1994-062 ORDINANCE NO. (~'0~(~
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 therein; 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 Invitations", "Bid Proposals" or plans and specifications on
file in the Office of the City's Purchasing Agent filed according
to the bid number assigned hereto, are hereby accepted and approved
as being the lowest responsible bids:
BID NUMBER CONTRACTOR AMOUNT
1577 JAGOE PUBLIC COMPANY $27,845.00
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, and insurance
certificate after notification of the award of the bid.
SECTION III. That the City Manager is hereby authorized to
execute all necessary written contracts for the performance of the
construction of the public works or improvements in accordance with
the bids accepted and approved herein, provided that such contracts
are made in accordance with the Notice to Bidders and Bid
Proposals, and documents relating thereto specifying the terms,
conditions, plans and specifications, standards, quantities and
specified sums contained therein.
SECTION IV. That upon acceptance and approval of the above
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 ~day of ~ ,1994.
ATTEST: BOB CASTL~E~~
JENNIFER WALTERS, CITY SECRETARY
DEBRA A. DRAYOVITCH, CITY ATTORNEY
DATE: APRIL 19, 1994
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID #1577 - AIRPORT PARKING LOT
RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, Jagoe
Public Co. in the amount of $27,845.00.
SUMMARY: This bid is for the replacement of the parking lot near the terminal
building at the Municipal Airport. The project consist of all materials and labor to
repave approximately 2,050 square feet of parking area.
The least expensive option was alternate number 1 (parking lot repaying leaving
center island in place) at $30,019. The City of Denton and Jagoe Public have agreed
upon a contract revision to bring the project in line with the budget funds,
$27,845.00.
BACKGROUND: Tabulation Sheet, Memorandum from David Salmon, Senior Civil
Engineer.
PROGRAMS~ DEPARTMENTS OR GROUPS AFFECTED: Airport Operations.
FISCAL IMPACT: Funds for this project were approved in the 1991 Certificate of
Obligation sale of Facility Rehabilitation, $27,8745.00 was set aside for Airport
Facility Improvements.
7,,/-.
City Manager
Approved:
Name: Tom D.~ Shaw,C.P.M.
Title: Purchasing Agent
(~ 0 0
0 0
b b o
0 0 0
02-2'1-94P03:53 0021
ClTYofDENTON, TEXA$ MUNICIPALBUILDING / 215E. McKINNEY / DENTON, TEXAS76201
MP..MORANDUM
DATE: February 21, 1994
TO: Tom Shaw, Purchasing Agent
FROM: David Salmon, Senior civil Engineer
SUBJECT: Airport Parking Lot
Bids were received on the Airport Parking Lot on February 3rd,
1994. Jagoe Public was the low bidder on the base bid as well as
the two alternates. We have checked the bids and all are correct.
Jagoe Public's bid prices are reasonable compared to other recent
bids. Also, Jagoe Public constructed the civic Center and civic
Center Pool Parking lots this past summer and provided a high
quality of construction. The Engineering And Transportation
Department recommends Jagoe Public be awarded the bid.
Please contact Bruce Hennington concerning which alternate they
wish to fund and when they want the bid to go to City Council.
David SaLmon, P.E.
AEE00317
817/566-8200 D/FW METRO 434-2529
.f
STATE OF TEXAS
COUNTY OF DENTON
CONTRACT AGREEMENT
THIS AGREEMENT, made and entered into this 19
A~IL A.D., 19 94, by and between
Tm CITY OF DENTON
day of
of the county of DENTON
through LLOYD V.
and State of Texas, acting
thereunto duly authorized so to do, hereinafter termed "OWNER," and
~---J~OR-~UBLIC CO.? P.O. BOX 250 f 3020 FT. WORTH DR., DENTON, TEXAS 76202
of the City of
and State of
DENTON , County of DENTON
hereinafter
termed .CONTRACTOR."
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be. made and perfo.rmed by
OWNER, and underthe conditions expressed in the bonds bearing even
date herewith, CONTRACTOR hereby agrees with OWNERto commence and
complete performance of the work specified below:
BID % 1577 - AIRPORT p~TNG ~ in the a~)unt of $ 27,845.00
and all extra work in oo~e~tion therewith, under t~e .t~.rms .a~
sta~ed in the General Conditions of the agreement, an= a= n1~ (or
their) own proper cost ~nd expense to furnish all materials,
~upplies, machinery, equlpm~nt, tools,, superintendence, labor,
insurance, and. o~her accessories and services necessary~?omplete
the work specified above, 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
CA - 1
all maps, plats, blueprints,
written explanatory matter
therefore, as prepared by
and other drawings and printed or
thereof, and the Specifications
· £~ CITY OF DEI~TON TRANSPORTATION
all of which are made a part hereof and collectively evidence and
constitute the entire contract.
