows:
BID# 9756 - AVENUE C PAVING do DRAINAGE
PURCHASE ORDER# 79554 - $481,908.32
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
,iritten explanatory matter thereof, and the Specifications therefore, as
prepared by
THE CITY OF DENTON ENGINEERING 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.
TTEST:
YTYNIFE WALTERS
SECRETARY
ATTEST:
APPROVED AS TO FORP1:
City Attorney
CA-2
0044b
CITY MANAGER
(SEAL)
JAGOE-PUBLIC CO.
Party of the Second/art CONTRACTOR
J
BY
(SEAL)
THE AMERICAN INSTITUTE OF ARCHITECTS
AIA Document A311
Performance Bond
KNOW ALL MEN BY THESE PRESENTS: that
(Here in,<❑ lull name and addrm or Ie0 Tide of Contrapod
Jagoe-Public Company
P.O. Box 250
Denton, Texas 76201
as Principal, hereinafter called Contractor, and, rH<,< in,en lun um< and addreu or I<6a1 tide of surettl
Seaboard Surety Company
as Surety, hereinafter called Surety, are held and firmly bound untoItte e inwt lull n,me and,dd h, or I«al title of onmee)
City of Denton, Texas
as Obligee, hereinafter called Owner, in the amount of Four Hundred Eighty One Thousand
'Nine Hundred Eight and 32/100------------'
-- Dollars (5 481,908.32 )e
for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators,
successors and assigns, jointly and severally, firmly by these presents.
WHEREAS,
contract with Owner for
Contractor has by written agreement dated J u n e s 3 �� ✓198 7 , entered into a
Paving and Drainage at Avenue C - Denton, Texas
in accordance with Drawings and Specifications prepared by IHe a in,e,t lull name and ,dd,", o, 1e911 title of Architecd
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract
AIA DOCUMENT A311 • PERFORMANCE BOND AND LABOR AND h1A1[RIA
- l
fEBRUARY 19)D ED. •THE AMER INSTITUTE OF ARCHIT[CTS, 173S N.Y. AVE., N.W., wASHINGT ON_D. C. 700D6
NON', THER[r ORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform
void; otherwise it shall remain in full force and effect.
said Contract, then this obligation shall be null and
ion
The Surety hereby waives notice of any alteration or deranged underr the this i contractparagraprsuNi tracts of c omple the
extension of time made by the Owner.
cost of completion less the balance of the contract pace;
Whenever Contractor shall be, and declared by Owner but not exceeding, including other costs and damages
to be in default under the Contract, the Owner having for which the Surety may be liable hereunder, the amount
performed Owner's obligations thereunder, the Surety.'' set forth in the first paragraph hereof. The term "balance
may promptly remedy the default, or shall promptly of the contract price;' as used in this paragraph, shall
1) Complete the Contract in accordance with its terms mean the total amount payable by Owner to Contractor
under the Contract and any amendments thereto, less
and conditions, or - — the amount properly paid by Owner to Contractor.
2) Obtain a bid or bids for completing the Contract in Any suit under this bond must be instituted before
accordance with its terms and conditions, and upon de- the expiration of two (2) years from the date on which
termination by Surety of the lowest responsible bidder, final payment under the Contract falls due.
