Loading...
1988-1410923L AN ORDINANCE ACCEPTING AWARD OF CONTRACTS FOR FOR THE EXPENDITURE OF EFFECTIVE DATE NO � COMPETITIVE BIDS AND PROVIDING FOR THE PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FUNDS THEREFOR, AND PROVIDING FOR AN WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of state law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvementa described in the bid invitation, bid proposals and plana and specificationa therefore, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the construct on o public works or improvements, as deacribed in the "Bid Invitations", "Bid Proposals" or plans and specifications attached hereto are hereby accepted and approved as being the lowest responsible bids BID NUMBER •::. CONTRACTOR Sunmont Corporation AMOUNT $669,519 71 SECTION II That the acceptance and approval of the above compet t ve s 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 peraon shall comply with all requirements specified in the contract�anddfurnishing oifgperhformanceyandepayment bondsWrafter notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute a 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 contracte are made in accordance with the Notice to Bidders and Bid Proposals, and dol nsnt andYesgecifications� specifying the terms, conditions, p P standards, quantities and specified sums contained therein SECTION IV That upon acceptance and approval of the above compet t ve s and the execution of contracts for the public works and improvementa as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as apecified in such approved bids and authorized contracts executed pursuant thereto SECTION V That this ordinance shall become effective imme ate y upon its passage and approval PASSED AND APPROVED this the 6th day of September, 1988 ATTEST / � . •. : L...--' —� ' �� , � �.�. � I L ERS, CI / CRE�AitY APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY � . I l�� � ,il �' �JI�.a_./ / PAGE TWO DATE SEPTENIBER 6, 198 CITY COUNCIL REPORT TO Mayor and Members of the C3ry Councfl FROM Uoyd V Harrell, Clty Marmgsr SUBJECT ��p�9�GE/MAGNOLIATSTREET11PAVING &YDRAINAGEPAVING RECOMMEN�ATIONe We recomnend this bid be awarded to the low bidder Sunmount Corporation at $595,542 il for paving and drainage and $73,977 60 for sanitary sewer construction SUMMARY This bid was sent to our regular list of vendors and contractors We received only three complete bids The low bidder on both pro�ects and also on the combination was Sunmount Corporation We then are recorrmending that both p�o�ects be awarded for the totai of $669,519 71 BACKGROU�ID Tabulation Sheet Jerry Clark Memo _ PROGRAMS DEPARTMENT OR GROUPS AFFECTED Streets �nd drainage bond programs, utility improvements, and the citizens on Bolivar and Magnolia Streets FISCAL IMPACT Street and Drainage Bond Fund and Utility Improvement Funds There is no additional impact on the General Fund Respectfully submitted v � Llo V Harrel! CIty Manager Prepared byi i ����I/���1 , �,. ,,;..,. , .,�,- -,� .,,_ .� M . • � �..�►���1'/ �Vri. ,?i�� ���� / • •� bID-,— ---------9886-------------------- BI➢ T[TlE BOLIVAR B' SANITWRY SEl�lt OPENEO AlI6UST tl� I486 --------------------------------- pCCQIlNT 1 b2�-BY8-B�71-9986 1 � ATY � ]TEN �ESCfl1PTINl -- ----' --------- � ---------------------- 1 � L6i �B�IYfdi t MA6MOLIA PIIVII� p 7AND DRAINa6E 2 � LOT tBOIiVAN SIINiTARY SEYER ; �T�TAL ; �BIU BON9 � � � � � � 7 1 � dW60E � PUBLIC 7 i ' �-------�-- ; VENDOR 1 1 1 1 � ; � 1 1 � � i � � BOB MU�E � SUNMWNT � t , � CORPONATIDN � � � � t � I � i � � � � � � _--------------� ----� � � ----- -------------- i { 0 � ; VENQOR � VENDOR i YENUOR i � 0 � � { bi2,581 &5 : 66i,133 64 i 595,512 1l i i � � ' , � 0 7 � � IBB�314 Si i ItY,456 72 � 73,47T 6B 7 _ ; p i � p 7 � 1 712�9BT 35 � 710�584 36 � 669,S19 Tl � � t � � i � t � � TES 7 YES � YES � � � � � � � � t � � � i � � 7 I � � 0 t � � � � i � � � � � � W �- {� �. IT r of DENTON, TEXAS DATE TO RECE�I.��� �;�„ 1 7 198d MUNICIPAL BUILDING / DENTON, TEXAS 76201 / TELEPHONE (817) 566 8100 MEMONANDUM August 15, 1988 John Marshall, Purchasing Agent FROM Jerry Clark, City Engineer SUSJEC� Bid H988�� The bids received on August 11, 1988 were very good The low bidder was Sunmount Corporatxon with a total bid of $669,519 71 The Public Works portion of the contract was $595,542 11 The allotted funds deducting engineering charges to date still total $600,U00 Funds are adequate to do the entire pro)ect We have worked wxth Sunmount in the past and t�ighly recommend their work Please process the bid through City Council for approval as soon as possible � � /� �-�-- --� � � � � � � n � 3_� �� � 1 �, V � �- J �3 N v � q1 ac. 4ir,_. . � � CONTRACT AGREEMENT STATE OF TEXAS )� COUNTY OF DENTON )i ��-i�/ TAIS AGREEMENT, made