Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
1987-057
0923L NO ff jV.T AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of state law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therefore, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invita- tions", "Bid Proposals" or plans and specifications attached hereto are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 9709 Denton Independent School District $ 16,882 35 9722 Speciality Contracting $ 23,480 00 9728 Atkins Brothers Equipment Co $448,S22 00 SECTION II That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, after notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute 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 terms, conditions, plans quantities and specified sums ShCTION IV relating thereto specifying the and specifications, standards, contained therein That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto ShCTION V That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the 9th day of April, 1987 RAY S P ENS, MAYOR CITY 4 DhNTON, TEXAS ATTEST .(A JE I ER AL hRS AC I G C Y SECRETARY CIT OF DENTON, TEXAS APPROVED AS TO LEGAL FORM DhBRA ADAMI DRAYOVITCH, CITY ATTORNEY CITY OF DENTON, TEXAS PAGE TWO DATE April 7, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9702 PARTICIPATION BID GREENFIELD WOODS VIRGIL STRANGE, PAVING RECO�MME DATI�ON We recommend this participation project with Virgil Strange on Greenfield Woods project for the total cost as calculated of $7,254 40 SUMMARY We sent out invitations on this bid and had some 10 or more to pick up the plans We received 7 bids and the prices shown on the attached memo are the lowest of the bid prices We have calculated from the quantities and the prices of each item The calculated total participation for the City of Denton is $7,254 40 BACKGROUND MEMORANDUM - JAMES CORBIN PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Street Department FISCAL IMPACT 1986/87 Budget Funds Street Department Account # 100-020-0033-9105 Respectfully submitted Lloyd V Harrell City Manager Prepared by 1e in J Marshall , C P M it le Purchasing Agent Approved Nuoww"" � CITY Of DENTON, TEXAS PURCHASING DIVISION / 9018 TEXAS STREET l DENTON, TEXAS 76201 MEMORANDUM DATE MARCH 13, 1987 TO JAMES CORBIN, SUPERINTENDENT OF STREETS FROM JOHN J MARSHALL, PURCHASING AGENT SUBJECT PARTICIPATION GREENFIELD WOODS 1 Bid # 9702 2 P 0 # 3 Account # 4 Approved by Council 5 Cost of City Participation as per Bid- low bid Austin Paving- 1 6" asphalt 7' X 651 3' = 506 6 sy X $9 10 = $4,610 06 2 6" lime subgrade @ 221 506 6 sy X 1 97 = 998 00 3 1" asphalt top 15 X 651 3' = 1,085 5 sy X 9 10- 6= 1,646 34 TOTAL PARTICIPATION THIS PROJECT - $7,254 40 Measurements by Bryan Burke 8171566 8311 D/FW METRO 267 0042 DATE April 7, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Ilarrell, City Manager SUBJECT BID# 9709 DENTON INDEPENDENT SCHOOL DISTRICT HICKORY CREEK ROAD PARTICIPATION RECOM11ENDATION We received bids on this project and according to our calculations, the total project participation is $16,882 35 We recommend Council approval of this participation SUMMARY The bid was sent out or picked up by several bidders and seven bids were received The low bidder was Jagoe Public Co The unit prices shown are from this bid There are some of the lowest unit prices we have received in a long time The quantities have been checked by both the City and Project Engineer BACKGROUND MEMORANDUM - CITY PARTICIPATION PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Stree Department FISCAL IMPACT 1986/87 Budget Funds Street Department Account # 100-020-0033-9105 Respectfully submitted Lloyd V Harrell City Manager Prepared by o n Marshall, C P M itle Purchasing Agent Approved m n J Marshall, C P M 1tle, Purchasing Department CITY of DENTON, TEXAS utsmv- � PURCHASINDIVISION l 901 B TEXAS STREET l DENTON TEXAS 76201 MEMORANDUM DATE March 13, 1987 TO JAMES CORBIN, SUPERINTENDENT OF STREETS FROM JOHN J MARSHALL, PURCHASING AGENT SUBJECT HICKORY CREEK ROAD PARTICIPATION 1 Bid # 9709 DENTON INDEPENDENT SCHOOL DISTRICT BID (Bryan Burke) 2 P 0 # 3 Account # 4 Approved by Council 5 Cost of City Participation as per Bid of Jagoe Public Company 1 6" asphalt 11' X 1,102 5' = 1,345 7 sy X $8 75 $11,790 63 2 6" lime sub grade 18#11' X 1,102 5' = 1,345 5 sy X $1 79 2,412 03 3 1" asphalt exta depth 15' X 1,102 5 = 1,837 5 sy X $8 75-6= 2,679 69 TOTAL PARTICIPATION THIS PROJECT $16,882 35 8171566 8311 DIFW METRO 267 0042 DATE April 7, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9722 PHOENIX APARTMENTS REHABILITATION RECOIRIENDATION We recommend this bid be awarded to the lowest responsible bidder, Speciality Contracting in the amount of $23,480 00 SUMMARY This bid is for the rehabilitation of ten apartment units in the Phoenix Apartments Complex The bid included cabinet work, plumbing, doors and general repairs as well BACKGROUND Tabulation Sheet PROGRAMS DEPARTMENTS OR GROUPS AFFECTED Community Development Block Grant Program FISCAL IMPACT CDBG Funds # 217-005-CD15-8502 Respectfully submitted Lloyd V Harrell City Manager Pr7ared by� Name Tom D Shaw, C P M Title Assistant Purchasing Agent Approved e ®rchasinrsAgent hall, C P M t1a, -1 SA p ' 1 � r a I I m } J I 1 - � 1 K 1 I n I I I I x r-'- r x ]J I x 1 } I+I i cJ I r s I 1 Ri 1 'l 1 � 1 + I e I i n co � a 1 I 1 I I L a I 1 I 1 I rJ I I r_) m s r r J I C I J r t AI n I 1 O] J Iq ]f R rn rs I e I I I I ! I r1 I i rs! rn 1 o I y RSJ G> I I R 4i rsi I I I 1 1 1 1 T 1 ,x � 1 1 i 1 I 1 K I s I 1 I 1 IO 1 I DATE April 7, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9728 GLENWOOD PAVING AND DRAINAGE RECOiVIENDATION We recommend this bid be awarded to the lowest responsible bidder, Atkins Brothers Equipment Co in the amount of $448,522 00 SUMMARY This is the re -bid of the Glenwood Paving and Drainage Project The bid includes paving approximately 7,000 square yards of streets as well as furnishing and installing over 4,376 linear feet of storm sewer and all associated work The project was bid both with asphalt and concrete We are recommending the asphalt be accepted due to the lower cost BACKGROUND Tabulation sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Street Improvement Bond Program FISCAL IMPACT SB85 Street Bond Funds Account # 434-002-SB85-8509-9105 Respectfully submitted Lloyd V Harrell City Manager Prepared by Name Tom D Shaw, C P M Title Assistant Purchasing Agent Approved iitlm o nJMarshall,CPM, Purchasing Agent I l I r a r x} >. c 1 - Irl 1 W I r1 1 r I I I al 4 l = S I 1 n 1%1 i tl^ m x I ) I 1 1 1 D nr _ v Ir I ~ 1 S 1 I f I I 2 I I fS 1) 1 1 1 b 1 I 11 I IS I � i nl C n �I UI n I n5) r9 I I I I r) a m I n l n m I I I S 1 I I tl I < I } q 1 1 I nD I I 1 I I ) JI 1 � .N } I 1 I I 1 1 � I I 1 I 1 n I < 1 T so I ) 1 i s i 2 t in I I 1 1 I 1 — Ln 1 1 z n � i I 1 I ro Y I I I I ff vs2 CONTRACT AGREEMENT STATE OF TEXAS )( COUNTY OF DENTON )( THIS AGREEMENT, made and entered into this 16 day of A_ori1 A.D., 19 87 , by and between The City of Denton, Texas 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 D.F. Gill Sr. dba. Specialty Contracting 2116 Hollyhill Denton, Texas 76201 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 #_9722 Phoenix Apartments Rehabilitation P.O. # 78456 823,488.00 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, all attached hereto, and in accordance with the plan , which includes all maps, plats, blueprints, and other drawings and printed or CA-1 0044b written explanatory matter thereof, and the Specifications therefore, as prepared by The City of Denton Departments , all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: APPROVED AS TO FORM: j City Wttorney CA-2 0044b Lloyd V. Harrell, City Manager (SEAL) Specialty Contracting Party of the Second Part, CO CT By Tithe D.F. Gill Sr. (SEAL) CITY OF DENTON MINIMUM INSURANCE