Loading...
1989-056NO 99 -n5- AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the city has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of state law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the hereinbelow described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therefore, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I, That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 9977 Sunmount Corporation $1,517,930 25 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 SF.nTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein SECTION IV. That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V. That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the 2nd day of May, 1989 ~lL~- ~ n<Y RAY HENS MAYOR ATTEST' lit/ J N ^ALTERS, CI Y SECRETARY APPROVED AS TO LEGAL FORM DEBRA A DRAYOVITCH, CITY ATTORNEY BY BID2 DATE May 2, 1989 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #9977 BONNIE BRAE PAVING,DRAINAGE AND SIDEWALKS RECO121ENDATIOU We recommend this bid be awarded to the low bidder contract( Sunmount Corporation, for the total amount of $1,517,930 25 for Asphalt Paving SUMMARY This bid was advertised and General Contractors were notified We had 30 contractors pac; up the plans and specifications We received bids from eight General Contractors ranging from $1,517,930 25 to $1,722,136 30 for asphalt and $1,633,940 85 to $1,894,449 00 for concrete No exception were noted and all bidders submitted Bid Bonds with their bids We en3oye( seeing the activity and receiving very competative bids BACKGROUND Tabulation Sheet Memo from Jerry Clark City Engineer PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED FISCAL IMPACT There is no additional impact on the General Fund Respe l ly submitted Lloyd V Harrell City Manager Prepared by Na~J Mars~~Mars~~ P M tle Purchasing Agent Approved o n J Marshall, C P M isle Purchasing Agent CITY of DENTON, TEXAS 215E McKINNEY / DENTON, TEXAS 762011 TELEPHONE (817) 566 8200 MEMORANDUM DATE April 25, 1989 TO John Marshall, Purchasing Agent FROM Jerry Clark, City Engineer SUBJECT Bonnie Brae Bid 119977 We have reviewed the bid from Sunmount of $1,424,410 25 for the construction of an asphalt street and $93,520 00 to construct a sidewalk along the east side of Bonnie Brae Available funds are $1,545,996 00 for the street construction and over $100,000 for the sidewalk construction We received eight (8) bids on the project including three asphalt and five concrete with Sunmount having the lowest bid by approximately $60,000 We recommend that Sunmount Construction be awarded this contract based on their excellent bid prices and quality construction methods Please advise if you need further consideration at their next meeting Je y C1 0698E information for Council n ro H - - - o z ° c - - - - - 0 ' z ql K H _ ~a 0 O H3 W W 0. i o. co 00 4p a a a w a ° ■ is ~ W r r r r o n a to a b 0o ud w a ro o a w a a x E 0 A) 0) n n n > y 0 n' 0 n n cn i y w w 0 n 0 n N ro N ro W n co t h ry W rt rt H o o ,b w k N N M co „ r r ft ft ~ o U ° z O1 r 0 to 10 < m roo w z awn " ro r o T c , o g ~ ~ Ln K) m co - _ • Co W q) 00 li v ( a J N t (DD f D & z m 0 b W hC n 00 A. g ( 0 r co r 0 H ( D 01 00 O UI W W ~ Ln 0 ti w 1.4 L. z M r )o q n rl • to N In W co Ln 4 N a co W z r Cb o to " 0 m w t+ c ko r r o r ; u N o L J O co In m O~ 0 N N O ~ M ~q ~ W z 0 i Qw i W ~ ~ to o o as ~ r 00 c r ~ z o 'C J N N ~ N O a► ,O1 00 ~ HCf~C In (D 0 tj u+ r 'P' , ~ m w rNr a 0 F • N • ~ 1 p V1 01 M O1 0 a ro 0 : r r r So N C n a o rn ° o a o t o o 0 r X ~ o rn 1D N 0 o H N ~ O 1 t w k Lq ` ' J a z n I w N O 0 1 , 0 1 N ' O O O ry .7 . _ I . z G z g z 0 0 ro bry -o S-('o CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON S THIS AGREEMENT, made and entered into this 3 day of MAY A.D., 19 89, by and between THE CITY OF DENTON 2I5 E_ MCKINNEY STREET of the County of DENTON and State of Texas, acting through LLOYD V. HARRELL, CITY MANAGER thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and SUNMOUNT CORPORATION. P.O. BOX 1770, ROANOKE. TEXAS 76262 (817) 430-0552 of the City of ROANOKE , County of DENTON and state of TEXAS , Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First part (OWNER), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: BIDII 9977 BONNIE BRAE PAVING 6 DRAINAGE AT THE BID PRICE OF $1,517,930.25. 