HomeMy WebLinkAbout1985-2340923L
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, and
WHEREAS, Section 2 36 (f) of the Code of Ordinances requires
that the City Council approve all expenditures of more than
$10,000, and
WHEREAS, Section 2 09 of the City Charter requires that
every act of the Council providing for the expenditure of funds
or for the contracting of indebtedness shall be by ordinance,
NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I
That the following competitive bids for the construction of
public works or improvements, as described in the "Bid 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
9536 W H Smith -Street Participation 56,813 28
9539 Jagoe-Public Co 592,644 75
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 relating thereto specifying the
terms, conditions, plans and specifications, standards,
quantities and specified sums contained therein
PAGE ONE
SECTION IV
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
SECTION V
That this ordinance shall become effective immediately upon
its passage and approval
PASSED AND APPROVED this the 19th day of November, 1985
ATTEST
-Z�ALLEEN,CH2ARL T, CITY SEC E ARY
CITY OF DENTON, TEXAS
APPROVED AS TO LEGAL FORM
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
CITY OF DENTON, TEXAS
A'
PAGE
DATE November 19, 1985
TO
FROM
SUBJECT
CITY COUNCIL REPORT
Mayor and Members of the City Council
Rick Svehla, Acting City Manager
BID #9536 STREET PARTICIPATION - WINDSOR WEST ADDITION
RECOMMENDATION We recommend this bid be awarded to W H Smith for the
street participation in the Windsor West addition for the
total low bid amount of $56,813 28
SUMMARY This bid is for the City of Denton Participation in the
construction of extra width and depth of various streets
in this development
BACKGROUND Tabulation Sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
Stree, Department
FISCAL IMPACT There is no additional impact on the General Fund
Respectfully submitted
Rick Svehla
Acting City Manager
Prepared by
l 2/I C P Tr
nee >
Title Purchasing Agent
Approved
N J n J 1arsioul l, C P M
i le Purchasing Agent
N
n
�
M
r-I
b
00
M
C
f- Q
w
i.n
Ln
LO
in
U
V
N
M
3 Z
O w
O
00
ON
Q
W
Ca
F W C
z
y w U
W
O .-� W I-
D
W
U O Oto
m
In
Q
t
.^-�
n
-&
2
�'
T
N
a
�•
rr
�--�
.~.
z
p
N
l3L �Ji
w
M
CP
\ ;- O
n
C] = U
lM
O
O
CO
O
O
O
O
H
C<i
CO
N
N
O
N
O
I�
M
CC C7
$
QI'
w
W Z_
z
O
�0
J
p
�0
OU
on
U O.
L
Q
M
co
y
y
c
O
N
y
1-
.+
00
CD
N
%0
Imo.
O
t0
y
W Z
04
cn
y
N
O
01
CD
� sao
Q Co W U
LO
O
O
O
N
dy'
I.,
N
O
PG
Lo
.-i
O
00
N
00
00y
CD
M
cm
Q O O
>
O
^J d L)
CY
00
Cn
LO
O
O
W
M
C4
M
C.
N
8
m
~
00
CD
W H
y
C1 y
N
O O CD
Q U U
L A
O
E
•-•
i
¢
c
d
O
Z
N
>
Y
CD
y
^
S-
~
C
N
o
H
en
rn
w
°
Q
Ln
V)
y
FL
Y
i
.r
H
y
W
.-�
V
L
C
C1
N
L
0V
W
x
w
M
L
J
LL
C
W
O
O
01
L
'Qy
�I
>
C
r
Oy
• �
K+
W
%O
LO
y
JE
d
U
U
I-
LU
Z
r Y
hH
C
U
F-
3
O
y
C
�
O
W
CD
CD
O
O1
{0
�
z H
O
r.
Z O
C
n
N
Cl).