REQUIREMENTS INSURANCE: Without limiting any of the other obligations or liabilities • of the Contractor, the Contractor shall provide and maintain until the contracted work and/or material has been completed/delivered and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. satisfactory certificate(s) of insurance shall be filed with the Purchasing Department prior to starting any construction work or activities to deliver material on this Contract. The certificate(s) shall state that thirty (30) days advance written notice will be given to the Owner before any policy covered thereby is changed or cancelled. The bid number and title of the project should be indicated, and the City of Denton should also be listed on all policies as an additional named insured. To avoid any undue delays, it is worth reiterating that: o Thirty (30) days advance written notice of material change or cancellation shall be given; o The City of Denton shall be an additional named insured on all policies. I. Workmen's Compensation and Employer's Liability. This -insurance shall protect the Contractor against all claims under applicable state workmen's compensation laws. The Contractor shall also be protected against claims for injury, disease, or death of employees which, for any reason, may not fall within the provisions of a workmen's compensation law. The liability limits shall not be less than: o Workmen's Compensation - Statutory o Employer's Liability - Statutory II. Comprehensive Automobile Liability. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicles licensed for highway use, whether they are owned, nonowned, or hired. The liability limits shall not be less than: o A combined single limit of $500,000 III. Comprehensive General Liability. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims arising from injuries to members of the public or damage to property of others arising out of any act or omission of the Contractor or his agents, employees or subcontractors. CI-1 Insurance Requirements page two To the extent that the Contractor's work, or work under his direction, may require blasting, explosive conditions, or underground operations, the comprehensive general liability coverage shall contain no exclusion relative to blasting, explosion, collapse of buildings, or damage to underground property. The liability limits shall not be less than: o A combined single limit of $500,000 IV. Owner's Protective Liability Insurance Policy. This insurance shall provide coverage for the Owner and its employees, in the name of the City of Denton, for liability that may be imposed arising out of the work being performed by the Contractor. This also includes liability arising out of the omissions or supervisory acts of the Owner. Although this insurance is strictly for the benefit of the Owner, the Contractor is responsible for obtaining it at his expense. The liability limits shall not be less than: o A combined single limit of $500,000 INSURANCE SUMMARY: The Contract shall provide insurance to cover operating hazards during the period of placing the facility in operation and during testing, and until such time as the facilities are completed and accepted for operation by the Owner and written notice of that fact has been issued by the Owner. Approval of the insurance by the Owner shall not in any way relieve or decrease the liability of the Contractor hereunder. It is expressly understood that the Owner does not in any way represent that the specified limits of liability or coverage or policy forms are sufficient or adequate to protect the interest or liabilities of the Contactor. Again, the Owner shall be given a certificate of insurance indicating that all of the above policies and the appropriate limits are indeed enforced. The certificate shall also indicate that the Owner will be given at least thirty (30) days written notice of cancellation, non -renewal, or material change of the required insurance coverage. All responsibility for payment of any sums resulting from any deductible provisions, corridor or self -insured retention conditions of the policy or policies shall remain with the Contractor. The Contractor shall not begin any work until the Owner has reviewed and a oroved the insurance certificates and so notified the contractor directly in writing. Any notice to proceed that is issued shall be subject to such approval by the Owner. CI-2 O1/13/87 CERTIFICATE OF INSURANCE CITY OF DENTON Name and Address of Agency Phan Name and Address of Insured: Phan City of Denton Raference: Project Name: Project No: Project Location: Managing Dept: Companies Affording Coverage: A B C This is to certify that policies of insurance listed below have bean issued and are in force at this time. Turn .8 1inY Expiration Limits of Liability after a-u u In Inalsanin tuuu) Comprehensive Gomm al Liability - Occurrence Occurrence $ - Claims Made (see /2-reverse) Bodily Injury Broad Form to Include: - Premises/Operations Property Damage $ - Independent Contractors - Products/Completed Operations - Personal Injury - Contractual Liability (see it -reverse) Bodily injury and Property Damage Combined $ - Explosion and Collapse Hazard - Underground Hazard - Liquor Liability Coverage - Fire Legal Liability (sea 0-reverse) - Broad Form Property Damage - Professional Errors/Omissions - occurrence - claims made (see i2-reverse) Comprehensive Automobile Liability Bodily Injury/Person Bodily Injury/Accident j j - Owned/Leased Automobiles - Man -owned Automobiles Property Damage $ - Hired Automobiles Bodily Injury/Property Damage Combined = - Yorkers' Compensation and Employers Liability Statutory Amount $ each accident Other Insurance )ascription of Operations/Locations/Vehicles. The City of Denton is an additional insured as its interest may appear as defined on the reverse side. Um and address of Certificate Holder. CITY OF DMNITN, •IDEAS 901-B •IDOLS Sr DMM, TX 76201 �D �'d e' •" p mlYYl• • :'•a a •IYI•a'Om 569 CI-3 CONDITIONS • an• • c- ua: • .�•• • • Ic •u •a mow• NOlTIB OF CAN F7l Oj; Pjw to any material change or cancellation, the City of Denton will be given 30 days advance written notice mailed to the stated address or the Certificate Holder, City of Denton. 2. aAM MEE i'Q.ILY Fall- papnred period CC ont will be determined by the following fc mnlan Continous coverage for the life of the contract, plus one year' (to provide coveraEp for the warranty period), and a extended discovery period for a rmnimm of 5 yeas which shall begin at the and of the warranty period. cOnStrUctam or - w • •. • u or :rse . r w a. • is - • ccuer bWJAings, contents (wherge .•• r • - and permanently •sr c• eqdpment withs•e to property •:ue •.- • stnictires or portions stnxtures if such :Ls caised by the peril of fire and the to the pe .iw• M •, the contractor..m of .• to be a mirumin of 11 111 Q-4 n I u A 9722 PROPOSAL TO THE CITY OF DENTON, TEXAS F o r t h e Rehabilitation of • ►zyk WIMU 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 therein 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. P - 1 I: I Specifications Frames Sides Backs Bottoms Shelves Nailer Corner Braces Toe Kick Plasm snestna lul.sut .ono.rt V' [ ]M' N�iNnQ stnp �1 Construction Details 4' a"* Sappde.p "'.0 so" bone. 4., ""we BO.[d All frames are kiln dried hardwood lumber and have mortise tenon construction and are glued and power nailed. (See figu 1/2" medium density fiberboard panel. The side of the cabinet is set into the frame allowing for ma" reveal. 