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 said construction, 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 other drawings and printed or written explanatory matter thereof, and the Specifications therefore,as prepared by cTTY OF DFNTON FNa TNRRRTxa JERRY CLARK_ a o w is are made a part ereo an co ective y ev> ence and constitute the entire contract. CA - 1 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 tim.: 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 Corms a part of this contract, such payments to be subject to the General ana special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year ana aay first above written. AT ST: (SEAL) ATTEST: SUNMOUNT CORPORATION Party of the Second Part, CONTRACTOR TItle (SEAL) _ APP VED AS TO 17M: City Attorney CA - 2 PERFORMANCE BOND STATE OF TEXAS S COUNTY OF 1„YG -6) S KNOW ALL MEN BY THESE PRESENTS: That SUNMOUNT CORPORATION of the City of ROANOKE County of DENTON , and State of TEXAS as principal, and 1 6MP21MI authorized under the laws of he State of Texas to act as surety on bonds for principals, are held and firmly bound unto TTHELLCTIITYppOFF gIDENTON TEXAS , in the penal sum Of M Rqj LAHUNNO3YpOHUNDRED SEVENTEEN THOUSAND, NINE HUNDREOl1dr3 ($1,517,930.00 ) 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 City of Denton, dated the 3 day of MAY , 19_0 . 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 faithfully perform said Contract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by 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 - 1 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 signed and sealed this instrument of al 19~. SUNMOUNT CORPORATION PRINCIPAL BY~ Titles s - ~r a/ice' v'"PV Address: P.O. BOX 1770 ROANOKE, TX 76262 and Surety have this Yd- day ~CLr{-c 3b4- - 1~11~~-T"Pxas ~5 ~1-53(do name and address of the Resident Agent of Surety is: PB - 2 For verification of the authenticity 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 PAYMENT ND STATE OF TEXAS I $ COUNTY OF I Y1 (~(1 S KNOW ALL MEN BY THESE PRESENTS: CORPORATION Of th County of DENTON~-~ ,,sand as Principal, and ~,C!.ahn J)ii Is,-c authorized under the laws of the Surety on bonds for principals, are That SUNMOUNT B City Of ROANOKE the State of TEXAS e7k / nmny State of T xas to act as held and firmly bound unto The City of Denton, Texas, in the penal sum of ONE MILLION FIVE HUNDRED SEVENTEEN HOUSAND,NINE HUNDRED THIRTY AND Nn/innDollars ($1,517,930.00) 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 city of Denton, dated the , day of MAY 19, 89 , to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed. pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by the acts of the 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 acc)mpanying 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 thisZP--d day of 19-• SUNMOUNT rf1R Pl1RATT(1N PRINCIPAL By G~ 7-. Address: P.O. BOX 1770BOX 1770 ROANOKE. TX 76262 tRRCr I:QM 08 1) SURETY O ~J By - Title Address:,'-) I V111V_VUHLA LXUXe hL~ ;664 I III I I~uC1'~ 152M - -56(0 name and address of the Resident Agent of Surety is: PB - 4 MAINTENANCE BOND THE STATE OF TEXAS COUNTY OF DENTON That as Principal, and KNOW ALL MEN ,Y THESE PRESENTS: a corporation authorized to do business in as surety, do hereby acknowledge themselves to pay unto the City of Denton, a Municipal State of Texas, its successors and assigns, the