-�
C
aa6eueW A'1}3 6upoy
eLganS IDLE
Pa11}wgns A'LLn3loads9b
Iu96y 6ULse4oan4 84111/
L_�L e� u ai e
panoaddy
Iua6y 6u}seyo.And L4L
W d 0 `LLe4saeW 0 uyor ow
r
A'q paaedaad
punj puog laaa1S 13VdWI IV3SI3
sluawanoadwl 1uawlaeda0 19au1S
031031AV SMONS NO S1N3WMVd30 `SWVHSOHd
JaauL6u3 k1L0 woal OWN
4a8gS u0L4eLngel ONnosmove
paloaFaa pug 88b6# pLq ano uo 4LLeuL6Wo sem sL41 wea60ad
pu08 188a1S a41 uo panoadde se sluawanoadwl 199a1S 2-99
409Coad sL s}4l u04UOO 10 41F0 aql UL44Lm slaaals aleaedas
OULU �o suoLlaod }0 4eLaano 4Le4dse 944 ao4 sL pLq sL41 ANtlYUdnS
sAep 6u}3aom OL
u} alaLdwoo 04 5L bb9`269$ 4o lunowe a41 ao� ° 00 DLLgnd
-ao6ep 1aapp}q moL a41 o1 papaeme aq pLq SL44 puawwooaa DM NOI VaN3NW033H
AVINDO 1lyHdSy 6£96# OI9 103C8nS
aa6eueW 44LO 6uL13y `eL4anS Io}b WObj
Lpunoo 44LO 844 jo saagwaW pug aokeW 01
MOM II3NO03 11I3
9961 `6i aagwanoN 31VO
g
W
a
0
N
a
U')
Z CJ
47
Z
n
N 9
W7W
a
O Q
N
N
�
a
v
v
N
W
M
N
C
'
w
Y
Y
N
n
Rai
�
W �
b
cm co
CD
01
41
G
.-j d
N
T
Y
O
94
N
rti
� N
N
7..
co
d W
a
>
i
Q I—
O
O
a
d0'
CD
M
W Z_
U d
N
Y
T
E
N
O
N
~
�
W
N
G
U
N
N
i
O
E
r
O
co
H
>
C
L
Z
m
C
n
m
W
c
H
O
E
Z
6
m O
to
CITY of DENTON, TEXAS MUNICIPAL BUILDING / 215 E McKINNEY ST / DENTON, TEXAS 76201
MEMORANDUM
DATE November 6, 1985
TO John Marshall, Purchasing Agent
FROM Jerry Clark, City Engineer
SUBJECT Bid #9539 - Asphalt Overlay
Please award the above bid to Jagoe Public for $592,644 75
The unit prices are lower than the previous bid With the
29,000 square yards that were added, additional funds required
are only about $25,000
We definately feel this bid is suitable for award for the City
Council meeting on November 19, 1985
Jerry la
City Hn neer
is
#0356E
NOV -
CITY 0, 8lgg�
PURCy s/�L £PoN
81715668200 D/FW METRO 4342520
CONTRACT AGREEMENT
STATE OF TEXAS )(
COUNTY OF DENTON
THIS AGREEMENT, made and entered into this pp day of
A.D., 19 g, by and between The City of non+_ r_ November
of the County of Denton .
—�_ and State of Texas
Rick Svehla , acting through
Actin City Manager thereunto duly authorized s
Party of the First Part
, hereinafter termed the OWNER, and
of the City of
Denton , County of
and state of Texas Denton
termed CONTRACTOR. ' Party of the Second Part, hereinafter
WITNESSETH: That for and in consideration of
agreements hereinafter mentioned, to be made and
First the payments and
part (OWNER), and under the conditions inperformthethe ebonds bearing.
even date herewith Y of the
agrees with the Party the said Party of the Second Part (CONTRACTOR) the construction of certain improvements the First Part (OWNER) ) hereby
provementa described as followto s:
and complete
B1D #9539 ASPHALT OVERIAv
and all extra work in connection therewith agreement the
under the terms as stated in the
General Conditions of
expense to furnish all and at his (or their) own
superintendence materials, supplies, machiner Proper coat and',
necessary labor, insurance, and other y' equipment,. tools,
y to complete the said construction accessories and prices stated in the Proposal attached in accordance with the services:
the General Conditions hereto, and in accordance with call
Bidders of
of the Agreement, the Special Condit -ions,
and Pa for Bids), Instructions to Biddersand
the Notice to
which includes oall
�maps,
a s1 attached hereto, and , and the Performance
P plats, blue is accordance with rmance
prints, and other drawings the plane,
g and printed or
CA-1
0044b
written explanatory matter
prepared by Jerr Clark, thereof,
hr, City and the Specifications
t of Denton therefore, as
are of whichconstitute�theentire contract. de a part hereof and collectively'
evidence and
establishedeforrNtheCsOtarteofbworkrass to set forththewritten notice
work and complete all work within the time stated in the notice after the date
al, subject to
such extensions of time as are ce to commence
provided by the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR
in
prices Shown in the Proposal, which forms
pa current funds the price or
Payments to be subject to the General andSpecialC nditionshsuch
of the Contract.