or, if the Owner elects, upon determination by the _
Owner and the Surety jointly of the lowest responsible No right of action shall accrue on this bond to or for
bidder, arrange for a contract between such bidder and the use of any person or corporation other than the
tthhowner, and make ugh there shouldvbe aeas default Workprogresses
arosucc succesen sion ttrrato sr named herein the or successors [heOwners' executors, adminis-
Signed and sealed this 8th
�i rwi3nr•5Sf
CORROOM ? g!ACI((FLLIS CROTTY POWERS
8300 D0102L^,3 AVE. SUITE 700
DALLAS, TEXAS 75225
Tel. (214) 987-2100
N'hne..i
day of
July
Jagoe-Public Company
sm
19 87
Seaboard Surety Company
all
r �,uvry9
Rosemary weaver' IT''i'r Attorney -In -Fact
AIAKU RY VIA,NEDA HE ANsf RRIICAN INS7EIT UTEN(1r ARCIIITECIS T J5 N.Y'AVE.,I N`WF WASHINGTON, D.C. 12DDW 2
THE AMERICAN INSTITUTE OF ARCHITECTS
AIA Document A311
Labor and Material Payment Bond
OF THE
FAV
OWNER CONDITIONEDONON THE NFULL SLY ITH O
AND FA17HFULPE FORMANNCEE OF THE OCONNTRACT
KNOW ALL MEN BY THESE PRESENTS: that (He,, imen full name and address o, Ieral title of Conuaetor)
Jagoe-Public Company
P.O. Box 250
Denton, Texas 76201
as Principal, hereinafter Called Principal, and, (Here imen full name and add,,,$ or legal title of Surety)
Seaboard Surety Company
as Surety, hereinafter called Surety, are held and firmly bound unto e e insert IuII name and +ddre,+or leb+l title of O nerl
City of Denton, Texas
as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the
Four Hundred Eighty One Thousand Nine Hundred Eight and 32/100
amount of Dollars (S 481,908.32
let", imen a ),
r aum er✓wl to at lost one -hail of they bind
themselves,
for the payment whereof Principal and Surety bnd themselves, their heirs, executors, administrators,
successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, ,z✓ GTIP
Principal has by written agreement dated June
19 8 7, entered into a contract with Owner for
Paving and Drainage at Avenue C - Denton, Texas
Drawings and Specifications In accordance with Dra g prepared by (Here ,men lull name and address or ItF+I tide of Arehitrtt)
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
n AND LABOR AN,D b1AiER1AE PnYMENT BOND A!A lr' 3
ZA DOCUMENT A711 • PERFORMANCE BO '0 T735 N Y. AVE., N.W., WASHINGTON, D. C. 2000G
FEBRUARY 1970 ED. • THE AMERICAN INSTITUTE OF ARCH I7ECTS,
Now', 1HEREf ORE, 1HE CONDITION Of
Claimants as hereinafterdefined, for at
Contract, then this obligation shall be
lowing conditions:
THIS OBLIGATION is such that, if Principal shall promptly make payment to all
I labor and material used or reasonably required for use in the performance of the
void; otherwise it shall remain in full force and effect, subject, however, to the fol-
1. A claimant is defined as one having a direct con-
tract with the Principal or with a Subcontractor of the
Principal for labor, material, or both, used or reasonably
required for use in the performance of the Contract,
labor and material being constred
heats oil, to include that
telephone
O
service or f
water, gas,rental off eqP power, gui ment directly applicable to the
Contract.
2. The above named Principal and Surety hereby
jointly and severally agree withtho he
o wnbreen that ed
Vefy
claimant as herein defined,
iin
full before the expiration of a period of ninety (90)'
days after the date on which the last of such claimant's
work or labor was done or performed, or materials were
furny sue
for
the lusedoftsuchsuch
claimantclaimant,
p oao
ecute thethis
suitbon
ttodfinal
judgment for such sum or sums as may be justly due
claimant, and have execution thereon. The ang CostsorOwner
expShall
not be liable for the payment of
of any such suit.
3. No suit or action shall be commenced hereunder
by any claimant:
a) Unless claimant, other than one having a direct
contract with the Principal, shall have given written
notice lowing: the
the
Owner, or theo any lwo of the Surety aboveolnamed, within ncipal '(90)
days after such claimant did or performed the last of
the work or labor, or furnished the last of the materials
for which said claim is made, stating with substantial
Signed and sealed this
rw-.mess,
8th day of
accuracy the amount claimed and he name of the party
10 whom the materials were furnished, the kor for whom
or labor was
ne
d. Such
shall be served by mailing g the rsame obye registered notice
mail -
or certified mail; postage prepaid, in an envelope ad-
dressed o the Principal, Owner or Surety, at any place
where an office is regularly maintained for the trans-
action of business, or served in any manner in which
legal process may be served in the state in which the
aforesaid project is located, save that such service need
not be made by a public officer.
b) After the expiration of one (1) year following the
date on which Principal ceased Work on said Contract,
it being understood, however, that if any limitation em-
bodied in this bond is prohibited by any law controlling
the construction hereof such limitation shall be deemed
to be amended so as to be equal to the minimum period
of limitation permitted by such law.
c) Other than in a state court of competent jurisdiction
in and for the count' or other political Subdivision of, of
the state in which the Project, or any p
art rt for the
districtdinof in whichhe United the Project,
any
part herreof, is sit-
uated. and not elsewhere.