and entered into this 7 day of SEPTENIBER _ A.D., 1988, by and between THE CITY OF DENTON. TEXAS of the County of DENTON and State of Texas, acting through LLOYD V. 1IARRELL, CITY [v1ANAGER thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and SUI�Il140UNT CORPORAT I ON of the City of and state of ROANOKE TEXAS termed CONTRACTOR. P.O. BOX 1770 County of DENTON Party of the Second Part, hereinafter 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 (OWNFR), 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 9886 PURCFLASE ORDFR 7i8613� BOIIVAR & MAGNOLIA STRFFTS PAViNG . �.. �� .. . i :: : 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 aYtached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or CA-1 0044b �- - � , �, 4' � �_ � written explanatory matter thereof, and the Specifications there£ore, as prepared by CITY OF DENTON ENGINEERING & UTILITIES STAFF , all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONIRACTOR 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 extenaions 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 o£ this contract, such paymenta to be subject to the General and Special Conditions of the Contract. IN hTITNESS WHEREOF, the parties of these presents have esecuted this agreement in the year and day first above written. ATTEST: �. -"' `-�� ; .�`��%c� --�--'`�.�"�^ � `<,.�L -�i��j�,'� _ _ .-.�;•, ATTEST: AP OV AS TO FORM: City Attorn CA-2 0044b LLOYD V. HARRELL (SEAL) SUNMOUN"f CORPORATION Part of the Secon Part, CONTRACTOR BY ( � — �l`�4�'4 � Title ,, �� i SEAL) c�v`�'� � ��� � � Fi' .�'� ; C^ j \ PERFORPfANCE BOND STATE OF TEXAS )� COUNTY OF DENTON ) � KNOW ALL MEN BY THESE PRESENTS: That SUNMOUNT CORPORATION , of the City of ROANOKE County of DENTON , and State of TEXAS as PRINCIPAL, and SEABOARD SURETY COMPANY , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the THE CITY OF DFNTON as OWNER, in the penal sum of Six Hundred Sixtv Nine Thousand Five Hundred Nineteen Dollars ($669.519.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administratora, eaecutors, succeasors and assigns, jointly and severally, by these presents: WNEREAS, the Principal has entered into a certain written contract with the OFINIIt, dated the 7 day of SEPTEMBEF; 19 88 , for the construction of Bid Contract Number 9886 Bolivar & Magnolia Streets PavinQ & Draina�e dc Bolivar Street 8" Sanitarv Sewer. which contract is hereby referred to and made a dpart hereof as fully and to the same eatent as if copied at length herein. NOW, THEREFORE, the condition o£ this obligation is such, that if the said principal shall faithEully perform said Contract and shall in all respecte, conditions and agreementa 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 anneaed, 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 Tegas 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, speciiications, 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 o£ time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WE{EREOF, the said Principal and Surety have signed and sealed this instrument this 12TH day of SEPTEMBER , 19 88 . SUNMOUNT CORPORATION Principal 11► � •�'� - `�� '!�� • -� . . SEABOARD SURETY COMPANY Address P.O. BOX 1770 Address 5750 PINELAND DRIVE, SUITE 304 R�AN�KF, TEXAS 76262 DALLAS. TEXAS 75231-5366 P.O. BOX 2125, AUSTIN, TEXAS 78768 NOTE: Date of Bond must not be prior to date of Contract. PB-2 0091b For verification of the authenticity of this Power of Attomey you may cal I, collect, 212-943-7440 and ask tor the Power of Attorney clerk. Please refer to Ihe Power � PAYPIENT BOND STATE OF TEXAS )C COUNTY OF DENTON )C KNOW ALL MEN BY THESE PRESENTS: That SUNMOUNT CORPORATION of the City of ROANOKE , County of DENTON ,,and State of TEXAS , as principal, and SEABOARD SURETY COMPANY authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly hound unto The City of Denton Texas , OWNER, in the penal sum of Six Hundred Sixty Nine Thousand Five Hundred Nineteen Dollars ($669,519.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by thes presents: WH IItEAS, the Principal has entered into a certain written contract with the Owner, dated the 7 day of SFpTEMBFR � 198�_• Bid Contract Number 9886 Bolivar & Magnolia Streets Paving & Drainaee dc Bolivar Street 8" Sanitarv Sewer to which contract is hereby referred to and made a part hereof as fully and to the same eatent 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 oaterial 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 ii 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 accoopanying 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 WHIItEOF, the said Principal and Surety have signed and sealed this instrument this 12TH day of SEPTEMBER , 19 88 . SUNMOUNT CORPORATION Principal BY �.J� � I`� - � -G.J / . , � . Address P.O. BOX 1770 Address 5750 PINELAND DRIVE, SUITE 304 ROANOKE, TEXAS 76262 DAT.T.AS� TF.XAS �S�'t�-5366 �*`� � �� �� ,. . . � � �.i � � "�'�l/� 4 �c ��/ll�. Vi' �� c �.