state of Texas, to be held and bound Corporation of the at Denton, Denton County, Texas, the sum of ONE. HUNDRED FIFTY ONE THOUSAND, SEVEN HUNDRED NINETY THREE DOLLARS AND NO/ 100 151 793.00 the said sum being ten (101) percent of the tota amount of the hereinafter mentioned contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and assigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, the principal has entered into a written contract with the said City of Denton to build and construct BID# 9977 BONNIE BRAE PAVING S DRAINAGE IMPROVEMENTS $1,517,930.25 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 incor- porated herein by reference and made a part hereof as though the same were written and set out in full herein; NOW, THEREFORE, if the Principal shall well, truly, an faithfully maintain and keep in good repair the work contracted to be done and performed for a period of one (1) year from the date of acceptance in writing by the city of Denton and do all necessary work and repair of any defective conditions growing out of or arising from the improper work of the same, including, but not limited to, any settling, breaking, cracking or other MB - 1 defective condition of any of the work or part thereof arising from improper excavation, oackfilling, compacting or any other cause or condition, known or unknown, at any time airing the period of this bond, which the city engineer, whose judgment shall be final and conclusive, determines to be the result of defective work, materials or labor; then this obligation shall be void, otherwise to remain in full force and effect. In case the said Principal shall fail to maintain, repair or reconstruct any defective condition of the work as determined herein, it is agreed that the City may do said work and supply such materials as necessary and charge the sum against the said Principal and Surety on this obligation. It is further agreed that this obligation shall be continued one against the Principal successive recoveries may be had hereon of the conditions herein provided until bond shall have been exhausted, and i that the obligation to maintain sai throughout said maintenance period, an changed, diminished, or in any manner during said time. and Surety and that for successive breaches the full amount of this is further understood d work shall continue i the same shall not be affected from any cause Provided, further, that if legal action be filed on this bond, venue shall lie in Denton County. IN WITNESS WHEREOF, this dupli atg, each one o which shall the ML day of 3~ instrument is executed in be deemed n original, this A.D., 15_. PRINCIPAL SUNMOUNT CORPORATION n~ GC BY : 4 Title a~ Ma - 2 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 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 $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, 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 $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 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: 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 Contractor directly in writing. Any notice to proceed that is issued shall be subject to such approval by the Owner. I Certificato of insurance ",LIED AS A LATTER OF INFORMATION ONLY AND CONFER: ' O RIGHTS UPON YOU THE CERTIFICATE HOLDER 7HI9 CERTIFICATE IS NOgAN pSl/IANCE 1^1115 CFIII/ 1CAIE 1S IS I FK)LICY AND DOES NOT AMEND. EXIEND. OR ALTER THE COVERAGE AFFORDED BY 11 1: POLICIES LISTED BELOW. BID It 9977 BONNIE BRAE PAYING AND DRAINAGE - This Is to Certify that LIBERTY SONMDM CO>~=10 Name and Mu~ruAL. P.O. DOZ 1770 JtE.C[ J11~(] ~~1> u"- address of >ltytRO m, TZ 76262 J JZ'JAursd. I is,, at tla Issue dale of This certificate, Insured by the Company under The policy(ies~led below. The insurance afforded by the listed pWky(bs) le Iplbiedt to all (heir terms, exclusions and conditions