Independent Status
It is mutually understood and agreed by and between City and
Contractor that Contractor is an independent contractor and shall
not be deemed ;~r be or considere9 an employee of t~e City of
Denton, Texas, the purposes of income tax, withholding, social
security taxes, vacation or sick leave benefits, worker's
compensation, or any other City employee benefit. City shall not
have supervision and control of Contractor or any employee of
Contractor, and it is expressly understood that Contractor shall
perform the services hereunder according to the attached
specifications at the general direction of the City Manager of the
City of Denton, Texas, or his designee under this agreement.
Contractor shall and does hereby agree to indemnify and hold
harmless the City of Denton from any and all damages, loss, or
liability of any kind whatsoever, by reason of injury to property
or third persons occasioned by any error, omission or negligent act
of Contractor, its officers, agents, employees, invitees, and other
persons for whom it is legally liable, with regard to the
performance of this Agreement, and Contractor will, at its cost and
expense, defend and protect the City of Denton against any and all
such claims and demands.
Choice of Law and Venue
This agreement shall be governed by the law of the State of
Texas and venue for its construction and enforcement shall lie in
the courts of Denton County, Texas.
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.
CA - 2
IN WITNESS WHEREOF, the parties of these presents have
executed this agreement in the year and day first above written.
ATTEST:
(SEAL)
ATTEST:
(SEAL)
AAA0184D
CA - 3
STATE OF TEXAS
COUNTY OF D~TON
PERFORMANCE BOND
BOND NO. 259313
KNOW ALL MEN BY THESE PRESENTS: That JAGOE PUBLIC CO.
, of the City of D~TON
County of DENTON ~ and State of ~A.~
as PRINCIPAL, and SEABOARD SURETY COMPANY
, 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 .~.~ CITY OF DENTON
as OWNER, in the penal sum of ~NTY SEVEN THOUSAND EI~T HUNDRED
FORTY FIV~ AND no/100 ............ Dollars ($ 27,845.00 ) 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 19 day of AP~L ,
19 94, for the construction of BID % 1577 -AIRPORTPARKINGLOTin. the
amount of ~ 27,845.00
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 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, thenthis
obligation shall be void; otherwise to remain in full force and
effect;
PROVIDED, HOWEV=K, that this bond is executed pursuant to the
provisions of the Article 5160 of the Revised Civil Statutes of
Texas as amended by acts of the 72nd Legislature, Regular Session,
1991, and all liabilities on this bond shall be determined in
accordance with said provisions of saidArticle to the same extent
as if they were copied at length herein.
PB - i
PROVIDED FURTHER, that if any legal action be filled 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 any way
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 1st day of May ,
19 94
JAGOE-PUBLIC COMPANY
Prin~al
SEABOARD SURETY COMPANY
Surety
BeVerly Haye~
Tit~torne~-in-Fact
Address: P.o. BOX 250
Denton, TX 76202
Address: Burnt Mills Rd.&Route 206
Bedminster, New Jersey 07921
(SEAL)
(SF~L)
The name and address.of the Resident Agent of
WILLIS C0RR00N CORPORATION OF TEXAS/DALLAS DIVISION
5420 LBJ Freeway, Suite 1400, Dallas, Texas 75240-2652
Surety is.
NOTE: Date of Bond must not be prior to date of Contract.
AAA0184D
PB - 2
STATE OF TEXAS
COUNTY OF D~NTON
PAYMENT BOND
BOND NO. 259313
That JAGOE PUBLIC CO.
KNOW ~T,T. MEN BY THESE PRESENTS:
of the City of n~vo.