'Is" hardboard %" particle board - 1/2" particle board; 11" deep; finished edge. 34" x 31/2" strip. These are used to insure squareness and help in the mounting c countertop. ;'4" x 4" pine. GRIM( 4ds 4' end OSMl Npen wuar gwdee 'n" pan.v. bovd anNt 1 I'deep, 11n11na apt k- [ ]' C,.M w. k'[Pi vr4 Figure B cab+Mt vdp raftssse W IM is Specifications Frames Construction Details Sides Backs Tops and Bottoms Shelves Nailer % * a 3%*' HaVn9 Unp W, �r.. + 1'4' Kdn dned nYdwppd Wmbar I., a 3'a" Hany"9 abrp >r- a 1W Kia dead harOraW harry All front frames are of kiln dried hardwood and have morti tenon construction and are glued and power nailed. (See fi '/2" medium density fibreboard panel. The side of the cabinet into the frame allowing for Ma" reveal. '/a" hardboard Me" particle board '/z' particle board with finished edge. Note: 12"&15" high cabinets —no shelf 18"&24" high cabinets —one intermediate shelf 30" high cabinets —two intermediate shelves Top and bottom 34'x3Y:" hanging strip '/i' PanKre Wad wdh Iru3twd edge � %r Pytc4 board top racaaaad W ••' d 3- KJn fined nardwdod hrmbo NPanrda board 1We j N.' End panel N" End panel cab rW aide racenaed 'lt.. Figure A W" KJn dned hardwood from ha 9wed and ppwer naiad IrrWl." • targn oonsYucbon) p - 9,= Work•Order Phoenix Apartments Page 4 AISCELLANEOUS (continued) BID# 9722 Apartment numbers: 21 22 23 24 25 26 59 60 61 62 Install new W exhaust fan X Caulk splash back behind sink WATER HEATERS SERVING APARTMENTS 82-131. 106. Sub Tot Sub Tota TOTAL BID THIS SECTION: 12. 1. Remove combustibles. 2. Extend T & P valve drains into floor drain. 3. Provide minimum 760 square inches total of upper and lower combustion air. 4. Seal door at bottom. 5. Replace vent caps. 524.: 6. Electrical -Install junction box cover. Sub Tot WATER HEATERS SERVING APARTMENTS 39-81. 1. Provide minimum 760 square inches total of upper and lower combustion air. 2. Extend T & P valve drains into floor drain. 1U4.( 3. Electrical -Install junction box cover. Sub Tot WATER HEATERS SERVING APARTMENTS 39-81. 1. Properly wire circulating pump. 2. Remove two unused open circuits and install knockout plugs. 3. Install non-removeable vacuum breakers on boiler drains where hoses are attached. 420.( 4. Plate electrical fixture outlet on outside east wall. Sub Tot TOTAL BID THIS SECTION: s 1123.0 Work to be completed in -35 days after issuance of work order. NOTE: 1. Contractor must be prequalified. Please submit the attached Contractor Application five (5) days prior to bid opening to the CDBG Office, 235 W. Hickor Suite 101, Denton Texas 76201. 2. Bid price must consider that all units may be occupied at the time of constructi 0171e BID# 9722 Work -Order' Phoenix Apartments Page 3 PLUMBING (continued) Apartment numbers: 21 22 23 24 25 26 59 60 61 62 Reattach escutcheon I at kitchen X X Reattach l I I I I attoiletescutcheon X X X X X X X Reattach escutcheon W E E at bath lavatory X X X X X Install new toilet E W E W W E W E seat x x X X X Repair leak in kitchen X Repair leak in bath sink MISCELLANEOUS: 20.( Sub Toti Sub Tots Sub Tot+ 126.( Sub Tot. $ 100.( Sub Tot, Ni. .4. Sub Tot_a TOTAL BID THIS SECTION: t 9702.00_ Apartment numbers: 21 22 23 24 25 26 59 60 61 62 Treat bath ceiling W for mildew X Repair exhaust E fan X inn Sub Tot 106 Sub Tota BID# 9722 Work'O[der Phoenix Apartments Page 2 PLUMBING: Apartment numbers: 21 22 23 2425 26 59 60 61 62 Install new lava- tory with vanity Rehang existing f- I I sink Replace shower valve X I X I X X X. X X X X X Replace tile around tub with shower liner X X X X X X X X X X Replace waste and overflow piping X X X X X X X X X X E W W W W W E W E W E W Replace tub X X X X X X X X X X Patch sink E. W I E W E W I - I W I E W I E E W enamel X X X X X X X X .nstall escutcheon at kitchen lavatory X X X Install escutcheon E W W E at toilet X X X X X Install escutcheon W at bath lavatory X BID# 9722 WORK ORDER PHOENIX APARTMENTS , ':ABINETS: Apartment numbers: 21 22 23 24 25 26 59 60 I 6l I 62 Replace all kitchen X X X X Replace lower I I I I I kitchen X X X X X X Adjust those cabinets not replaced X X X X Repair where necessary X Replace complete „ kitchen countertop Replace countertop at corner near kitchen sink X X X. X Replace s lashback X X X X Repair/replace counter trim here necessary X Adjust doors on bath vanities X X X X X X $ 6104.0 Sub Tot $ -4502.0 Sub Tot $ 104.0 Sub Tot Sub Tot Subl Tot $ ) 1092. Sub Tot $ in .-cgu-x Sub Tot $ :-34 6 . Sub Tot I $ 9H. Sub Tota TOTAL BID THIS SECTION: $ •��3.46.00 * All cabinets should conform as closely as possible to existing sizes and shapes. * * See attached specifications and construction details for kitchen cabinetry. E = East W = West BID# 9722 BID SUMMARY TOTAL BID PRICE IN WORDS thentythree thousand and fourhundred and eightveight dollarsand no 100/cents. In the event of the award of a contract to the undersigned, the undersigned will furnish a- r--ka-=secuxe.=-pzoge�--- �omlr�i�ee-�+-it-tr-��re--te-r-nrs-=and--tx�rsror�:s=e-f-=k#�e— -atrepta-rteer-aed-�o—�r�;ram-@ay�xefl�--f-0-c--a��=���,+-f .�=1r�la=ims-=Far=- ---3 aLx�--@eef armed-�-rto--matefia�-s--€+tr-Ears-fired-�.�-t.k�e--f�l���l�aer�b--sir/%� It is understood that the work acceptea, when fully completed the plans and specifications, inspector. proposed to be done shall be and finished in accordance with to the satisfaction of the 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. SPECIALTY CONTRACTING CONTRACTOR By D. F. GILL Sr. 2116 Holly ill Street Address City ana State Seal & Authorization (If a Corporation) s 76205 817 do-2040 Te ep ne P - :10 It is understood and agreed that the work is to be completed in full within the number of working days on the accepted bid proposal. 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 C proposal shall be returned to the bidder, unless in case of the \v,Y acceptance of the p proposal, the bidder shall fail to execute a contract ----- -rmartL ------------------ - --- -wi£fii fifteen days after its acceptance, in which case the bid security shall become the property of the Owner, and shall be considered as payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. It is understood that the Owner reserves the right to reject any and all bids. 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 U.S. DEPARTMENT of MOUSING A140 URBAN DEVELOPMENT CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY INSTRUCTIONS This certification is required pursuant to Executive Order 1 1246 (30 F. R. 12319-25). The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcon- tractors. shall state as an initial part of the bid or negotiations of the contract whether it has participated in anv previous contract or subcontract subject to the equal opportunity clause: and, if so, whether it has filed all compliance reports due under applicable instructions. Where the certification indicates that the bidder has not filed a compliance report due under applicable in- structions. such bidder shall be required to submit a compliance report within seven calendar days after bid opening. No contract shall be awarded unless such report is submitted. CERTIFICATION BY 81DOER NAME ANO AOORESS OF 8100ER 11,iC1Ude 11P Cod*, SPECIALTY CONTRACTING 2116 Hollyhill Denton, Texas 76205 1. Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause. Q Yes ❑ No 2. Compliance reports were required to be filed in connection with such contract or subcontract. Yes (P No 3. Bidder has filed all compliance reports due under applicable instructions, including $F-100. Yes � NO None Required 4, Nave you ever been or are You being considered for sanction due to voolanon of Executive Order 11245, as amended? Yes ff3 No NAME ANO TITLE OF SIGNER rPleaw repel D. F. Gill owner SIGNATURE _ DATE 3/2/87 Rep1KIN Form MU0423M rn.r .w..w .. r1U0.950.1 111 781 C — 1 SAMPLE SPECIALTY CONTRACTING Name Of Prime Contractor S REHABILITATION PHOENIX APARTMRN Project Name 6 Number The undersigned hereby certifies that (a) Section 3 provisions are included in the Contract (b) A written Section 3 plan was prepared and submitted as part of the bid proceedings (if bid equals or exceeds $10,000). (c) No segregated facilities will be maintained. Name D. F. GILL OWNER Name 6 Title of Signer Print or Type) 3/2/87 Signature /� �� Date C - 2 CONTRACTOR Section 3 Plan Format (name of contractor) agrees to implement the following specific affirmative action steps directed at increasing the utilization of lower income residents and businesses within the City of DENTON A. To ascertain from the locality's CDBG program official the exact boundari of the Section 3 covered project area and where advantageous, seek the assistance of local officials in preparing and implementing the affirmatj action plan. B. To attempt to recruit from within the city the necessary number of lower income residents through: Local advertising media, signs placed at the proposed site for the project, and community organizations and public or private institutions operating within or serving the pro ect area such as Service Employment and Redevelopment (SER), Opportunitiesj Industrialization Center (OIC), Urban League, Concentrated Employment Employment p Service Program, Hometown Plan, or the U.S. Em to P 3ment . C. To maintain a list of all lower income area residents who have applied either on their own or on referral from any source, and to employ such persons, if otherwise eligible and if a vacancy exists. *D. To insert this Section 3 plan in all bid documents, and to require all bidders on subcontracts to submit a Section 3 affirmative action plan incl utilization goals and the specific steps planned to accomplish these goals. *E. To insure that subcontracts which are typically let on a negotiated rather than a bid basis in areas other .than Section 3 covered project areas, are also let on a negotiated basis, whenever feasible, when let in a Section 3 covered project area. F. To formally contact unions, subcontractors and trade associations to secure their cooperation for this program. G. To insure that all appropriate project area business concerns are notified of pending subcontractual opportunities. H. To maintain records, including copies of correspondence, memoranda, etc., which document that all of the above affirmative action steps have been taken. I. To appoint or recruit an executive official of the company or agency as Equal Opportunity Officer to coordinate the implementation of this Section 3 plan. *Loans, grants, contracts and subsidies for less than $10,000 will be exempt. C - 3 Title Signature Title J. To list on Table A, information related to subcontracts awarded for the three year period preceding date of this bid submission. K. To list on Table B, all projected workforce needs for all phases of this project by occupation, trade, skill level and number of positions. As officers and representatives of SPECIAr if rONTAnrTTNC, (Name of Contractor) We the undersigned have read and fully agree and become a party to the f 11 imple tation Signature OWNER 3/2/87 Date to this Affirmative Action Plan, of this program. Date C - 4 PROPOSED SUBCONTRACTS BREAKDOWN TABLE A FOR THE PERIOD COVERING 19, -/ through (Duration of the CDBG-Assisted Project) LU:-: I L OF CO'-MkCT (BUST- OF PEO- FLSSIO': CCLL:C: 2 TOTAL a�CR OF CO].. LZS COL,-:: 1 TOTAL APP80SI` ATZ DOLLAR AtL7tJ\'r i. COLL-.:: 6 E571:LLii:D a:15EP, OF CO, RAC:S SO PiOJECT AREA SUSINESSE.'; • CCLt v: ESTL'Li2M JOLLY. ,l"CC::: i0 PF.OJSCT AREA ZJSI::ESST3* `'The Project Area is coextensive with the City of ,r?, , .7/)l 1s boundaries. Project Num ear Date C —s TABLE B ESTE:UIED PROJECT GOR :FORCZ BFLr- O'.;7 COL_:C: 1 CU;,'_ _; 2 1CG'_�:::;3 1 L.._I a _. TO-?J. ES:^. T: :;0• POSITIO::S CUR- { NO. POSIIIG:;S ::0. iOS1.1C::S JOB CATECCRY POSITIONS F=-M CCCC7I_D 9Y 1 NOT CUR_YE:.ILY TO BE TILL PEZLL`:E:T F..3L0 cEi CCCUPIED V17F. L.I.?.:. ° • OiF'ICZRS/ � SUPERVTSC:S PROFESSIO::ALS TECiC:TCLI:CS '-- --- -"-- HOUSI.Z SAL=S/ OIT'IC£ CLE CAL -- - SERVICE 1;0 _ -RS -- -- --- �_ OTHERS --- -- TRADE: P.EI.PEPS —__. --- APPRE:?ICES — -- - KAA1::U:1 Na. TRAR:ET_S —_ 07HER5 -- - TRADE: RELPERS -- -- --- — - ABPRE:SICES �— — hkxi�wlli NO. TRAI\TES --- ------ -- - OTHERS -- -- _-- - TRUE: HELPTRS APPRE'7TICES -"-- --- lLIC 13% NO. TRAINEES OTTMRS SOTAL � / .j *Lover Income Project Area residents. Individuals residing within the City of whose family income does not exceed 90%of the median income in C - 6 COaY.1NY U.S. OEPARTa1ENT OF HOUSING ANO URBAN DEVELOPMENT CERTIFICATION BY PROPOSED SUBCONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY NAME OF PRIME CONTRACTOR PROJECT NUMBER -- INSTRUCTIONS Tliis certification is required pursuant to Executive Order 11246 (30 F. R. 12319-25). The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcon- tractors, shall state as an initial part of the bid or negotiations of the contract whether it has participated in any previous contract or subcontract subject to the equal opportunity clause; and, if so, whether it has filed all compliance reports due under applicable instructions. Where the certification indicates that the subcontractor has not filed a compliance report due under appli- cable instructions, such subcontractor shall be required to submit a compliance report before the owner approves the subcontract or permits work to begin under the subcontract. SUBCONTRACTOR'S CERTIFICATION NAME ANO AOOR ESS OF SUBCONTRACTOR Undude ZIP codoo L /lj' ZIt�' 1. Bidder has participated in a prtviOw contract or subcontract subject to the Equal Opportunity Clause. ❑ Yes Q2� No 2. Compliance reports were required to be filed in connection with such contract or subcontract. ❑ Yes Q9. No 3. Bidder hea filed all comalionee reports due under applicable instructions, including SF•100. ❑ Yes ❑ No � None Required 4. Have you aver been or are you being considered for sanction due to violation Of Executive Order 11246, as amended? ❑ Yes No NAME ANO TITLE OF SIGNER rPraere type/ Al SIGNATURE DATE Reperxw Farm HU0�23B.CD-2. wnidr u Oererere HU04W.2 11 1.781 C — 7 ICAT SAMPLE PROPOS DING /. /� �A / .� r.7,',% ' F � / Z%' Name Ot Sub Contractor Project Name & Number The undersigned hereby certifies that (a) Section 3 provisions are included in the Contract (b) A written Section 3 plan was prepared and submitted as part of the bid proceedings(if bid equals or exceeds $10,000). (c) No segregated facilities will be maintained as required by Title VI of the Civil Rights Act of 1964. Name & Title of Signer (Print or Type) Date C - 8 U.S.. r IN T 0 nUUllw r V n.« v LO r CO"UMITT 09TCLO►MENT ILOCs GRAMT ►ROGOaM CONTRACTOR'S CERTIFICATION CONCERNING LABOR STANDARDS AND PREVAILING WAGE REQUIREMENTS (I►►rgriaw Roy.oU: C/o 0.19 3/2/87 .-O,CCT ....aw (1f TM slJeraigad, hoHwg necv/d • esn<nct with s`129 (w the coostroction of the •bore -identified project. acknoaledpe that: (a) The Labor Suadords yre.isla.r are included in the e(arevaid contract; (b) Cwlnetios of say la(rec"ous s( Ill* etsres.id M-Aitiono, including ta(rectioas by say e( his subcslNroctam and sur Born list suhcoalmetsn. is hit resyon.ibifity; 2. No ea,NNee that. (a) Nelthae he oor say (kr, prwrship or association is .h.ch Iw hea tubsummi Interest is designated as an Ineligible otercoallaa tow d llla S.br tM Caglrelfer General e( the Usitd States prsasnt to Section S.6(b) s(tbs Regulations ce.uer s( labs, Port S (.r CF'R, Part') w yuraaaal to Section 3(a) a( the 0evis-84ess Act, as amended (40 U.S.C. 776e-7(a)A (b) No rsrt d the s(arewsalkl d cwtr has been ov will be tubeentnctd to say subeo tvealw t( each ask. cantmetw w say fire, corple tiara, ptinerahiyw awaOCNliwt in .hick such sublvalraciat has a subsustial uunat is designated so so ineligible contractor y.rawM to any O( the R(wenentioned IegYutory w statutory luovuielr. �•..� ..rasre re rsa alareaestisad r,sipumt within ten days *(In the esecetiow a(awr Wbcentnet, udodlog tkaaa executed by his •ebeeotraelers sad or In tier subcontractors. a Subcowtrsetw's Certi(iaatloo Caeearsisg Labs Standard@ ed Pwwiliog gage Regaimsernis eseeutd by the sebcanustatrs. - ___ .. 