and is not altered by any requirement, term or cogditbn of any contract or other document with respect to which Ihis certificate may be issued I~J ~ pgvnxalm {n CERT. EXP. DATE' LIMIT TYPE OF ❑CONPNUDUS POLICY NUMBER OF LIABILITY POLICY []EXTENDED - ]U POLICY TERM EMPLOYER S LIABILITY COVEMGE AFFORDED UNDER WC. USN OF THE FOLLOWING STATES: Bed N Iniory By ACCHMa' 500.000 Ea. Am WORKERS' Bod:N InNry By Obasea ENSATION 5/30/90 NC2-611-004030-099 5witwo ALL STATES ]ZC"' EaR°°01 COMP Bodily Inury By Dbe It WC1-611-004030-089 500'000 Pd Ura General AMI: Otl olher If-Poodlrole/Cardeled 01twati" 0/90 Rol-611-004030-109 2,000*00~ 5/3 A t a1wne ggrega e I~d 2.000,000 rry Demaea Liability Really InNrY and Rom fly W 2 a 000 a 000 per ocaarerce ❑CLAIMS MADE Porealal and Ad+erldnq try" or ptt~! co g rn:,ru nntE miter QQT, LIAEILITla =u► - ORS/CUNTRACTMS I RUMWWZa! UMD " l CONTRAL O ]OCCURRENCE , ..ROPRM VAIN= SPECIAL/EXCL ENDORSEMENTS r _90tNf9EACH ACCIDENT-SINGLE LIMIT-11L AND P.D. COMBINED > 2 L19 OWNED 5/30/90 AST-611-004030-119 EACH PERSON ENT I 1 QQ ANON-OWNED A81-611-004030-139 D EACH ACC EACH ACCIDENT OR OCCURRENCE $ OR OCCURRENCE HIRED The City of Denton 1s an additional insured on General and Auto Liability Policies. 0 LOCATION(S) OF OPERATIONS R JOB r (if ApPlicaNe) ' DESCRIPTION OF OPERATIONS: COVEtts ALL WORK pERlOM" ET s MM T" RAM, L ID. To CMINWAL UNITED STATES i will be ratified it coverage is terminated or, reouceq Peters um 'll the certificate expiration data is continuous or extended term, you you will rot be notified annually of the continuation of coverage NOTICE OF CANCELLATION: THE COMPANY WILL NOT TERMINATE OBTiEDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNLESS 33Uu NOTICE OF SUCH TERMINATION OR REDUCTION HAS BEEN MAILED TO: nil, The City'of Denton CERTIFICATE 215 E. McKinney Street t IOLDER Denton1I ~x 76201 L J Liberty Mutual Insurance (iron May 22 OAT ~kI CT 06492 Ma D22.-1 ISSUED 9 OFFICE ` _ - - Certificate of Insurance I HIS CFRTIFIGA E IS ISSUED AS A ,.LATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON YOU THE [ Akin nnas NnT AMEND-EX I END, OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW I,1- . , , ' I'I 1T~ 1101-DERI UH CERTIFICATE IS NOT AN INSURANCE Bid #9977 Bonnie Brae Paving This is to certify that FSunmount Corporation P.O. Box 1770 Roanoke, TX 76262 & Drainage 1919 MAY 17 N1 Name and address of Insured. 19AERTY MUTUAL is, at the insurance to all their sterms, date annd is not alltered by any requirement, term or condit on ofeany contract or other document with respect to which exclusions and i conditions insured this certificate may be issued. CERT. EXP. DATE' LIMIT TYPE OF ❑CONTINUOUS POLICY OF POLICY ❑EXTENDED NUMBER LIABILITY ~r] POLICY TERM - COVERAGE AFFORDED UNDER W.C. EMPLOYER'S LIABILITY LAW OF THE FOLLOWING STATES. Bodily Injury By Accident E. Acc WORKERS' Bodily InwrY ey Disease TX Ea Pers. COMPENSATION 5/30/89 WC2-611-004030-218 mdlry Injury By Disease PoI Limit 500 Ono General Aggregate-Other than Products/Completed Operations 8 5/30/89 RG1-611-004030-22 gregate esIiWs A l t d O g e e Products/Comp p a Bodily Injury aM Properly Damage Uadhly ~ w z per occurre.e U } I- ❑ CLAIMS MADE Pars.al and Adverbseq Injury per pers./ JJ IXganV2lWn UQ REinO DATE 1 W1 , Other Contractual Liability, XCU, Independent i ve, Contractors/Contractors Protect O [XI OCCURRENCE D amage Broad Form Property I U I SPECIAL/EXCL ENDORSEMENTS 38 EACH ACCIDENT-SINGLE LIMIT-B I. AND P D COMBINED no 9 000 ® OWNED 5/30/89 AS1-611-004030-2 , , EACH PERSON I- Z) L'9 NON-OWNED AE2-611-004030-248 EACH ACCIDENT EACH ACCIDENT F OR OCCURRENCE $ OR OCCURRENCE J LJ HIRED Ww x O LOCATION(S) OF OPERATIONS & JOB # (If Applicable) DESCRIPTION OF OPERATIONS: Covers all work performed by the named insured in the Continental United States d He ever 'Il the celbhcate expiration date is