IN WITNESS WHEREOF, the parties of these- presents have executed this
agreement in the year and day first above written.
ATTEST:
%Dom
ATTEST:
41iz- G�42
APPROVED AS TO FORM:
City Attor y e
CA-2
0044b
By
,
Rick Svehla . >.
(SEAL). —
JAGOE-PUBLIC CO.
Party of the con
Par ,. CONTRACTOR
By --
itle V-
(SEAL)
v, Y..
THE AMERICAN INSTITUTE OF ARCHITECTS
-0
AIA Document A311
Performance Bond
KNOW ALL MEN BY THESE PRESENTS: that
p O• Box 250 JaQOe
D-public Company
en ton Texas 76201 name Here insert full and address or legal title of Contractor)
as Principal, hereinafter called Contractor, and,
Seaboard Suret
(Here insert (COICIp3 d�ddress or legal title of Surety)
as Surety, hereinafter called Surety, are held and firmly bound unto
Citfy Of Denton, Texas
(Here insert u11 name and address or legal title of owner)
as Obligee, hereinafter called Owner, in the amount of Five Hundred Ninety—TIO Thousand,
Six Hundred Forty —Four and 75/100
for the payment whereof Contractor and Sure Dollars ($ 592, 644. 75
successors and assigns, g , jointly and severally, firmly by these reses, their heirs, executors, administrators,
y by these presents.
WHEREAS,
Contractor has by written agreement dated Overlay Contract 1985-2entered into a contract with Owner for
, Bid fk9539
in accordance with Drawings and Specifications prepared by
(Here insert full name and address or legal title of Architec0
_.- which ::ontract is b '
y referEnce made; a par, 'lereof, and is hereinafter referred to as the Contract.
AIA DOCUMENT A]11 E
PERFORMANCBOND
FEORUARY 1970 ED. THE AMERICAN INSTITUTE OF CTS, 1735 N.V. AVE.
, N.W,
ANARCHITED LABOR AND MATERIAL PAYMENT BOND qlq
WASHINGTON, D. C. 20006
i
J
L.
NOW, THEREFORE, THE CONDITION OF THIS
OBLIGATION is such that, if Contractor shall
said Contract, then this Obligation shall be null and void
The Surety hereby waives notice of an
extension of time made by the Owner. y alteration or
Whenever Contractor shall be, and declared by Owner
to be in default under the Contract, the Owner having
Performed Owner's obligations thereunder, the Surety
may promptly remedy the default, or shall promptly
1) Complete the Contract in accordance with its terms
and conditions, or
2) Obtain a bid or bids for completing the Contract in
accordance with Its term
termination by Surety of s and conditions, and upon de -
the lowest responsible bidder,
Owner
the Owner elects, upon determination by the
bidders arranthe forratY jointly of the lowest responsible
Owner, and make ava lable ta, Work such bidder and
though there should be a default or aro s (even
suaccesccession of
Signed and sealed this
�2 o day of
otherwise it shall remain in full forly and ce faithfully perform
rce and effect.
defaults under the contract or contracts arranged under this paragrapof completion
h) sufficient funds to pay the
cost of completion less the balance of
but not exceedinge contract price;
, including other vests and damages
for which the Surety may be liable hereunder, the amount
set forth in the first paragraph hereof. The term
of the contract price"balance
mean th," as used in this paragraph, shall
e total amount payable by Owner to Contractor
under the Contract and any amendments thereto, less
the amount properly paid by Owner to Contractor. 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.
