Loading...
1988-0210923L NO f- J,,2/ AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THL 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 herein 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 attached hereto are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 9805 Sunmount Corporation $572 315 41 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 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 SFCTION 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 compet t ve s 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 immediate y upon its passage and approval PASSED AND APPROVED this the 2nd day of February, 1988 RAY S HENS MAYOR ATTEST J AL ERS, CITY SECRETARY APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNLY PAGE TWO DATE February 1988 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BIDS/ 9805 AIRPORT IMPROVEMENTS RECO111ENDATION We recommend this bid be awarded on only Item 1 and Bid C to the low bidder, Sunmount Corporation at $225,660 00 for item One and $346,655 41 for Section C SUMMARY This bid was sent out with proposals to be submitted on Options 1, 2, and 3, and Southeast Airport Improvements of Sections A, B C, and D We are recommending award only on Item 1 Airport Improvements - which has FAA participation, and Section C Drainage and Waterlines We are rejecting items bid as Number 2 & 3 and section A, B and D improvements Total award is $572,315 41 BACKGROUND Tabulation Sheet Memorandum from Jerry Clark PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED FISCAL IMPACT Airport, Utility Department, Public Works There is no additional impact on the General Fund 4~ _ Respectf y /suubbmitted ~V Lloyd Harrell City Manager Prepared by lyamex✓John J Marshall, C P M Title Purchasing Agent Approved $iAe ohn J Marshall, C P M Title, Purchasing Agent CITY of DBNrON, TEXAS 215 E McKINNEY / DENTON, TEXAS 76201 / TELEPHONE (817) 588 8200 MEMORAADUM DATE January 13, 1988 TO Rick Svehla, Deputy City Manager FROM Jerry Clark, City Engineer SUBJECT Approval of Bid 09805 - Denton Airport the Engineering Division has evaluated the unit prices from Sunmount Construction for the Denton Airport All bid prices seem very good Sunmount has an excellent reputation for quality work, therefore, the project should be awarded to them The Federal Aviation Administration portion of the work totals Zt4d;'$~L5,6(N! the bids have been reviewed by Ron Mess of the local FAA office in Fort Worth They recommend the bid be awarded to Sunmount Their participation will be $211,531 based on nonparticipating items and the previously approved grant of $226,45U the City portion should be awarded based on Section C with a total of $346,655 41 Available funds are from the certificates of obligation issued in 1986-87 fiscal year by the City of Denton The sewer lines should be deleted from the project with a new total cost of $3US,775 41 U-ergy Clark 0522E rvl S n m m .N I Me C] T I 1 IT J ~ c~ 'I -J c a m I I v1M 1', I la 1 m r r I H 1 I ~ I i v v v x. ar I 1 - a 1-~j 4 CJ 'Tl k"J T ~ I 1 N ~ aYM X rC !