continuous or extended term, you will be noafled If coverage is terminated or reduced before the cerbhcate expiration ate. w , YOU will not be notified annually of the continuation of coverage. Liberty Mutual NOTICE OF CANCELLATION: THE COMPANY WILL NOT TERMINATE O/ REDUCE Insurance Group THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNLESS 30 DAYS NOTICE OF SUCH TERMINATION OR REDUCTION HAS BEEN MAILED TO: City of Denton 215 E. McKinney Street HOLDER A-f Denton, TX 76201 AUTHORIZED REPRESENTATIVE I J 5-11-89 Wallingford, CT L DATE ISSUED 6S772 R<' ~ T I, 9, ruvox- C~4ra assnfvvdod by lwsv C1,11 IS T„ti .r 3/I r,H91v MOnint CONDITIONS ADDITIONAL INSURED: The City of Denton, its elected and appointed officials, officers and employees. (This does not apply to worker's Compensation.) NOTICE OF CANCELLATION: Prior to any material change or cancellation, the City of Denton will be given 30 days advance written notice mailed to the stated address of the Certificate Holder, City of Denton. 1. 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. 2. 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. 3. 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. CI - 4 BID 9977; , PROPOSAL . TO THE CITY OF,DENTON, TEXAS FOR THE CONSTRUCTION OF . Bonnie Brae Street Paving and ,Drainage; IN DENTON, TEXAS The undersigned, as bidder, declares -that' the -only person. 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,,,N6tice 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 accordancerwith'the`- provisions to the General Conditions.' Similarly,` they may: be z decreased to cover deletion of work so ordered;, It is understood and agreed that the work. is to be completed in full within the number of workdays shown on the bid tabulation,,,'' sheet. P - 1 WORK DAYS lUU- BID NO. 9977 '.-Bonnie Brae Street Paving and Drainag e (8' Asphalt) PO' NO. - BID TABULATION SHEET"., . - - ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL I Contractors Warranties I I L I ee o:/LS I $ 2 o I I $ ee 201000, 1.21 I and Understandings I S I O 4 I Preparation of I I I I LS I I $ AM07LS i I $ Z0 0n•°••• ` 3.1 I Right-of-Way , I Barricades, Warning I I I °o I_ $ : ~D OAO 8.1 I Signs and Detours I - I LS I OQxJ• %LS I , • 3-A I Remove Concrete Pavement I 480 I BY I $ /SY I $ 7Z0. , I Remove Concrete I I I- o° I o•+ ` ' 3-B I Curb and Gutter I '2, 719 1 LF /LF I $ Z 7/9• I Remove Concrete /By I $ 5o /O/2 3-C I Driveway and Sidewalk I 675 I SY I $ , I Remove Culverts I I I 11 : oo I:., 1 . 11 : - SP 42 I and Associated Headwalls I 20 I EA I $ DSO /EA I $ 3.000. , i 3.3 I Unclassified Excavation I 16, 235 I I CY I I $ e ' /CY I"$ 65! 9y0.°=: ~ 4.6-B I 6' Lime Subgrade i 55 705 I SY I $ • /SY I $ I Type A I 670 I I "Ton I I $ o° . (05 ~/Ton I I $ S O.°s. iC3,S 4.6-A I Hydrated Lime Slurry I _ _ I 4 1/20 Asphalt I 48 750 'By I I 5•' /SY 1 $ Z43.750• 5.7-B I Pavement (Type A) , - _ 1 2" Asphalt i I I $ /SY `'z 1 I$ eo ZS /•o J~ 5.7-A I y Pavement (TV a A) I 54, 610 I SY I • I _ , , 1 1 1/2" Asphalt I 48 750 I I SY I I $ eo 2- /3Y " I$ ov 97,500.' 5.7-C I Pavement (Type D) , I 1 5.7-D I 2' Asphalt Pavement (Type D Patch Material) I I 50 I I Ton I I$ 30 c/Ton I$ / SOO D- 1 I ( I LF I I $ e /LF s I $ 4Q~ cc g Jr 8.2-A I Concrete Curb and Gutter I 19, 180 • i . I I 7 4 5 1 Class A Concrete I I 40 I "CY I $ 3ZS. -/CY I$ /3.000•a- I I I SP-3 I Reinforcing Steel I I 3 000' I LB I $ /LB i $ /S~•e~ 6 3 A 1 4 Concrete Sidewalk I 17 I BY I$ ZS BY 1 1 •V2 5 I 8.3-B 1 6 Concrete Driveway I I 1 1005 " ,I I ' SY I I $ ZS.''/SY " I$ • Z5/25'. i I 425 I BY I $ ZZ•e~/SY L$ 9350,4° 8 15 A I Concrete Ri -Rap 1 6' Colored and Textured 1 1 I I " 5.8-A.2 I Concrete Flatwork I 400 I BY I $ 30.