County of DEbT, ON , and the State of T~A$ ,
as principal, and SEABOARD SURETY COMPANY
authorized ~der the laws of ~e State of Texas to act as surety on
bonds for principals, are held and fi~ly bo~d unto T~ ci~
OF D~. , O~0~_~_~enal__~ ~ .~ of
~ s~v~ ~o~ E~'~' ~ ~ F~ a Dollars ($ 27;845-00 )
for the pa~ent whereof, ~e said Principal and Surety bind
themselves and ~eir heirs, a~inistrators, executors, successors
and assi~s, jointly and severally, by ~ese presents:
~S, ~e Principal has entered into a certain ~itten
contract wi~ ~e ~er, dated ~e ~9 day of ~L
19 94 .
BID % 1577 -AIRPORT PARKING-LOT
to which contract is hereby referred to and made a part hereof as
fully and to the same extent as if copied st 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 prosecution 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 the Article 5160 of the Revised civil Statutes of
Texas as amended by acts of the 72nd Legislature, Regular Session,
1991, and all liabilities on this bond shall be determined in
accordance with said provisions of said Article to the same extent
as if they 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 any way
affect its obligation on this bond, and it does hereby waive notice
of any such change, exWcension, 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
signed and sealed this instr~ent this 1st day of May
19 94
have
J^GOE-PUBLIC COMPANY
Principal
By
Title.
SEABOARD SURETY COMPANY
Surety
~ever±y Maygs ~
Ti~t~orney-in-Fact
Address: P.O. BOX 250
Denton. TX 76202
Address: Burnt Mills Rd.&Route 206
Bedminster, New Jersey 07921
(S AL)
The name and address of the Resident Agent of Surety Is.
WILLIS CORROON CORPORATION OF TEXAS/DALLAS DIVISION
5420 LBJ Freeway, Suite 1400, Dallas, Texas 75240-2652
AAA0184D
PB - 4
MAINTENANCE BOND
BOND NO. 259313
THE STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS: That JAGOE PUBLIC CO.
as Principal, and SEABOARD SURETY COMPANY
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 ~wo ~O]RA]~ S]~N ~RRD RT~ffI'~ .~01]~ a.11d 50/100 ......
Dollars ($ ~.TRa_~n ), ten (10%) percent of the total amount of
the contract for the payment of which ~,~m said principal and surety
do hereby bind themselves, their successors and assigns, jointly
and severally.
This obligation is conditioned, however, that:
WHEREAS, said JAGOE p~RT.TCP~O.
has this day entered into a written contract with the said city
of Denton to build and construct IBrD % 1577 - AIP~ORT PARKING._LQT___
which contract and the plans and sp~c~fica, t. ions th~re~n mentxon ,
adopted by the City of Denton, are f~led wlth the Clty Secretary of
said City and are hereby expressly lncorporated herein by reference
and made a part hereof as though th~ same were written and set out
in full herein, and;
WHE~.EAS, under the said plan~
it is provided that the Contractor
repair the work therein contracted
, specifications, and contract,
will maintain and keep in good
to be done and performed for a
period of one (1) year from the dal:e of acceptance thereof and do
all necessary backfilling that may become necessary in connection
therew%th and do all necessary Work to~a~d the repair· of any
defective condition growing out of or arising from the ~mproper
construction of the improvements co~templatedbysaid contractor on
constructing the same or on account of improper excavation .or
backfilling, it being understood that the purpose of this sectlon
is to cover all defective condltlon9 arising by reason of defective
materials, work, or labor performe~ by said Contractor, and in case
the said Contractor shall fail to irepair, reconstruct or maintain
said improvements it is agreed t~at 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. .
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 JAGOE-PUBLIC COMPANY
as Contractor and Principal, has caused these presents
executed by
and the said SEABOARD SURETY COMPANY
to be
as surety, has caused these presents to be executed by its
Attorney-in-Fact BeYerl~ Hayes
and the said Attorney-in-Fact has hereunto se~ his hand this
day of May , 19 94
SURETY:
SEABOARD SURETY COMPANY
Attorney- in-Fact
PRINCIPkL:
JAGOE-PUBLIC COMPANY
AAAO184D
MB - 2
For verification of the authel~ticity of this Power of Attorney you may call, collsct, 908-658-,3500 and ,ask for t~e~ ,P~w_ ,e,r of ,A~ .o,r.n e~y, .c,J e,,r,k,; P~ I~.,ea~s ~e ~r~er to the Power
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Bidder's attention is directed to the' insurance requirements below. It is highly
recommended that bidders confer with their respective insurance carriers or brokers
to determine in advance of Bid submission the availability of insurance certificates and
endorse-merits as prescribed and provided herein. If an apparent Iow bidder fails to
comply strictly with the insurance requirements, that bidder may be disqualified from
award of the contract. Upon bid award, all insurance requirements shall become
contractual obligations which the successful bidder shall have a duty to maintain
throughout the course of this contract.