��,�� '`f' -. � ��'fi � `� ��L �` iSEAI.) �a'�" � `fu !� y � `'S�/ �. `�fw � C1 -ua^.�, �,i �.. � l% :� � �� iy / �. � ��i '�' C� Y'/ � �" � � ' rl �; � V � C � ^ � F'i' .. � \ �i• 'V� �% \� !�Iti The`name an3�address of the Resident Agent of Surety is: �,-_ �q' ya9'� 0092b FRANK SIDDONS INSURANCE '� P.O. BOX 2125, AUSTIN TEXAS 78768 PB-4 'i �I . , � i STATE OF TEXAS )i COUNTY OF DENTON �� I t I i�fAINTENANCE sort� � KNOW ALL MEN BY THESE PRESENTS: THAT SUNMOUNT C'ORPORATTON � as Principal, and SEABOARD SURETY COMPANY � a Corporation authorized to do business in -the State of Texas, as Surety, do hereby acknowSedge.themselves to be held and bound to pay unto thei City of Denton, A Municipal Corporation of the State of Texas, its successors and�assigns, at Denton, Denton County, Texas the sum of iixtv� 10% of Hu'ndred Fifty One Dollars ($ bb, • � 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 seqeraily. i i has and PA� whi - Cit This obligaticn is conditioned, however, that: WHEREAS, said SUNMOUNT CORPORATION this day entered into a written contract with the said City of Denton to build construct BID #9886, PURCHASE ORDER #$6135, BOLIVAR AND MAGNOLIA STREETS CNG AND DRAINAGE BOLIVAR STREET 8" SANITA h contract and the plans and specifications therein mentioned, adopted by the of Denton, are filed with the City Secretary of said City and are hereby essly incorporatd herein by reference and made a part hereof as though the same � written and set out in full herein, and: I, WHEREAS, under the said plans, specifications, aad 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 C1) year from the date of acceptance thereof and do all necessary backfilling that oay 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 ia 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 eiay do said work in accordance with said contract and supply such materials and charge the sane 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. i; I MB-1 I 0093b CIOW, THEREFORE, if the said agreement to maintain said construction and keep same period of one (1) year, as herein and said contract shall be null and void and have no further effect; force and effect. Contractor shall perform its in repair for the maintenance provided, then these presents otherwise, to reoain in full It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries oay be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been eahausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF the said SUNMOUNT CORPORATION as Contractor and Principal, has caused these presents to be executed by and the said SEABOARD SURETY COMPANY as surety, has caused these presents to be executed by its Attorney-in-Fact KAE PRIDDY and the said Attorney-in-Fact has hereunto set his hand this 12THday of SEPTEMBER , 19 88 . SURETY: 0093b MB-2 INSURANCE The Contractor is fully responsible for all losses pertaining to, resulting from, or connected with the completion of this contract. The owners acceptance of a Certificate of Insurance, that does not comply with the bid or contract documents, does not release the contractor or the insurance company from any liability, conditions or other requirements within the scope of this contract documents. It is the responsibility of the Contractor to send this complete insurance package to his insurance provider. This wi�ll enable the policies and the Certificate to include all requirements as they apply to the Contract documents. The Insurance Certificates must be returned to the City of Denton with the Contract documents for approval and execution. Al1 Contract documents must be returned to the CI7'Y OF DENT'ON, JOHN MARSHALL, PURCHASING AGENT, 901-13 TEXAS STftEET, DEMI'ON, TEXAS 76201. � CITY OF DE�FTON MINIMUM INSURANCE REQOIREMENTS INSURANCE: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall pcovide and maintain until the contracted work and/or material has been completed/delivered and accepted by the City of Denton, Owner, the minimum insurance covecage as indicated hereinafter. Satisfactocy certificate(s) of insurance shall be filed with the Purchasing Department pcior 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 eovered theceby is changed or cancelled. The bid numbec and title of the project should be indicated, and the City of �enton should also be listed on � all policies as an additional named insured. To avoid any undue delays, it is worth reiterating that: 0 2hirty (30) days advance written notice of material change or cancellation ahall be given; o The City of Denton shall be an additional named insured on all policies. I. Wo[kmen's