Loading...
1993-046ORDINANCE NO. VJ -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 com- petitive 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 receiv- ed and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or im- provements 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 con- struction 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 be- ing the lowest responsible bids: BID NUMBER CONTRACTOR AMOUNT 1471 JAGOE PUBLIC COMPANY $151,882.00 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 Propos- als, and documents relating thereto specifying the terms, condi- tions, plans and specifications, standards, quantities and speci- fied 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 here- by 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 im- mediately upon its passage and approval. PASSED AND APPROVED this the &"-day of 1993. Ai dm~f" BOB CASTLEBERRY, MA O ATTEST: JENNIFER WALTERS, CITY SECRETARY BY. /Y\ "I Jam APPR VED AS TO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY BY Li DATE: MARCH 16, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1471 - PARKING LOT - CIVIC CENTER/SWIMMING POOL RECOMMENDATION: We recommend this bid be awarded to the lowest bidder. Jagoe Public Company in the total amount of $151,882.00: Civic Center Parking Lot $114,568.00 Landscape Irrigation $ 63800.00 Swimming Pool Parking Lot $ 30,513.60 $151,882.00 SUMMARY: This bid is to reconstruct the parking lots at the Civic Center and at the Municipal Pool. Also included is some irrigation installation necessary to support landscaping in the area. The Civic Center recommendation is based upon Civic Center alternate #2. Base bid, alternate 1 and alternate 2 are basically the same project with some design changes. The lots will be lime stabilized, asphalt paving with concrete curb gutter, sidewalks and additional flat work. BACKGROUND: Tabulation sheet, Memorandum dated 3-1-93 to Janet Simpson, Park Planning Coordinator from David Salmon, Senior Civil Engineer. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Park and Recreation Department, Engineering and Citizens of Denton. FISCAL IMPACT: This project will be funded from the following combination of bond and Certificate of Obligation accounts : 445-020-PRKG-9223-9127 $104,298.60 445-020-PRKG-9220-9127 $ 17,269.90 447-031-POOL-8914-9128 $ 30,513.50 $151,882.00 Res fully submitted: .01 t-- W, 44 all Lloyd V . Harrell City Manager - Approved: Name: Tom D. Shaw, C. P.M. Title: Purchasing Agent aganda.351 0 h z aH h ~ a H 9 as o a O U U O w w U H a o 1 5 a z 0 H H aL) ana0 a H U 0 z 0 U H O a o m Z H H z m o+ a 0 t, cli ~I 8 I I N wz w z a H H a z > m U W W U ui H H U w as z a z 07 m 0 a 0 a z 0 a z x 0 0 z w x 0 a z w 1 z n w a In N H O O O r- kD d (V) O O M 4 O N O O t- ri co t0 O In o% In m 1-4 w Ln Ea w 0 ON 'r C; L~ ko >4 H N d' 41%. 4q. 4- H 44 w w 0 0 0 0 0 0 0 0 Ln o 0 0 co Co rn 9 0 0 00 -r r-I H 0 O m In t0 N H to V] w o 00 u i m of to ~ 0 0 r-I N yr +a 40r 11 ~-l H yr w ♦a 0 0 u) 0 0 0 In 0o H In 0 0 C4 o ri m o 0 .-I m sp O O O In ko r-I N O 00 Vl w o H M 4 N r' 0 0 0 0 w yr H ri 14 01. 110). 40, - - 00 - - - In - - - 00 - - - 0 - - - 0 - - - - O - - - - - ~t 00 ri as o O d' k0 03 d' O O kn 00 %D 0 O 0 0 0 M In O % m w d' ri H N V' %0 'N rl) r~ M vi• w p O a ch I ~ t z p H H H O O 0 a a a 0 0 cn o c~ a z z z w w 8 fF-I H H q rC ft: ft E~ Ea z a a a a w w o Q Q " Q Q a a a a v i ~ E O 0 0 E E E z z z E W E W W a E E U U H U a C U ~ H ~ ~ H r O zz z z z z zz U U U a' U a a a HH H > >En >E >E E a H U U 4 U RC U ~a I-I C a a H r FC a1 Ik I H N m d' In 10 RECENFE-0 CITY OF uEl1:;~ PURC; ,',:;I1 1993 MAR -2 AM 10: 54 CITY of DENTON, TEXAS MUNICIPAL BUILDING / 215 E McKINNEY / DENTON, TEXAS 76201 MEMORANDUM DATE: March 1, 1993 TO: Janet Simpson, Planning Coordinator FROM: David Salmon, P.E. Senior Civil Engineer SUBJECT: Bid recommendation for Civic Center parking lot and Civic Center pool parking lot Bids were opened for the above mentioned project on February 23, 1993. As you indicated to me on February 25th, the Parks and Recreation Department proposes to fund Alternate 2 of the Civic Center Parking Lot including the landscape irrigation system. Accordingly, we checked each bid and determined that all bids were correct and complete. The low bidder was Jagoe Public of Denton with a bid of $114,568.50 on Alternate 2 of the Civic Center Parking Lot, $6,800 on the corresponding irrigation system, and $30,513.50 for the Civic Center Pool Parking lot. Our estimate for the Civic Center Parking Lot, Alternate 2 was $133,278 which is $18;709.50 higher