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the Contractor, the
Contractor shall provide and maintain until the contracted work has been completed
and accepted by the City of Denton, Owner, the minimum insurance coverage as
indicated hereinafter.
As soon as practicable after notification of bid award, Contractor shall file with the
Purchasing Department satisfactory certificates of insurance, containing the bid
number and title of the project. Contractor may, upon written request to the
Purchasing Department, ask for clarification of any insurance requirements at any
time; however, Contractors are strongly advised to make such requests prior to bid
opening, since the insurance requirements may not be modified or waived after bid
opening unless a written exception has been submitted with the bid. Contractor shall
not commence any work or deliver any material until he or she receives notification
that the contract has been accepted, approved, and signed by the City of Denton.
All insurance policies proposed or obtained in satisfaction of these requirements shall
comply with the following general specifications, and shall be maintained in
· compliance with these general specifications throughout the duration of the Contract,
or longer, if so noted:
Each policy shall be issued by a company authorized to do business in
the State of Texas with an A.M. Best Company rating of at least A
Any deductibles or self-insured retentions shall be declared in the bid
proposal. If requested by the City, the insurer shall reduce or eliminate
such deductibles or self-insured retentions with respect to the City, its
AFFOO6BA CT -- ].
~V[SF-O
Insurance Requirements
Page 2
officials, agents, employees and volunteers; or, the contractor shall
procure a bond guaranteeing payment of losses and related
investigations, claim administration and defense expenses.
Liability policies shall be endorsed to provide the following:
Name as additional insured the City of Denton, its Officials,
Agents, Employees and volunteers.
That such insurance is primary to any other insurance available to
the additional insured with respect to claims covered under the
policy and that this insurance applies separately to each insured
against whom claim is made or suit is brought. The inclusion of
more than one insured shall not operate to increase the insurer's
limit of liability.
All policies shall be endorsed to provide thirty(30) days prior written
notice of cancellation, non-renewal or reduction in coverage.
Should any of the required insurance be provided under a claims-made
form, Contractor shall maintain such coverage continuously throughout
the term of this contract and, without lapse, for a period of three years
beyond the contract expiration, such that occurrences arising during the
contract term which give rise to claims made after expiration of the
contract shall be covered.
Should any of the required insurance be provided under a form of
coverage that includes a general annual aggregate limit providing for
claims investigation or legal defense costs to be included in the general
annual aggregate limit, the contractor shall either double the occurrence
limits or obtain Owners and Contractors Protective Liability Insurance.
Should any required insurance lapse during the contract term, requests
for payments originating after such lapse shall not be processed until the
City receives satisfactory evidence of reinstated coverage as required by
this contract, effective as of the lapse date. If insurance is not
reinstated, City may, at its sole option, terminate this agreement
effective on the date of the lapse.
CI - 2
Insurance Requirements
Page 3
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS:
All insurance policies proposed or obtained in satisfaction of this Contract shall
additionally comply with the following marked specifications, and shall be maintained
in compliance with these additional specifications throughout the duration of the
Contract, or longer, if so noted:
A. General Liability Insurance:
General Liability insurance with combined single limits of not less than _
~lfooo~ooo shall be provided and maintained by the contractor. The policy
shall be written on an occurrence basis either in a single policy or in a
combination of underlying and umbrella or excess policies.
If the Commercial General Liability form (ISO Form CG 0001 current
edition) is used:
Coverage A shall include premises, operations, products, and
completed operations, independent contractors, contractual liability
covering this contract and broad form property damage coverages.
· Coverage B shall include personal injury.
· Coverage C, medical payments, is not required.
If the Comprehensive General Liability form (ISO Form GL 0002 Current
Edition and ISO Form GL 0404) is used, it shall include at least:
Bodily injury and Property Damage Liability for premises,
operations, products and completed operations, independent
contractors and property damage resulting from explosion, collapse
or underground (XCU) exposures.
Broad form contractual liability (preferably by endorsement)
covering this contract, personal injury liability and broad form
property damage liability.