19r�'S
- Jagoe-public Company
fPrincip,lp
(bVimtSsf ' /J IseaO
zu
CORROON & BLACIVELLIS CROTTY POWERS
iruhy
8300.D000LAS AVE. SUITE 700
DALLAS, TEXAS 75225
Tel. (214) 987-2100
(I
Seaboard Surety Company
Rosemary WeItillI
111 DOCUMENT ABII PERFORMANCE B(7NU AND LAOOR qND MATERIAL PAYMENT BO . A.O e
FEIIRl1ARY 17711 ❑l. • tHE AMERI(:AN INSTITUTE Of ARCIII EEC IS, 135 N.Y. AVE., N.W., lVASHINGTON, U.
AIA n
C. 7000(,
THE AMERICAN INSTITUTE OF ARCHITECTS
ON
AIA Document A311
Labor and Material Payment Bond
THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE
OWNER CONDITIONED
ON THE FULL AND FAITHFUL PERFORMANO�D IN FgVO
CON
OF THE R T THE
TRACT
KNOW ALL MEN BY THESE PRESENTS: that _r'___ public Company
p • O - Box 250 Denton, Texas (Here insert full name and address or le
7 i] 2 � 1 Gal rifle of Contractor)
as Principal, hereinafter Called Principal, and, Seaboard Surety Company
as Surety, hereinafter called Surety, are held and firmly bound unto (Here insert full name and address or legal tide of Surety)
City of Denton m
Here, full name and address ' exa5
or legal title of Owner)
as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow
Five Hundred Ninety —Two Thousand, Six Hundred
amount of Fort defined, i
(Here insert a sum equaOlu at least andne%5�100n the
for the payment whereof Principal hail or she contract _—_--
price) Dollars f$
successors and assigns, p and Surety bind themselves, their heirs, 592' 644. 75
g ,jointly and severally, firmly by these presents. executors, administrators,
WHEREAS,
Principal has by written agreement dated 71,a-u 70 Overla BJ , entered into a contract with Owner for
y Contract 1985-2r Bid #9539 79
in accordance with Drawings and Specifications prepared by
J
(Here insert lull name and address or legal title of Archftectl
which contract is by reference made a Part hereof, and; is hereinafter referred to as the Contrac
t.
AIA DOCUMENT g711 • PERFORMANCE BOND Al,D LABOR AN
FEBRUARY 1970 Ep,. THE AMERICAN INSTITUTE OF ARCHITECTS, T775 D N.Y, qyE„ N.W., WASHING70N
MATERIAL PAYMENT BOND AIA OO
D. C. 20006 3 -
NOW, THEREFORE, THE CONDITION
OF N is such
Claimants as hereinafter defined, for IIITHIS laborr and material used 0that, if Principal Contract, then this obligation shall be void;required shall promptly make
to nt Ye adfor use in the payment to all
g conditions: otherwise it shall remain in full force and effect, subject, however t h
Performance of the
I. 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
water, 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
claimant as herein definthat every
ed, who has not been paid in
full before the expiration of a period of ninety (90) nt's
days after the date on which the last of such claima
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 judgment for such sum suit to final
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
day of
✓ i✓
' lWilncssJ
CORROON & RLACN/ELLIS GROTTY POWER$
8300 DDUGLgg p,�E SUITE OW
1 DALLgS 00
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.
4. 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 payment by Surety of
mechanics' liens w
said hich may be filed of record against
improvement, whether or not claim for the amount
of such lien be presented under and against this bond.
i D—o ,
(Surety)
19 S s —
Ro,mar ! uh•) 1�(_p )�(!� ,
AIA D Y__ Weaver,�A�ney�In-�Fact VOCUMFNT A711 P[KIUKMANCE BOND C
IERKUAKY lY]U ED.•THE AM[KIUN IN571TUTE OF AND LAflOK AN
D MATCKIAL I YMCNT AO
ARCHITECTS, 1715 N,Y. AVE., N.W„ WASH INGTON f . D. C. IINKK,
4 : p�
MAINTENANCE BOND
KNOW ALL MEN By THESE PRESENTS
that we, Jagoe-Public
P.O, Box 250 Denton, Texas Company
76201
Seaboard Surety Company
and firmly bound unto city
(hereinafter called the Obligee)
as Principal, and
as Surety, are held
Of Denton, Texas
in the penal sum of Fift
- �ixL -your and No/100 - --Nine Thousand,
to which payment well and truly to be made in law Dollars States we hereby ($59 264.00 )
successors Y bind ourselves, our heirs lawful money of the United
and assigns, jointly and severallexecutors, administrators,
Y, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas, the Principal
entered into a contract with the Obligee dated
for n.._-,
198_ 5 Bid 0953
WHEREAS
AND, festive the Obligee requires a guarantee from the Principal
against defective materials and workmanship in connection with said
contract;
NOT?, THEREFORE, if the Principal shall make an
which may .become necessary during the period of
y repairs or replacements
from Date of Acce One Year
�-orkmanshiP tance One
of defective materials or
the Obligee shall
connection with said contract, of which defectiveness
fifteen shall give the Principal and Surety written notice within
(15) days after discovery thereof, then this
be void; otherwise f shall be r full force and effect.