1.. ..s.rs.raee re: SPECIALTY CONTRACTING 2116 Hollyhill DENTON, TEXAS 76205 ill A "Melt aapaMaTOaµra t21 A mawpa.TN)M ea'A..I so iW TMa aT.Te or YES lal Aaant«tISM lal fly «tin owoe«.1 a11oM (OsamMl (d The re. title 0.4 d(ras I the Onnw, sonors .r elflcrs I the .ndor," on: Wire Tlnc •OOwtll D.F. GILL OWNER 2116 Hollyhill Denton, Texas IN1O.Ir]t C - 9 Ifl IL...... awl .f..u... d all .4. aa.w., L"L ..a..l .d mpvp., Aaoq • wbu.nr�d u4r.a �. the •wAe.r..(,�.� a.1 rAe warty.. .I do inr a.<.r ..e ill.. r.e (.) 16...r..a, .J4o.o a.W MI. al..dli<.a..a .1 oil .rA.r ►wlJi" a.waMati.w auu.ar.ra ...Aid LL.-.,.i.......A a.. 4 f) 7 /(lwrwtw/ WARNING V.i C..—" C.K S. .. lot% Tab 1S. Y.S.C. .r....m a...r M S. b/q ......o.N Mam C - 10 uJ, Dl r.wlrfrT or ueVbwG u0 Yw..w O/re LGIY1.T COY.4INITT Dl VCLOP.C.T BLOCK GRA.T r11OCa.Y SUBCONTRACTOR'S CERTIFICATION CONCERNING LABOR STANOAROS ANO PREVAILING WAGE REOUIREl1CNTS TO/./rr'Y•..0 e........ J: 1. The wwld lOted. having "ec.t.d a <alnct'.Uh IQ W esatmcul IN the alt-eJ4wU6ed jmmsi l.. jras that: O.Tf IwOJ(CT wVYf(w MT G) _ !!10J CC ...a tie anwst of S. �. l/ V (a) YU 1+►s Sta.sim do PTeeisiene Of Tie Coalmv Few Cwslnction Gm included Is the n(ereaa.d cwUect. (b) Nell►er V a uy dw. Cawpntien. P.raenhip r "Beeiotia In .high he Be, a sabotantul interest is dwigne/ed " u Ineligible eatn<tr N the Cwaptnll" General e( the UnJ104 Slates P.ma't to Seaton 5.6(6) e11M Rog7rluisaa a( Iho Sa ,v of L Bbr. Pan S I:9 C)'R. Pen Sh or perawal 1s Soctien X.) o/ the nb-is- Bacan Act. sn .welled ((0 U.S.C. 576.-7(,),L (<) 'N* P*n d the •(reweN/nwed ealre<I hen been a,.,U be .ebewtra<ted 1a may swbcowvactor it e.ch nrw bctlrwdr r .ay 1". wrPewUa, P.rtwrr.hip or •ua<uUew In ehich ..<h wmentncmr hes B sebe'swllal later"' is d"tgnated " no iwdigiblo ceansctow pan.nwt le the detwnsW rTV.lago y ar stNelry pro"llena. L Re a6ceee to ebtals Bad laweotd le the c stw<tar. (r lnAanillal to the tQetpteet. eiwla I,w dare sit" tae *. c ion of any bwe aebeenracl, s Ssbealrsetw's Cw'dkattes Cewc"It'll LAbr Stan41111 Isd Pievadiag Roge ReRalrc� Besets, ese<tlted by the beef tir sabeal.eew. in d.plicale. (0) Dot eerhrn rill tepon (r day a " abo, / 4I' —'17 rr .. �.�.+• w\\\ w w1 aMM.1gMe n1r JbI The sadwsig.d is IU A at.Gua rtap. t/aTO nY.t.t ul • COwrow.TM. owa.'t ear'w T.0 s,.rt o" x In A r a.trt NI OT.aw oweuua.no. (drrnb/ (C) no awe. $M. ow eJA Q,, of Iho won w, perwws r .Hite" of the .dwsign.d we: rnJra TITLc .IN>+taBB C IttJO-1.77 N-HI - 366 - T►.......J J4r..... ..Ma ....w.. 1..Lawd .J .....w1. 6.�... ..1.....:.1 tea_ _.__.. %W I M r... "N .......y M.N..M..il:.aw...lq ....1...11...oa..a�. ..64 A. ..da..i.l im.ma .n/11 r.........♦ ..a I me.n. I ♦..e. Cl A.a.IC.a.. 13.J...wer.I a WAR141H V.L C.1�W1 CM1 {..N.. 1014 TNI. IR 0.tG..w. 1..... �..w..... "Wo.... M. a.�all. h.. q Iy ...... 1.1...... Y.11 M 11../ M . 0. s7.0 .. 1...1. " M .... IJr M ).w., M M-- C - 12 S. Department of Labor �:. GENERAL WAGE DECISION N0. TX87-24 Supersedes General Wage Decision No. TX86-24 State: TEXAS County(ies): Collin, Cooke, Denton, Ellis, Grayson, Hunt, Kaufman, & Rockwall Construction Type: Residential Construction Description: Residential Projects consisting of single family homes & apartments up to and including 4 stories. Modification Record: No• Publication Date Page No.(s) Vol. 11 981 fi. �.S. Department of Labor TX87-24 • Basic Fringe Hourly Benefits AIR CONDITIONING MECHANICS Rates BRICKLAYERS 7.70 CARPENTERS 8.65 CEMENT MASONS 8.69 ELECTRICIANS 9.78 FORM SETTERS 8.05' INSULATORS 8.61 IRONWORKERS 6.78 LABORERS: 6.30 Unskilled - Mason Tenders LANDSCAPERS 4.96 PAINTERS 5.54 5.25 PLASTERERS 7.42 PLUMBERS 11.00 ROOFERS 9.00 SHEET METAL WORKERS SOFT FLOOR 6.06 LAYERS TRUCK DRIVERS 5.50 7.39 POWER EOUIPMENT OPERATORS: 5.00 Backhoes Bulldozers 7.00 Loaders 6.00 Motor Graders 6.50 1. WELDERS: Receive rate crib which Welding is incidentaed for 743 7. ``_,• crl.aft performing operation to Unlisted classifications needed for work not Included Of the classifications within the scope listed may be added after award only as provided in the labor standards contract clauses (29 CFR, 5.5 (a) (1) Vol. II 982 2-12-87 Superior Insurance Services P 0 Box 865319 Plano, Tx 75086 214-596-8811 800-441-9075 INSURED Specialty Contracting 2116 Holly Hill Denton, Texas 76205 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY A International Underwriters LETTER COMPANY s LETTER COMPANY C LETTER COMPANY D LETTER 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 CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI- 11n.. n. curu .n, Irsc CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMtOQ` ') POLICY EXPIRATION DATE (MMIDOh'YI LIABILITY LIMITS IN THOUSANDS EACH OCCURRENCE AGGREGATE A GENERAL LIABILITY COMPREHENSIVE FORM PREMISESIOPERATIONS UNDERGROUND EXPLOSION & COLLAPSE HAZARD PRODUCTSICOMPLETED OPERATIONS CONTRACTUAL INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJURY _ — To Be Assigned r t 2-12-87 12-12-87 BODILY INJURY $ 500 $ SOO X PROPERTY DAMAGE $ 100 $ 300 COMBINED $ $ X X PERSONAL INJURY $ " X AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS (PRN. PASS.) ALL OWNED AUTOS (OTHER THAN) PRN. PASS. HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY BOGLY NARY (PER Pmm $ '^ ^; r , j RDDLY INJUR9 (PER ACCIDENT) $ PROPERTY DAMAGE $ BI A PD COMBINED $ BRELLA FORMSTATUTORY COMBINED $ $ rUABIUTYY&PD MPENSATION ND S' LIABILITY ;:;`TL (EACH ACCIDENT) '; $ (DISEASE -POLICY LIMIT) $ (DISEASE -EACH EMPLOY DESCRIPTION OF OPERATIONS!LOCATIONS/VEHICLES/SPECIAL I ItMb City of Denton 901 B Texas St. Denton, Texas 76201 ATTN: Job Bid No.9722 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. _ CYFItJtIV 1 N 1 I V C CERTIFICATE OF INSURANCE This is to certify that ESTATE FARM FIRE AND CASUALTY COMPANY, Bloomington, Illinois STATE FARM GENERAL INSURANCE COMPANY, Bloomington, Illinois State Farm Mutual has in force for Don F. C,ill DBA Specialty Contracting - Name of Policyholder 2116 Hollyhill Address of Policyholder Denton, TX 76205-8202 'Location of operations he following coverages for the periods and limits indicated below POLICY NUMBER TYPE OF INSURANCE POLICY PERIOD LIMITS OF LIABILITY Jeff./exp.) ❑ Comprehensive General Liability ❑ Dual Limits for: BODILY INJURY Each Occurrence $ Manufacturers' and ❑ Contractors' Liability Aggregate $ PROPERTY DAMAG ❑Owners', Landlords' and Tenants' Liability Each Occurrence $ The above insurance includes ❑ PRODUCTS - COMPLETED OPERATIONS (applicable if indicated by © I Aggregate' $ •❑ OWNERS' OR CONTRACTORS' PROTECTIVE LIABILITY i:J Combined Single Limit for: BODILY INJURY AN PROPERTY DAMAGI ❑CONTRACTUAL LIABILITY Each Occurrence s500,000 Aggregate $ 500,000 POLICY NUMBER TYPE OF INSURANCE POLICY PERIOD left./exp.l CONTRACTUAL LIABILITY LIMITS (If different than above) BODILY INJURY ❑Watercraft Liability Each Occurrence $ 6031-369-A23-4 Auto 1/23/87-7/23/87 PROPERTY DAMAGE Each Occurrence S ❑ Aggregate $ Workmen's Compensation Coverage A STATUTORY ❑Coverage A Employer's Liability Coverage B $ - Coverage B 'Aggregate not applicable if Owners', Landlords' and Tenants' Liability Insurance excludes structural alterations, new construction or demolition. THIS CERTIFICATE OF INSURANCE NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS, EXTENDS OR ALTERS THE COVERAGE AFFORDED BY ANY POLICY DESCRIBED HEREIN. //11 //!! ,,// oCarrra e.C° A risereon STATE FARM INSURANCE CO. P. 0. BOX 2081 1515 N. ELM 387-4512 DENTON, TEXAS 76201 NAME AND ADDRESS OF PARTY TO WHOM CERTIFICATE IS ISSUED City of Denton, Texas April 23, 1987 Purchasing Agent e 901-B Texas Street /�jarLLJ ',� CL�iLy Denton, TX 76201 Signature 64 Authorized Representative L Agent Title F6-994.4 CONTRACT AGREEMENT STATE OF TEXAS )( COUNTY OF DENTON ) THIS AGREEMENT, made and entered into this 14 day of April A.D., 19 87, by and between The City of Denton, Texas 