Compensation and Employer's Liability. This insurance shall protect •the Contcactor against all claims under applicable state workmen's compensation laws. The Contractor shall also be protected against claims fot injury, disease, oc death of employees which, fot any [eason, 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 comprehensive form and shall protect the Contractor foc injuries to members of the public and damage to arising from the use of motor vehicles licensed whether they are owned, nonowned, oc hired. The liability limits shall not be less than: o A combined single limit of $1,000,000 shall be written in against all claims ptoperty of others for highway use, III. Comprehensive General Liability. This insurance shall be wcitten in comprehensive focm and. shall protect the Contractor against all claims arising from inju[ies to members of the public or damage to property of others arising out of any act or omission of the Contracto[ or his agents, employees or subcontractors. CI-1 Insucance Requirements page two To the extent that the Contractor's work, or work under his dicection, may requice blasting, explosive conditions, o[ undecground operations, the compeehensive general liability coverage shall contain no exclusion relative to blasting, explosion, collapse of buildings, oc damage to underground property. The liability limits shall not be less than o n combined single limit of $1,000,000 IV. Owner's P[otective Liability Insurance Policy. This insucance shall provide covecage 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 supervisocy acts of the Owner. Although this insurance is strictly for the benefit of the Owner, the Contractoc is cesponsible for obtaining it at his expense. The liability limits shall not be less than: o A combined sin9le limit of $1,000,000 INSURANCE SUMMARY: The Contract shall provide insurance to cover operating hazards ducing 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 deccease the liability of the Contractoc hereunder. It is expre"ssly understood that the Owner does not in any way represent that the specified limits of liability or coverage or policy forms are sufficient oe adequate to peotect the interest or liabilities of the Contactor. - Again, the Owner shall be given a certificate of insurance indicating that all of the above policies and the appcopciate limits are indeed enforced. The certificate shall also indicate that the Owner will be given at least thirty (30) days wcitten notice of cancellation, non-renewal, or material change of the required insucance coverage. All responsibility for payment of any sums resulting from any deductible provisions, corridor or self-insured eetention conditions of the policy or policies shall remain with the Contcactor. The Contractoc shall not begin any work until the Owner has reviewed and app[oved the insurance certificates and so notified the contcactor directly in w[iting. Any notice to pcoceed that, is issued shall be subject to such approval by the Owner. CI-2 O1/13/87 5 Certificate of Insurance THIS CEIRIFICATE IS ISSUEO AS A MATTEN OF INFOPMATION ONLY AND CONFENS NO NIGHTS UPON YOU TME CEIrtIFICATE�HOLDER. THIS CEIITIFICATE IS NOT AN INSUflANCE POLICY AND DOES NOT AMEND. EXTEND, OH ALTEH THE COVENAGE AFFONDED BY THE POLICIES LI5TE0 BELOW. ' Bolivar Magnolia This is to Certify that Purchase � Sunmount Corporation P.O. Box 1770 Roanoke, TR 76262 Street Paving, Drainage, and Street Paving and Drainage Order Number 86135 � Name and --- address oY Insured.- Sanitary Sewer I.IBEIi,TY u 1VI�JTiJAL �FCQ � L � is, at the issue date of this certificate, insured by the Company under the policylies) listed below. 'The insurence aftorded by the listed policylies) is subject m all their terms, exclusions and conditions and is not altered�by any requiremen; term or condition of any contract or offier document with respect to which tnis certiricate may oe issuea. TYPE OF POLICY CERT. EXP. DATE � POLICY NUMBER LIMITS OF LIABILITY � COVEFAGE AFFOR�E� UNDER WC. ' COV. B _ - LAW OF THE FOLLOWING STATES: Boaily Injury By Accidem „ -WORKERS' S-30-89 WC2-611-004030-218 ', 500,000 E,q��. � . Botlily Injury By Oisease � � � COMPENSATION TR . 500�000 Ea. Pe,so,; - Boaily InNry 8y Dlsease SOO, OOO PoI. L mi, - . - General Aggrega�e - Oi�er than PmducislComoleted OOerations � 5-30-89 RG1-611-004030-228 2,000,000 ' � ProtluctslComplere0 Operations Aggrega�e . . 2�00��0�0 J Q _ . 