obligation shall
All suits at law or proceedings in equityto
must be instituted within twelve (12) months a£
of the recover on this bond
maintenance Period provided for herein, ter the expiration
Signed, sealed and dated this
Vo day of `17Z�
19
CORR001V & BLACKIELLIS CROTTy POWERS
8300 DOUGLAS AVE. SUITE 700
DALLAS, TEXAS 75225
Tel. (214) 987-2100
Seaboard Surety Company
uW9
BY��� fill
ROSemar Weave-.
For verification of the authenticity of this Power of Attorne `�—
of Attorney number, the above named individualfs) ate- Ht tr lIe 11 y- Il, collect, 272-943-7440 and ask
CITY OF DENTON
INSURANCE MINIMUM REQUIREMENTS
Without limiting any of the other obligations or liabilities of the
Contractor, the Contractor shall provide and maintain until the
work is completed and accepted by the City of Denton, Owner,.
minimum insurance coverage as follows:
I
II
#0399c
WORKMEN'S COMPENSATION
COMPREHENSIVE GENERAL LIABILITY
Bodily Injury
Property,Damage
I
STATUTORY
$300,000
Each occurance
$100,000
Each accident
COMPREHENSIVE AUTOMOBILE LIABILITY
Bodily Injury
Property Damage
$300,000
Each person
$100,000
Each accident
$1,000,000
Aggregate
$1,000,U00-
Each.accident
A. In addition to the insurance described above, the
Contractor shall obtain at his expense an OWNER'S
PROTECTIVE LIABILITY INSURANCE POLICY with. the
following limits:
BODILY 1NJURY PROPERTY DAMAGE
$300,000 each person $100,000 each accident
$300,000 each accident $1,000,UUO aggregate:
Covering the work to be performed by the. Contractor for
the City of Denton.
B. The contractor will furnish the Owner's Protective
Policy described above and execute the Certificate
described on the following page to the City of Denton
for its approval.. Insurance must be accepted before
commencing any work under the contract to which this,
insurance applies.
The City of Denton will be listed on all policies as an
additional named insured.
PRODUCER IEI- --
& BLACK/ELv•vvur
11-15-85
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
LIS CROTTY POW
CORROON ER50 RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
8300 Douglas, Suite 700 EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Dallas, Texas 75225
COMPANIES AFFORDING COVERAGE
LETTER
COMPANY A NORTH RIVER INSURANCE COMPANY
INSURED COMPANY
LETTER B INTERNATIONAL INSURANCE COMPANY
-JAGOE PUBLIC COMPANY LETTERNY C
GEN STAR INDEMIIVITY COMPANY
P. O. Box 250
Denton, Texas 76201 COMPANY.
LETTER
COMPANY
LETTER E .
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUEOTO THE INSURED NAM
NOTWITHSTANDING ANY REQUIREMENT, T BE ISSUED OR MAY PERTAINERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WI
TIONS OF SUCH POLICIES. , THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT
TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE
GATE IMMIDONY)
GENERAL LIABILITY
COMPREHENSIVE FORM
PREMISES/OPERATIONS
UNDERGROUND
EXPLOSION & COLLAPSE'HAZARD
PRODUCTS/COMPLETED OPERATIONS 5 4 0 7 9 3 3 4 0 1
CONTRACTUAL 1 0- 1— 8 5
INDEPENDENT CONTRACTORS
BROAD FORM PROPERTY DAMAGE
PERSONALINJURY
AUTOMOBILE LIA7PASS:)
ANY AUTO
ALL OWNED AUTALL OWNED AUTOPRIV90640 1
HIRED AUTOS10-1-85
NON -OWNED AUTO
GARAGE LIABILITY
"' ESS LIABILITY
C X UMBRELLA FORM jYj$jJ 33322
OTHER THAN UMBRELLA FORM 1 0 —1 — 8 5
WORKERS' COMPENSATION ,
A AND
EMPLOYERS' LIABILITY 408 39 98 01 10-1-85
OTHER
Job: OverllaY'Contract 1985-2
- Bid #k953c,
ED ABOVE FOR THE POLICY PERIOD INDICATED.