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 Atkins Brothers Equipment Co.. Inc. 918 West Marshall Street of the City of Grand Prairie , County of Dallas 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: Bin# 9728 GI FNWQQD LANE PAVING, x nRAINAGF PURCHASE ORDER # 79373 - S44R 5? no and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or CA-1 0044b written explanatory matter thereof, and the Specifications therefore, as prepared by The C'it4 of Dentan Fngineering anti Puhlir Work.,; Department , all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: CITY OF ENTON, TEXAS tifeiralters Party he Fi st Part, —OR—Ty By City Secretary Llo V. Harrell, City Manager ATTEST: APPIOVED AS TO FORM: i - v CA-2 0044b (SEAL) (SEAL) PERFORMANCE BOND STATE OF TEXAS )( COUNTY OF Denton )( KNOW ALL MEN BY THESE PRESENTS: That Atkins Bros. Equipment Co.. Inc. , of the City of Grand Prairie County of Dallas , and State of Texas as PRINCIPAL, and American Casualty Company of Readinq, Pennsylvania as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the THE CITY OF DENTON, TEXAS as OWNER, in the penal sum of Four hundred forty-eight thousand, five hundred twenty-two dollars and no cents Dollars 3 448,522.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 14 day of April , 19 87, for the construction of BID# 9728 Glenwood Lane PAving and Drainage which contract is hereby referred to and made a dpart hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void: otherwise to remain in full force and effect; PB-1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 15th day of April 19 87 Atkins Bros. Equipment Co., Inc. Principal mow Title Address ' 1 (SEAL) American Casualty Company of Reading, Pennsylvani< Surety Title Laura Espinoza Attorney -in -Fact Address 701 Lamar Wichita Falls, Texas 76301 The name and address of the Resident Agent of Surety is: Boley-Featherston-Huffman & Deal Co. 701 Lamar Wichita Falls, Tx. 76301 (SEAL) NOTE: Date of Bond must not be prior to date of Contract. PB-2 0091b PAYMENT BOND STATE OF TEXAS )� COUNTY OF Denton X KNOW ALL MEN BY THESE PRESENTS: That Atkins Bros. Equipment Co., Inc. of the City of Grand Prairie , County of Dallas and State of Texas as principal, and American Casualty Company of Reading, Pennsylvania authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto The City of Denton. Texas , OWNER, in the penal sum of Four hundred forty-eight thousand, five hundred twenty-two dollars and no cents Dollars i$ 448,522.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by thes presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 14 day of April 19 87 BID# 9728 GLENWOOD LANE PAVING AND DRAINAGE to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosection of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the revised Civil Statutes of Texas as amended by the acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB-3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive.notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITHNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 15th day of April , 19 87. q%rITM'.rjI.TrIrIr1TMI . By 4Q-' W Title grog (SEAL) American Casualty Company of Reading. Pennsylvania Surety / �T Title Laura Espinoza Attorney -in -Fact Address 701 Lamar Wichita Falls, Texas 76301 The name and address of the Resident Agent of Surety is: Boley-Featherston-Huffman & Deal Co. PB-4 0092b (SEAL) MAINTENANCE BOND STATE OF TEXAS )( COUNTY OF Denton )( MOW ALL MEN BY THESE PRESENTS: THAT Atkins Bros. Equipment Co., Inc. as Principal, and American Casualty Company ot Keading,-7e-n-n-s-'y-lvania a Corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, A Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas the sum of iouy_ hundred fifty-two dollars and no cents Dollars 44.852.00 _ 0% of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and asssigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Atkins Bros. Equipment Co. Inc. has this day entered into a written contract wit the said City of Denton to build and construct BID# 9728 GLENWOOD LANE PAVING AND DRAINAGE which contract and the plans and specifications therein mentioned, adopted Dy the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporatd herein by reference and made a part hereof as though the same were written and set out in full herein, and: WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. MB-1 0093b NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF the said Atkins Bros. Equipment Co., Inc. as Contractor and Principal has caused ut these presents to be execed y merican Casualty Company of Reading, 0ennsylvania and the said American Casualty Company Ot Keaaing, rennsylVdIlld as surety, has caused these presents to be executed by its Attorney —in —Fact and the said Attorney —in —Fact has hereunto set his hand Lft-s =1494aay of April , 19_7. SURETY: AmArjra4Casualty Coopany of Reading, BY: co✓ sus Laura Espinoza Attorney —in —Fact 0093b PRINCIPAL: Pennsylvania Atkins Bros. Equipment Co., Inc. , O 4! IRM American Casualty Company of Reading, Pennsylvania AWAU cesnaar CNA OfficeslChicago, Illinois POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men by these Presents, That AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a corporation duly organized and existing under the laws of the Commonwealth of Pennsylvania, and having its principal office in the City of Chicago, and State of Illinois, does hereby make, constitute and appoint Donal Boley, Steve Deal Ruth Anderson Laura Espinoza Becky Lawson Individually of Wichita Falls Texas its true and lawful Attorney -in -Fact with full power and authority hereby conferred to sign, seal and execute in its behalf bonds, undertakings and other obligatory instruments of similar nature In Unlimited Amounts — and to bind AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company: "Article VI —Execution of Obligations and Appointment of Attorney -in -Fact Section 2. Appointment of Attorney -in -fact. The President or Vice President may, from time to time, appoint by written certificates attorneys - in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Vice President or the Board of Directors may at any time revoke all power and authority previously given to any attorney -in -fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 1lth day of November, 1966: "Resolved, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by fascimile to any certificate of any such power, and any power or certificate bearing such facsimile signatures and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." In Witness Whereof, AMERICAN CASUALTY COMPANY 0 DING, PENNSYLVANIA hd6 caused these presents to be signed by Vice President and its corporate seal to be hereto affixed this �ftL' day of Majts V , 1925.7_. AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA State of IllinoisA�pO�'ro p County of Cook ( i, • r'�^ J. E. Purtell Vice President. On this 13 th day of _ May , 1985 , before me personally came J. E. Purtell, to me known, who, being by me duly sworn, did depose and say: that he resides in the Village of Glenview, State of Illinois; that he is a Vice -President of AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, the corporation described in the which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. eCERTIFICATE Jt�l�Leslie A. Smith Notary Public. My Commission Expires November 12, 198 1, M. C. Vonnah��ee Assistant Secretary of AMERICAN CASUALTY COMPANY OF READING PENNSYLVANIA, do certify that the Power 0TAttorney herein above set forth is still in force, and further certify that Section 2 of Article VI of the By -Laws of the Company and the Resolution of the Board of Directors, set forth in said Power of Attorney are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said Company this 1 Sth day of April ,19 87. • �,r M. C. Vonnahme Assistant Secretary. 