AFF006BA
REVISED 05102/93
C*r - 3
Insurance Requirements
Page 4
Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability insurance with
Combined Single Limits (CSL) of not less than ssoo.ooo.oo either in a single
policy or in a combination of basic and umbrella or excess policies. The policy
will include bodily injury and property damage liability arising out of the
operation, maintenance and use of all automobiles and mobile equipment used
in conjunction with this contract.
Satisfaction of the above requirement shall be in the form of a policy
endorsement for:
· any auto, or
· all owned, hired and non-owned autos.
Workers Compensation Insurance
Contractor shall purchase and maintain Worker's Compensation insurance
which, in addition to meeting the minimum statutory requirements for issuance
of such insurance, has Employer's Liability limits of at least $100,000 for each
accident, $100,000 per each employee, and a $500,000 policy limit for
occupational disease. The City need not be named as an "Additional Insured"
but the insurer shall agree to waive all rights of subrogation against the City,
its officials, agents, employees and volunteers for any work performed for the
City by the Named Insured.
[]
Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all times during the
prosecution of the work under this contract, an Owner's and Contractor's
Protective Liability insurance policy naming the City as insured for property
damage and bodily injury which may arise in the prosecution of the work or
contractor's operations under this contract. Coverage shall be on an
"occurrence" basis, and the policy shall be issued by the same insurance
company that carries the contractor's liability insurance. Policy limits will be
at least combined bodily injury and property damage per
occurrence with a aggregate.
AFF006BA CI - 4
Insurance Requirements
Page 5
[]
Fire Damage Legal Liability Insurance
Coverage is required if Broad form General Liability is not provided or is
unavailable to the contractor or if a contractor leases or rents a portion of a
City building. Limits of not less than each occurrence are required.
[]
Professional Liability Insurance
Professional liability insurance with limits not less than per claim
with respect to negligent acts, errors or omissions in connection with
professional services is required under this Agreement.
[]
Builders' Risk Insurance
Builders' Risk Insurance, on an All-Risk form for 100% of the completed value
shall be provided. Such policy shall include as "Named Insured" the City of
Denton and all subcontractors as their interests may appear.
[]
Additional Insurance
Other insurance may be required on an individual basis for extra hazardous
contracts and specific service agreements. If such additional insurance is
required for a specific contract, that requirement will be described in the
"Specific Conditions" of the contract specifications.
AFF006BA CI - 5
WORKDAYS 15
BID NO. 1577
PO NO.
Airport Parkina Lot ~South Onlyl
Base Bid
BID TABULATION SHEET
1.21 Contractor's Warranties LS 0~/LS $
and Und.r.tandings - $1500. /509.
8.1 Barricades, Warning Signs LS ~/LS $
a.d Oetours -
3.12 Temporary Erosion Control - LS
3.1 Pr~paration of Right-of- LS ~/LS
3.3 OncZass~f~ed Excavation 352 C~
4.6-B Subheads6" L~e ~reatmen~ of 2,050
~.~-~ ~ ~ H~=,~ea ~ ;a
Slur~
5.7-A 2 1/2" A~phalt Pave~nt 1,930 SY
5.7-B 1{T~1/2' D}A~phalt Payment 1,930 SY
5.7-C 2" ~,pha~ Pa~ch (T~ D) 7 TN
(e~ ~)
SP-44 Concrete B~r Blocks 24 EA $
~.~0.~ s..~.~ ~
SP-42 Relocate Flag Po~e I EA
5P-45 Remove/Replace Light Pole i EA
Haterial Incorporated
Into Pro)ect and Labor
Other
P - 3
* Ite,a 8.9 (Paint Striping) may be p%rformed by City forces. Contractor should supply
a bid price so that if desired, the City may choose to have the Contractor do the paint
striping. Award of the bid will be based On the totals without paint striping.
WORKDAYS 15
BID NO. 1577
AirPort Parkinq Lot {South Only Leave Center Island1 PO NO.
Alternate $1
BID TABULATION SHEET
1.21 Contractor's Warranties - '.S $/500 W'.S S(500
and Understandings
8.1 Barricades, Warning Signs LS 0~/LS
and 0stouts - $500. 500.