- /SY I $ I /Z,o00. : SP-40.A I Rebuild 11' Inlet I I 2 I I EA I I S ZOO-°~/EA I . y('b•~e'" ' 1 I I 2 I 1 EA I I $ /ho EA I I $ _ ZZ.O. 8.15-B I Concrete Flume , I 8.11-A I Metal Beam Guard Fence I 1 260 I 1 LF I ' I $ o0 I`~ -/LF 1 i $ .96-/G. - 1 I I I ~ e 20 3An. /Fn 14 20~. P - 3 WORK DAYS 100' BID, NO., 9977 Bonnie Brae Street Paving and Drainac ez(Asphalt) ° PO' NOt y BID.TABULATION -SHEET ITEM DESCRIPTION - QUANTITY ' UNIT = UNIT PRICE TOTAL , 5.8-A.1 I 6" Concrete Flatwork I ' 320 1 sY I -Zq /SY 13 7680.6=- SP-40.B I Rebuild Concrete Man Holel 1 1 EA I 350.'7Ep SP-15.B I Adjust Man Hole `6 EA'' SP-15.A I Adjust Valves 1 • ' EA 1 150. "/EA - I /gOO. SP-2 I Saw Cut - I 595 1 LF I $ -~.f JLF I $ 595.°~ - 3.7 1 I I Compacted Fill ' i I 435' I /CY I $ 13/ 5135 - . SP-41 1 Relocate Fire Hydrant I 1 " I EA I $ SOO.'-/EA' SP-21 I French Drain I 5,000 I LF" ` I" $ '7• /LF I $ 35000, - 3.10.7 1 Hvdromulch' I ' 81520 I SY I /SY 13 Z55/o oe I Flex Base .I 4.5 1 Material for Driveways i ' 300 I SY I $ 2. /SY I '750• 2.12.3-A I 15" RCP Storm sewer I 107 I ' LF I $ ',ZO•'/LF 2.12.3-B 1 18" RCP Storm Sewer" I 496 I LF' I $ ZZ. -/LF' 2.12.3-C I 24' RCP Storm Sewer I 258 I LF I $ Z7.o~ /LF 1 $ . (96(, ;00 2.12.3-D I. 27" RCP Storm Sewer' I ' 87'' LF 2.12.3-E I 30" RCP Storm Sewer I 48 LF I $ 3~ ~~/LF I $ l7Zgv,oo - ` 2.12.3-F I 36" RCP Storm Sewer I z 1,821 I LF I $ /LF I $ 2.12.3-G I 42" RCP Storm Sewer I ` 3,374 1 LF I " $ SD• ` /LF I $ Pf 2.12.3-H 1 15' Class IV Storm Sewer I 170 I ' LF I ' Z1.12/LF ' I $ 3570. 0._ { 2.12.3-1 I 24" Class IV Storm Sewer 630 I LF z70. 2.12.3-J i 42" Class IV Storm Sewer I ' - 500 I LF ~ 0. /LF I $ 31~Sa~. - 2.12.3-K 1 18" Class IV Storm Sewer I 114 I LF j Z3%LB 1 3 Z6ZZ. 2.12.3-L I 8' x 6' Box Culvert I 280 I LF'" `/LF I"'$ $~0,OOO.--' 2.12.3-M 1 4' x 2' Box Culvert ( 90I 'LF' I$ 75 c-/LP 13 X750%°0 P 4 : WORK DAYS 100 • "-BID NO. ' ' Bonnie Brae Street Paving and Drainag e (Asphalt) _ :'.PO NO. ' - BID TABULATION SHE ET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 7.6 I I 1 4' Man Hole and Cover I _ I 1 I EA' I 00 - ( $ ' 600•7EA I i $ pe 1 5 x 5 Junction I i I I. 7.6.A-1 I Box and Cover I 2 I' EA . eo I $ 2000. SEA "I $ i~000•°~ ' 1 6 x 5 Junction I I I ee I " pe 7.6.A-2 I Box and Cover I ' 1 I EA` 1 $ ZZOO•/EA I $ Z2.00.-'. 1 8 x 5 Junction I I I. °e I 7.6.A-3 I Box and Cover I 3 1 EA 1 $ 2500. 7EA 1 $ 7500-'= 10 x 5 Junction " 7.6.A-4 I Box and Cover I '2 1 EA I $ 3060•`*/EA- I $ ~o0a0 110 x 10 Junction I I I: "O oe y 0O A ` D0 7.6.A-5 I Box and Cover I 1 I EA' • %E I $ I $ • 7i I Rebuild Existing I . I I I'. SP-40.C I Junction Box I 1 I - EA I $ 4040.0;~/EA 1 DOO.°~-, 7.6.A-6 I 4' Curb Inlet I 4 I EA I ' $ ~ZDD/EA I $ y~~•0~ 7.6.A-7 I 6' Curb Inlet I 22 1 EA 1 $ 1300.7EA I $ Z8, 600. - 7.6.A-8 1 8' Curb Inlet I 4 I EA /EA I S 36~ 7.6.A-9 1 I 1 10' Curb Inlet i I 1 i EA 1 I /500 /EA .1 I $ /SOO.o__' I 7.6.A-10 I 1 6' Special Type II Inlet I I 2 1 EA I I $ ~~40.°O/EA I I$ 3206 - 7.6.A-11 1 6' Special Type V Inlet I 2 I EA I $ EA i' $ '3y00•°~ 7.6.A-12 I 10' Special Type V Inlet I 1 I EA I $ 26040.0%EA I$ 2600•°' ,y" SP-40.D I Rebuild 8' Inlet I 2 I EA I $ 2000. /EA I $ S/000,e_ - I Rebuild Existing Special I I I eo I °o.. SP-40.? I Type IV Inlet I 1 1 EA I' $ 3ppO• /EA I $ 3ooO, 2.11.5 1 Inlet Frame and Cover I 27 I EA I $ 70, /EA I $ - 1,090,4* I Break Into Existing. I I. I 5 o!! I,- e° _ SP-31 I Concrete Structure i 6 1 EA 60- /EA I $ SP-4 I Lower Water Lines I 1 I EA I $#7SD.%EA I $750.0_" 8.12 I Aluminum Hand Rail 1 78 1 LF" 350-/LF I $ Z736•a- ~ ' I ~ . SP-37 I I I Excavation Protection I 1 I LS I q~<, I $ ~DDOO. /LS I $ ee r0i00a• ^ . SP-39 I Project signs I 2 1 EA I $ S'00. /EA I $ L000•0•- ` SP-44 1 Remove 66" RCP I 133 1 LF I $ S.' /LF 1'$ 4tS 1 SP-40E I I Rebuild Grate Inlet I I 2 1 EA i p0 I $ 500. %EA I I $ SCUD. . P - 5 Bonnie Brae Street Paving and Drainage (Asphalt) , BID TABULATION SHEET ITE WORK DAYS 100 BID NO. PO . NO.9'9'77-- DESCRI I I I I 1 2.12.3-N 1 8' x 2' Box Culvert 1 53 1 LF I $ Ph.