Loading...
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