3.12 Temporary Erosion Control - LS $~. ~/LS $ ~00.
3.1 Preparation of Right-of- - LS /LS
w.~ s 15oo/ s
~.~-~ ~- =~. ~rm,~.,t o~ 2,oso s~ s/, 75 /s~ s55~,5
Sub,fade
4.6-A T~ A Hydrated L~e 28 TN $ ~ ~/TN
slurr~
5.7-A 2 1/2" Asphalt Pavement 1,930 SY $ 5, OD /Sy $~,~
5.7-B i 1/2" Asphalt Pavement 1,930 SY $ ~. ~ /SY
(T~ D)
5.7-C 2" Asphalt Patch (~ D) 7 TN $ ~5, ~/TN
5.7-D 2" Asphalt Pavement 9 SY $ ~, ~ /SY
SP-44 Concrete a~r Blocks 13 gA $ ~ 5. ~ /gA $
~.~0.~ s..~,~ ~ s~ ~ 1,15 IS~
~.~ ~o~ so~ ~o =~ ~ ~,Z0/~
Mater~al Incorporated
Into Pro)eot and Labor
Other
· o~.~ JO,
~. ~ ~.~.= s~=~.~ ~s ~/500. ~/=s 5~.
P - 4
* Item 8.9 (Paint Striping) may be performed by City forces. Contractor should supply
a bid price so that if desired, the city may choose to have the Contractor do the paint
striping. Award of the bid will be based on the totals without paint striping.
WORKDAYS 20
BID NO. 1~77
AirPort Parking Lot [North and South} PO NO.
Alternate $2
BID TABULATION SHEET
1.21 Contractor's Warranties - LS $2500. ~LS $~00 ~
and Understandings '
8.1 Barricades, Warning Signs - LS $ ~00.~/LS $ 500, ~
and Detours
3.12 Temporary Erosion Control - L8 $ ~00. ~9/LS $ 500. ~
3.1 Preparation of Right-of- - LS ~/LS $
4.6-B 6" Lime Treatment of 3,747 SY $ /'76 /SY $ ~557~
Subgrade
4.6-A T~e A .ydrated L~e 5~ TN $ ~. ~/TN
Slurry
(T~e A)
5.7-B l(T~l/2"D)ASphalt Pavement 3,648 SY $ ~.O0 /S~ $/~. ~
5.7-C 2" Asphalt Patch (Ty~ D) 6 TN $ ~5.~ /TN $ ~70. ~
SP-44 Concrete Bumper Blocks 46 EA $ ~5, ~/EA $ //50. ~
s~-~ ~zo=a~ ~g ~o~ ~ s~ s 500. ~/~ s ~00, ~
SP-45 .emove and Replace/ 2 EA $~ ~/EA $~00, ~
Relocate Light Pole .
8.13 RemoveLink Fenceand Replace Chain 130 LF $~ ~ /LF 7{5~ ~
Material Incorporated
Into Project and Labor
Other
·
8.9 Paint Striping - LS $ /6'~. ~/LS $ /5~. ~
P - 5
* Item 8.9 (Paint Striping) may be performed by City forces. Contractor should supply
a bid price so that if desired, the City may choose to have the Contractor do the paint
striping. Award of the bid will be based on the totals without paint striping.
BID SUMMARY
In the event of the award of a contract to the undersigned, the
undersigned will furnish a performance bond and a payment bond for
the full amount of the contract, to secure proper compliance with
the terms and provisions of the contract, to insure and guarantee
the work until final completion and acceptance, and to guarantee
payment for all lawful claims for labor performed and materials
furnished in the fulfillment of the contract.
It is understood that the work proposed to be done shall be
accepted, when fully completed and finished in accordance with the
plans and specifications, to the satisfaction of the Engineer.
The undersigned certifies that the bid prices contained in this
proposal have been carefully checked and are submitted as correct
and final.
Unit and lump-sum prices as shown for each
proposal, shall control over extensions.
Street Address
City and State
item listed in this
Seal & Authorization
(If a Corporation)
Telephone
B - 1
BID SUMMARY
Base Bid
(South Parking Lot)
Alternate #1
(South Parking Lot, center
Island Remaining)
Alternate ~2
(North and south Parking
Lot)
WO~,KDAYS BID
15 $
15
2O
Award of the bid will be based on totals not including paint stripping.
B-2
SENT BY-'Denton, Texas ; 5-13-94 ;
::5'TF)M ; Rsmey & King Ins,-+ 1 8'1'7 3B2 4692;# 2..
,~,~..~ ................................................................................................................
~MP~I~ ~IN~
1M
lm
i*~Y 13 'c3'4 15:0~