Loading...
1991-050gl o~ o ORDINANCE NO 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 1228 Floyd Glen Smith See Exhibit A 1236 Greg Thompson Landscape, Inc $ 58,362 92 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 at day of ,1991 BOB CASTLEBERRY, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY c _n BY Q Y> APPROV AS O LEGAL FORM DEBRA A DRAYOVITCH, CITY ATTORNEY BY > EXHIBIT A BID #1228 I Conorete--Contract Work IFLOYD GLEN March 19, 1991 1 SMITH Ring & Cover (Inlets) 1 EA - I---- 1 $150 I------- 00 1 ---i Reinforcing Steel I LB I 1 $0 30 I I__-------- Saw Cut (Existing Concrete) - I LF -I-_-- 1 $3 I------- 50 I ---1 Structural Concrete I I 1 (Class A) for Headwalls I Cy I 1 $300 I 00 1 I Remove Concrete Pavement _ I BY I 1 $8 I------- 00 1 ---I Remove Concrete Curb & Gutter - - - I LF - I-.-- 1 $2 I------- 50 I ---I - Remove Concrete Driveway & I I I Sidewalk I BY I 1 $6 I 50 1 ---I Unclassified Excavation - I CY _ I $6 00 1 .-_I _ 2" Asphalt Pavement I I I (Type D Patch Material) _ I TN _ 1 $75 00 I -__I _ 6" Concrete Pavement I I I (Radius, Etc ) I 1 I a 0 to 50 Sq Yde I SY I 1 $29 I 25 1 ----1 b 50 to 100 Sq Yda - I BY I 1 $27 I 00 I --I 0 100 to 500 Sq Yde _ - I BY _ 1 $24 75 1 _---I _ _ Adjust Manhole A Inlets I I I Wingwalls, etc (see SP-3) I EA -I---- 1 $25 I------ 00 I ----I TD Manhole (0' to 6' Depth) 4'_T-D-- I EA I I $950 I 00 1 ---I 51x5' Junction Box (0' to 61) - 1 EA I ($1,050 I------ - 00 1 ----I 4' Inlet (0' to 6' Depth) - - I EA I 1$1,000 I 00 I ----I 6' Inlet (0' to 6' Depth) - I EA I 1$1,150 - I 00 I ----1 8' Inlet (0' to 6' Depth) I EA I - ($1,350 I---.__ 00 _._-I 10, Inlet (0' to 6' Depth) I EA 1$1,500 00 Rebuilt Inlet I I I (Remove and Replace Top) I I I a 4' Inlet I I EA 1 $725 I------- 00 1 I b 6' Inlet I I - EA 1 $800 I------- 00 1 ---1 0 8' Inlet I -I - EA 1 $900 I------- 00 I ---I d 10' Inlet I ----I EA 1 $925 I------- 00 1 ---I Rebuilt Existing Inlet (Special)I I I a 4' Inlet I I EA ($2,000 I 00 I ---I b 6' Inlet I I EA 1$2,000 1_---__- 00 1 _-_I 0 8' Inlet I -I EA ($2,500 I------- 00 1 ---I d 10' Inlet I - I EA ($2,500 I_---__- 00 I _-_1 Inlet Site Preparation I I EA 1 $150 I------- 00 1 ---I Barricade, Warning Signs & I I I Detours (Optional) I I LS 1 $300 I------- 00 I ---I Dowell-On Integral Curb I LF I $4 00 I _..I Concrete Curb & Gutter I I I a 0' to 250' I LF I $8 00 1 I b 250' to 1000' I LF I $6 501 ---_I 0 1000' up I LF I $6 00 1 _-__I 6" Concrete Driveway I I I a 0 to 50 Sq Yde I Sy I---- 1 $29 I 25 I ----I b 50 to 100 Sq Yda I SY 1 1 $27 I------ 00 1 I 0 100 to 500 Sq Yde _ - I SY I $24 75 1 -___I _ 4" Concrete Sidewalk I I I a 0 to 50 Sq Yde I BY I $27 00 I __-_I b 50 to 100 Sq Yde I BY I $20 25 __-_I 0 100 to 1000 Sq Yda I SY I I $18 I------ 00 1 I Conorete Rip-Hap I SY I--- - 1 $29 -I------ 25 1 ----I Abandon Inlet/Lateral I EA 1 $250 00 DATE April 2, 1991 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BIDS 1228 - CONTRACT CONCRETE WORK REC =DATIQ$ We recommend this bid be awarded to the only bidder Floyd Glenn Smith in the unit prices shown BID 01228 Concrete--Contraot Work March 19, 1991 1 1 IFLOYD GLENI 1 SMITH I I I ITEM DESCRIPTION IUNITI VENDOR I I_I I Ring A Cover (Inlets) i --I EA 1 $150 I------- 00 1 I Reinforcing Steel I LB 1 $0 30 1 I I------- I Saw Cut (Existing Concrete) I LF 1 $3 50 1 --1 Structural Concrete I I I (Class A) for Headwalle I CY 1 $300 00 1 ----------I P t I BY I'- 1 $8 00 1 avemen Remove Ooncrete 1 - I _.1 Remove Concrete Curb 6 Gutter I I LF 1 $2 50 1 I---_------I Remove Concrete Driveway a I - ' I I Sidewalk I 1 BY 1 $6 1 50 1 -I Unclassified Exoavati0, 1 -'--I CY 1 $6 I------ 00 1 -'--1 ft-ft 2" Asphalt Pavement I I I (Type D Patch Material) - I TN 1 $75 00 1 ----I - 6" Concrete Pavement I I I (Radius, Etc ) I I 1 a 0 to 50 Sq Yda I BY 1 1 $29 1 - 25 1 I b 50 to 100 Sq Yda - I BY 1 $27 00 1 I BY 1 $24 I 75 1 c 100 to 500 Sq Yde I_~-I--_----»-I Adjust Manhole 8 Inlets I I I Wingwalls, etc (see SP-3) I EA 1 $25 00 1 I--" I------ 1 41 TD