than the low bid. Our estimate of $32,657 on the Civil Center Pool Parking Lot is $2,143 higher than the low bid. Jagoe Public has completed numerous paving projects for the City of Denton over the years with positive results. Therefore, we recommend that this bid be awarded to Jagoe Public. CAI ~J-L~ David Salmon AEE0021F 8171566-8200 D/FW METRO 434-2529 CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 16 day of MARCH A.D., 1993 by and between THE CITY OF DENTON of the County of DENTON and State of Texas, acting through LLOYD y. AARREJ-L thereunto duly authorized so to do, hereinafter termed "OWNER," and JAGOE PUBLIC CO 3020 FT. NORTH DRIVE, DENTON, TEXAS 76201 of the City of DENTON , County of DENTON and State of TEXAS hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds bearing even date herewith, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID # 1471 - PARKING LOT - CIVIC CENTER/SWIMMING POOL in the amount of $151,882.00. 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 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 a'I maps, plats, blueprints, and other drawings and printed or ,written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF DENTON ENGINEERING STAFF 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 to be or considered an employee of the City of Denton, Texas, for 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. Indemnification 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: 7 JAGOE PUBLIC COMP CONTI TO J By L ie v- fv - Y (SEAL) CA - 3 APPROVED-A-$ TO FORM: PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That JAGOE PUBLIC COMPANY of the City of DENTON County of DENTON , and State of TEXAS 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 TBE CITY OF DENTON as OWNER, in the penal sum of ONE HUNDRED FIFTY ONE THOUSAND EIGHT HUNDRED EIGHT TWO AND no/100------- Dollars lsl.es2.oo ) 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 16 day of MARCH , 19_c? , for the construction of BID # 1471- PARKING LOT - CIVIC CENTER/ sWIMKINC POOL in the amount of $151,882.00 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, 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 acts of the 72nd Legislature, Regular Session, 1991, 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 - 1 PROVIDED FURTHER, that if any legal action be filled upon this -.bond, venue shall lie in DMMN 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 16th day of March , 19 93 . JAGOE-PUBLIC COMPANY Principal By Q Title V r (u iC ~A Address: P. 0. Box 250 Denton. Texas 76202 (SEAL) SEABOARD SURETY COMPANY Surety Rosemary We er Title Attorney-in-Fact Address: Burnt Mills Road and Bedminster. N.J. 07921 (SEAL) The name and address of the Resident Agent of Surety is: Willis Corroon Corporation of Texas (Dallas Division) Lincoln Centre II, 5420 LBJ Freeway, Suite 1400, Dallas, Texas 75240-2652 NOTE: Date of Bond must not be prior to date of Contract. 206 PB - 2 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That JAGOE PUBLIC COMPANY of the City of DENTON County of DENTON , and the State of TEXAS , as principal, and SEABOARD SURETY COMPANY 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 OWNER, in the penal sum of V and no 100 Th ONE HUNDRED FIFTY ONE THOUSAND EIGHT HUNDRED EIGHTY Dollars $ 151.882.00 ) 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 16 day of MARCH 19 93 BID # 1471 - PARKING LOT - CIVIC CENTER/SWIMMING POOL 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 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 Article 5160 of the Revised Civil Statutes of Texas as amended by the acts of the 72nd Legislature, Regular session, 1991, 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 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 16th day of March 19 93 . JAGOE-PUBLIC COMPANY Principal Title Y ~~t - ~,rn M A_- SEABOARD SURETY COMPANY Surety ~Co I?~Yl~ m ~LD MY P Rosemary Weber Title Attorney-in-Fact Address: P.O. Box 250 Denton, Texas 76202 (SEAL) Address: Burnt Mills Road and Route 206 Bedminster, N.J. 07921 (SEAL) The name and address of the Resident Agent of Surety is: Willis Corroon Corporation of Texas (Dallas Division) Lincoln Centre II, 5420 LBJ Freeway, SUite 1400, Dallas, Texas 75240-2652 PB - 4 MAINTENANCE BOND THE STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That JAGOE PUBLIC COMPANY 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 FIFTEEN THOUSAND ONE HUNDRED EIGHTY EIGHT and 20/100- Dollars 15,188_20 ten (10%) percent of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and assigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said JAGOE PUBLIC COMPANY has this day entered into a written contract with the said City of Denton to build and construct BID # 1471 - PARKING LOT - CIVIC -ENTER/SWIMMING POOL which contract and the plans and specifications therein mentioned, adopted by the city of Denton, are filed with the City Secretary of said City and are hereby expressly incorporated 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 MB - 1 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 to be executed by and the said SEABOARD SURETY COMPANY as surety, has caused these presents to be executed by its Attorney-in-Fact Rosemary Weaver and the said Attorney-in-Fact has hereunto set his hand this 16th day of March , 19 93 SURETY: SEABOARD SURETY COMPANY BY: Y U K Y lX /L U1 J _Rosemary Weaver Attorney-in-Fact PRINCIPAL: JAGOE-PUBLIC COMPAN MB - 2 r:.., verinr:ation of the authenticity of this Power of Attorney you may call, collect, 908-6583500 and ask for the Power of Attorney clerk. Please refer to the Pow IMPORTANT NOTICE TO OBTAIN INFORMATION OR HAM A COMPLAINT: YOU MAY CONTACT THE TEXAS DEPARTMENT OF INSURANCE TO OBTAIN INFORMATION ON COMPANIES, COVERAGES. RIGHT'S OR COMPLAINTS AT: 1-800-252-3439 YOU MAY WRITE THE TEXAS DEPARTMENT OF INSURANCE: P. 0. Box 149104 AusT=N, TX 78714-9104 FAx #(512) 475-1771 PREMIUM OR CLAIM DISPUTES: SHOULD YOU HAVE A DISPUTE CONCERNING YOUR PREMIX UM OR ABOUT A CLAIM YOU SHOULD CONTACT THE AGENT OR COMPANY FIRST. IF THE DISPUTE IS NOT RESOLVED, YOU MAY CONTACT THE TExAS DEPARTMPJTT OF INSURANCE. ATTACH THIS NOTICE TO YOUR POLICY: THIS NOTICE IS FOR INFORMATION ONLY AND DOES NOT BECOME A PART OR CONDITION OF THE ATTACHED DOCUMENT. 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 endorsements as prescribed and provided herein. If an apparent low 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: o 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. o 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 officials, agents, employees and volunteers; or, the CI - 1 contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. o Liability policies shall be endorsed to provide the following: oo Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers. oo 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. o All policies shall be endorsed to provide thirty(30) days prior written notice of cancellation, non-renewal or reduction in coverage. o 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. o 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. o Should any required insurance lapse during the contract term, requests for payments shall not be processed until evidence of reinstated co contract, effective as of th not reinstated, City may, this agreement effective on originating after such lapse the City receives satisfactory verage as required by this e lapse date. If insurance is it its sole option, terminate the date of the lapse. SPECIFIC ADDITIONAL INSURANCE REOUIREMENTS• 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: CI - 2 [X] General Liability Insurance: General Liability insurance with combined single limits of not less than 1,000,000 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: o Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverages. o Coverage B shall include personal injury. o 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: o 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. o Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. [X] Automobile Liability insurance: Comprehensive or Business Automobile Liability insurance shall be provided by the Contractor with limits of not less than $500,000 per occurrence either in a single policy or in a combination of underlying and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of operation, maintenance or use of any auto, including owned, non-owned and hired automobiles and employee non-ownership use. (ISO Form CA 0001 Current Edition) [X] 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 CI - 3 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. CI - 4 i'.PU9CHASING DEPOTMMO City of Denton- 901-B Texas St. - Denton. Texas 76201 BID INVITATION CITY OF DENTON, TEXAS Date FEBRUARY 4, 1993 BID NUMBER 1471 BID TITLE PAVING IMPROVEMENTS CIVIC CENTER & POOL PARKING LOTS , Sealed bid proposals will be received until 2:00 p.m. , FEBRUARY 23: 1993 , at the office of the Purchasing Agent, 901-B,Texas St.:,, Denton, Texas 76201 For additional information contact _ PURCHASING DEPARTMENT 901 B Texas Street Denton, Texas M01' Office DFW Metro 817-383.7100,:' 817-267-0042 INSTRUCTIONS TO BIDDERS 1.