4. The amount of this bond shall be
seduced by and
a in good
to the extent of any payment or pay
faith hereunder, inclusive of the payment by Surety of
mechanics' liens which may be filed of record against
said improvement ,r the amoun
of such whether or not claim i
uch hen be presented sentedunderr and against this bond•
July 19 87
Jagoe- Public Company yr,ll
CORROON & EIAC't!EL1-IS CPOM POWERS Seaboard Surety Company
8300 DOUCLAS AVE. SUT IE 700 (seal)
fSun•lyl
DALLAS, 'f E'AS 75225
Tel. 214 987
Attorney- In -Fact
Rosemary Weaver jf7111 Y-
AIA ocr[BUMENCDA311 AMIRICAN INSTORMANCEIT U7OC Of ARCH TLCIS', 17311 N.Y. AVE., N,W., WASHINGND AND tABOR AND �JAJ[RIAL PAYMENT IO , D. C.!l1X)0G
No 1:626 ADMINISTRATIVE OFFICES, BEDMINSTER NEW -JERSEY -
POWER;OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That SEABOARD SURETY COMPANY, a corporation of the State of New York, has
__made; constituted and appointed and by these presents does make, constitute and appoint ___Willard Crotty �,: or
;James N.Powers or.Peter A. Rush or"William G.,Klingman`_or,_Orvi_l B. Coborn,
Jr or`G:E.,_Easley;:or Rosemary Weaver
=of -`Dallas, texas
'its true and lawful Attorney-in=Fact, to make, execute and deliver on its behalf insurance policies, surety bonds, undertakings and -
other instruments of similar nature as follows: Without Limitations
Zz
-.Such insurance policies, surety bonds, undertakings and instruments for said purposes, when duly executed by the aforesaid
Attorney -in -Fact, shall be binding upon the said Company as fully and to the same extent as if signed by the duly authorized:-=
=officers of the. Company and sealed with its corporate seal; and all the acts of said Attorney -in -Fact, pursuant to the authority,;.__
hereby given, are hereby ratified and confirmed. -
This appointment is made pursuant to the following ey-Laws which were duly adopted by the Board of Directors of the said
,:Company on December Bth, 1927, with Amendments to and including January 15, 1982 and are still in full force and effect:
ARTICLE VII; SECTION 1: - --
:"Policies, bonds, recognizances, stipulations, consents of surety, underwriting undertakings and Instruments relating thereto. -
. Insurance policies, bonds. recognizances. stipulations. consents of surely and underwriting undertakings of the Company, and releases, agreements and other
writings relating in any way thereto or to any claim or loss thereunder, shall be signed in the name and on behalf of the Company
(a) by the Chairman of the Board. the President.a Vice ore Resitlent Vice-Presidentand by the Secretary, an Assistant Secretary, aResident
Secretary or a Resident Assistant Secretary: or (to by an Attorney -in -Fact for the Company appointed and authorized by the Chairman of the Board, the
President or a Vice -President to make such signature: or (c) by such other officers or representatives as the Board may from time to time determine: -
_'- _ The seal of the Company shall if appropriate be affixed thereto by any such officer, Attorney -in -Fact or representative."