°-/LB I t W,-a^ °5 SP-10 I Rock Excavation I 50 1 CY I $ CY I $ 3Soo°= i Rebuild Existing I I I I SP-43.A I Wire Fence I 1,233 I LF' So /LF 1 5= - /8y9. SP-27 I Sprviap TAnp nA in etmunhc I A I PT 1 @ 7411 SP-43.B I Rebuild Pipe Rail Fence 1 147 1 LF 1 $ .5./LF 1 $ I I I I I i, *3.10.3 I Seed_ngI 8,520 I SY" I $ A ZS'/SY I $ Zf30;°O Z^ I I I I 1 i I I I i I I I I I I I I I I . I i I I.' I I i I I I ` i I I I I I 1 i I I I *This item may replace 3.10.7 (Hydromulch) P - 6 WORK DAYS 100 ; BID N0. 9977 " Bonnie Brae Street Paving and Drainage (6 1/2" Concrete) - PO, --NO... BID TABULATION, SHEET tj C> ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE *TOTAL I Contractors Warranties 21 1 I and Understa di I' ( LS I L $ . n ngs / S I $ i Preparation of I _ I I - I 3.1 1 Right-of-Way I I LS 1 /LS I I Barricades, Warning I I I " - ` I 8.1 I Signs, and Detours i i LS " /LS 3-A I Remove Concrete Pavement I 480 I 'SY /Sy I $ I Remove Concrete 3-B I Curb and Gutter i ' 2, 719 i LF' I /LF I $ " i Remove Concrete ' 3-C I Driveway and Sidewalk I 675 I SY I $ /Sy I $ ' I Remove Culverts SP-42 I and Associated Headwalls l 20 'EA I /EA I $ 3.3 I Unclassified Excavation I 14, 135 I CY I $ ' /CY I $ 4.6-B 16' Lime Subgrade I 55, 705 1 SY 1 $ /Sy Type A 4.6-A I Hydrated Lime Slurry I 670 I Ton I $ " '/Ton I I I " I I 5.8-A.1 I' 6 1/2" Concrete Pavement I 52, 730 I SY - I' 2" Asphalt Pavement 5.7-A I (Type A) I 755' I SY i $ /SY I $ 14 1/2" Asphalt Pavement 5.7-B I (Type A) I 755 1 SY I $ - /SY .I..$ . 11 1/2" Asphalt Pavement' I I i I 5.7-C I (Type D) I 755 1" SY I /Sy i 2" Asphalt Pavement I I I I.. K '1_n I rm....e T D~1. Mn«e.; mi 1 1 sn - 1 mom.. 1 -s - /m,,,, I a. - ntegral Curb I 19,180 i LF I $ /LF lass A Concrete 140 I Cy I $ /CY 1 einforcing Steel I 3,000 I' LB I $ /LB + !•nnnrn«o c: Auo,a74 1 17 1' Rv I Q '/CV` 1.Q 8.3-B 16" Concrete Driveway I 850 BY /SY 8.15-A I I I Concrete Rip-Rap i 425 I I BY I _ /Sy i 5.8-A.2 16" Colored and Textured .I I Concrete Flatwork I 400 1 I SY I I$ /Sy I SP-40.A I Rebuild 11' Inlet I 2 I EA' I' $ /EA I $ 8.15-B I i I Concrete Flume I 2 I I EA I I /EA i - I $ , SP-40.B i I I Rebuild Concrete Man Hole[ 1 I I EA I. 1 $ /EA I I $ SP-15.B I I I Adjust Man Hole I 6 I EA I I " $ /EA I I $ P - 7 Bonnie Brae Street Paving and Drainage (Concrete) BID TABULATION SHEET ITEM DESCRIPTION' QUANTITY UNIT NIT WORK BID PO, PRICE' DAYS ' 100 NO.9377-_;. NO.-' - TOTAL . SP-15.A I I 1 Adjust Valves i i 12 1 EA I I $ /EA I I $ - SP-2 I Saw Cut I 595 ( LF I $ /LF I'$ 3.7 I Compacted Fill I 15,540 I CY I $ /CY SP-41 I Relocate Fire Hydrant I 1 I EA SP-21 I French Drain 1 5,000 I LF I $ '/LF I$ 3.10.7 1 Hydromulch 1 8,520 I Sy 1 $ /SY I $ 4.5 I Flex Base 1 Material for Drive I 300 i Sy 1 $ /SY I $ 2.12.3-A 115" RCP Storm Sewer I -107 I LF 1 $ /LF I $ 2.12.3-B 118" RCP Storm Sewer I 496 i LF 1 $ /LF I 2.12.3-C 124" RCP Storm Sewer I 258 1 LF 1 $ /LF: I $ 2.12.3-D I I I 27' RCP Storm Sewer I I 87 1 LF I 1 /LF 1 I - % 2.12.3-E i 1 30" RCP Storm Sewer I 48 I LF 1 $ /LF '1 $ 2.12.3-F 136" RCP Storm Sewer I 1,821 I LF 1 $ /LF 2.12.3-G 1 42" RCP Storm Sewer I 3,374 I LF I $ /LF I $ 2.12.3-H 1 15" Class IV Storm Sewer I 170 I LF I $ /LF I $ 2.12.3-I 1 24" Class IV Storm Sewer I 630 I LF I $ /LF I $ 2.12.3-J 1 42' Class IV Storm Sewer I 500 1 LF I $ /LF' I $ 2.12.3-K 1 18' Class IV Storm Sewer I 114 1 LF I $ /LF I $ 2.12.3-L 1 8' x 6' Box Culvert I 280 I LF I $ /LF I $ 2.12.3-M 1 4' x 2' Box Culvert 1 90 1 LF I $ /LF 1 $ 1 7.6 I 14' Man Hole and Cover I i 1 1 I EA 1 $ /EA 1, 1 $ 1 7.6.A-1 I 5 x 5 Junction I Box and Cover I I 2 1 I EA 1 $ /EA I I $ 1 7.6.A-2 I 6 x 5 Junction BOX and Cover I 1 1 EA I $ /EA I $ 8.11-A I Metal Beam Guard Fence I 260 1 LF 1 $ /LF I $ I 8.11-B I I Terminal End Sections I I 4 1 I EA I $ /EA I' I P - 8 WORK DAYS 100 " BID NQ.9977 Bonnie Brae Street Paving and Drainage (Concrete) PO . NO. BID TABULATION