9o011y Inlury and Prope�ry Damage Liability - 2 w ' 2 �0� ��� - _ .. Z • s 'ner occ�rmnce �y ❑ CLAIMS MADE Personal antl ne�ernsing Iniury ' . oe� ersonl F. - o J J � � , organiration U m � ONer w � CONIRACTUAL LIABILITY, %CII, INDEPENDSNT � �y� CONTitACTORS CONTRACT R , � `L'1 OCCURRENCE ' . � p , FORH PROPERTY DAHAGE U SPECIAUEXCL � � ENDORSEMENTS - ' . p.F � owNeo 5-30-89 S1-611-004030-238 $ Z�O� ��� EACH ACCI�ENT-SINGLE LIMIT-B.I. AND P.D. COMBINED j m �] 'NON-OWNED S � EACH PERSON Q Q. - --- 'L_Gli—�QG�3�—'L(fs�. EACH ACQDENT _ _ EACH ACCIDENT. �� �`�" HIRED �� ' - - $ OR OCCURRENCE S� OR OCCURRENCE � The City of D nton, its lected and appointed officials, officers and employees are = named as addi ional insu ed to the above general and auto liability policies per the o terms of Endo sement 1 h rein attached. LOCATIONISI OF OPERATIONS & JOB # Ilf AOOlicable) , . DESCRIPTIONAF OPERATIONS: . , COVERS ALL WORR PHRFORMED BY THE NAMED INSURBD I THE CONTINENTAL_IINITED STATES � 'NOTE: Vou�will NOT be nmi(ieE annually of IM1e�continuation of Nis coverege. You will be notifietl i( this coveraBe is terminare0 or re0uce0. NOTICE OF CANCELLATION: THE COMPANY WILL NOT TERMINATE OR .� . �. � REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNLESS � � -� _3p__ DAYS NOTICE OF SUCH TERMINATION-0R REDUCTION HAS BEEN MAILED TO: � _ ' . � � City of Denton, Texas- � � /a� ,/��� Purchasing-Agent _ � /it.t�� �/���s��������� CERTIFICATE 901-B Tezas StPe2t . � ' AUTHOftRED REPRESENTATIVE HOLDER-. Denton,-TX 76201 .- 9-28'88 NORTH HAVEH, cT � � , , � �� DATEISSUED .OFFICE - — ' � . J This rertificete is erecuted by LIBEHTY MUTUAI INSUflHNCE COMPANY as respects such�insurance es is alforAea by That Company, it is ¢eecmeE �y LIBEFTV MUTUALfIflE INSURANCE COMPANY as ' res0ects suc� insumnce as is alforded by TAa� ComDang it is erecutedby LIBEHTY INSURANCE COflPOflATION as respecu sucM1 insurance as is aifortleE Ey That Comparry. BS ]]2 � �.��_.�...�.�ywYww4.�YrJ.�A�YiM/�Y�ww/��YM�YU�www�N.411 E AUULTIOtiA4 IIISUH6D ((hanere or (:ontractors) It Se agreed tl�at� 1, Tl�e "Pereone Ineured" provieion le emencled to include as an ineured [I�e peraon or organlzatlon named beloa (lierelnafter cnlled "additional ineured°) but only altl� respec to ltablllty erleing out of (I) o�'encte�or oniseloue ofrtl'eeadditlounlLineureddiby ot c�� bchalf of tl�e uemed lneured or (2) conuection wltb hle general eupervielon of such opecatione. 2, tlooe of the excluelone of the policy, except exclueion (a)� (c)� (E)� (B)� (L). �1), an (m) apply to thie ineurance. 3. Additional Excluelone. lhle ineurance doea not apply (a) [o pereonal in�ury or prape[ty dnmage occurring after (1) all wock on Che project (otlier tlian servlce� maintenance or repalr to be performed by or on behalf of the additional ineured at the ei[e of the coveced operatione liae been completed, or (2) that por[1oa of the named insured's wock out of which the injury or damage aris hes been p�t Co lte intended use by any pe[eon or organization othec than ano[I con[ractor or subcontractor engaged ln perfo[ming operatione for a principal a:• part oE the eame projectp (b) to propecty dnmage to (1) propecty owned or occupied by or rented to the additional ineured (2) pcope[ty ueed by t6e additional ineu[ed � (3) property in tl�e cere, cuetody or control of tlie edditlonel ineured or ae to wlil [he additional ineured is for eny pucpoae exerciaing pl�yeical control, or (4) wock pecformed for ti�e additional ineured by the named inaured 4. Additlonal Definition IJLen used ln refetence to thie ineurunce� furnlehed in connection therewlth. For Attacl�ment. to Policy: LCl-6l2—OU4030-227 "work" lncludea meterLale, pacte end equlpmei Page 1 oE 2 End. l: ,,�:..:.,,�`..._.....__.. __ ___.__.. _..,.._. _,_., ��� �.�an......�. ww���+r���w�l�+WY1M�W�M'rw�+�w..rr�wM Actditianal Ineuced. Ocmere or Contractore for whom Sunmount Corporation performs aork uader contcac[, and (, le requlred ln euch contrect to include t6e Owner or Contractor ae en Aclditional Ineured on tts policies or ineucauce, or 2, has ag�eed to indemnify euch Owner or Contcactor for the Ownere or Contrectora oan negltgence, and eucli agreement ie invalid by etete etatute or ineufflcient [o bind Sunmou�t Corporatlon to indemniEy eucl� Owner or Contractor for ite oan negligence� but only lf t6e (:o�porete Ineurance Plannger epecficelly requeete the Company [o extend [I�e coverage [o eucl� Sndemnitee efter an occurrence I�ae taken place wliich reeulte in a clnlm agalnet euch inJemnitee. Such ineurance ehall not apply to limite of liebility grester then those required under eucl pollciea•pcovLdednbyrSunmounteCorporationtand`�writtenebydthe Company ocGO[I�ereinauranca cecriera. Thhmdoiximntb�aaulMbV�M LIBERTY !IU'fUAL 1PISURANCE COlIPANY Prwnlum f Ell�cliw Oau . EaPln�lon ��u �� � Fa .u.��.�� �o eonw No. , LG1-612-004030-221 _ '. ��`�v� � L. �i.�—`-��..� Audf� en�� .�..�.. I••�•>•, Im'M ta . � . . Page 2 of 2 . . ,.... ....................................... � CWnlPrtipied M •••••••• lWMaWU IMV��tM 6— •. � SaN� 011ln md Na. � End. S�dd No. � Z . _ �uued mp 8-28-81 • CONDITIONS A[D11TQ�AI.'IA&�II�D: 1t�e City �' Da�trn, its elec.