Loading...
1991-129ORDINANCE NO ._q_l-jlff_ 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 1267 Loma Del Rey Drainage $846,432 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 R twG 0 1991 rank S9ddons W" STATE OF TEXAS COUNTY OF Denton CONTRACT AGREEMENT RECE1V'Fr? SUNMOU i AUG 23 1991 J THIS AGREEMENT, made and entered into this 20 day of August A.D., 19 91, by and between The C;tv of neuron l of the County of Denton and State of Texas, acting through Lloyd V. Harrell thereunto duly authorized so to do, hereinafter termed 'OWNER,' and Sunmount Cornoation . P.O. BOX 1770. Roanoke, Texas 76252 of the City of Roanoke , 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 # 1267 - LOMA DEL REY DRAINANGE in the amount of $846.432.00 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 all maps, plats, blueprints, and RECr~ SUN' O W T CA-1 SEP 4 1991 0114s 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 Jn 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 0114s IN WITNESS WHEREOF the parties of these presents have executed this -agreement-in the-year-and-day-first-above-written.- City of Denton OWNER B (SEAL) Surmount Corporation CONTRACTOR By~S « ' ~~--c ' Titles Srcr~ ~.r/ / ~s ~S vril- (SEAL) `'-.:C; N r~ CA-3 0114s PERFORMANCE BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That Sunmount Corporation - , of the-City of Roanoke County of Denton and State of Tpxnn 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 The City of Denton as OWNER, in the penal sum of Eight Hundred Forty Six Thousand Four Hundred Thirty Two b no/100--___-_ Dollars 3 R46_417-00 ) 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 20 day of August 19 91 , for the construction of gid #7967 _ LOMA, DEL REY DRAINAGE in the amount of $846,432.00 which contract is hereby referred to and made a dnart hereof as fully and to the same extent as if copied at length herein. NOW, .THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void: otherwise to remain in full force and effect; PB-1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same.extent as if it were copied at-length herein. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 30th day of August , 19 91, Sunmount Corporation Principal By Title S~c~s^ ~Ta,ru. ii Address P.O.Box- 1770 Roanoke, Texas 76262 Seaboard Surety Company Surety Title Attv-In-Fact Address 5750.Pineland5Drive Dallas, Texas 75231-5366 esident Agent of Surety is: Frank Siddons Insurance Agency r . d . t A. (SEAL) G 0 ~ n Austin, Texas 78768. NOTE: Date of Bond must not be prior to date of Contract. PB-2 DISCLOSURE OF GUARANTY FUND NONPARTICIPATION `~E$BofD_--s In the even? the unable to ~ fulfill its contractural obligation under this policy 0091b co a?age the policyholder or cei ttif cateholdertl is not f protected by an insurance guaranty fund or other solvency protection arrangement. _For verificationof the authenticity of this Power of Attorney. you may call, collect,. 201-658-6500 and ask for the Power of Attorney clerk. Please refer to the. Power - • • • ~ I.. f.I.....V ~L rlia1717 CJl SAAR - - PAYMENT BOND STATE OF TEXAS COUNTY OF Denton)( KNOW ALL MEN BY THESE PRESENTS: That Sunmount Corporation of the Citv of Denton County of Denton and 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 hound unto The City of Denton , OWNER, in the penal sum of Eight Hundred Forty Six Thousan Four Hundred Thirty Two and no/100-------------------- Dollars ($846,432.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by thes presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 20 day of August 19 91 Bid ;1267 - Loma Del Rey Drainage to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosection of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the revised Civil. Statutes of Texas as amended by the acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. - - - - - PB-3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby -waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITHNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 30th day of August , 19 91 Sunmount Corporation Principal By n•~ Title J~ec,,,Z ~~/r~~svrsi Address P. O. Box 1770 Roanoke, Texas 76262 n_ ` - (SEAL' Title Atty-In-Fact Address 5750 Pineland Drive Dallas, Texas 75231-5366 address of the Resident Agent of Surety is: Frank Siddons Insurance Agency (SEAL) h `Tc .3 tZ," Austin,,Texas 78768 -=Jc DISCLOSURE OF GUARANTY FUND NONPARTICIPATION In the event the- 4).