`Sealed bid proposals must bereceived in duplicate, on this form, prior to opening date and time to be considered. Late proposals will be returned unopened 2 Bids shall be plainly marked as to the bid number, name of the, bid and bid opening cation the outside of completely w .s sealed envelope, and mailed or delivered to the Purchasing Department, City of Denton, 901'-B Texas St., Denton, TX - 76201: _ 3 .Any submitted article deviating from the specifications must be identified and have full descriptive data accompanying same, or It will not be considered.. 4 t'i`; All materials are to be quoted. FOB Denton, Texas delivered to the floor of the warehouse, or as otherwise indicated P,' i- - r Sir ~vl ALL "'I" j. "1 „w;k 5 ,r Th{e{ City of Denton, Texas reserves the right to accept separate Items in a tit unless this right is denied by the bidder.' r ysr .}F Q.c.,~ . .:8 ~ In case , I defaul a' bid acceptance, the City of Denton, Texas may at its option hold the accepted bidder or'contractor liable for any and all resultant Increased costs as a penalty for such default L'_,U , M-,- ~ ISFe.'~ i 'l '.~,.I".-, .3 7.L':', The,City of Denton reserves the right to_reject any and all bida, to walye all informalities and require that submitted bids r. remain in force for a sixty (80) day period after opening or until awr ard is made; whichever comes first., - 8= The quantities shown maybe 'spproximate and could vary' according 'to the requirements of the City of Denton throughout the contract period: "x!re per - f f 'ni , ILL 9. The Items are to be priced each net (Packaging or shipping quantities will be considered 10. The Purchasing Department assumes responsibility foi the correctness and clarity of this bid, and all information andlor, - questions pertaining to this bid shall be directed to the City of Denton Purchasing Agent 41W I JL, if. Any attempt to negotiate or give Information on the contents of this bid with the City of Denton or its representatives prior to award shall be gounds for disqualifications t 12 The conditions and terms of this bid will be considered when evaluating for award 1&, The City of Denton Is exempt from all sales and excise taxes. (Article 20.04-B)';; w t , to yr t > r k tiaT t 1 t 1 x ,i. r ij'aja~~ K o H , v r r .o d i s w ti i- t v L - 'k !~rjjc+tYY.~mry;-lc i.ff' 1- k I F, ~u",! CE:. u'♦, P. ~{i _ ,1 t5 '~,t, 1 r rt t b I A ¢v t PT x-. ~l. to' alloq G Pool' Paz .'4 l - t j ~ e:l ~3 All "see contract J 4f 4 4.`r- Please cons trllC < r. 5 Pleases tt~ sheet SC ll~" YT tfr....;,:,v N d ADDENDUM,`.:, ' i R,t a y - •1 YL'~ r-Y la ivic Center_.Pool Parking tot-:' ? ba 4 and Civic Center. Parking Lot new bid tabulation sheets for Civic Center Pool 3;;& P 4jv, Delete old bid tab sheets (P-3 & P- s~`~ ;ificat o n , yl ~10 W` i and'SC'3' the specifications have been cha nged May 14t2i<completion'date for the Civic Center of"rather than April 30th: nd'; Hydromulching have been, deleted from the City ofDenton will perform the work.. V7 .11"4 1' e z p'an'sheets :Sa. through':7a` in new to he Pellets old sheets 5 through 7 lans • 4 new sheet SC-5 and delete old sheet SC-5 and , . . the specifications l o i g3'fi i , ps,t, A lv, {'YM~~ StyjrT! { '~1 .3#~ ! ..u i"~ r 4, Z rn , r F t ~ yf J t"~~"`Y's 50 a ay" p~[!~} { Y.t1. ~ tia r ,d t t # bJ~ e ! r ~ f ~ mj. i ~~?r,, ! ({,YM ~ d v I ~lli-5 ! rwr bs r rt 1 F' T t t ~~~'Y2'~'~ [ ♦ ~IX ~t~ .ti's ( 5'{ T i M 1l l r J2i yr`' i '1 '.'~y L Y tti, i n y ~y'tt y 11 1 ~v1, t[ s s n1 Civic Center Pool Parking Lot BID TABULATION SHEET i WORK DAYS 30 BID NO. PO NO. ITEM"- - DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 1 21,; Contractors Warranties - LS /LS $ po Wand Understandings 5DD - 3-8::: Remove Concrete Curb and 70 LF-- $ /LF $ - Gutter 3.3 Unclassified Excavation 482 CY $ 0 /CY $ /D 6" Lime Treatment of 1,416 SY° oa; /SY Subgrade 00 4.6-A_>.,. Type A Hydrated Lime 20 Tpn $ Qa /TN $ slurry g0 5.7-A - 2 1/2" Asphalt Pavement 1,317 BY $ _ Qo /SY $ Type A 6.7-B.;.. 1 1/2" Asphalt Pavement 1,317 SY $ Do; /SY $ Type D 9 i Q9 5.7'6 Type D Asphalt Patch 2 Ton $ a~ /TN $ Material ,3J o; 8.2-A' Concrete Curb and Gutter 584 LF. $ p /LF 5 $ oa 8 _ L ' ' ' ; 8. j-H . . Doweled on Concrete Curb 287 LF` /LF S 5 $ 0 SO 8 3-A 4" Concrete Sidewalk 121 SY $ /sY $ / zlOda ao 8.3 3 a Concrete Driveway - ~33 SY:, $ 'QOSY 5 8 B 6" Concrete Valley Gutter 14 SY; $ " /SY SP 2~ F, Concrete Saw Cut- 12, LF $ /LF 3 1 Preparation of Right of - ' LS < $ ^ /LS $ Way. _ , o JrO~~ 8 1 _ YBarricades, Detours and - LS $ /LS Warning Signs D 7 5, Z.1 SP 39 Project Sign 1 EA $ -,oJ /EA $ p~ 3F A Remove Conc. Pavement 14 SY d° /sY . . $ J' G . 