IN WITNESS -WHEREOF; SEABOARD SURETY COMPANY has caused these presents to be signed by one of its Vice -
Presidents, and its corporate seal to be hereunto affixed and duly attested by one of its Assistant Secretaries, this ...2 4.th.... -
__day of September. 19'..$.S
SUNf 7r
Attest SEAB04RD SURETY COMPANY,
1927 By
�y �
�r'rFarOt (Seal) r�J"`_ __.. .. ice -President
Assistant Secretary - - - -
STATE OF NEW JERSEY ss.i
COUNTY OF SOMERSET
On this . ...24th ....._. day of _....._ _. _...... ..September ..__. 19- $5.._, before me personally appeared
,._.: Michael ... B....Keegan_ _.....__ ...... a Vice -President of SEABOARD SURETY COMPANY, -
with whom I am personally acquainted. who, being by me duly sworn, said that he resides in the State of ... New ...Jersey:
=that he is a Vice -President of SEABOARD SURETY COMPANY, the corporation described in and which executed the foregoing
<_instrument; that he knows the corporate seal of the said Company; that the seal affixed to said instrument is such corporate seal;
that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto as Vice -President of
said, Company by like authority. =
-FELICE M. CATALANO
(Seal)- NOTARY PUBLIC OF NEW JERSEY Notary Public
;My.Commission Exp. June 4, 1991 C E R T I F I C A T E
- I. the undersigned Assistant Secretary of SEABOARD SURETY COMPANY do hereby certify that he original Powerof Attorney ofwhich the foregoing is
='e full, true and correct copy. is in full force and effect on the tlate of this Certificate and l do further certify that the Vice -President who executed the said Power of `
4 Attorney was one of the Officers authorized by the Board of Directors to appoint an attorney -in -fact as provided in Article VII, Section 1, of the By -Laws of
SEABOARD SURETY COMPANY. '
This Certificate may be signed and sealed by facsimile under and by authority of the following resolution of the Executive Committee of the Board of.'.
s Directors of SEABOARD SURETY COMPANY at a meeting duly called and held on the 25th day of March 1970. -
"RESOLVED. (2) That the use of a printed facsimile of the corporate seal of the Company and of the signature of an Assistant Secretary on any
'==certification of the correctness of a copy of an instrument executed by the President or a Vice -President pursuant to Article VII, Section 1, of rho By -Laws
appointing and authorizing an attorney -in -fact to sign in the name and on behalf of the Company surety bonds, underwriting undertakings or other_
==_instruments described in said Article VII, Section 1, with like effect as if such seal and such signature had been manually affixed and made, herebyis=_
authorized and approved." - =_
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal oftheCompany to these presents this
e ssafly r .-.. day of ..._ - - ..........
1927
ta nt Sec
For957.(Rr v. 7' 4) `
For verification of Iheauthentiriiyof this Powni ,fA.I h�i noY Yq'.'"�^y cell,cnlIf? �1.212-94a7d40tuid ask Ior IIn Poworol At torneyclerk- Please refer 10 111e Power
O/1f
•
ISSUE DATE (MM/DD/YY)
®
6/23/87
- PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
CORROON & BLACK/ELLIS CROTTY POWEISEXTEND
OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
8300 Douglas Suite 700
Dallas, Texas 75225
COMPANIES AFFORDING COVERAGE
COMPANY A
LETTER NORTH RIVER INSURANCE COMPANY
COMPANY
B
INSURED
LETTER INTERNATIONAL INSURANCE COMPANY
COMPANY
COMPAJAGOE-PUBLIC
LETTER C UNITED STATES FIRE INSURANCE COt4PAD
P. O. Box 250
Denton, Texas 76201
ETTERNY D
'Fa•'
COMPANY E
LETTER
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE
BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY
BE ISSUED
CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY
OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES
TIONS OF SUCH POLICIES.
DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI-
CO
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MMIDDA'Y)
POLICY EVIRATION
LIABILITY LIMITS IN THOUSANDS
EACH
OCCURRENCE
AGGREGATE
DATE (MMUNM
GENERAL
LIABILITY
BODILY
COMPREHENSIVE FORM
INJURY
$
$
PREMISES(OPERATIONS
UNDERGROUND
EXPLOSION & COLLAPSE HAZARD
PROPERTY
DAMAGE
$
$
A
PRODUCTS/COMPLETEDOPERATIONS
540 840825
10-1-86
10-1-87
CONTRACTUAL
COMBINED
$ Soo,
$ 500,
INDEPENDENT CONTRACTORS
BROAD FORM PROPERTY DAMAGE
PERSONAL INJURY
PERSONAL INJURY
$ 500,
UTO &I6A4BI 1B?rm
End.