8-23142-D so OO( � =111 URANCE BINDER EMPORARY INSURANCE t ONTRAGT, SUBJECT SHOWN ON THE REVERSE SIDE OF THIS FORM. NAME AND ADDRESS OF AGENCY COMPANY TRANSCONTINENTAL INS. CC). BOLEY,F"EATHERSTON,1-1UFFMAN,DEAL Effective5 `': 01 A n J 1987 P.O. DRAWER S O WICHITA F'AI_LS,TX 76307 c Expires t2:0tam ❑Noon � c,tg87 ❑This binder is issued to extend coverage in the above named company per expiring policy # (except as noted beI07) NAME AND MAILING ADDRESS OF INSURED Description of 0_peration/Vehlclea/Property GLE:NWOOD LANE PAVING & DRAINAGE CITY OF' DENTON 90S-B TEXAS STREET DENTON, TEXAS . Type and Location of Property Coveragel Perils/Forms Amt of Insurance Dad. Coins. x P R 0 P E R T Y Limits of Liability Type of Insurance Coverage/Forms Each Occurrence Aggregate L 1] Scheduled Form ❑ Comprehensive Form Bodily Injury $ $ A B 1 ❑ Premises/Operations ❑ Operations Property Damage $ $ Products/Completed L El Contractual Bodily Injury & T ❑Other (specify below) Property Damage $500 , 000 $ 500,000 Y ❑ Med. Pay. $ Per $ Per Combined Personal Injury $ ❑ Personal Injury Person Accident ❑ A ElB ❑ C Limits of Liability Bodily Injury (Each Person) $ A ❑ Liability ❑ Non -owned ❑ Hired UT ❑ Comprehensive -Deductible $ Bodily Injury (Each Accident) $ 0 ❑ Collision -Deductible $ ❑ $ Property Damage $ Medical Payments B 1 El Uninsured Motorist $ L ❑ No Fault (specify): Bodily Injury & Property Damage E ❑ Other (specify): Combined $ ❑ WORKERS' COMPENSATION — Statutory Limits (specify states below) ❑ EMPLOYERS' LIABILITY — Limit $ SPECIAL CONDITIONSIOTHER COVERAGES BINDING OWNERS' 6 CONTRACTORS PROTECTIVE LIABILITY POLICY CONTRACTOR: ATKINS BROS. EQUIPMENT CONTRACT AMOUNT $448,522 NAME AND ADDRESS OF ❑ MORTGAGEE ❑ LOSS PAYEE ❑ ADD'L INSURED LOAN NUMBER n � �` SignakIWOk6orized Reprea nta Iv Date 0275401 ACORD 75(11-77) CERTIFICATE OF INSURANCE CITY OF DENTON Name and Address of Agency City of Denton Reference: Boley-Featherston-Huffman & Deal Project Name: GLENWOOD LN PAVING & DRAINA P. 0. Drawer 10, Wichita Falls, Project No: BIDS/ 9728 Texas 76307 Phone 817-723-7111 Project Location: CITY OF DENTON Managing Dept: Name and Address of Insured: Companies Affording Coveragat Atkins Bros. Equipment Co., Inc. A Transcontinental Ins. Company 918 W. Marshall B Delta Lloyds Ins. Co. Grand Prairie, TX phone 1-214-647-8890 C This is to certify that policies of insurance listed below have been Issued and are in force at this time. Company Letter Type of Insurance Expiration Limits of Liability PoII cv Number Date In Thousands 000 Comprehensive General Liability xxOccurrence 00330315 —30-87 Occurrence - Claims Merle (see /2-reverse) Bodily Injury f Broad Form to Includet x-xPremises/Operations Property Damage $ A xxlndapendent Contractors Personal/Meted Operations Contractual Liability (see fl-reverse) Bodily injury a d Property Damage f 500 . - Explosion and Collapse Hazard xx Underground Hazard - x-xLiquor Liability Coverage xx Fire Legal Liability A#WR7(N*Xtil((1W $ Y-xBroed Form Property Damage 0,000 - Professional Errors/Omissions - occurrence - claims made (see i2-reverse) Comprehensive Automobile Liability Bodily Injury/Person Bodily Injury/Accident $ $ A x Owned/Leased Automobiles If Non -owned Automobiles Property Damage $ Bodily Injury/Property Damage Combined $ 500, x Hired Automobiles CCP00233163 5-30-8 A - Yorkers' Compensation and Employers' Liability WC002331706 5-30-8 Statutory Mount each accident Ottw Insurance B -_ Umbrella DU 10587 5-30-87 $2,000, each occurence $2,000, aggregate Description of Operations/Locations/Vehicles. The City of Denton is an additional insured as its interest may appear as daflned on the reverse side. Name and address of Certificate Holder. Me a ID • ID1 • I'a FYI ,!D ID a . 1 • � • . ea�., +fit CI-3 `D a' a' as �IYYIa a :`!' al •1Y{ a:OR BID # 972s PROPOSAL TO THE CITY OF DENTON, TEXAS FOR THE CONSTRUCTION OF GLENWOOD STREET 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-understoo< full within the sheet. 4 s� ' F and agreed that the work is to be completed in number of work days shown on the bid tabulation f tl AS"y L Y 1J J rt Accompanying this proposal is a Bid Bond, payable to the Owner, the total bid. certified or cashier's check or in the amount of five percent of 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 daysafter 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: r y ; x P - 2 ; Glenwood Street Paving and Drainage (Asphalt Pavement) . BID TABULATION SHEET TT9M nc:Rf'RTUTTnN QUANTITY UNIT WORK DAYS 75 BID NO. — PO NO. UNIT PRICE TOTAL Contractor's warranties 1.21 and understandin s LS $Z4474. az LS od • �° 2.11.5 Inlet frame and cover 29 1 EA lee,GG/EA z oa.aa 2.12.3-A 15' RCP storm sewer 361 LF LF 2.12.3-8 18' RCP storm `sewer 661 LF /LF 2.12.3-C 21' RCP storm sewer 55 LF 4 2jed LF 2.12.3-D 24' RCP storm sewer 720 LF Lf� cr LF 7 2.12.3-E 30' RCP storm sewer- M I LF /LF G'01ive� G;.�1 s°Z 11"' c oc ZO �`��• a"e 2.12.3-F 36' a0V storm sewer 565 LF /LF 2.12.3-G 420' storm sewer '1 232 LF ( ad LF I �5 `floe;', 2.12.3- 488W- storm sewer 660 I LF S .G a /LF 2.15.3 H dromulch 1 000 SY Z SY / z� 3-A• - Remove concrete pavement 3,790 SY S,�O /SY LO f`L�UO Remove.concrete. 77Z•0D 3-8 curb and utter 2 886 LF 3-C Remove concrete sidewalk 649 SY /SY ���'G0 3.1 Preparation of. right-of-way LS /hoc. LS 3.3 Unclassified excavation ' 1,280 CY 3 /CY 3 �•aa 3:7 Compacted fill , -412 CY I 7`od CY 1o5��•G° 4.6-A Type A hydrated. lime (slurry) -`70 TON 7Z.el /TON O1%.°o 66' lime treatment. 4.6-B of".subgrade 7,800- SY ' ,/D ISY 1 4 1/2' asphalt pavement ��Sa 5.7-A.1 base (t a A)' 6,725 SY (v0 SY 1 1/2' asphalt pavement Z•�0 D °a 5.7-A.2 (type D) 6 725 SY SY 6 Glenwood Street Paving and Drainage (Asphalt Pavement) BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT WORK DAYS 75 BID NO. 9728 PO NO. UNIT PRICE TOTAL 2' asphalt pavement I I 5.7-B.1 (type D patch material) 40 TON ��ed TON 8' asphalt pavement I 5.7-B.2 (valley utter) 55 SY /SY /D,f7 SO Concrete pavement zz'� z k3z' Sb 5.8-A.1 6' flatwork 117 SY SY 5.8-A.2. 69-concrete pavement 705 SY ZZ,5"O/SY 7.6.A-1 4' curb inlet 2 I EA Go EA �00•G� 7.6.A-2 6' curb inlet 4 EA /Z41•7/EA KJa:ra 7.6.A-3 8' curb inlet _ - 1 EA EA / �Gd, ua 7.6.A-4 10' curb inlet 16 EA ''�Od•r2 /EA LZ 10' curb inlet 7.6.A-5 (special -type II) 1- EA 2eW- EA 10'.curb inlet 7.6.A-6 (special type I) 1 EA L62G./EA Z GDe . as 7.6.A-7 Special inlet (type V) I' EA Zo?G." EA 2 rzo-h 7.6.A-8 Special inlet (type' VI)'' '` 2 \ -`EA ' ZOW,W /EA el?e: a' L.S..x 5: junction 7.6.A-9' I box and cover I 4 i' EA I $`/A',7'&'/EA �dd,aa -r5 x 7 junction . ., 7.6.A-10 box and cover 3 EA /70,""/EA/sG 10 x 10 junction . 7.6.A-11 box and cover -2. -EA ".4-4'2'EA cas �z - 10 x.12 junction 7.6.A-12. box and cover " 1' EA EA �Da. 8', x 15 junction. �, 7.6. A-13" box and" cover * ' s 1 EA 3 8ea- EA I -Barricades, warning/ ' 12LS 8.1 detour si ns 8.2 A _ Concrete curb and utter 3,036 r LF . I ��� LF I /�/�D• Ga 8 3 6' dnvewa 539 SY I ZZ• �O /SY �L / L 7• 8.3-A 4" sidewalk 1:60 SY /S,aa SY Metal'Beam Guardrail I // r� 8.13 �' (GP-84) 3 EA $ roG ,"IEA W 1 P 4. 1 Fl •' t,' 51 YID* f �.� � his 4� 'r �.�,t $'� n�; �2 xy� � y���j! f.:t `fit �' � Y x tG ,•:-\ 4 � S _ T ( A Y} 4 p � L 3 { � �4 y'' �:-:�_ .. �a .5,.�4�TY. .,.,,"rc:.tf ..s ✓':L.I.n.t_��b.- ,-.�..�. L�.A-ram.".�w�R �lv k��4`6�a-F >� ���4�1. :..:�:. }-d. i)r w i-..4�'.Y�ih"c�kjv^ Glenwood Street Paving and Drainage (Asphalt Pavement) BID TABULATION SHEET TTRM nRSQRTPTION OUANTITY UNIT WORK DAYS 75 BID NO. 9728 PO NO. UNIT PRICE TOTAL 8.15 Concrete rip rap 415 SY ZZ•.S-,OSY -33 7 5�-6 /•-�'e/LF SP-2 Saw cut 3,090 LF SP-4 Lower water line 10 I EAR " EA � SP-10 Rock Excavation 0 CY 30.OQ/CY SP-15.A Ad just water valve 12 EA /eD'ia EA /ZoG' o� SP-15.B J Adjust manhole 4 EA L�d•�'�/EA SP-16 Handicap' andica ram 2 EA z 0," EA SP-21 French Drain 815 LF oa /LF SP-25 Remove concrete flume 40 Sy /. SY SP-27.A' Water service adjustment• 30 EA SP-27.B dj Sewer service austment 30 EA LY," EA I 7�D•� .. •.i d d Z _ .. ,: ,.. - - TOTAL J. b 1 3 � on, y. f T � x '4s I' T ;i tiA l.