[Qtg.OA PJ) is unable to PB-4 fulfill its contractwal obligation under this policy ur contract or apAication or certificate or evidence of coverage. the policyholder or certificateholder is not protected by an insurance guaranty fund or other solvency protection arrangement 0092b Seaboard Surety Company Fort verification of the authenticity of this Power of Attorney you may cal l , . collect, 201-658-3500 and ask fort he Power of Attorney clerk. Please refer to the Power' MAINTENANCE BOND STATE OF TEXAS COUNTY OF Denton KNOW ALL MEN BY THESE PRESENTS: THAT Surmount Corporation 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 Eight Four Thousand Six Hundred Fortyunt of Three and 20/100-------------- Dollars gy,!V- 2n 10% of the total amo the contract for the payment of which said principal and surety do hereby bind themselves, their successors and asssigns, jointly and severally. This obligaticn is conditioned, however, that: WHEREAS, said Surmount Corporation has this day entered into a written contract with the said City of Denton to build and construct Bid 6 1267 - LOMA DEL REY DRAINAGE 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 incorporatd herein by reference and made a part hereof as though the same were written and set out in full herein, and: WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain-and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. ME-1 0093b NOW, THEREFORE,- if the said Contractor ___shall--per-form--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 Sunmount Corporation 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 Linda Couev and the said Attorney-in-Fact has hereunto set his hand this 30thday of August , 19 91 . SURETY: ~r Attorney. PRINCIPAL: DISCLOSURE OF GUARANTY FUND N.011PARTICIPATION s unable to in the event the fulfill its cootractural ohhgation under this policy or contract or application or certilicatu or evidence of coverage. the policyholder or certiticateholder is not protected by an insurance guaranty lurid or other solvency protection arrangement. MB-2 009.3b-__ _ Sunmount Corporation For verification ofjtheauthenticity of this Power of, Attorney you may call, collect, 201-658-3500 and . ask for. the. Power of-Attorney clerk. Please. refer to the Power_ of Attornwv m.Ah.r tho~hnvn --A r CITY OF DENTON INSURANCE MINIMUM REQUIREMENTS INSURANCE: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work and/or material has been completed/delivered and- accepted by -the- City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. Satisfactory certificate(s) of insurance shall be filed with the Purchasing Department prior to starting any construction work or activities to deliver material on this Contract. The certificate(s) shall state that thirty (30) days advance written notice will be given to the Owner before any policy covered thereby is changed or cancelled. The bid number and title of the project should be indicated, and the City of Denton should also be listed on all policies as an additional named insured. To avoid any undue delays, it is worth reiterating that: o Thirty (30) days advance written notice of material change or cancellation shall be given; o The City of Denton shall bean additional named insured on all policies. I. WORKMEN'S COMPENSATION AND EMPLOYER'S LIABILITY. This insurance shall protect the Contractor against all claims under applicable state workmen's compensation laws. The Contractor shall also be protected against claims for injury, disease, or death of employees which, for any reason, may not fall within the provisions of a workmen's compensation law. The liability limits shall not be less than: o Workmen's Compensation - Statutory o Employer's Liability - Statutory II. COMPREHENSIVE AUTOMOBILE LIABILITY. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicles licensed for highway use, whether they are owned, nonowned, or hired. The liability limits shall not be less than: o A combined single limit of $1,000,000. III. COMPREHENSIVE GENERAL LIABILITY. This insurance shall be written in comprehensive form and shall. protect---the Contractor against all claims arising from injuries to members of the public or damage to property of others arising out of any act or omission of the Contractor or his agents, empl_oy_ees_or_subcontractors-. CI - 1 To the extent the Contractor's work, or work under his direction, may require blasting, explosive conditions, or underground operations, the comprehensive general liability coverage shall contain no exclusion relative to blasting, explosion, collapse of buildings, or damage to underground property, The liability limits shall not be less than: o A combined single limit of $1,000,000. IV. OWNER'S PROTECTIVE LIABILITY INSURANCE POLICY. This insurance shall provide coverage for the Owner and its employees, in the name of the City of Denton, for liability that may b6--imposed arising out of-- the- work being- performed by-_the_-Contractor. -This also- includes liability arising out of the omissions or supervisory acts of the Owner. Although this insurance is strictly for the benefit of the Owner, the Contractor is responsible for obtaining it at his expense. The liability limits shall not be less than: o A combined single limit _of_$1,-000_,-000- INSURANCE SUMMARY:- The Contract shall provide insurance to cover operating hazards during the period of placing the facility in operation and during testing, and until such time as the facilities are completed and accepted for operation by the Owner and written notice of that fact has been issued by the owner. Approval of the insurance by the Owner shall not in any way relieve or decrease the liability of the Contractor hereunder. It is expressly understood that the Owner does not in any way represent that the specified limits of liability or coverage or policy forms are sufficient or adequate to protect the interest or liabilities of the Contractor. Again, the Owner shall be given a certificate of insurance indicating that all of the above policies and the appropriate limits are indeed enforced. The certificate shall also indicate that the Owner will be given at least thirty (30) days written notice of cancellation, non-renewal, or material change of the required insurance coverage. All responsibility for payment of any sums resulting from any deductible provisions, corridor or self-insured retention conditions of the policy or policies shall remain with the Contractor. The Contractor shall not begin any work until the Owner has reviewed and approved the insurance certificates and so notified the Con_t_ractor__directl-yinwr=it-ing-. Anynotice to proceed that is issued shall be subject to such approval by the Owner. CI - 2 Name and Address of Agency Phone Name and Address of Insured: CERTIFICATE OF INSURANCE CITY OF DENTON City of Denton Reference: Project Name: Project No: Project Location: Managing Dept: Companies Affording Coverage: -A Phone C This is to certify that: 1) Policies of insurance listed below have been issued and are in force at this time. 2) The City of Denton is listed as an additional insured as to all applicable coverage. apany tter Type of Insurance Pnlirv u, w _ Expiration Limits of Liabilitv Comprehensive General Liability - Occurrence - Claims Made (see #4-Page CI4) Broad Form to Include: - Premises/Operations - Independent Contractors - Products/Completed Operations - Personal injury - Contractual Liability(see #3-Page CI4) - Explosion and Collapse Hazard - Underground Hazard - Liquor Liability Coverage - Fire Legal Liability (see #5-Page CI4) - Broad Form Property Damage - Professional Errors/Dmissions - occurrence - claims made (see #4-Page CI4) Bodily injury $ Property Damage = Bodily injury and Property Damage Combined t Comprehensive Automobile Liability - Owned/Leased Automobiles - Non-owned Automobiles - Hired Automobiles - workers' canperksation and Employers' Liability - Owners' Protective Liability Other Insurance Bodily Injury/Person j Bodily Injury/Accident s Property Damage f--_- Bodily Injury/Property Damage Combined $ Statutory Amount f Description of Operations/Locations/Vehicles. Each policy shall require thirty (30) days notice of cancellation, non-renewal, or (See #2, Page CI-4). material change in coverage. . Name and address of Certificate Holder. CITY OF DENTON, TEXAS PURCHASING AGENT 901-8 TEXAS ST. DENTON, TEXAS 76201 DEFINITIONS 1.