-ted a�d appninted �Picials, c�'ficss aid enployees. (Ttris doPS mt a�ply to Flo[iaa''s Cc�pa�satirn. ) � �' CN�i�7IATfQj: �j� t,p �y rtatcrial �g� � ��llah-irn� � �j,y pf' DHlt(Il Hjl.l bE! g1Vel � d3y3 2dVdICC Sd1ttH1 i1Dt'1a2 �Ed bJ tlle 3tHt2d 2�GC� Of tlle Ca-t3fYC2tB Eiv1dP:•, Clty c$' DHrtcll. H Y'' i'� •• P'•! .� �� uc� � •• r . • aaic . � • � • •r a a� •• r . r : .r �� � uic� � • • r � �� �- •. r � - , w r:ir • r �> •�u _ :� .� u . •' •a � w • •. •• r�, �:� c�• n � • �- •• • •� •.e w • . .x c� � r - •• r . • � ' c •c� •• r . �� � w r r, �o � •' �• �c� c• � a� � ' •.• � •�� � . Y � I • �1 •• •' 'c� � c� �c •� •� •• c - r �' c u� u r �' • • • u • w • . •• � • r, r - •• • . � • �I • �� I" H S 1 :I �w •I .• Y 1�51 II `�• S �i •� •. 111 11� li •. � , 11� � �SV �1- � I •I � " � •� 1'� D!• �:II Y 'c• � u •• r . w r : • � ' •�• �: ••:r w• • .w• •. • c� • �c� .w ws. .�i. •- • •• � � �� •• " r: �c .�• r� .�� ra n: �. r. c� a• � �nc � r� ���a n ••�> �cn:•.- r� � r� • r• w• : • •� r� �• r:n:•r r. .c� �� r�" �� r. �� r• r�' u� .iw • . •' •• ■ . �• u� •.' . � r• �" w � n n •' : 11 111 Q-4 ,�. DA7E: � AUGUST 11, 1988 C�TY OF DENTOi�I PURCiIASiNG DEPARTMENT BID NUMBER: 9886 BID T1TLE: Street Improvement Bond - Bolivar Street ani ary ewer, avinq, a , Magnolia Sealed Bid Proposals will be received until 2:00 p.m. AUGUST 11,' 1988 at the Office of the Purchasing Agent 901-8 Texas Street, Denton, Texas 7 620 1-4229. John J. Marshal(, C.P.M. Purchasing Agent (8l7) 566-8311 � ; �;'. ...;:. - �' �•' : , �>; ��; — - ";;� �. INSTRUCTIONS TO BIDOEAS , . t. Sealed bi0 propoula muat bs receiveC io duplicate, on thia form, pnor to opening date and tlme to be considered. Late�:c; >'� � propoaala will be retumsd unopenetl. - � , � � � �`� �, �.� :i,»�;.�, 2 Bids shall be plainly markad 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 Depattmenc Ciry of Denton. 901 •8 Texas SL. Denton._TX.�.,;�i; 76201. ° ::, . . ,�� 7. Any submitted articls GeWating from the speciflcatlans muat be�identilled and have full deacriptive da[a accompanying:;r�';�;��, aame. or it will mt be wnaidered. � � . . . � . : `%=.'�..'; d. All materlala are to bs quoted FOB Oenton, Texaa, aMivereO ro the flaor of the�warehouse. or as otnerwise intlicated.• ��.� . . � . . . ,i C�i . 5. The Clty of Dentoa, Tezae reaervee tha nght to accept separate items in a bid unless this right is Cenietl by the bidCer.,');�,;:;.`. � 8. In caae of default atter bld aceeptance, the Clty af Oenton: Texas may at its optlon ho1C the acceptetl biAtler or eontractor�^,;;,,^��,� Iiable fw any antl all reeultant increaeetl coats aa a penalty for such aefault. � , . _ ., , . . . ' ��;i:. 7. TTts Clty of Denton reeervee the rlgM to reject any an0 all bids, to waive all infottnalitles anE require that submitted blGS �"`':`'J� . � remain in force for a sixty �80) day DeNOd atter opening or until awartl is made; whicnever comes first. '� � ., �,�-x �� & The quantities shown maybe aparoximate and could vary, according to the reauirements of che Ciry� of Denton'.;;�"- throughout the contract period. . � � % . ... . _ . . � . 9. The iteme are to bs pdcetl eaClf neL (Paekeqin9 or shipping Quantltlea wili be consiaered.) �� � . . � '-�i 1Q The Purt�aelnq Dspartment aeaumaa responeihiliry for the cortectnees and clarity of this bi0, antl all quaatlona pertaininq to thle bid ahall be dlrected to the Clty ot Oenton Purchaaing Agent. informatlon anAlor�,��-���.' 11. Any attBmpt t0 negotfate or give informatlon an the con[ents of this bid wilh t�a Clty of Denton or its repreeentatfves ?:'� � pAOr to award ahW� Oe gaunGe tor diaqualiticatlona. . �. 12 Tha condltiona and terme af this Oid will be consitle�ed when evaluating for awartl: � . � � 19. The City of Denton is exempt from all sales and excise taxee. (Article 20.Ob8) P-la � . � BID # 9886 PROPOSAL TO THE CITY OF DENTON� TEXAS FOR THE CONSTRUCTION OF . BOLIVAR STREET PAVING, DRAINAGE AND SANITARY SEWER MAGNOLIA STREET PAVING AND DRAINAGE IN DENTON� TEXAS The undersigned, as bidder, declaces 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 pecson, firm or corporation; that he has carefully - examined the form of contract, Notice to eidders, 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 : _,;, laboc, machinery, tools, apparatus, and other items incidental '" '�i�•:;' to construction, and will do all the work and furnish all the : ?,?{;t' J materials called for in the contract and specifications in the �_ !.