Manhole (01 to 61 Depth) I EA 1 $950 00 1 51x5` Junction Box (01 to 61) I-_" 1 EA i I------ 1$1,050 I --"I 00 1 1 41 Inlet (01 to 61 Depth) I EA - 1$11000 00 1 61 Inlet (01 to 61 Depth) I--- I EA - I------ 1$1,150 1 00 1 61 ) 1 1 I--- I EA - 1------ 350 1$1 I 00 1 Depth to 8 Inlet (0 , 10` Inlet (0` to 6' Depth) I EA 1$1,500 00 1 Rebuilt Inlet I I I (Remove and Replace Top) I I I a 41 Inlet I I EA 1 $725 I 00 1 I b 61 Inlet I I RA _ 1 $800 1 00 1 0 81 Inlet I I _ EA 1 $900 I_----- 00 I ---I d 10, Inlet I -I _ BA 1 $925 I------- 00 1 ---1 Rebuilt Existing Inlet (Speolal)I - I I a 41 Inlet I EA 1$2,000 00 1 -------------------------I- I--- ------1 b 61 Inlet I 1 EA 1$2,000 1 00 1 ---I 0 81 Inlet I I EA ° 1$2,500 I------- 00 1 I d 10, Inlet I BA 1$2,500 00 I Inlet site Preparation I EA I $150 00 1 --_I Barricades, Warning signs A I I Detours (Optional) I Ls 1 $300 00 1 __--_._---1 I--- -----I Dowell-On Integral Curb I LF 1 $4 00 1 -----------"-----------'------I - Concrete Curb A Gutter I I I a 01 to 2501 I 1 LF 1 $8 I------- 00 1 I b 2501 to 10001 I I LF 1 $6 1 50 1 I 0 1000, up I ---------------I LF 1 $6 1------- 00 1 ---I 6" Concrete Driveway I I I a 0 to 50 Sq Yde I I SY 1 $29 I------ 25 1 I b 50 to 100 aq Yda I 1 SY 1 $27 I 00 1 I a 100 to 500 Sq Yda I --------i BY - 1 $24 -I------ 75 1 ----I 4" Concrete Sidewalk 1 I I a 0 to 50 aq Yde I I BY 1 $27 I' - 00 1 i b 50 to 100 Sq Yde ' I BY 1 - 1 $20 I 25 1 I a 100 to 1000 Sq Yde I SY I - ' 1 $18 - I------ 00 1 ft-i Concrete Rip-Rap I BY - I 1 $29 -I------ 25 1 ----I Abandon Inlet/Lateral I EA 1 $250 00 1 CITY COUNCIL REPORT APRIL 2, 1991 PAGE 2 OF 2 .~jUMMA$Y This bid is for an annual contract for miscellaneous concrete work to be preformed by a contractor for any city department needing concrete repair or replacement Any job exceeding a $10,000 estimate may be bid separately This contract expenditure last year was approximately $30,000 Although there was only one bidder, the prices bid are in line with recent bids, and Floyd Glen Smith was the successful low bidder last year BAQK22OL1132 Tabulation sheet PROQ$AMI,,_DJtgARTMEj~T_Q$_Q~Qyg,~_AFFECTED All departments FILSCAL_IMPAQT Funds for this contract will be from budgeted repair/maintenance or Capital Improvements funds Resp tffully submitted v Lloyd V Harrell City Manager Approved Name Denise iar~;O0 Title Senior Buyer DH/jh 139 DOC BID #1228 I I Concrete--Contract Work IFLOYD GLENI March 19, 1991 I SMITH I I ITEM DESCRIPTION IUNIT I I VENDOR I 1 1- 1- Ring & Cover (Inlets) I EA I $150 I 00 1 I Reinforcing Steel I I LB I 1 $0 I 30 I ---I Saw Cut (Existing Concrete) - I LF 1---- - 1 $3 I------- 50 1 ---I - Structural Concrete I I I (Class A) for Headwalls I CY I 1 $300 I 00 I I Remove Concrete Pavement 1 Sr 1 I $8 I 00 1 I Remove Concrete Curb & Gutter I LF I I $2 50 1 I----------I Remove Concrete Driveway & I I I Sidewalk I SY 1 1 $6 I 50 1 I Unclassified Excavation I CY i---' I $6 I------- 00 1 ---I 2" Asphalt Pavement I I I (Type D Patch Material) I TN I $75 - 00 1 ---I 6" Concrete Pavement I - I I (Radius, Etc ) I I I a 0 to 50 Sq Yds I BY I I $29 I 25 I I b 50 to 100 Sq Yds I SY I 1 $27 I 00 1 I 0 100 to 500 Sq Us _ I SY 1 $24 75 1 --_I _ Adjust Manhole & Inlets i I I Wingwalls, etc (see SP-3) I EA I I $25 I 00 1 1 41 TO Manhole (0t to 6' Depth) I EA I 1 $950 I 00 1 I 51x5' Junction Box (01 to 61) I EA I 1$1,050 I 00 I 1 41 Inlet (01 to 61 Depth) 1 EA I 1$1,000 I - 00 1 1 61 Inlet (01 to 61 Depth) I EA I - 1$1,150 I 00 1 I 81 Inlet (01 to 61 Depth) I EA I - 1$1,350 I 00 I I 101 Inlet (0, to 61 Depth) I EA - 1$1,500 00 1 Rebuilt Inlet (Remove and Replace Top) a 4' Inlet I EA 1 $725 00 I I b 61 Inlet I EA - I___--- 1 $800 ----I 00 I ""'-"'----------'------------I 0 81 Inlet I EA I------ 1 $900 ----I 00 1 --------------------'--------___I d 10' Inlet I EA I------ 1 $925 I 00 1 I Rebuilt Existing Inlet (Speoial)I I__---- I - --I I a 4' Inlet I EA 1$2,000 00 1 I b 6' Inlet I EA I 1$2,000 I 00 1 I c 8' Inlet 1 EA I------ 1$2,500 1 00 1 --------------------------------I d 101 Inlet I EA I------ 1$2,500 ----1 00 1 -----------------------'-----___I Inlet Site Preparation I EA I------ 1 $150 I 00 1 Barricades, Warning Signs & I I __--1 I Detours (Optional) I LS I $300 00 1 Dowell-On Integral Curb I I - LF 1 $4 I 00 1 Concrete Curb & Gutter I 1------ I ----1 I a 01 to 250' I LF 1 $8 00 1 b 250' to 10001 I - - 1 LF 1 $6 I 50 1 - 0 1000, up I LF I------ 1 $6 ----1 00 1 --------------1 6" Concrete Driveway 1 I------ I ----I I a 0 to 50 Sq Yda I SY 1 $29 25 1 --------------------------------I b 50 to 100 Sq Yda I 1 SY I------- 1 $27 --'1 00 1 - 0 100 to 500 Sq Yds I SY 1__----- 1 $24 1 75 1 '°°---------------------------1- 4" Concrete Sidewalk I I-____-_ I ---1 I a 0 to 50 Sq Yda I SY 1 $27 00 1 -----_____-"'------------------I_ b 50 to 100 Sq Yds I - I SY 1------ - 1 $20 ---1 25 1 - 0 100 to 1000 Sq Yds I SY I------- 1 $18 I 00 1 ---------------'I- Concrete Rip-Rap I - I SY I------- 1 $29 1 I 25 1 - - - Abandon Inlet/Lateral I EA 1 $250 I 00 1 i CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON `7/-(osv THIS AGREEMENT, made and entered into this 2 day of APRIL A.D., 19 91, by and between THE CITY OF DENTON of the County of DENTON and State of Texas, acting through LLOYD V. HARRELL thereunto duly authorized so to do, hereinafter termed 'OWNER,' and FLOYD GLEN SMITH, P.O. BOX 1781, DENTON TEXAS 76202 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 # 1228 - CONTRACT CONCRETE WORK 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 CA-1 0114s other drawings and printed or written explanatory matter thereof, and the Specifications therefore,-as prepared by - CITY OF DENTON ENGINEERING TAFF , 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 a_ttac_h_ed_,specifications -at-the-general----- --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 Cityof 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 0114s IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: Ate. ~ / ATTEST f .v CA-3 (SEAL) 2L06iGLEiNhg't/ SMITH CONTRACTOR A By Tl (SEAL) 0114s B I D H 1228 PROPOSAL TO THE CITY OF DENTON, TEXAS FOR THE CONSTRUCTION OF CONCRETE IMPROVEMENTS 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. The undersigned hereby proposes and agrees to perform all work. of whatever nature required, in strict accordance with the plans and specifications, .for the following sum or prices, to wit: 28005 P-1 2.11.5 IRino and Cover (In SP IReinforcinc Steel ISaw Cut SP-2 I(Exiating Concrete' istructural Concrete SP-3 I(Class A) for Head% I 3-A IRemove Concrete Pav (Remove 3-8 (Concrete Curb & Gut (Remove Concrete 3-C IDriveway & Sidewalk 3.3 (Unclassified Excava 12' Asphalt Pavement 5.7-H ((Type D Patch Mater 16' Concrete-Pavemnn 5. 7.6 7.6 7.6 7.6 7.6 7.6. IlustManhole and 1UAdn4walls, etc see IItdm SP-3 for stee 14' TD Manhole I(0' to 6' depth) 15'x5' Junction Box I(0 to 6' Depth) i 14' Inlet (0' tb 6' I 16' Inlet (0' to 6' I 18' Inlet (0' to 6' I I10'Inlet (0' to 6' (Rebuilt Inlet I(Remove and Replace la. 4' Inlet I b. 6' inter BID TABULATION SHEET QUANTITY UD I n. ti:: un:J BID NO. 1228 PO NO. I I EA - I I I 1 S~ 50 00 / - I I -I-S- - - I LB I I I S 30 / I I I $ I I LF 1 I 1 $ 3.50 / I I I's I I cY 1 I 1 $300.00 / I 1 $ I SY I I 1 $ 8.00 / . 1 i 1 $ . . I LF I I 1 $ 2.50 / I I $ I Sy I I I I 6.50 / I I S 1 I CY I 1 I I S 6.00 / I I$ I TN 1 I 1 1 1 $ 75:00 / I i $ I I I I I $ / I I $ I I sY I 1 1 1 S 29.2.5 / I I $ . 