--.ADDITIONAL INSURED: The City of Denton, its elected __and_ - appointed- officials, - officers and employees. (This does not apply to Worker's Compensation.) 2. NOTICE OF CANCELLATION: Each policy 'shall require that. thirty (30) days prior to the cancellation, non-renewal, or any material change in coverage, a notice thereof shall be' given to owner by certified mail. If the policy is cancelled for non-payment of premium only ten (10) days written notice to owner is required: 3. CONTRACTURAL COVERAGE: (Liability assumed by contract or agreement, and would not otherwise exist.) The contractual liability requirement shown on the reverse side of this Certificate of insurance under Comprehensive General Liability, must include a definition of coverage broad -enough to provide coverage for obligations assumed by the contractor in the referenced contract. This Certificate of Insurance is provided as required by the governing-contract , 4. CLAIMS MADE POLICY FORM: Required period of coverage will be determined by the following formula: Continuous coverage for the life of the contract, plus one year (to provide coverage for the warranty period), and a extended discovery period for a minimum of five (5) years which shall begin at the end of the warranty period. 5-.- FIRE- LEGAL LIABILITY:- (Requi-red in all contracts that involve the occupancy, construction or alteration of City-owned or leased facilities.) Insurance is to cover buildings, contents (where applicable) and permanently installed equipment with respect to property damage to structures or portions of structures if such damage is caused by the peril of fire and due to the operations of the contractor. Limit- o.f_liability. is-to--be a- minimum- of--- $5U0,000. - - 6. OWNER: The term owner shall include all authorities, boards, bureaus, commissions, divisions, departments, and offices of the owners, and individual members, employees, and agents thereof in their official capacities, and/or while acting on behalf of the owner. CI - 4- - - --BID-#-1267 PROPOSAL TO THE CITY OF -DENTON, TEXAS - - - FOR THE CONSTRUCTION OF LOMA DEL REY DRAINAGE IN DENTON, TEXAS The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm or corporation; that he has carefully examined the form of contract. Notice to Bidders, specifications and the plans therein referred to, and has carefully examined the locations, conditions, and classes of materials of the proposed work and agrees--that he will provide all the necessary labor, machinery, tools, apparatus, and other items incidental to construction, and will do all the work and furnish all the materials called for in the contract and specifications in the manner prescribed herein and according to the requirements of the City as therein set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids." It is agreed that the quantities of work to be done at unit prices and material to be furnished may be increased or diminished as may be considered necessary, in the opinion of the City, to complete the work fully as planned and contemplated, and that all quantities of work whether increased or decreased are to be performed at the unit prices set forth below except as provided for in the specifications. It is further agreed that lump sum prices may be increased to cover additional work ordered by the City, but not shown on the plans or required by the specifications, in accordance with the provisions to the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. P - 1 It is understood and agreed that the work is to be completed in -----full- within-the -number--of -work- days--shown- on the-bid tabulation