Wky
ANY AUTO
IuAy
(PER PERSON)
$
.. j
ALL OWNED AUTOS (PRIV. PASS.)
BJBLY
ALL OWNED AUTOS (OTHER THAN)/
PRRV. PASS.
INJURY
(PER AWNTI
$
-
,
B
HIRED AUTOS
540 8586315
10-1-86
10-1-87
PROPERTY
NON -OWNED AUTOS
DAMAGE
$
GARAGE LIABILITY
BI & PO
COMBINED
$
EXCESS LIABILITY
C
UMBRELLA FORM
523 4185053
10-1-86
10-1-87
BI a PO
COMBINED
�,000,
$
OTHER THAN UMBRELLA FORM
1.000,
'
A
WORKERS' COMPENSATION
STATUTORY
$ (EACH ACCIDENT)
AND
408-45-13-82
10-1-86
10-1-87
$ )DISEASE -POLICY LIMIT)
EMPLOYERS' LIABILITY
$ (DISEASEEACH EMPLOYEE)
i.
OTHER
RE JOB: PAVING &
RAINAGE AT
AVE,
C, D
NTON, TEXAS
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS
All operations in Texas
All Automobiles - owned, non -owned or
—hired. -
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX.
CITY OF DENTON, TEXAS
PIRATION DATE THEREOF, THE., ISSUING COMPANY WILE ENDEAVOR -TO
DENTON , TEXAS
MAIL j (� DAYS WRITTENACITICE TO'THE CERTIFICATE HOCO R NAMED TO THE
EFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGITION
t A'
OR LIABILITY
OF ANY KIND UPON THE COM Y; ITS AGENTS OR REPRESENTATIVES
AUTHORIZED REPRESENTATIV i :..v- .✓ u�
ORROON & BLACI Y POWERS —�
BID # 9756
PROPOSAL
TO
THE CITY OF DENTON, TEXAS
FOR THE CONSTRUCTION OF
AVENUE C PAVING AND DRAINAGE
IN
DENTON, TEXAS
The undersigned, as bidder, declares that the only person or
parties interested in this proposal as principals are those
named herein, that this proposal is made without collusion with
any other person, firm or corporation; that he has carefully
examined the form of contract, Notice to Bidders, specifications
and the plans therein referred to, and has carefully examined
the locations, conditions, and classes of materials of the
proposed work and agrees that he will provide all the necessary
labor, machinery, tools, apparatus, and other items incidental
to construction, and will do all the work and furnish all the
materials called for in the contract and specifications in the
manner prescribed herein and according to the requirements of
the City as therein set forth.
It is understood that the following quantities of work to be
done at unit prices are approximate only, and are intended
principally to serve as a guide in evaluating bids.
It is agreed that the quantities. of work to be done at unit
prices and material to be furnished may be increased or
diminished as may be considered necessary, in the opinion
of the City, to complete the work fully as planned and
contemplated, and that all quantities of work whether increased
or, decreased are to be performed at the unit prices set forth
below except as provided for in the specifications.
It is further agreed that lump sum prices may be increased to
cover additional work ordered by the City, but not shown on the
plans or required by the specifications, in accordance with the
provisions to the General Conditions. Similarly, they may be
decreased to cover deletion of work so ordered.
It is understood and agreed that the work is to be completed in
full within the number of work days shown in the special
contract definitions.
P - 1
Accompanying this proposal is a certified or cashier's check or
Bid Bond, payable to the Owner, in the amount of five percent of
the total bid.
it is understood that the bid security accompanying this
proposal shall be returned to the bidder, unless in case of the
acceptance of the proposal, the bidder shall fail to execute a
contract and file a performance bond and a payment bond within
fifteen days after its acceptance, in which case the bid
security shall become the property of the Owner, and shall be
considered as a payment for damages due to delay and other
inconveniences suffered by the Owner on account of such failure
of the bidder. Owner reserves the right to reject any and all
bids. Owner may investigate the prior performance of bidder on
other contracts, either public or private, in evaluating bid
proposals. Should bidder alter, change, or qualify any
specification of the bid, Owner may automatically disqualify
bidder.