1 1 sY I 1 I 1 s 27.00 / 1 I$ 1 i sY I I 1 1 S 24.75 / I I$ I I EA I I I 1 $325.00 / I I $ I 1 1 1 I$ I EA ) I I I $950.00/ I 1 $ I EA 1 I $1 050.00, I 1 $ I 1 EA 1 1 1 yl > 000.00/ I I S I BA I $1,150.00 i e I I I S / i I I $ 725.00 I I I S 800.00 i P - 2 BID NO. 1228 PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL I I I I Ic. 8' Inlet I I 900 rn I I Id. 10' Inlet (Rebuilt Existing Inlet 7.6.A-8 ((Special) 1 I 1 Ia. 4' Inlet 1 I 1 1b. 6' Inlet 1 I I Ic. 8' Inlet 1 I I Id. 10' Inlet 1 I 1 7.6.A-9 (Inlet Site Preparation I (Barricades, Warning 8.1 Isians Detours (Optional)( I 1 8.2 Inweiir - . I la. 0' to 250' I Ib. 250' to 100 C. 1000' - tin EA I I S / I I EA I I I 1 S 925.00 / I I I I EA I i 1 $ 2,000.00 / I I EA I I I S 2,000.00/ 1 1 EA I I I $ 2,500.00/ I 1 EA I I I $2,500.00 / I EA I 1 P S 150.OD/ 1 Ls I 1 I S 3DO•00/ I I I LF I S 4.00/ 1 I I I I I S / I I I I I LF I S 8.00/. I I I I LF 1 S 6.50/ I I i 8.3 I 16• Concrete Drivewa I I I I I I I S / Ia. 0 to 50 S Yds I I I I Sy I I $ 29.25/ I I b. 50 to 100 S Yda i I I I SY 1 $ 27.00/ 1 I c. 100 to 500 s Yds I I 1 I BY I I S 24.75/ 8.3-A I 141 concrete Sidewalk i I I I I I I S / Ia. 0 to 50 S Yds I I I I SY 1 I $ I 27.x/ I 1b. 50 to 100 S Yds I I I Sy 1 $ I 20.25] 1 I Ic. 100 to 1000 S Yds I I I SY I I S 18.00] 8.15 I Concrete Ri -Ra I I I SY 1 I S I 29.25/ I 3P-48 1 IAbandon Inlet/Lateral I I EA I $ 250 CC~ P - 3 I I I S I I S I I S I BID f122ti In submitting this bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a reasonable period of time constitues a contract. The completed Bid Proposal must be properly priced, signed and returned. P.O. Box 1781 Mailing address Denton, Texas 76202 City State Zip Code 817-565-0114 Telephone P-4 Floyd Glenn Smith Bidder ,5 ature Owner Title DATE April 2, 1991 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID 411236 - HIGHWAY 380 IRRIGATION RECOMMEMpAI M We recommend this bid be awarded to the low bidder Greg Thompson Landscape Inc , in the total amount of $58,362 92 UMMARY This bid includes all labor and materials to irrigate, with sprinkler systems, the medians on US 380 from Malone West to I-35 The Utility Department will complete the boring and casing of waterlines for the project at an estimated cost of $7,000 00, a savings of $3,000 00 over the lowest alternate bore bid The general fund will be charged for this work $ACK2JDKEL Tabulation sheet and memorandum from Frank Robbins PROCRAMiS~_j)EFARTMEMT_OR_CROyFE_AFFECgED Planning and Zoning FIECAM_IMFACT This project will be funded by 1985 Bonds Respec ullllyy submitted v Lloyd V Harrell City Manager Approved Name Denise Harpool Title Senior Buyer DH/,jh 142 DOC BID # 1236 I I I I I ' BID NAME Hwy 380 Irrigation Pro,jecti GREG THOMPSON IA-1 INDUSTRIAL I UNIPRO I I LANDSCAPE INC i LAWN CARE I I OPEN DATE March 19, 1991 i I I i I 1 ITEMI QTY I ITEM DESCRIPTION I VENDOR I VENDOR i VENDOR I I I I I ~ I _ I I 1 I LS I I IProjeet per specificationsl I $58,362 92 I i 1 $80,181 88 1 $63,552 76 1 Bid Bond? I YES I YES I YES I I Addendum Acknowledged? 1 YES I YES I YES i I ALT BORE i N/B I $10,596 00 1 $16,260 00 CITY of DENTON, TEXAS MUNICIPAL BUILDING / 215 E McKINNEY / DENTON, TEXAS 76201 MEMORANDUM DATE March 26, 1991 r0 Tom Shaw, Purchasing Agent FROM Frank H Robbins, Executive Director Planning and Development SUBJECT U S 380 IRRIGATION Based on my discussion with Lee Allison, Director of Water and Wastewater Utilities, we recommend that 1 the bid of Craig Thompson for $58,362 92 be accepted, 2 that the Utility Department complete required water line taps, metering, boring, and casing, and 3 that $1,750 bonding be required The Utility Department will complete the boring and casing for an estimated cost of $6,000 to $7,000, a savings of $3,000 to $4,000 over the lowest boring and casing bid, and charge the general fund for their work r 1 c o ins AICF- db 2625x 8171566 8200 D/FW METRO 434 2529 CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this 2 day of APRIL A.D., 19 91 , by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through LLOYD V. HARRELL thereunto duly authorized so.to do,, hereinafter termed 'OWNER,' and GREG THOMPSON LANDSCAPE INC., 144 STRITTMATTER. PILOT POINT. TEXAS 76258, of the City of PILOT POINT , 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 # 1236 - HIGHWAY 380 IRRIGATION in the amount of $58,362.92. 