�;;1, manner prescribed herein and according to the require.ments of�='_,�.; '`, the City as therein set forth. It is undecstood that the following quantities of work to be - f; 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. '°�`+r"�. ' 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 f,or in the specifications. It is furthec ag[eed 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 •�t�� 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 work days shown.on the bid tabulation'; '��--' sheet. P - 1 , .� Accompanying this proposal is a cashier's check or Bid Bond, payable to t�e Owner, in the amount of five (5) percent of the total bid. �- It is undecstood that the bid security accompanying thi: proposal shall be returned to the bidder, unless in case of the acceptance of the proposal, the bidder shall fail to execute � contract and file a performance bond and a payment bond withii fifteen days after its acceptance, in which case the bi< security shall become the property of the Owner, and shall bf considered as a payment for damages due to delay and othei inconveniences suffered by the Owner on account of such failur� of the bidder. Owner reserves the right to reject any and al: bids. Owner may investigate the prior performance of bidder oi other contracts, either public or private, in evaluating bic proposals. Should bidder alter, change, or qualify an� specification of the bid, Owner may automatically disqualif bidde[. � The undetsigned hereby proposes and agrees to perform of whatever nature required, in strict accordance with and specifications, for the following sum or prices, to P - 2 Y . . all work the plans '•; ^ . wit: - ,;�;:� : � ., : �: u , . , . ...,:,1 . . . :.. 1,: �. .. - Bolivar and Maanolia St[eet Pavinq and Drainage BID TABULATION SHEET �� � _; I •-_%' WORK DAYS 80 ain No. 9886 PO NO. ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL • I Contractor's waccanties I I I oo � o0 1.21 I and undecstandinqs I � I LS I$��a4� I$ �n,00a — I Preparation of Right-of- I I I va � �o " 3 1 I Way I � I LS I $���UUU -- �$(Q dp0 I Barcicades, wa�ning Signsl I I v� � og.; 8 1 I and Detours I � I LS I$`��a I$ �5��• - � I I I � om :.� SP 10 I Rock Excavation I 50 I CY I$ ��%CY I$ �Z�• —.;; � xemove Conccete I I I � r�O �" 3-A I Pavement I 670 I SY I 3 Z•Q0 /SY I$" 3 ��'° � xemove Concrete Cutb I I I � 3 B I and Gutter I 8 150 I LF I $ %,'�/LF �$ IZ,Z'Z�°0 I Remove conccete Dciveway I I � �e � 338", ?—° 3 C � and Sidewalks I 1 299 I SY I$ �� /SY I$ 7a I I I I � I �. I � � 6' Lime Tteatment of I� I Subqrade I � Type A Hydrated Lime I I Slurrv I I 3 1/2' Asphalt Pavement I � (Type A) I I 4 1/2' Asphalt Pavement I I (Tyoe A) I I 1 1/2" Asphalt Pavement I � (Type D) I � 2• asphalt Pavement Patchl � Material iTYPe D) � I 8' Asphalt Pavement & �� � 125 I � I � 7,765 I I I � 375 I I 6' Concrete Pavement I (Flatwo[k) i 3-A I 4' I 3-B I 6' P - 3 u I on I $ i Y I $ 3!/a. -�er, � s � � vo.: _ � • : �';�/cY IS 27,040..•": � �—° /cx I S / ?8!• uo'. I r !, 5-° /sY I $ 3 � (,SO =°_ I 0, °� _ (o�%"—�/Ton I S �%,%6 /` I 7• 9�/SY I $ �(o�%b'% 3`,_. �.U—° /sx i S 8,g�6 � . � 7'=� /sx I S 3G, `I�� 7lo.a� i% Q� /Ton I $ /�{SZ:. �'._'r ' . /6.�°/sx I s Z,vuo.•.-• I ,/ ��/LF i $ �; �Dy� ;•� 7� u�/SY . I $�'f�2 SO o0 � ��. `OisY � � 9�6. dv : � dE : / 1. °Q isx i s 3z �'! -- i ���/sx I S i�ZUJO . u0 / I l/ �Z,•%%EA I $Y"375/ �` UO � • /S0. /eA I S lZda . O0 � - Bolivar and Maanolia Stceet Pavinq and Drainage �� � '�= �v BID TAHULATION SHEET WORK DAYS 80 eiD No. 9886 PO N0. SP 2 I Conccete Saw Cut � I 460 I LF I $ Z, �� /LF I$ 7"� -� • � I I I mr Qa � .ro SP 42 I Fire Hydcant Adiustment I 4 I EA I$ S�u %EA -I $ ZUVQ• `� � I I I � I �_ SP 27 B I Sewer Service Adiustment I 15 I EA I$�b %EA I$�5-OU. � I I I eo I Qo SP 27 A I Water Service Adiustment I 45 I EA I$�� %EA I S Z9,Z�0 — � � I I I 8 15 B I Conciete Flume I 7 I SY I $ 30.`��/SY I$ Z�� •' "' � i I I � 3 10 7 I Hydromulch I 2 000 I SY I $ O.SS /SY I$/1 (JQ, a�'. � I I I � >v ' 2 12 3 AI 15' RCP Stocm Sewec I 135 I LP I$-�,J% /LF I$ Z?aa. '-�_� � I I I 6e � �o 2 12 3 B I 21' RCP Stocm Sewer I 736 I LF I $ Z�`/LF I S�7 � 6.� , � I I � � � �.. 2 12 3 CI 27' RCP Sto�m Sewer I 464 I LF I$ Z�l �/LF I$/Z.� Z � � I I I � � � 2 12 3 DI 30' RCP Storm Sewe[ I 1 141 1 LF I $�� �/LF I S�z�2�7 —' � I I I o6 � � 2 12 3 EI 42'' RCP Sto[m Sewer I 167 I LF I$��/LF I$�d,OZO � I. I I _d I '! ,-a 2 12 3 FI 48" RCP Stotm Sewer I 208 I LF I $ 70 /LF I$�7.560 ��,,, I 18' Class IV I I I � I �`' 2 12 3-GI RCP Storm Sewer I 149 I LF I $ ZZ �/LF I$ 3Z7� - I 21' class IV I I I oo � vo � 2 12 3 HI RCP Storm Sewer I 34 I LF �$�%LF I S �� � 24' Class IV I � � �� �7 �Y � ao - 2 12 3 I I RCP Storm Sewer I 517 I LF I $�7 '�/LF I$�7.Q�n/ s � I I I C�� � I oo. 2 12 3 JI 4' x 2' Box Culvert I 92 I LF I S 0� �/LF I$?3�-� � � - � � � I ��. 7 6 I 4 Manhole and Cove[ I 4 I EA I $�%EA I$ 3, Z(�0 � I I I /! ,.a � ,/ oo ` 7 6 A 1 I 4' Cutb Inlet I 3 I EA I$�7�4 %EA I$ Z�Q � I 1 I ,o I p_ �,:'. 7 6 A 2 I 6' Curb Inlet I 4 I� EA I $�sS�) -/EA I$.