TH RESPECT TO WHICH THIS CERTIFICATE MAY
TO ALL THE TERMS, EXCLUSIONS, AND CONDI-
POLICY EXPIRATION
DATE (MMND/WI
10-1-8
LIABILITY LIMITS IN THOUSANDS
EACH
OCCURRENCE AGGREGATE
BODILY'
INJURY
$
'ROPERTY
7AMAGE
$ $
118PD
a500 560,
AMBINED
$ �
PERSONAL INJURY I $ 500,
10-1-861PBucmND
:10—t1-86cBI10-.
,000,11 1',00
- - --- .-rnP,LLWSPECIAL ITEMS
All operations in Texas
All automobiles - owned, non -owned or hired.
. , -
City of Denton
9 01B Texas S t - SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX-
PIRATIC"I� DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
Denton , Texas 762 o] MAIL 1 U DAYS WRITTEN NOTICE TO THE CERTIFICATE MOLDER NAMED TO THE
Attn: John P P. LEFT• BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE MarshallOF ANN THE COMPANY, ITS AGENTS no wvne OBL
POSE NO OBLIGATION OR LIABILITY
IAUlo�,,.MN_�P_
C
BID #9539
PROPOSAL
'T 0
THE CITY OF DEN'TON, TEXAS
For the Construction of
OVERLAY CONTRACT 1985-2
IN
DENTON, 'TEXAS '
Tne undersigned, as bidder, declares that the only persoir:.or-
Parties interested in tnis proposal as principals are those
named nerein, that tnis proposal is made witnout collusion. with.
any other person, firm or corporation; that. he. nas carefully,
examined the form of contract,. Notice. to Bidders,
specifications and the P plans- thereinreferred to„ ands.. has
carefully examined the locations, conditions.,, and. classes. of
materials of the proposed work and agrees tnat ne will provide `
all the necessary labor, macninery, tools, apparatus,and.. other
items incidental to construction, and will doall the work,. - and ,.;'
---fu"rnisn all the materials called forin- the. coniract;.:,,and..,,:�:,�_q
specifications in the manner prescribed thereinand. accor.din Y
to the requirements of the City as therein set for.th... ✓ 9 kca � l"'Yf
It is understood that the following quantities,of.. work for be a_
done at unit prices are approximate only, and. are. intended .-'
principally to serve as a guide in evaluating bids. Y�y"
It is agreed tnat the quantities of work. to: be: done at unity,}
prices and material to be furnished- may oe increaseds
diminisned as may oe considered necessary, in the opinion
the City, to complete the work fully as, planned:. and
contemplated, and tnat all p 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.., h ;
It is furtner agreed that. lump 9 p sum.prices may be• increased. to ��a{�,=-
cover additional work ordered by the City, but not: shown on.the ;
plans or required by the specifications, in accordance= with .the ;€4
provisions to the General Conditions. Similarly,, they may.--be.Y
decreased to cover deletion of work so ordered.. ;< 1;
t � Z,
F
P - 1
It is understood and agreed that the work is to be completed in
full within seventy (70) working days.
Accompanying this proposal is a certified or cashier's check or.
3id 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 bondz within..;'t'
fifteen days after its acceptance,. in wnich case the bid4.
security shall become the property of. the Owner, and shali'be; -:;~aa
considered as payment for damages due. to delay. and other
inconveniences suffered by the Owner on account of suchc failure,
of the bidder.. It is understood that the Owner r.eser.ves: 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 .pricesi.
wit:
k v.
Ft
�j J :� t f h 2Mlirn MN
y E i
p`p
vh.
P - 2.
BID SUMMARY
TOTAL BID PRICE IN WORDS 47 -' .''.0'.