sheet. Accompanying this proposal is a certified or cashier's check or Bid Bond. _payable-to-the-Owner, in the amount of five percent of the total bid. It is understood that the bid security accompanying this proposal shall be returned to the bidder, unless in case of the acceptance- of the proposal, the bidder shall fail to execute a contract and file a performance bond and a payment bond within fifteen days after its acceptance, in which case the bid security shall become the property of the owner, and shall be considered as a payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. Owner. reserves the right to reject any and all bids. owner may investigate the prior performance of bidder on other contracts, either public or private, in evaluating bid proposals. Should bidder alter, change, or qualify any "specification of the bid, Owner may automatically disqualify bidder. The of and undersigned hereby proposes and agrees to perform all work whatever nature required, in strict accordance with the plans specifications, for the following sum or prices, to wit: P - 2 Loma Del Rey Drainage (Base Bid) BID TABULATION SHEET ..V Y~IYJ V~ BID NO. 17fi7 PO NO. Contractors Warranties .1111, 1V"LHL 1.21 I and Understandings I I LS I $ Sc~» /LS I $ S oao - Preparation of 3.1 I Right-of-Way I I LS I $ 30 Of °/LS 1 $ 3b 000 Barricades, Warning Signal , 8.1-A I and Detours 1 I LS I $ 20 Ow /LS I $ ° ZoF o00 8.1-8 I McKinney Street Detour I I LS I I $ /Z °oo /LS I 2 $ I / 4ac SP-10 I Rock Excavation ► 1 ,000 I Cy I $ 67 0- /Cy I $ o 111 oncrete i R c . ao 2.12.3-A I 1 P pe III) (Class 393 1 LF I $ 117°o /LP I $ 7/ " 1 1811 Reinforced Concrete 1 2.12.3-B I Pine (Class IV) I 148 I LF I $ 3S°° /LF I $ 5/20 ° 1 36 Reinforced Concrete I .12.3-C I Pipe (Class III) I 2 356 I T0 I $ 600 ~ /LF I $ 36~° 1 36' Reinforced Concrete !.12.3-D I Pipe (Class IV) I 44 I LF 1 $ (S °O/LF I $ Z'.6O °o 1 42" Reinforced Concrete l I I !.12.3-E 1 Pipe (Class III) I 2, 814 I LF l I $ 70 °p/LF 1 $ /9f, 3y&' 1 48" Reinforced Concrete l .12.3-F I Pipe (Class III) I 4, 730 I LF 1 $ °O/LF I 05o~ $ `/DZ 1 24 Reinforced Concrete I I I j .12.3-G I Pipe (Class III) I 62 1 LF i I $ SD /LF I $ 3'1 - .6-A I 5' Concrete Man Hole I 2 I EA I $ /DOD°'/BA I $ qpo'° 1 4' X 4' Junction Box I I I .6.A-1 I and Cover I 1 I EA I $ /DOD /9A 1 10 X 4 Junction Box .6.A-2 I and Cover I 3 1 EA I $ EA I aoa $ 9 1 10' X 7' Junction Box l 1 1 r .6.A-3 I and Cover I 1 I EA i I $ S a~~%gA I $ Soo° .6.A-4 1 11' X 4' Junction Box I 1 I EA I $ 3 ao° o- 19A j $ S aoo 6.A-5 1 4' X 8' Junction Box I 2 I EA 1 $ 2 aoa /gA I o I tDa .6.A-6 1 8' X 8' Junction Box I 1 I EA I $ 3,6 oa°/gA I $ 3 0~ I Special Angled Junction I I I .6.A-7 I I Box I 3 I EA I $ SSo0 /BA I 6 taO °O .6.A-8 1 4' Curb Inlet i ' o. I oo.__ 2 _ °o P - 3 Loma Del Rey Drainage (Base Bid) - -BID-N0, 1267_.. PO NO. BID TABULATION SHEET I 10' Curl 10' Rece X 4' I I h, v lit Anrv. ZIOW r / o0 s~ , o° o Oa n,°q ,Gbo.°O • . 0 00. °•O 2S ~ ° 3/O_oa a~ --•~~svaoivaa CCVL@CClon 4 960 LF 7 /LF Remove Concrete Curb 3-B I and Gutter 1 301 1 LF 1 $ 3 0- /LIP I $ go3 SP-42 I Remove Concrete Flume I I LS I $ .3a0° /LS I $ 300 _Inclassified 0 vua.ru nntt I 200 1 LF 1 $ 17• 2' Asphalt Patch Materiall I I o,°° i 09 e •e s9. Loma Del Rey Drainage (Alternate Bid) BID TABULATION SHEET I Contractors Warranties I and Understandings Preparation of I Right-of-Way Barricades, Warning Signs 18" Reinforced Concrete 36" Reinforced Concrete I I Pine (Class III) I 2 136" Reinforced Concrete I I Pine (Class IV) I 42" Reinforced Concrete ~ I Pioe (Class III) I 1 1 24" Reinforced Concrete I 5' X 4' Box Culvert 4' Man Hole Risers 4' X 4' Junction Box and Cover 10' X 4' Junction Box 111' X 4' 4' X 8' I BID NO. PO NO. o~ m 5.'° / CY /LF- ~S cQ /LF 72 /LF D.a /LF SO,/LF /LF /EA • °J / EA oc Dv~ /EA m o. 0- TWR as o' f'-Y-1L - - - - '9j S8o /00 ov GJ /75: ee 700. ° o ~a w oo.'•O 7p O, as _ 02 P - 5 fComa Del Rey Drainage (Alternate Bid) .B I Adiust Sewer Service I I Excavation Protectio Remove Concrete Curb BID TABULATION SHEET 2" Asphalt Patch Material P - 6 wunA UALZ Q:) BID NO. 1267 PO NO.