The undersigned hereby proposes and agrees to perform all work
of whatever nature required, in strict accordance with, the plans
and specifications, for the following sum or prices, to wit:
P - 2 '
Avenue C Paving and Drainage
BID TABULATION SHEET
IF] ANTTTV EINTT
See Special
WORK DAYS Contract Def.
BID NO. 9756
PO NO.
nNTT DDTrR TnTAT.
Contractors Warrantees
1.21
and Understandings
I LS
$ 7. / lo./LS
I 7, 1.1-0,
2.11
2 x 4 Steel Plate
I 1
EA
-O.o-'
2 11 5
Inlet Frame and Cover
13
EA
$ S0. /EA
00
15' RCP Storm Sewer
I
I 9S
I �S
2.12.3-A
Class III
287
LF
LF
/•
18' RCP Storm Sewer
/J o
2.12.3-B
Class III
394
LF
7 LF
7
2 12 3-C
( 21' RCP Storm Sewer
296
LF
$ 70,LF
�
2.12.3-D
27' RCP Storm Sewer
129
LF
LF
2.12.3-E
30' RC[L,P Storm Sewer
73
LF
30
U. LF
r 9 0
Z Q
2.12.3-F
36' 4�c-P�Storm Sewer`-
1,810
LF
o—LF
17 Z/O.Od
15' RCP Storm Sewer
Zo
,gyp
2.12.3-G
Class IV
285
LF
/LF
18' RCP Storm Sewer
o
2.12.3-H
Class IV
50
LF
l.s /LF
p°
SZO
00
2.16
2' Water Service
1
EA
EA I
52D, -
3-A
Remove Concrete Pavement
70
SY
0
$ °- /SY
�- J GO•�o
IRemove Concrete Curb
D
o
01�.3 0
3-B
and Gutter
3,322
LF
$ /,f /Lp
hL
Remove Concrete Driveway
�Q
3-C
and Sidewalk -
370
SY
/SY
O. -
3.1
Right-of-way Preparation
00.
LS
0
5Oo 7Ls
3.3
Unclassified Excavation
5,700
CY
I 50 CY
I �! -0,O10
3.7
Compacted fill
640
I CY
I /- -FDICY
I G 0 Oo
Type 'A' hydrated lime
a�
4.6-A
(Slurry)
240
TON
TON
/� ,00.QO
Lime Treatment of
/O
/ f0
4.6-B
Sub rade
19,988
SY
SY
/ �w.
4 1/2' Asphalt Pavement
2%0
5.7-A.1
(Type A)
16,225
SY
SY
CO3,D.°
1 1/2' Asphalt Pavement
2o
5.7-A.2
(Type D)
16,225
SY
_- SY
��
1' Asphalt Pavement
�,
5.7-A.3
(Type D)
1,359
SY
SY
P - 3
See Special
WORK DAYS Contract Def.
BID NO. 975E
PO NO.
Avenue C Paving and Drainage
TTFM ❑FSCRTPTION
BID TABULATION SHEET
QUANTITY UNIT
UNIT PRICE TOTAL
Asphalt Pavement (Type D
oq
5.7-B.1
Patch Material)
50
TON
7TON
1 S 00,E
8' Asphalt Pavement
5.7-8.2
(valley Gutter)
107
SY
,5/Sy
230•SL
2' Asphalt Pavement
5.7.A-4
(Type D)
382
SY
/�/SY
1,00320
6' Concrete Pavement
50/SY�/�.�
5.8-A.1
(Flatwork)
244
SY
2,
c�
7.6.A-1
4' Curb Inlet
2
EA
900 EA
2 ,00.'O'
7.6.A-2
6' Curb Inlet
4
EA
o=
ZOO EA
00•m�
7.6.A-3
8' Curb Inlet
3
EA
oa
Z O 7EA
O.C2_
7.6.A-4
10' Curb Inlet
3
I EA
I $ //aj0,�/EA
?0
7.6.A-5
10' Special Curb Inlet
2
EA
$ Z 00b/EA—I��,700,
7.6.A-6
5'x5' Junction Box
I
2
I
EA
o�
0 EA 1
I f
O.�
7.6.A-7
5'x10' Junction Box
1
EA
2 SOO EA
OO•'?'