SHEET a.f ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 1 8 x 5 Junction .I I I I 7.6.A-3 I Box and Cover I 3 I EA I $ /EA I $ I 10 x 5 Junction 7.6.A-4 I Box and Cover I 2 I EA I $ /EA I 110 x 10 Junction 1 7 1' I I: 7.6.A-5 I Box and Cover i 1 I EA I $ /EA 1 I Rebuild I I. I I SP-40.C I Existing Junction Box I 1 I EA I $ /EA I 7.6.A-6 14' Curb Inlet I 4 I EA I /EA _ 1 $ ),:M1 r 7.6.A-7 1 6' Curb Inlet I 22 I EA I $ /EA I $ 7.6.A-8 1 8' Curb Inlet I 4 I EA I $ /EA I $ 7.6.A-9 I 10' Curb Inlet I 1 I EA I $ /EA 7.6.A-10 i 6' Special Type II Inlet I 2 I EA I $ /E'A ~ 7.6.A-11 I 6' Special Type V Inlet I 2 I EA I $ /EA 7.6.A-12 110' Special Type V Inlet I 1 I EA I " $ /EA I $ I Rebuild I I I SP-40.D 1 8' Inlet I 2 I EA I $ /EA I $ I Rebuild Special I I I I SP-40.F I Type IV Inlet i 1 I EA i $ /EA I $ 2.11.5 I Inlet Frame and Cover I 27 I EA I $ ' /EA I $ I Break Into Existing I I I,; 5 SP-31 I Concrete Structure I 6 I EA I $ ` /EA I SP-4 I Lower Water Lines I 1 I EA I $ /EA I " I 8.12 I I Aluminum Hand Rail I I i 78 I I LF I /LF' I I $ SP-37 I Excavation Protection I I LS 1 /LS I SP-39 I Project Signs I 2 I EA I /EA I $ - ' SP-44 I Remove 66' RCP I 133 I LF I /LP SP-40.E I Rebuild Grate Inlet I 2 I EA I $ /EA I $ - 2.12.3-N 1 8' x 2' Box Culvert' 1 53 I LF I $ --/LP" 1 $ ' I I I I 6n I I ov I • It /0V I, 1 't - 1 nGlILL11U YA1Jb Ylly 1 1 1 - 1 SP-43.A I Wire Fence I 1,233 I LF I $ /LF I $ - P - 9 Bonnie Brae Street Paving and Drainage (Concrete) BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT - NIT WORK BID PO „ - PRICE DAYS 30 N0. T977 NO. - TOTAL SP-27 I Service Line Adjustments 1 4 1 EA I $ /EA I $ I SP-43.B I I I Rebuild Pipe Rail Fence I 147 1 LF I I $ /LF I'$ I I I I TOTAL i I *3.10.3 I I I Seeding I 8,520 I SY I I $ /SY I $ I i I I , I _ I I- I 1 I . i i I I I I I I I 1 I i ' i I I I - I - i 1 I 1 I I This item may replace 3.10.7 (Hydromulch) P - 10 3.3 1 Unclassified Excavation I 760 I CY I $ 6•°'/CY "4560.°-. I Class A Concrete' 8.7 I Retaining Wall I 100 I LF I ` $ 3d)*o/LF I $ 8.15 I Concrete Rip-Rap I 220 ' I SY Z3•-/SY $'~5OC~O.pO 8.3-A I 4• Concrete Sidewalk I 4,300 I SY 1 3.10.7 I Hydromulch I 9,830 I SY I ~ /SY 'I $'"Z 949.°-''? 3.7 I Compacted Fill I 850 I CY " I $ 7• /CY I ` 35rafl• 3.9 I Sod I 250 I SY 1" 5 3•°- "/SY' I $ 7500°°s ~ 14' x 5' Textured I I I, - eo ~J SP-45 I StPPI P1atP i 1 I EA I " $ ZOO.%EA.. .I, $ I 9-74d I T.F -I 4'% /T.R' I S'~•I1//JL' 1 I I I r I I I ~ I I , 1 1 TOTAL I $'93.SZO.;' ; l~- '3.10.3 1 Seeding I 9,830 1 SY I $ Q /sY' I 2957. 1 I I I "I , , BID SUMMARY A. Bonnie Brae Street Paving and Drainage B. Bonnie Brae Street Sidewalk (4" concrete) Bid Total Price Asphalt" i~l2y~yl0.zs 100 work days- 6 1/2" z 100 w rsr tit~~' $ 43,SZO AJo 30 work days 30 work days $ i~51-7, 930.z5 No/3;~ ti In the event of the award of a°contract to"the undersigned; the undersigned will furnish, a. performance> bond and.>a;.payment: bond ; t for the full amount of-- the contract, : to;.secure~, io erg`. P P d, . compliance with the terms and "provisions 'of.-the contract',:`t,o=`~' insure and guarantee the work: until finali,:{completions:r~.and,.'<<„~"'=;• guarantee acceptance, and to payment "for a11:,lawfuY' claims,;`'for F;?> labor performed . and materials' - furnished ' i,n,the fulfillment;;";of'.,= the contract. e a3. ? It is understood that the work proposed to e''one` 'shall`'be.;t_ accepted, when fully completed- and finished:;in accordance','with the plans and specifications,,-,tothe satisfaction of the Engineer. ..I._ _ _ _ ura The undersigned certifies that',the bid 'prices :.contained in `this b,';< 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. 1I _ 1 : v, 4 fi4K V SC4 NM0(4li7 CONTRACTOR < iL~s rG~•l r: f~` O.~r OX )776 " Street Address , l eKaS a A) 0 e K 7B City and tate Seal Authorization (If a Corporation) (817) 055z Telephone I: B - 2