Loading...
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