^. i 4r•^ .. Yl-µ .. ..n. '. ..., a.. �..IT- i r . _ lv. t fr '. ». .. r � a f • r4f..tt a 2.f' ...i^^h j'+:s! 'S.^.: �. FI .t• .. y. X •:�. ., t .a _`tl ... .,X 4 _R'.Y Glenwood Street Paving and Drainage (Concrete Pavement Alternate) BID TABULATION SHEET TMVM nPQr'Q TDT TnN nUANTITY UNIT WORK DAYS 75 BID NO.. —— PO NO. UNIT PRICE TOTAL Contractor's warranties I I 1.21 and understandings I LS /LS 2.11.5 Inlet frame and cover I 29 I EA /EA 2.12.3-A I 150 RCP storm sewer I 361 I LF I /LF 2.12.3-B I 189 RCP storm sewer 661 LF /LF 2.12.3-C 21` RCP storm sewer 55 I LF I /LF 2.12.3-D 240 RCP storm sewer 720 LF /LF 2.12.3-E 1309 RCP storm sewer I 122 LF I /LF I 2.12.3-F 36' RCP storm sewer 565 LF /LF 2.12.3-G 42' RCP storm sewer 1,232 LF /LF 2.12.3-H 480 RCP storm sewer 660 LF /LF 2.15.3'• H dromulch T 000 SY /SY 3-A - Remove concrete•+ avement '.�3,790 SY /SY Remove concrete -: I;.. I I 3-B curb and gutter 2,886 LF /LF 3-C Remove concrete sidewalk I 649 I SY /SY Preparation. of 3.1 right -of wa LS /LS 3.3 - Unclassified excavation, 1,280- CY /CY I 3i7 '�Com acted -fill 412 CY /CY Type A.hydrated I 4.6-A lime (slurry) 70 TON /TON V 'lime -treatment I 4 6-B of sub rade 1:6,700 SY SY . 4 1/2.' asphalt pavement 5.7=A.1 base (t a A) ' 300 SY` /SY 1;1/2' asphalt pavement . 5.7=A.2, (type D) 300 SY /SY 2.0 asphalt pavement 5.7=B.1' (type D atch material) 40 TON /TON 8' asphalt pavement 5.7-B.2., (valley utter) 30 SY /SY F 2 .d y� '� t c •..� :. M:.I .Glenwood Street Paving and Drainage (Concrete Pavement Alternate) WUHK JAYJ /] BID NO. 9728 PO NO. BID TABULATION SHEET rmov nncrn TUml'nN nTTANTTTY UNTT UNIT PRICE TOTAL 5.8-A.2 16' concrete pavement I 7,375 SY /SY 7.6.A-1 4' curb inlet 2 EA /EA 7.6.A-2 6' curb inlet I 4 I � EA /EA 7.6.A-3 1 8' curb inlet 1 EA /EA 7.6.A-4 10' curb inlet 16 EA /EA 7.6.A-5 10' curb inlet (special type II) 1 EA /EA 7.6.A-6 10' curb inlet (special type 1) 1 EA /EA 7.6.A-7 Special inlet (t V) I I 1 EA /EA 7 6 A 8 I Special inlet (type VI) I 2 I EA I I I$ /EA 7 6 A-9 5 x.5 .junction box'and cover I I 4 I I EA I I /EA I I 7 6 A-10 5'x 7 junction I box and cover- 3 F EA I$ /EA' I 7.6:A-11 10-. x 10 junction 'box and cover I 2 EA I, /EA 7.6.A-12. 10, x- 12 junction box and cover 1. EA /EA 7.6.A-13 8, x 15 junction . box and cover 1 EA /EA I 81.1 Barricades, warning/ detour signs I, LS /LS 8.2-A.1 Concrete curb and utter 536 LF /LF 8'.2-A.2 Integral.curb and gutter 2,500' LF /LF 8.3 60'drivewa 360 SY /SY '8.3-A 4' sidewalk 160 SY /SY 8 `T3- Metal.Beam Guardrail (GF=84) 3 EA I. /EA 8.15 Concrete rip rap 415 SY /SY SP-2 Saw Icut 3,090 1 LF I /LF SP-4' I Lower waterI I I f: r t 'rt i line I TO_ EA I /EA - a P` 7 r a: t _ Glenwood Street Paving and Drainage (Concrete Pavement Alternate) WORK DAYS /D BID NO. 9728 _ PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL SP-10 Rock Excavation I 0 CY $ 30.00/CY —�� SP-15.A Adjust water valve 12 EA I $ /EA .B I Adjust manhole 1 4 Pr .A 7 SP-27.B I Sewer service adjustment 30 EA 1 /EA BID SUMMARY i / / TOTAL BID PRICE IN WORDS `Dtc /� lee 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 accepted, when fully completed the plans and specifications, 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. proposed to be done shall be and finished in accordance with to the satisfaction of the proposal, shall control over extensions. Q,QOTHF- r-y- ONTRACTOR .r BY /J / • �-r iP, :. icy F S T: /li/�RSf_/�9�-�- • ".Street Address _.City and Statefr. Seal. &. Authorization y _g8gu (If a Corporation) o _ / - lephone may. C t } r P 9 Pit im^.rF�sF?ti3[{if4 73:7e�`-"n'+i t •• '� . t '� .-• �j r Blnder No. O■ IJAY VAME AND ADDRESS OF AGENCY COM.PAN I �IO111 C.AS UALI Y (. LJ I'ti F', PI DOLEY,FEATHERSTON,I1UFFMAN,DEAL Effective t?: 0 1 Am :i/30,1987 F'.0. DRAWER 1 Expires ] 12:01 am ❑ . Noon / 0 ,19 . WT(:H7:'TA FALLS,TX 7630'7 El This binder is Issued to extend coverage in the above named ' company per expiring policy If 1--ot ae Roled below) NAME AND MAILING ADDRESS OFINSURED Des.cri .lt0 Qf0 eratlo IVeh,Icles1P ert I._Prll7(30 LAM_. h'AVI�� llFiAINAGL: CITY Of" DENTON C3>d ?fp 9 72 d' go --D TEXAS .S'T F:EET DENTON, TEXAS PO, 7 r 9? 762Oi Type and Location of Properly CoveragelParilatForms Amt of Insurance Dad. coins. % R '1E p R / T Y Type of Insurance Coverage/Forms Limns of Liability Each Occurrence Aggregate L Scheduled Form ❑ Comprehensive Form Bodily Injury $ $ A g ❑ PremisestOperations Property Damage $ $ ❑ Products/Completed Operations I ❑ Contractual Property Damage $1 ()()()()00 $ 1000000 T ❑ Other (specify below) Combined Y Med. Pa $ Per ❑ y' Person $ Accideei ❑ El B El Personal Injury $ ❑ Personal Injury ❑Liability ❑Non -owned ❑ Hired Limits of Liability A Bodily Injury (Each Person) $ $ U T ❑ Comprehensive -Deductible $ Bodily Injury (Each Accident) O El Coll islon-Deduct ible $ ty Damage $ O ❑ Medical Payments $ BI ❑ Uninsured Motorist- $ Bodily Injury & Property Damage L E ❑ No Fault (specify): Combined $ ❑ Other (specify): ❑ WORKERS' COMPENSATION — Statutory Limits (specify states below) ❑ EMPLOYERS' LIABILITY — Limit $ SPECIAL CONDITIONSIOTHER COVERAGES BINDING OWNERS' & C0N'TRAC F0R.S F'R0I'17C1'IVE L...AD:1:L.:I:TY F'OL.ICY CONTRACTOR: ATKINS DRO-3. EQUIPMENT CONTRACT AMOUNT $440,522 NAME AND ADDRESS OF ❑ MORTGAGEE ❑ LOSS PAYEE mummmommmEmm ❑ AWLINSURED R. W. ATKIN,S, INC. LOAN NUMBER p� • 918 W. MAfiSI IAI_L GRAND PRAIRIE, IEXA 76(..,t Signature of Authorized Representative Dale (11.77) s� 0 BOI._EY, 1=1=A'TI-1ERE'TON, 11UFFMAN, I)I:_M P.O. I) RAMERl 10 W:EC:H:I:TA FALLS' TX 76307 INSURED Atkins Carothers Equipment CO. 9ie W. Marsha!]. Grand Prairie, THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON OHE CERTIFICATE HOLDER. THIS HE COVERAGE AFFORDED BYFICATE OES NOT AMEND, POLICIES EXTENDORTER COMPANIES AFFORDING COVERAGE COMPANY A LETTER ,- s;.I Ed- 7 COMPANY ISLETTER 11.1vc—I ors 'Ills. COMPANY C LETTER q COMPANY - ",; YIV LETTER D COMPANY LETTER E THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT DESCRIBED HEREIN IS SUBJECT -TO ALL THE TERMS, EXCLUSIONS, AND CONDO BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES TIONS OF SUCH POLICIES. ' -- LIMITS IN THOUSANDS TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MWDDNY) POLICY EXPIRATION DATE (MM/DBN'Y) 'sn'.. ,., OCCURRENCE AGGREGATE GENERAL LIABILITY BODILY IWURY $ $ COMPREHENSIVE FORM PREMISES/OPERATIONS UNDERGROUND EXPLOSION & COLLAPSE HAZARD PRODUCTS/COMPLETED OPERATIONS CONTRACTUAL INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJURY MF'i 733 i E) 5/ 30/8 7 5/30/88 X PROPERTY DAMAGE $ $ BI& PD COMBINED $ )00 $ i ()OC ly PERSONAL INJURY $i , 00 () , TOMOBILE LIABILITY ANY AUTO GLA254323 E/30/87 =/30/81) BOMY IURY (PEn11m) $ ILY ALL OWNED AUTOS (PRIV. PASS.) uRY $ ALL OWNED AUTOS OTHER THAN) PRIV. PASS. / (PER ACDDENT) PROPERTY $ HIRED AUTOS DAMAGE NON -OWNED AUTOS GARAGE LIABILITY BIAPD COMBINED $ EXCESS LIABILITY Ell A PD A UMBRELLA FORM U1....1692170 -- -5/30/H7 5/30/Ci8 COMBINED $i , 000, $ i , 000 OTHER THAN UMBRELLA FORM STATUTORY- , WORKERS' COMPENSATION $ (EACH ACCIDENT) ' AND (DISEASE -POLICY LIMIT) 1'(a (:Ili:. .ESS'UID EMPLOYERS' LIABILITY ,SE1-'I:RATE:: L..Y 2^� $ (DISEASE -EACH EMPLOYEE)'; OTHER H f._X(:E.SS I_.:I:Aii:l:L.I:'i'Y EXi0037 `':, :Y()/0 `i/30/8>3 1:1 MI:L.I_.TC1N DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS City of Denton I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- 90 i - B Texas 3t, PIRATIOTJODATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Denton, 'Texas 76201 LEFT, BUT FAIL iF TO MAIL SUCH TICE SHAN POSE NO OBLIGATION OR LABILITY A'ttn : Lloyd B . Harrell OF ANY KIND COMP' AGEOR REPRESENTATIVES. nraranraa