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 CA-1 0114s other drawings and printed or written Specifications therefore, as prepared by. CITY OF DENTON ENGINEERING STAFF i , 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 0114s explanatory matter thereof, and the IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: P:TTEST,:~^, - CITY OF DENTON OWNER By_, (SEAL) GREG THONPSON LANDSCAPE INC. CON ACTO By jib ~Lmv S I tN Ti e (SEAL) APPROVED AS TO FORM: C' Attorney CA-3 0114s PERFORMANCE BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That GREG THOMPSON LANDSCAPE INC. of the City of PILOT POINT County of DENTON , and State of TEXAS as PRINCIPAL, and IinivPr¢al Surety 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 FIFTY EIGHT THOUSAND THREE HUNDRED SIXTY TWO AND 92/100 Dollars 58,362.92 ) 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 2 day of APRIL , 19 91, for the construction of BID # 1236 - HIGHWAY 380 IRRIGATION in the amount of $58,362.92. which contract is hereby referred to and made a dpart 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 2nd day of April 1991 Greg Thompson Landscape, Inc, By Tit Universal Surety Surety Title Address 1812 Durham Houston. Texas 77007 (SEAL).Y asident Agent of Surety is: Ramey King & Minnis, 707 First State Bank Bldg., Denton, Texas 76201 NOTE: Date of Bond must not be prior to date of Contract. P B-2 0091b Address 144 Strittmatter Pilot Point. Texas 76258 PAYMENT BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That GREG THOMPSON LANDSCAPE INC. of the City of PILOT POINT , County of DENTON and State of TEXAS as principal, and Universal Surety 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 FIFTY EIGHT THOUSAND THREE HUNDRED SIXTY TWO AND 92/100 - Dollars 58,362.92 ) for the payment whereof, the said Principal and Surety bind themselves and their F 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 2 day of APRIL 19 91. . 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 this2nd day of April 19 91 Greg Thompson Landscape, Inc. By Universal Surety 7urety Tit Title AttnrnPy Tri Fact Address 144 Strittmatter Address 1812 Durham Pilot Point. Texas 76258 Houston, Texas 77007 ISY rt ti'1 r 2 .SFAL) (SEAL) ; qr ' SX , ' Th'e'= name} a Vaddress of the Resident Agent of Surety is: 1 Ramey King $ Minnis, 707 First State Bank Bldg., Denton, Tx. 76201 PB-4 0092b MAINTENANCE BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: THAT GREG THOMPSON LANDSCAPE, INC, as Principal, and Universal Snret 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= FIVE THOUSAND EIGHT H[WRED THIRTY SIX AND 29/10 Dollars 5_R1f,_2q 10% of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and asssigns, jointly and severally. - This obligation is conditioned, however, that: WHEREAS, said GREG THOMPSON LANDSCAPE INC has this day entered into a written contract with the said City of Denton to build and construct BID 11236 - HIGHWAY 380 IRRIGATION 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. MB-1 0093b 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 Greg Thompson Landscaping, Inc, as Contractor and Principal, has caused these presents to be executed by Greg Thompson Landscaping, Inc. and the said Universal Surety as surety, has caused these presents to-be executed by its Attorney-in-Fact Randall L. Minnis and the said Attorney-ia-Fact has hereunto set his band this 2nd day of April , 1991 SL'R ETY PRINCIPAL: Greg Thompson Landscape, Inc. 13D-2 0093b . UNIVERSAL SURETY OF AMERICA 1812 Durhafn, Houston, Texas 77007 Bond No. 698-1062 For verification of the authority of this power you may telephone (713) 863-7788. GENERAL POWER OF ATTORNEY - CERTIFIED COPY Know All Men by Diese Preserus, 't'hat UNIVERSAL SURETY OF AMERICA, a corporation duly organized and existing under the laws - of the State of Texas, and having its principal office in Houston, Texas, does by these presents make, constitute and appoint Randall L. Mlnnts its true and lawful Attorney(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver bonds for: Principal Greg orupson Land cane Inc. Obligee City of Mown. Tyxas Amount 58,342.92. and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said AUomcy(s)-in-Fact may do within the above slated limitations. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of Universal Surety of America at a meeting held on the l Ith day of July, 1984. "Be 11 Resolved, that the President, any Vice President, Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority m appoint any one or more auitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company." "RESOLVED that the signatme of any officer of the corporation, and the seal of the corporation may be affixed or printed by facsimile to any power of attorney of the corporation, and awl such printed facsimile signature and seal shall be valid and binding upon the corporation." In Witness Whereof, Universal Surety of America has caused these presents to be signed by its President, John Knox, Jr. and Its corporate seal to be hereto affixed this _ 15th day of October , A.D., 19 90 . UNIVERSAL SURETY OF AMERICA ~w„r0 ,y ! 5 By. of Texas t~ ~ Jo ox, r. President H.: County of Harris On this 15th day of Ocwbe- r in the year 90^, before me Wendy W. Stuckey a notary pubtiq personally appeared John Knox, Jr., personally known to me to be the person who executed the withla Instrument as President, on behalf of the corpora- tloa therein named and acknowledeed to me that the mrooration executed It. . - .n t_ I, the undersigned Sectctary, of Universal the Original Power of Attorney issued by said C GIVEN under my hared and the seal of hereby certify that the above and foregoing is a full, True and correct copy of by further certify that the said Power of Attorney is still in force and effect. this 2nd day of . April 19c)l . 11VJ ULt/11VLG l'111V 11'1 V1'! ttLt(V 1fCL P1L LV 1J 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 be an 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 $500,000.00 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, employees 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 $500,000.00 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 be 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 $500,000.00 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 Contractor directly in writing. Any notice to proceed that is issued shall be subject to such approval by the owner. CI - 2 Name.and Address of Agency Ramey King $ Minnis 707 First State Rank Bldg Denton, Tx. 76201 Phone 817-382-9691 Name and Address of Insured: Greg Thompson Landscape, Inc. 144 Strittmatter Pilot Point, Tx. 76258 Phone `~l~'(,°~-ZG91 City of Denton Reference: Project Name: Highway 380 Irrigation Project No: Ril k17ZF Project Location: Managing Dept: Companies Affording Coverage:, A Commercial Union B 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. !:ompany Expiration' Limits of Liability Letter Type of Insurance Pnlirv thnnher min T.. r~-... A Comprehensive General Liability X. Occurrence BINDCU100 4/16/92 Occurrence - Claims made (see #4-Page C14) Bodily Injury ; )Broad Form to Include: Premises/Operations Property Damage $ X Inde endent C t t p on rac ors x Products/Completed Operations X Personal inj Bodily injury and Property - ury x- Contractual Liability(see 93-Page C14) Damage Combined X- i d ll oan Co apse Hazard X Underground Hazard General Aggregate $500 x Liquor Liability Coverage Products Aggregate $500 Fire Legal Liability (see #5-Page C14) x Broad Form Property Damage Personal & Advertising $5,00 Each Occurrence $500 - Professional Errors/Olnissions _ - occurrence - claims made (see #4-Page CI4) A Comprehensive Automobile Liability BINDCU100 4/16/92 Bodily injury/Person 500 Bodily Injury/Accident 500 Owned/leased Automobiles Non-owned Automobiles x Property Damage $ snn Hired Automobiles Bodily Injury/Property ' Damage Combined j - Workers' CorTensation and Statutory Amount Employers- Liability 2 each accident A x Owners' Protective Liability BINDCU100 4/16/92 $500 Other Insurance Description of Operations/locations/Vehicles. Each policy shall require thirty (30) days notice of cancellation, non-renewal, or material change in coverage. (See #2, Page C14). Name and address of Certificate Holder. CITY OF DENTON, TEXAS PURCHASING AGENT 901-8 TEXAS ST. DENTON, TEXAS 76201 SEE DEFINIT 16. 