1 e ~'y fa {$Jj V. w i.Sv:. S tsriC Center Pool Pa=king Lot x j BID TABULATION SHEET P di { tiF txl J1 4F +r'F e WORK DAYS 30 BID NO. PO NO. ITEM f' DESCRIPTION d ''r £zr` - t QUANTITY UNIT UNIT PRICE TOTAL . . a' . Labor and mater iale+~n5 % ;",r $ S ~ incoi ormd 'into'.Prb ect J~O.?S S r. Otberv~rs Y f w q 4 ,a t `I' r, ~.714ft 4 4 y i f~k.,,M! ~i} 4 1 f 1 J ~ i h R n ll MM TOTAL,{ V 'y; f M1[k~l li frlf P r S f. s't ~i - D $n . r. } } 3. : 5{ ! > S J,yF ~'^tn?(/~,~)~y~ yt ittfry{.}1 i~, Vii. l o- r 'S mra~~w.v:. SI Y, f le L 1 ~ ~ ' t 1 d J s^~.,~91 ~5j,~j' ~ u GY II iij 5 f} f ~4'~'~"i `E ~ {~"~~Y. 4 ~t 4' + ~ ~ •4 J ~ "h'+h r -1 ✓M1 . t 1 ~ A , I f. ~ \ 4 1, : i y 4 ~ / , i ~ In 1 .:,t ' A ~ . y . d ..1. .1' 1 i. af4Ar .NM. Yn , s t f z ~r u t 1 CF'YY r 4} -1 V7, li Hii3J `P k p ✓ 4f fl Mp7~,~Jt'ri~i'rJ3 ~f L.N{JFGh' Yl aF 4?.` Y ' f t \ ~p s ,h... t k 2 fYt"f3 f'tA c t -i4' A N tl ''1 s t p }.C b ti...l{+ AY'ral td i . Y -i lit- ! 1 t t x y 1 µlabd 1i17v~ ,T°i}rV1 la' f F tA ^ Y 7 , r l Y . f ru, f. xs., ~ h.- r h t . 1 r a wcd .~3' 4' ' ~re 4~H~~. t4s ti~~~P *TYr~ 91i ~ ,l~ r~• 'l ' ~ ly Y , ~y ~t .r JJ f ~ , tI f J rt ry u 1 54 EN, ry lwd~#i fi+lYtQ1 kit~t lr < } 1 ~ 4,?N~ if A' y i~ f~ ~ t el r'. £ td e ' ' ` ' V A:i n~ ? ~ ~ 7 i ~ l" $ {~j ~~yy~j,I~(~p.1Yy~l aA ~ '~4 5.?a' J ~a"~,y%~Lw°°_kF1Ay`r4 f 11Yi1'Y'~ FyM1+j~Yl P/R t 1'ra~lfny ' l x 5 } M1 3 w i TCkP ' f 1 1 t 1 f lb -I L 1 , 5 l 4 S il{w P(j£ . 4f k R e ' Y V . i w 5} ~ F y . . `A o-r ~ q ~ r .tAv F b 1 Md ✓ 1 t f A 1?lp W , t. l i ( r efz 3e S - - ~F f r:r~5. y.eSS £ h-.}).Yf y„i Y!'• } 7~'j, xWY +lil to 11l7V t ftrc tr'`yu .>p.vf- 9 s4 j+kr ~ 'f ' s ° f " Y~ I• 4 i+~ t ' b rv 1 r r ffu 1~i 1.V I ; Y ~yiK fi "S "u IE e, ° ~'vN,',~?^!7'~'J,! ^ `xd'a+v'}~i''f4 ' .i~3h s +a V °'av 'yb~`!y4 i ~A r r aC'' t y' r 3v l a. i y xtwi`i J i xsl . r j ic ~ <f t` r t ~ F "N 'L 4~ 4e :r ~'~tl v ~rrl i, \ i~i1~ iY . ',%6.,,, ynt V t ` ~ s~ { N~~ C f i l' ~tB,l{ l~ 1 pW }f~ ' ~IV. ` A iN ' Plr 'b u l 'f n • ' r 1 Y ' 1y r\. It i:t 3! Y p 6 f' , . It g { yS~^ y fJ >F ! ttl I.Y i h\ Pk ~ lN t f 4 F.< ' ,1 I • 1. I F Y ~ M 1 1 lir i.,k1 Y y y 11...f\ 9>hR3~ 4 i f t .y Ailk ySF, iaII !4 ~T h'~` 1 l ftk,'I 1 ttiV, A . ~:t lh \l .i Y 1 , ~y .S v F i U r A A d A4 Y{S~' !!ntA 'ItiVN f 9 IJ ~.,rY.T -I wv-:k tr is Mli F 5A7k"346 Y( nvs f~tt, '1 a " f it s 4 +J'lu 'Y r ,1 r h " ` ~ ra( 1 7 r+~ "Alp; t, M{ 1Y i'~` i~tHl y 4/'x.13 ' 1 !•k i '3 `.a1dYn~k ~ ~ t t _9 ~~rkv"4t y7 f'h~ :a.3'i, n' ~t l{,5' ~R`s~~T111y'~z~dk~,6~>ftFp~`'4"f.1§ ~S54~f1, ~ Y J t q ✓r V 1 yr` ot Y b~.P fkts F (s y.~3'Tw 4 -if ~e W~L YI r} f yJ~ ?a`-_° ltl".b a"$ t lk 4 ~4~ iy} d % p t t 'g i .S i 1 va , kAi Yk +u r e +1 4x < J rr S Irv Y l ~ n I4 r j ey ~ 4 p,.y¢ Yii 1 ' Yt"( y(~y ~Y, ` LL i n ' a •fil t'4 ~d{" t ' fllSI'} >t I x./. , , „ , i . . T SP-39 Project Signs Signs advertising the Construction Project shall be placed in strategic points with lettering as needed to adequately describe the work. These two signs shall be placed prior.to beginning work `';and maintained until the end of the project. No payment shall be made to the contractor for maintenance of these signs. Sign shall be constructed with 3/4" weather treated plywood. Sign shall be painted white with blue letters and symbols. Letter size shall conform to dimensions shown below:' Exceptions or variations. from the sign shown below shall not be'allowed. Payment: , Payment will be at the contract unit price for each Project Sign installed. CITY, OF UT D E O IVt ARKS AND ECREATION DEPT EOICATED T< O aIALITT at F* r : r F . f 4 , f~Y PROJECT NA M 1 _ . CITY OF DENTON C C) ACTOR= . • DIRECTOR CITY EMORR.ER. PARKS AND RECREATION NAME- ' JERRY CLARK . RICH DLUGAS, ADDRESS = h . ess-8356 See - 8272• PHONE r' 1. SIC Z Civic Center Pool Parking Lot BID TABULATION SHEET WORK DAYS 30 BID NO. 1471 PO NO. i ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 1.21 Contractors Warranties and Understandings - LS $ /LS $ 3-B Remove Concrete Curb and Gutter ✓ 464 LF $ 50 /LF . $ 3.3 Unclassified Excavation ✓ 802 CY $ or /CY $ 4.6-B 6" Lime Treatment of Subgrade `1,416 BY , Do /SY $ 4.6-A Type A Hydrated Lime Slurry 20 Ton $ ,O o_ /TN $ 5.7-A 2 1/2" Asphalt Pavement Type A 1,317 BY $ -400 /SY $ 5.7-B 1 1/2" Asphalt Pavement Type D 1,317 Sy $ pc /BY $ 5.7-C Type D Asphalt Patch Material 2 Too $ /TN $ 8.2-A Concrete Curb and Gutter / 584 LF 5C AF $ 8.2-B Doweled on Concrete Curb, i 287 LF /LF $ 8.9 Paint Striping - LS $ /LS $ 8.3-A 4" Concrete Sidewalk 121 BY $ /SY $ 8.3-B 6" Concrete Driveway 33 BY $ /SY $ 5.8-B 6" Concrete Valley Gutter 14 SY $ /SY $ SP-2 Concrete Saw Cut 12 LF $ /LF $ 3.8 Top Soil 212 CY $ /CY $ 3.1 Preparation of Right of Way - LS $ /LS $ 8.1 Barricades, Detours and Warning Signs - LS $ /LS $ SP-39 Project Sign 1 EA $ /EA $ 3.10.7* Hydromulch 638 SY $ /SY $ 3.A Remove Cone Pavement 14 SY $ /BY $ * Item 3.10.7, Hydromulch may be replaced with Item 3.10.3 Seeding at the discretion of the engineer. P - 3 Civic Center Pool Parking Lot BID TABULATION SHEET WORK DAYS 30 BID NO. 1471 PO NO. ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL Labor and Materials incorporated into Project $ $ Other $ $ TOTAL $ 3.10.3* Seeding 638 SY $ /BY $ * Item 3.10.3, Seeding may be substituted for Item 3.10.7 Hydromulch at the discretion of the engineer. P - 4 Civic Center P-arkind Lot - Base Bid BID TABULATION SHEET WORK DAYS 40 BID NO. 1471 PO NO. ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 1.21 Contractors Warranties - LS $ o~J/LS $ „ and Understandings /j00 / 3-A Remove Concrete Pavement 169 SY $ C~ /SY $ and Parking Islands - *-7G ` 3-B Remove Concrete Curb and 80 LF $ 60 /LF $ Gutter 3. ' 29C 3.3 Unclassified Excavation 880 CY $ /CY $ 4.6-B 6" Lime Treatment of 7,994 SY $ 7 5 /SY $ Sub grade / /3 1 5e 4.6-A Type A Hydrated Lime 108 Ton $ e' /TN 80 " $ o c Slurry _ Goa 5.7-A 2 1/2" Asphalt Pavement 7,994 BY $ /O? /SY $ Type A 7. 7 -7. '2c 5.7-B 1 1/2" Asphalt Pavement 7,994 SY $ /SY $ 2 Type D Z 2 3 - 5.7-C Type D Asphalt Patch 3 Ton $ ~c /TN $ Material 3 p~ 5.7-D 8" Asphalt Pavement 20 SY $ /SY $ c_ Valle Gutter !v ZO 8.2-A Concrete Curb and Gutter 85 LF $ p/LF $ 8.3-A 4" Concrete Sidewalk 30 SY $ ~ /BY $ Z o C o= SP-15 Adjust Manhole 1 EA /EA $ ~ $ c2 ; U0 SP-2 Concrete Saw Cut 20 LF $ /LF $ G ZO 7.6.A 8" Special Recessed Inlet 1 EA $ "/EA $ Z z oe o, 2.11.5 Inlet Frame 6 Cover 1 EA $ Cs/EA $ l 75 ~ 7 c. 8.9 Paint Striping - LS c_/LS $ $ o' / 30e S oc. 3.1 Preparation of Right of - LS $ a,/LS $ Way 8.1 Barricades, Warning Signs - LS $ ./LS $ and Detours 2 04. SP-39 Project Signs 2 EA /EA $ Q $ . 2 O s~ LJ 3.7 Compacted Fill 440 CY $ oti /CY dJ $ o Z Q ~ SP-44 Concrete Bumper Blocks 9 EA $ -zc'/EA $ P - 5 Civic Center Parking Lot - Base Bid BID TABULATION SHEET WORK DAYS 40 BID NO. 1471 PO NO. ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 3.8 Top Soil 5 CY $ /CY $ 3.12 Temporary Erosion Control - LS $ 20( u: /LS $ u_ ZGG Labor and Materials Incorporated into Project $ $ 60%16.4c Other $ $6016.4c TOTAL $ P - 6 Civic Center Parkino Lot - Alternate Bid #1 BID TABULATION SHEET WORK DAYS 45 BID NO. 1471 PO NO. ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 1.21 Contractors Warranties - LS $ /LS $ a - and Understandings / 3 ~0 G' 55 3-A Remove Concrete Pavement 273 BY $ /SY $ and Parkin Islands ft z 3-B Remove Concrete-. Curb and 117 LF $ p /LF 5 $ Gutter O a 3.3 Unclassified Excavation 890 CY $ co /CY $ 4.6-B 6" Lime Treatment of 8,091 BY $ /SY $ Sub grade 4.6-A Type A Hydrated Lime 110 Ton $ a /TN $ Slurry 5.7-A 2 1/2" Asphalt Pavement 7,752 SY $ ,L jpr1SY $ Type A 7. O 5.7-B 1 1/2" Asphalt Pavement 7,752 BY $ 0 /BY Z $ Type D . , z /.70 5.7-C Type D Asphalt Patch 3 Ton $ p~ /TN $ Material 5 5.7-D 8" Asphalt Pavement 20 BY $ oa /BY ~ $ o~ Valle Gutter 320. 8.2-A Concrete Curb and Gutter 500 LF $c /LF $ c~ 25c 5.8-A 6" Concrete Flatwork 13 BY $ a, /BY $ 3 2 8.3-A 4" Concrete Sidewalk 30 BY $ oa /BY $ vo 9G1~ SP-15 Adjust Manhole 1 EA $ 010/EA $ ~y SP-2 Concrete Saw Cut 20 LF $ c° /LF $ 7.6.A 8" Special Recessed Inlet 1 EA $ C,2/EA $ " Z~ "0. 06.0 2.11.5 Inlet Frame & Cover 1 EA $ /EA $ CL 3.8 Top Soil 52 CY $ Z C!= /CY $ / ~Z'/ 8.9 Paint Striping - LS $ J CaV'/LS $ c / 3.1 Preparation of Right of - LS $ ~/LS $ ~ Way 7 (100 AL 8.1 Barricades, Detours and - LS $ 2 /L3 $ Warning Signs 2 J' Z a 0 SP-39 Project Signs 2 EA $ 2 J'l:)°=/EA $ 5DO 0-0 P - 7 Civic Center Parking Lot - Alternate Bid ¢1 BID TABULATION SHEET WORK DAYS 45 BID NO. 1471 PO NO. ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 3.7 Compacted Fill 445 CY $ Z D9 /CY $ O J SP-44 Concrete Bumper Blocks 9 EA $ Z C J /EA $ 0. 3.12 Temporary Erosion Control - LS $ 2 L o0?/LS $ po ZCO. Labor and Materials Incorparted into Project $ $ Other $ $S~.~J7 TOTAL $ P - 8 Civic Center Parking Lot - Alternate Bid #2 BID TABULATION SHEET WORK DAYS 50 BID NO. 1471 PO NO. ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 1.21 Contractors Warranties - LS $ and Understandings / 766 oo. 3-A Remove Concrete Pavements 492 BY $ 0! /SY $ and Parkin Islands 7 of 3-B Remove Concrete Curb and 117 LF $ 3 ~/G /LF $ ~ Gutter C h 3.3 Unclassified Excavation 916 CY $ /CY $ 4.6-B 6" Lime Treatment of 8,320 BY $ /SY v $ n Sub grade /A"J1, 4.6-A Type A Hydrated Lime 113 Ton $ ao /TN $ Slurry 0 5.7-A 2 1/2" Asphalt Pavement 7,600 SY $ Ion /BY $ U Type A 5.7-B 1 1/2" Asphalt Pavement 7,600 BY $ /SY $ Type D / 8G. 5.7-C Type D Asphalt Patch 2 Ton $ Do /TN $ Material 35 O, 5.7-D 8" Asphalt Pavement 20 SY $ op /BY $ V'0 Valle Gutter 16- ZO. 8.2-A Concrete Curb and Gutter 1,200 LF $ 6-o /LF $ i i ZM2 5.8-A 6" Concrete Flatwork 22 SY $ oo /SY $ c~ Z 8.3-A 4" Concrete Sidewalk 30 BY $ 2~ o~ /BY $ o~ 790, SP-15 Adjust Manhole 1 EA $ /EA $ o~ 30C - SP-2 Concrete Saw Cut 20 LF $ / O~ /LF $ 09 V 7.6.A 8" Special Recessed Inlet 1 EA $ OR/EA $ 2co 2 2 200 2.11.5 Inlet Frame 6 Cover 1 EA $ o~ /EA $ x 75 75 3.8 Top Soil 123 CY $ V o CL/Cy $ 74 0 8.9 Paint Striping - LS $ Soo o; /LS l $ 6) - 00. SP-45 Remove and Replace Light 2 EA $ 10EA $ Standards 3.1 Preparation of Right of - LS $ oID $ Way h~ Lc 8.1 Barricades, Detours and - LS $ 2 s~ 7LS $ 175 o P - 9 Civic Center Parking-Lot - Alternate Bid #2 BID TABULATION SHEET WORK DAYS 50 BID NO. 1471 PO NO. ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL SP-39 Project Signs 2 EA $ Z 5oCI/EA $ p1 506 3.7 Compacted Fill 458 CY $ Z /CY $ SP-44 Concrete Bumper Blocks 9 EA $ ~0°=/EA $ ~G o= 3.12 Temporary Erosion Control - LS O $ 200c /LS $ Z G Q~ Labor and Materials incorporated into Project $ $ 611 2,$4,) Other $ $51.1$ (}.L TOTAL $ 3n P - 10 Civic Center Parking Lot Irrigation Svstem for Alternate 11 BID TABULATION SHEET WORK DAYS 5 BID NO. +A71 PO NO. DESCRIPTION QUANTITY UNIT 1" Schedule 40 PVC with bell end and solvent weld 160 LF 3/4" Schedule 40 PVC with bell end and solvent weld 200 LF 1" 90" Ell (Slip x slip) 2 EA 2" 90" Ell (Slip x Slip) 1 EA 2" X 1" RB (Slip x Slip) 1 EA 1" X 1" X 3/4" Tee (Slip x Slip x Fipt) 2 EA 1" X 3/4" RB (Slip x Slip) 1 EA 3/4" X 3/4" X 3/4" Tee (Slip x Slip x Fipt) 4 EA 3/4" Female Adapter (Slip x Fipt) 1 EA 1" x 1" x 1/2" Tee (Slip x Slip x Fipt) 1 EA 1 1/2" Toro Netafim Disc Filter 120 Mesh or Approved Equal 1 EA 2" Couples (Slip x Slip) 2 EA 2" x 1/2" RB (Slip x Slip) 2 EA 1 1/2" Female Adaptor (Slip x Fipt) 2 EA 3/4" x 12" Schedule 80 Nipple 5 EA Toro Netafim Techline, 24" 0.6 gph or Approved Equal 1,000 LF Toro NetaFim 2-way Adaptor Tee (3/4" Fipt) or Approved Equal 5 EA Toro NetaFim Techline Insert Elbow or Approved Equal 16 EA Toro Netafim Air Vacuum Relief Valve or Approved Equal 1 EA Toro Netafim Figure 8 Line End or Approved Equal 1 EA 3/4" Marlex Street Ells (Fipt x Fipt) or equal 15 EA P - 11 Civic Center Parking Lot Irrigation 'System for Alternate #1 BID TABULATION SHEET WORK DAYS 5 BID NO. 1471 PO NO. DESCRIPTION QUANTITY UNIT Unit Price Complete in Place Material and Labor Incorporated into Project $ 1500, ao other $ 1 Gj 00 0,0 TOTAL $ 3 0 00 . Note: Installation of irrigation system under existing curb and gutter may be accomplished by either tunneling under or by sawing, removing and repouring. This is incidental to the cost of the irrigation system and will not be paid separately. P - 12 Civic Center Parkina*Lot Irriaation System for Alternate #2 BID TABULATION SHEET WORK DAYS 10 BID NO. 1471 PO NO. DESCRIPTION QUANTITY UNIT 2" Schedule 40 PVC with bell end and solvent weld 300 LF 1 1/4" Schedule 40 PVC with bell end and solvent weld 100 LF 1" Schedule 40 PVC with bell and and solvent weld 280 LF 3/4" Schedule 40 PVC with bell end and solvent weld 320 LF 2" x 2" x 3/4" Tee (Slip x Slip x Fipt) 4 EA 2" x 2" x 2" Tee (Slip x Slip x Slip) 1 EA 2" 90" Ell (Slip x Slip) 3 EA 2" Compression Couples 2 EA 2" x 2" x 1 1/4" Tee (Slip x Slip x Slip) 1 EA 1 1/4" 90" Ell (Slip x Slip) 1 EA 1 1/4" x 1 1/4" x 3/4" Tee (Slip x Slip x Fipt) 1 EA 1 1/4" x 1 1/4" x 1" Tee (Slip x Slip x Slip) 1 EA 1 1/4" x 1" RB (Slip x Slip) 2 EA 1" x 1" x 3/4" Tee (Slip x Slip x Fipt) 3 EA 1" x 3/4" RB (Slip x Slip) 2 EA 3/4" x 3/4" x 3/4" Tee (Slip x Slip x Fipt) 7 EA 3/4" 90° Ell (Slip x Slip) 2 EA 3/4" x 12" Schedule 80 Nipples 14 EA 3/4" Marlex Street ELL (Mipt x Fipt) or Approved Equal 33 EA 1" x 3/4" 900 Ell (Slip x Fipt) 1 EA Toro Netafim Air vacuum Relief valve or approved equal 2 EA Toro Netafim 180' 2 way Adaptor Tee (3/4" fpt) or approved 14 EA P - 13 :.'Civic Center Parking Lot Irrigation System for Alternate f2 BID TABULATION SHEET WORK DAYS 10 BID NO. 1471 PO NO. DESCRIPTION QUANTITY UNIT Toro Netafim Techline Insert Elbow or approved equal 43 EA Toro Netafim Figure Eight Line end or approved equal 3 EA Toro Netafim 1 Gal. (Techline Connection) or approved equal 1 EA Toro Netafim