- - - a O o _ilya~ /EA 1 $ /o, z;oo• ° ~J• oa/RA I $ /n sr d 7oS /LF I $ 9G8. 3.~a /LF I $ 50 3aO/L5 I $ oo z3•/SY I $ 69OO `I/ oo /LF I $ 3 SZ /CY I $ 13 710.' , /CY I $ 2v°° /CY 1 $ 3 2o,°e /LF I $ Z 3S,=` /TON 1 $ Z730f- D /SY 1 $ S000•oa 0 3 /SY I $ 7D•d° Oo 3 I ~/J!'~Q OO xn 1 0 • /LF I 0• 7 $ fL 6 64o i • /EA $ / ZOO TAL I $ S~{6 y3Z , BID SUMKARY PROJECT 1. Loma Del Rey Drainage (Dual 48" pipe)- 2. Loma Del Rey Drainage (Alternate) (5 X 4 box) WORK DAYS 65 65 BID 7-- t 8~~,y3z,oo S - -P --7 BID SUMMARY In the event of the undersigned will award ° contract to the undersigned, the for the full amount of performance bond and a payment bond compliance with the terms and a contract, to secure insure and guarantee provisions of the contract,oPto the work until acceptance, and to guarantee payment for final completion and 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 proposals shall control over extensions. CONTRACTOR BYE ~0' ~7~~ Street -Address MY and Stat Seal 8 Authorization (If a Corporation) (g/7) y~3O-oS5 Telephone B - 1 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 approva PASSED AND APPROVED this theze day of ,1991 BOB CASTLEBERRY, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY BY APPROVED AS LEGAL FORM DEBRA A DRAYOVITCH, CITY ATTORNEY BY A"I) (91 44V~tO 1) DATE August 20, 1991 C111_92UN2IL_REPORT TO Mayor and Members of the City Council rROM Lloyd V Harrell, City Manager SUBJECT BID X11267 - LOMA DEL REY DRAINAGE RECOMMENDATION We recommend this bid be awarded to the low bidder for the alternate bid, Sunmount Corp , in the total amount of $846,432 00 UUMMARY This bid is for all materials and labor to extend existing drainage from Lane Street to Pecan Creek This will alleviate future flooding of Kingfisher, Oriole and Mockingbird south of Paisley Streets The alternate bid will allow the contractor to use a box culvert in place of two 4211 to 48" pipe 11ACKUROUND Tabulation sheet, memorandum Jerry Clark 8-8-91 PRQGRAMUs__DEFARTMENT___QR__CROypC_--AFFECTED Engineering Department and citizens who reside in the affected area FISCAL_3MPA&T Funds for this project will come form bond funds for drainage improvements 11436-020-GO90-9108 Respect lyy submitted v Lloyd Harrell City City Manager Approved Name Denise Har ool Title Senior Buyer DH/Jh 177 DOC 8 8 U o a~ o ~ C 4 C, O S M O S S ~ M N oc r!j a ~ Q Y? I N M CITY of DENTON, TEXAS MUNICIPAL BUILDING / DENTON TEXAS 76207 / TELEPHONE (817) 566 8200 MEMORANDUM DATE August 8, 1991 TO Tom Shaw, Purchasing Agent FROM Jerry Clark, Director of Engineering & Transportation SUBJECT Approval of Bid #1267 Loma Del Rey Drainage The Loma Del Rey project was redesigned to postpone the detention pond ($100,000 bid price) while adding an alternative bid for a box culvert to substitute for the double 42" to 48" pipes Easement acquisitions required extending the pipes from the end of Lane Street down to Pecan Creek The bid price of $846,432 submitted for the project is now very acceptable so the redesign was well worth the effort The proposed system will handle the existing drainage runoff that is currently creating the flooding problems Runoff will be intercepted prior to reaching Kingfisher, Oriole, and Mockingbird south of Paisley The detention pond will be constructed in the next one to two years with City crews Funding for this project is adequate to complete the drainage system, fund capitalized labor charges, acquire easements, and provide $40,000 so the Street Department can repave all of Mockingbird and Lane Streets Oriole Street has funding of $150,000 which will be available for the concrete portion of the bid to be received in about one month The water line is to be constructed first by Water and Sewer crews beginning in the immediate future City of Denton street crews will rebuild Oriole and pave with asphaltic concrete pavement The low bidder on Loma Del reputation for performance be awarded so the project neighborhood is anxiously system Rey is Sunmount who has an excellent is this area We recommend the bid can start at the earliest date The awaiting construction of this crucial C Q er y ar 0998E