�0 �� � I I I � a: 7 6 A 3 I 8' Cu[b Inlet I 1 I EA I $�7�d �/EA I$�%/0 � � � I I I � 7 6 A 4 I 10' Curb Inlet I 7 I EA I $�9�Q '�/EA I$/33uo.=° .' � 6' Special Type II I I � na � ,/ a? _ 7 6 A 5 I Cu[b Inlet I 2 I EA I $ Z3W %EA I$�t �0��• � p - 4 : Bolivar and Magnolia Stceet Pavinq and Drainage BID TABULATION SHEET WORK DAYS 80 BID N0. �— PO N0. �; i ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL " I e' Special Type II I I I � I //r,'/ �� � c. c i r,...�. r..i„r I 2 1 EA I $� ZyL� /EA �$`�Q`?'�� . � 10' Special Type I i I I u � '/ ao 7 6 A 7 I Curb Inlet I 3 I EA I $�7�%EA I$ 7yZ� `�. I 5' x 5' Junetion eox I I � �,o � ae � 7 6 A 8 I and Covet � I 3 I EA I $ Z� %EA I$ 6 75j%. —"-� �. I l0' x 10' .lunction Box I I I Qo � �o .' 7.6.A-9 I and Cover I 1 I EA I$��� 7EA I$�� , x 4' Junction Box I � . 0 EA I S ��Q �� /EA I EA � $ 360a`/EA I I EA I $ ISQ� %EA I 7�s`�; ee �UQO � . �o � � : I Break into existing I I � uo � o� .'�: SP-6 � Manhole I 1 I EA I $ Ti5 (7 %EA I$ Z�d � ', � I I I ao I �_��.. SP 4 I Water Line Lowerina I � 7 I EA I $�60 %EA I$ 2��0 �_�; SP 21 I French Dcain I 750 I LF I $ ����/LF �$�1,�SU0 ���� I I I I � � - SP 43 I Concrete Steps (Sets) I 2 I EA I$��1 /EA I$�d-0 � � 1 I i �,m I vo ...' . SP 39 I Proiect Sians I 1 I EA I$ S�Td %EA I$�b � I I I I a p.. SP 37 I Excavation Protection I 10 340 I SF I$ �•� /SF I$��?�' `. � � � � Pa �. . dD :. 8 11 I Metal Beam Guard Rail I 97 I LF �$�� "/LF I$��SS� �.�. � Remove and Replace I � � '/ JQ � !/ JU'°'' SP 41 I Rail Road Tie Border I 51 I LF �$�Y� —/LF I$ 7�Y• � I I I d � / a �o, o.._nn i ra��e. raefer uolnra*inn I 6 � EA � $`SQ �EA . � s 9aa. . � u u I��� � P-5 � I 1 � � , � i Bolivar Street 8" Sanitary Sewec BID TABULATION SHEET Contractoc's Warranties I � i _�:., i WORK DAYS 80 BID No. 9886 � PO N0. I VQ i c.%Uao �.__ � _..- -°------------ - � I � I I 2 12 14-AI 6' PVC Sanitacy Sewer I 100 I LP I $ �260/LF I$ �ZQU.JS'� . � I I I Qo I W 2 12 14-AI 8" PVC Sanitacv Sewer I 2 330 I LF I $�� �/LP �$ 3 z, 6�d• — 3-AI Remove Conctete Pavement �� 51 I SY I $�� b� /SY �$��• �� �, -. � Remove Concrete I I I r I Up "', 3-B I Curb and Gutter I 4 I LF I$/i �/LF I$ � ;;;;:,, I I I I � I Uo ;,. �5 8 I Concrete Pavement I 51 I SY I$� /SY I$�.�Z Z � I I I I uo :�_.;:. 7 4 I Concrete sncasement I 5 I cY I$�Otl �-' /CY I$ 3 d0_ — I 7 6 I 4' Concrete Manhole I � I er+ I 8�40. ��/EA I$�GQU• "-°-:��'; I Bar[icades, Warning Signsl I I � �n ..'r 8 1 I and Detours I I LS I $�6a0 "-°/LS I 8 �i�U�• I Concrete Saw Cut I I I � � �d :�: SP 2 I(Existin4) I 235 I LF I$ Z /LF. I$ y7�� I Break Into Existing I I I �o � �D �. - __ � ,..__,_ _. _ � i i Fn I 4 zi0. /EA I$ z� •—� � � � � — � oo <p ,;;�,.: SP�BA I Remove Conccete Manhole I Z I EA I$��' %EA I$�rQ�O• —.;;: � I I I de I �Q .` . � SP 8S I Abandon Manhole I 3 I EA I $��Q.�/EA I$ 9d�d. � �� � �I I I a I �`:; SP 10 I Rock Excavation I 50 I CY I $ ���Y I$ � z'�• �''; I Abandon Existing I I I ,ro � �o -.. SP 23 I Sanitary Sewer I 1 I EA � I $��� �/EA I$�d- .. � I i I � " SP 37 � Excavation Pcotection �25 354 I SF I $�'� /SF I$�Z, 6778�. � I I � ,,� � �a �. SP 39 I P[oiect Siqns I 2 I EA I $ Zso• -/EA I$ 57/0 • � I I � � I �a:., : WS 11 I 4" SanitarY Sewer Servicel 50 - I EA I $ Z� /EA I$�/Z,�Q• —� � I � � � 4�l�% (p 6 - � � I I I SUB TOTAL I$ 73 _ � I I I I � I I I 8 / I$ �, , � � � ' / 4 sf9." � I I I GRAND TOTAL I$�O� i P - 6 " � � � PROJECT � 1. Bolivar and Magnolia Street Paving and Drainage 2. Bolivar Street Sanitary Sewe� 3. Total Bid ,�, BID SUMMARY #9886 WORK DAYS See Below See Below 80 -�j P - 7 �9 �- �� � ��� TOTAL COST, � $ 5� S/ Syz �, $ � g/ Ic77 la=P $ % �-Q'i SZ�Z 9i ����� S �Z,� / . � ���q?7.6� _ � G ��� �'7r J BID SUMMARY 9 � TOTAL BID � PRICE �IN WORDS S! 1C s��/NL72 [-0 S xrr�-N�NE T�✓��s.� w� F/V N��l/.o�eErJ NINCTEF�v idNn 7/�oa DOG�� ' � In the event of the awacd of a contract to the undersigned, the undersigned will . furnish a performance bond and a payment bond for the full amount of the contzact, ; to secu[e pcoper 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 woek proposed to be done shall be accepted, when fully � completed and finished in accocdance with the plans and specifications, to the satisfaction of the Engineer._ The undersigned cectifies that the bid pcices contained in this proposal have been cacefully checked and are submitted as correct and final. Unit and lump—sum prices as shown for each item listed in this pcoposal, shall;.. control ovec extensions. S�NMOunJ� �oy'�ol'�..�•O� —� � CONTRACTOR BY W � TaF'D�.Q�V/AA li ���5�-Vl�� � � O.�ox I17� Street Address �oc��.loiCe, Tew�.s 76Z6Z City and State _'��,� Seal & Authocization (�f a corporation) 817-�`��-2-1`�� Telephone BID# 9886 l - i�' 0 0 ! � � ' � � � � ' I 1 , 1 I , � � t t � � � � � i i f � I I _ _ �--i- 1 _ - --