Techline 24" 0.6 gph or approved equal 2,000 LF 1" 90" Ell (Slip x slip) 2 EA 2" X 1" 2B (Slip x Slip) 1 EA 3/4" Female Adapter (Slip x Fipt) 1 EA l" x 1" x 1/2" Tee (Slip x Slip x Fipt) 1 EA 1 1/2" Toro Netafim Disc Filter 120 Mesh or Approved Equal 1 EA 2" Couples (Slip x Slip) 2 EA 2" x 1/2" RB (Slip x Slip) 2 EA 1 1/2" Female Adaptor (Slip x Fipt) 2 EA Unit Price Complete in Place Material and Labor Incorporated into Project $ -5400 , 00 Other I TOTAL / D~ co Note: Installation of irrigation system under existing curb and gutter may be accomplished by either tunneling under or by sawing, removing and repouring. This is incidental to the cost of the irrigation system and will not be paid separately. P - 14 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 item listed in this proposal, shall control over extensions. 3 o Z o iF~ l rJ o v Street Address n , City and State Seal & Authorization p 2 _ E7/ (If a Corporation) 0 d Telephone B - 1 BID SUMMARY PROJECT WORK DAYS BID Civic Center Pool Parking Lot 30 $ Civic Center Parking Lot - 40 $ Base Bid ID4 p Civic Center Parking Lot - 45 $ Alternate Bid #1 p Civic Center Parking Lot - 50 $ Alternate Bid #2 / o Irrigation System for 5 $ ~ Alternate Bid 11 O 'D o• Irrigation System for 10 $ Co Alternate Bid 02 0 All or portions of this project may be awarded. Award will be to one contractor. The Civic Center Pool Parking Lot is to be completed first and must be completed by April 30, 1993. Construction of the Civic Center Parking may not start until after the Cinco De Mayo Festival which will be held on May 1, 1993. Saturday work may be required. Civic Center Parking lot must be reconstructed half at a time as it serves as employee parking for City Hall and general parking for the Civic Center and Park. The lot is to be split into east and west so that there will be paved access to the Civic Center at all times. Civic Center Parking Lot must be substantially complete by July 2, 1993, so Saturday work will be required, especially if one of the alternate bids are chosen. Work days for each portion awarded will be considered additive. Work days include cleanup operations. B - 2 SENT uy:DentOn, Texas 3-31-93 ; 4:32PM ; Ramey King Ins- 4 1 817 382 48824 2 MURDATI ~Wpean. uVG ' ' .r . y F? , 103 31 93 PR OOUCEe THIS CERTIFICATE IS ISBUED-AB A MATTER OF INFORMATION ONLY AND CONPERB NO RIGNTB UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE Ramey 6 King InauYa Ce DOER NOT AMEND, EXTEND OR ALTER THE COVERAOE AFFORDED BY THE 101 S. Locust, suite 707 COMPANIES AFFORDING COVERAGE Denton, tX 76201 DoMPANY ~T~ A Bit=jjous Casualty Corp. - vn uftD ~ PAPNIY 0 TS Vorkers Comp Fund Jagoe-Public Compare Inc. L4°OMrFa C Bill Cheek Box 250. P.O. L APR YD Denton, T% 76202 y r E n.t, COMPANY LETTER THIS 18 TO CERTIFY THAT THE POL101 8 OP INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHBTANDINO ANY C-OUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAV BE ISSUED OR IAA M PERTAIN, THE INSURANCE AFPORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF 9 CH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. L TYFS OF INSURANCE • . POLICY MCMBER GATE PAMIEaYYI ~IMMJOaY11 LIMITS A U M S LuueTTT : GENERAL AG*MWTE • 200000 $ COMMERCIftQI IEMLUA91UTY CLB2113857 10/01/92 ° 10101/93 PRooueracourw AaG, _ S 2000000- _ aLAIMe MATM~ ooDUR. . rieeowu s ADV. MMY E 1000000 OWNER'S A CONTRACTOR'S MW ( EACH OCOVRnENO E t1000000` _ PMEDiwwst an."L 45 0000 Mm, EAPWME (Agaft _ • 5 000 A AYIOMOEKE UASWTV OOMSNSG VMOUE • g ANY AUTO CAPIBOI174 10/01/92 10/01/93 L'M'T ^ 10000000 ALL OWNED AUTOS BOOBY. 9Uu1w . . SaI®uLED AUTOS (PIt"Mom MRm AUMS ' EODLr DMURY • N0*OWNW AUTOS IPIx A,MSTM) &MUGE UARKM PROPERTY DAMAGE - A Om M LMSILITY EACH OCCURRENCE • 100 000 um0"n"FORM CUB1782684 10/01/92. 110101/93 ~ennooc~_...•,.'. JOQ0000 OTIIFJI THAN UMBRlLLII npwA ~ ' . ' T STATUTORY UMITB, • !i 8 WOMMII S COMPENSA ION TSP104152 10%01/92 10/01/93 UaMACCbEM Y }._~~Q,000Q AM _ aEEAaE-raJCrLlMlr ~ •....~OOQOQQ.._ EMPLOTEIM' LMBLM aaEABB-eADN RMxoreB • DTHIR DESOIIWWCM OF OPMATIO""UlIOMW Ref: Civic C4Utsr' Additional Insursdl § 15 :8:' :MeKCiLne ?+4 Denton, T% 76;01 n• w' , MAR 31 ' 93 16:33 Parking Lot Improvement y of Denton BHOULD~'BA~NY OF THE ABOVE DESORISRD POLN7IES BE CANCELLED BEFORE THE txri8it 77IEFIBOF. THH;ISSUINO'OOMP~1lIY WILL I EAVOR'70' '1AAIL ' RTEN NOTICE TO THE CERTIFICAtE HOLDER NAMED TO S. LEFT. BUT FAILURE TO MAIL SUCH NOTICE $NALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY IDNO UPON THE COMPANY, ITS A014TS OR REPRESENTATIVES. AUTNORnO R9SIM~A~~1'I. ~..i. A~/J ~P' 8173824316 PAGE.002