1991 ON PAGE CI 4 ATTACIIEU. 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. C014TRACTURAL 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: (Required 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 of liability is to be a minimum of $500,000. 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 nURCHASING DEPARTMENT City of Denton 901-8 Texas St. Denton, Texas 76201 b V ADDENDUM I Scaled bid proposals will be received until 2:00 p.m. Office 817-383-7100 For additional information contact PURCHASING DEPARTMENT 901 B Texas Street Denton, Texas 76201 BID INVITATION CITY OF DENTON, TEXAS Date MARCH 15, 1991 BID NUMBER 1236 BID TITLE HIGHWAY 380 PROJECT IRRIGATION 3-19-91 , at the office of the Purchasing Agent, 901-8 Texas St. Denton, Texas 76201 DFW Metro 817-267-0042 INSTRUCTIONS TO BIDDERS 1. Sealed bid proposals must be received 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 date on the outside of completely sealed envelope, and mailed or delivered to the Purchasing Department, City of Denton. 901-8 Texas St., Denton, TX 76201. 3. Any submitted article deviating from the specifications most be identified and have full descriptive data accompanying same, or It will not be considered. 4. All materials are to be quoted FOB Denton, Texas, delivered to the floor of the warehouse, or as otherwise indicated. 5. The City of Denton, Texas reserves the right to accept separate items in a bid unless this right is denied by the bidder. 6. In case of default after 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. 7, The City of Denton reserves the right to reject any and all bids, to waive all informalities and require that submitted bids remain In force for a sixty (60) day period after opening or until award is made; whichever comes first. & The quantities shown maybe approximate and could vary according to the requirements of the City of Denton throughout the contract period. 9, The Items are to be priced each net. (Packaging or shipping quantities will be considered.) 10. The Purchasing Department assumes responsibility for 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. 11. 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. 12. The conditions and terms of this bid will be considered when evaluating for award. 13. The City of Denton is exempt from all sales and excise taxes. (Article 20.04-8) U.S. 380-IRRIGATION PROJECT LUMP SUM BID PER SPECIFICATION Item Quantity Nuer Unit Description of Item and Unit Price Total Amn t 1• _5,300 LF 2" approved P.V.C. Class 200 solvent weld Pipe -furnished and including fittings installed complete in place, per linear foot: Dollars 2. and IQ Lt Cents 1.13 ) $Si 4• ~D I 2,200 LF 1 112" approved P.V.C. 200 solvent weld Class and installed inclludingffittings, complete in place, per linear foot: v Dollars and I11NL ~IZCents Q 4(~ ) $ 119 00 3. 2.000 LF 1 approved P.V.C. Class 200 solvent weld pipe, furnished and installed including fittings, complete in place, per linear foot: Dollars and ml Cents O. 00 ) $ IL- ~00 _ 13,600 LF 3/411 approved P.V.C. class 200 solvent weld pipe, furnished and installed including fittings, complete in place, per linear foot: L Dollars ancbtl !T h ents O• ~s ) $ 1 D pp 5 61 EA 2" electric control valves 1 furnished and installed, complete AaD~u~vn in lace, er each: 1W Dollars and Cents U.00 -P 3 Item Quantity Description of Item Number S Unit and Unit Price 6 7 8 9 10. 