In the event of
the award of a contract to the undersigned-,. the
undersigned will furnish a performance bond. and. a payment. bond.:::`':e
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 comp1etion:,'and'">'.`t ALL
acceptance, and
to guarantee payment for. all. lawful, claims: for '`r"'
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.
Tne undersigned
certifies that the bid prices. contained in. this' 42
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,`n.a
proposal, shall
rs
control. over extensions.... rgs {st.
/(
co rRA � �uR
BY
V-I
Str et Address
ejv"
City and State
Seal & Authorization
(If a Corporation)-
P - 3
T"
Bid
PO #
WORK
9539
DAYS
City of Denton :
Overlay Contract 1985-2
Bid Tabulation Sheets
I
I
I Unit. I-
I Item I
Description
I Quantity
I Unit.
I Price.
1 2.13
1 Adjust Water Valve
1 76
1 EA
1 $
I2.19
I Adjust Sewer Manhole
I 51
I EA
II 4.2
i Roller 'rime (all types)
i 1,000.
HR
$'� $►Z�J�B
I
I I
14.3 I
Motor Grader Time
I 5UU
I HR
I $- .
I I
I 4.4 1
Trucking Time
I
I 250:
1
I HR
1 co I ,xr.sa
I $'• 36•
1 5.7 1
Overlay Existing Street
I 41763
I Ton:
1,'
I (A)
1 5.7 1
Overlay Recycled Base I
1U,629
I. Ton,.
I $
1 (B) 1.
I 5.7 I
Reconstruct. Concrete I
I
I
I (C) I
Valley Gutters I
15
I: EA
I $/ pW_°D I $�ibr000,
'�1
I 5.7 I
Type D Asphalt Patch for
I (D) I
Base Failures I
300 '
I Ton.
I I
I
I
is =; � I• •� ���„�'H'
I I
BID TOTAL:
I I
I
I
-
Addendums R ceived
1270g
P - 4
4
•;
City of Denton
Asphalt Pavement
Estimated Overlay Quantities
A. Overlay Only - 1 1/2" Overlay at Base Bid
Street
I
I
I From
I
I
I To
I Asphalt
I Sq.. Yard
I Ad
I
I Mli
ustments�
1 klIeTi
I WV°°I '[45'
Avenue C
I
I Mulberry
I
I Oak
I
I 3,910.
I:
T. 0
I •; I;�;
Pertain
I Mingo
I Wayne
I 11536
i 0
I 0;te l Oj;
Paisley
I Woodford
I Hettie
i 2,646
i 3rI
U Is3O.
Paisley
I Frame
I Ruddell
I 51203
L •- 6
I 16?, I tr 03
Paisley
I Hettie
I Ruddell
I 1,.192
h 1
First
I Bolivar
I Locust
I 2,090<
I 0
I 0 "I' yj0
McCormick
I Parvin
I Willowwood
I 9,020.
L' "4
I 2e.1< w;0
Greenwood
I Laurelwood
I Sherman
I 17,40.9
I 3,
Robinwood
I Emerson
I University
1 12,217'
I" 4
f' 12° 1 %011
I
I
I
I
I I w
I
I TOTAL,
I 551,223
I -2
I -3 kO
I
I
I SY,
55,223 SY X 115 LB/SY/IN X 1.5 inches. = 4,763 tons
S. Overlay Over In Place Recycled Base
i, i -_Aa ustments,:
Asphalt I ". e7 e
Street I From I To I' Sq.- Yar'd� I` MH 11 WV
Hillcrest
Oak
Nottingham
Hobson
Magnolia
Locust
Mockingbird
Emerson
Locust
Avenue D
Scripture
I Emery
Cedar
I Bolivar
University
I Windsor.
Teasley
I FM 1830
Hinkle
11250' west.
Pecan
I McKinney
McKinney
I Oriole + 100'
Freedom
I Willowwood.
Mulberry
I Walnut
dighland
I I-35
I TOTALS
1 26',900,
: V ,:' 6, I;.
1 15,,0.401
I:: 0;_:'I:
I 6-,903
I 16•,;500
L 1-1, l'
92,424 SY X 115 LB/SY/IN X 2 inches = 10.,629 tons.
1270g
P - 5
45