7.6.A-8
10'x10' Junction Box
2
EA
000 EA
000•P21
Barricades, warning signs
o°,
O
8.1
and detours
LS
/.f O�D LS
1,7000.02
8.15
Concrete Rip -Rap I
165
SY
$ ZZ•S/SY
7/Z, S9
8.2-A
Concrete Curb and Gutter
1 8,650 1
LF
I
1 $ S �— /LF 16/-/
//j.-DO
8.3
6' DrivewayVO
I
267
I
SY
I
Z• SY I
So
I
�_/SY
5 0
8.3-A.1
4' Sidewalk
130
SY
/ 930
Exposed Aggregate
�
r s
8.3-A.2
Sidewalk
123
SY
OS. SY
Z 3• '
(Retaining Wall)
�
B.7
Class A Concrete
8
Cy
2 -0 CY
0 OO.c1
SP-2
Saw Cut Existing Concrete
258 I
LF
/.'OLF
SP-4
Lower Water Line 1
4
EA
00�/EA
O0.on
SP-10
Rock Excavation
0
CY
CY
SP-15.A
Adjust Valve
32 I
EA
EA
P - 4
Avenue C Paving and Drainage
BID TABULATION SHEET
TTFM nFRf PTPTTnN QUANTITY UNIT
See Special
WORK DAYS Contract Def.
BID NO. 975(
PO NO.
UNIT PRICE TOTAL
SP-15 B
Adjust Manhole
5 EA
G
$ z,:fO%EA
I /, 250.E
SP-16
Handicap Ramp
25
EA
0 /EA
000.°9
SP-21
I French Drain
500
I LF
$ % 6?/LF
SP-27.A
Water Service Adjustment
14
EA
/1/ ,.0 oO EA
2 Z
SP-27.B
Sewer Service Adjustment
14
EA
/�f0 1, EA
I / 960.
SP-31
Break into existinginlet
1
EA
-00 EA
Off. ��
SP-32
Compact and Shape 8BomA6'
I Asphalt (For Bike Path)
I 1,359
I Sy
I $ 6o /SY
I F/`-". /O
SP-33
I Remove Concrete Inlet I
1
EA
I $ /I•a� /EA
I /� 200.°.,
I
I
Total
?'FO
I
II
II
I
I
L I
I
I
I
I
I
I
II
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I I
P - 5
See Special
WORK DAYS Contract Def.
BID NO. 9756
Avenue C Paving and Drainage PO NO.
BID TABULATION SHEET
ITEM DESCRIPTION nNANTTTV ❑NTT ❑NTT oaTrP TnTA r.
2.14
Fire Hydrant
5 EA
$ / 100 EA
/� 000, o—
SP-148
I1
I Fire Hydrant Relocation
3 EA
$ 700/EA
2 /00,U3
Total
I '
$ 9 JCO."
P - 6
Bid 9756
BID SUMMARY
In the event of the award of a contract to the undersigned, the
undersigned will furnish a performance bona and a payment bona
for the full amount of the contract, to secure proper
compliance with the terms and provisions of the contract, to
insure and guarantee the work until final completion and
acceptance, and to guarantee payment for all lawful claims for
labor performed and materials furnished in the fulfillment of
the contract.
It is understood that the work proposed to be done shall be
accepted, when fully completed and finished in accordance with
the plans and specifications, to the satisfaction of the
Engineer.
The undersigned certifies that the bid prices contained in this
proposal have been carefully checked and are submitted as
correct and final.
Unit and lump -sum prices as shown for each item listed in this
proposal, shall control over extensions.
&x 250
Street Address
✓l 4oi.l �eC. /C�1�
2_
City and State
Seal & Authorization
( If a Corporation) t/ % / �)g L- - %7
Telephone
---------------
P - 7