11 66 EA 8" plastic valve box furnished and installed, complete,in place, per each: Dollars and Cents 11.00 ) 66 EA 8" plastic valve box furnished and installed, complete in place, per each: Dollars and 7 EA 2" brass breaker, complete and Total Amount $I U. p A~~~as"1 o3~-Rzp~ _ Cents ) atmospheric vacuum furnished and installed, in place, per each: 1-1 C 4J6 L Dollars _ Cents IZl•00 ) 9 EA 2" brass gate valve, furnished and installed, complete in place, per each: t^V Dollars ) and Cents ($S0.00 7 EA 8 station, battery powered, electric controller, furnished and installed, including base, pedestal, conduit, and mounts, complete in place, per each: 'I N I ~DUS~~~ut 1u~VL~~'" Fi i a r s and Cents 111,5,00) _ 6,500 LF 14 gauge, color coded, electric control wire, furnished and installed, complete in place, per linear foot: Dollars andWVA Cents 0,1t ) $D 0 $ S Q $ 5.00 P - 4 Item Number 13. 14 15. 16. 12 Quantity Unit Description of Item and Unit Price 5,000 LF 12 gauge, color coded, electric control wire, furnished and installed, complete in place, per linear foot Dollars and LAaA Cents O''b 8.600 Lp v ) 10 gauge, color coded, electric control wire, furnished and i c nstalled, omplete in place, per linear foot: Dollars and ents 83 EA Quarter circle, sprinkler head, pop up lead including pipe, furnished and installed, complete in place, Per each:. ~ j ~ ---Dollars and W CCents 1 Z ) 838 EA Half circle. pop up sprinkler head, including lead pipe, furnished and installed, complete in place, per each: F`zvZIA Dollars and~(u[uNl411~ents ~~,Zqj ) 23 EA 7- Three quarter circle, Pop up__ _ sprinkler-head including lead Pipe. furnished and installed._ complete in place, per each: Dollars andlA 40-Cents 11-q ) Total Amount _ .oo $ 3 OC $ ILZ $ ha-Al $ ZS Q . P - 5 Item Quantity Description of Item Total Number b Unit and Unit Price Amount 17. 495 EA Full circle,. pop up sprinkler head, including lead pipe, furnished and installed, complete in place, per each: Zu\IIN Dollars and l ' Cents JI. Z$ > $55 3. D 18. 5 EA 2" brass gate valves, furnished and installed, complete in place, per each: l -Dollars and Cents ($50.00 ) $ Wb.0 . TOTAL BID (Items 1 through 18) 62. Z ADDITIVE ALTERNATIVE Al 1,200 LF 4" bore and case, furnished and installed, complete in place. per linear foot: 'VD - 3t r) -Dollars and. Cents ) $ l) Il~ TOTAL BID INCLUDING ADDITIVE ALTERNATIVE $ The bidder hereby agrees to commence work under this contract within ten days after the date of the written "Notice of Proceed," and to fully complete the work within forty (40) working days after the date of the "Notice of Proceed.,* Bidder further agrees to pay as liquidated damages, the sum of $25 for each consecutive calendar day thereafter as provided in the General Conditions. Bidder acknowledges receipt of the following addendum: buN\ I J~T,MS s io P - 6 Ulu NUMUrri L4 3b vil✓ i rfvrvvALV rage 2 of 2 A2DDENDUM1_Iu 5. 2e electric control valves, valve rate to 150 PSI., DC, latching solenoid rated to 80 PSI. Standard voltage = 24 VDC pulsed, 24 milliseconds all components compatible with 1BOC-8 station battery operated controller's, furnished and installed, complete in place, per ea ch; ' 11V~1±1fNS~1~ Dollars and Cents ~~.Q~ ) $1(QlO_~L_tL_ 10. 8 station, battery powered, electric controller, 14 days clock two independent programs station water time of 1-99 minutes or hours. Master valve or pump station circuit, furnished and installed, including base, pedestal, conduit, and mounts, complete in place per each: O s.114~~!~4k_1~ L4JGlj_U(&~o 11a rs 77 QQ' and Cents ( $ ~~?.~.Q~ ) $_LL_1~z©© 1031.DOC In submitting the above bid, the vendor agrees that acceptance of any or I bid item y the City of Denton, Texas within a reasonable erlod of time constitutes a contract. Qs liftsd) LW AVA L (me- j Bidder Sig lure 1~1~ar~ j 9 j 4 q Title BID SUMKARY TOTAL BID PRICE IN LA) n 1. 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. reat Add ee6s Il 1 C City ind Star's Seal b Authorization /n~ f ,/-f (If a Corporation) `>rl- ~A(a-7.~P1 1 Telephone B - 1 s `rog hompsoa LINDSCIP8 110 144 Strittmatter Rd. Pilot Point Texas 76258 March 19, 1991 Purchasing. Department City of Denton 901 B Texas Street Denton, Texas Re: Hwy.380 Project Irrigation To whom it may concern: Bid Number 1236 from Greg Thompson Landscape Inc. can be reduced by $1750.00 should the bonding requirements not - be necessary for the contractor. Sincere Y' Gr Thomp on