}i 'i ~ ti 1p' m I I ~ 31 ra t~ ci _ m I -w I m a n s m ~ m r o ~ I n a m r m ro m v o v J J ea I m l M l l c .n ~ I p I l 1 J) •rJ ni m rn e O Ci m m .x IF I i I nr~ =i -i .c m I ro w{. m w n a _ „t o n m v rn s I I I m ti m z r> 19 ra ~ 1 it I c Fp -1 TJ Yy 6i IT1 I ~ JL IT NY ~ 4n ~ ~ y 3^ Gn NYC I C) I x hJ r { 'v C® 'v n61 1 X 1 VJ +J S! C•J Y i I m m I I 1 1 CJ wJ ti T w s. r ^ i s n a m m N N m I m r .m r . r r I "T I A m m m m V b Ln [O N I Cf t 4= m m lf1 rr ie } SF N KD it ^O I I~ I l .X) b N J R m J I 'RI I -1 '1 I I r' w Ln m J F 1 19 N I I = d^ P N m Ln rG ~ ~ I I I _ 1 1 N GN G A r - J) m } LN m N CA h. 1 G I T N fT N h) IT N 1 m m m m .1+ T V LJI T 1 9 I .Z=J h m n m V c1t + N m 1 C] 1 a r_ V Cn A 4l1 N m 9 I m l r m+ Js -o a rF 1!i Im I I o -O m Iv m m I i x 1 M m Q m r, r i m m fn .W N u Y 'J y 4i O 1 .n 1 I V KJ i` A 1]l .U 1 1 N P N N Y 9 no I 1 1 1 1 1 N w CA N V CA V _N w ~ i x I n~1 n M m m A {Cy m ® J 19 V I ly 1 .D fn m N r~.m W W N W rte. 1 1 N {N 'Y `w1 J P 1T I I 411 Ln nO 11 Bi 19 Rli I I 1 .S Ln P L.n N I I ~ a w -{i w N r t cn 1 c 1 1 m m m eF V m rJ- en n i O i r SfI .n n ^ 4n 41i R• P N JI I r~ m .q IID m Qi N IT 1 '3J 1 Z1 M I 1 ) T N ~ VI Ln 6i 1 I r V ® 49 4f I I 1 I I I I I M I I x I I o I I o 1 S 1 1 i s !n 1 STATE OF TEXAS ?i-OZI CONTRACT AGREEMENT COUNTY OF DENTON ) THIS AGREEMENT, made and entered into this 4 day of FEBRUARY _ A.D., 19 88, by and between THE CITY OF DENTON 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 F.U. I3OX 1770 TEXAS 76262 of the City of ROANOKE and state of TEXAS termed CONTRACTOR. 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 (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: BID# 9805 ATRPORT PAVING IMPROVEMENTS- DRAINAG'F 8 IITIT ITIFS SFC I R RTD C PURCHASE ORDER# 83076 $572315.41 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 CA-1 0044b written explanatory matter thereof, and the Specifications therefore, as prepared by i THE CITY OF DENTON TEXAS STAFF , all of which are made a part hereof and collectively evidence and constitute the entire contract. 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. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: 4JIa-EaALTERS CITY OF DENTON, TEXAS 'arty o yhe First )?~rt, CITY MANAGER (SEAL) _A =s' ~ y ATTEST: D By (SEAL) APPROVED AS TO FORM: City ttorn CA-2 r y~~ 0044b to SUNMOUNT CORPORATION GENERAL CONTRACTORS P.O. BOX 1770 ROANOKE, TEXAS 76262 817/648-2741 METRO 817/430-0552 February 15, 1988 Mr. Jerry Clark, P.E. City Engineer City of Denton, Texas 215 E. McKinney Denton, TX 76201 RE: LETTER DATED FEBRUARY 10TH CONCERNING DELETED ITEMS ON THE DENTON MUNICIPAL AIRPORT Dear Jerry: I have reviewed your numbers on deleted items 7, 8, 25, 30 and 31. I agree with your figures on the items, and also agree with $524,735.41 as the new contract total. Sincerely yours, SUNMOUNT CORPORATION Thomas R. Barber Plant Manager TRB/cs cc: Mr. John Marshall, Purchasing Agent, City of Denton DMC CITY of DENTON, TEXAS February 10, 1988 215 E. WK/NNEYI DENTON, TEXAS 762011 TELEPHONE (817).566-8200 Tom Barber Sunmount Construction P.O. Box 1770 Roanoak, Texas 76262 Dear Mr. Barber: To cleari fy the items to be deleted from your contract on Bid C, the fo llowing outline i s provided. . Total contr act award = $524,735.41 FAA Portion Taxiway = $22S,660.00 Bid .C (Sewer Deleted) = $299,075.41 In Bid C please delete the following items that relate to sewerline construction. ITEM QUANTITY PAGE EXTENTION TOTAL 7 2,476 L.F. 32 $37,140,00 8 220 L.F. 32 3,740.00 2S 5 ea. 35 5 000 00 30 1 ea. 36 900,00 31 2 ea. 37 800.00 $47,580.00 Change calc. 346,655.41 47,580.00 $TT9-, D75 Call if questions arise. Sincerely, Jerry C"rk, P.E. City Engineer 0530E City of Denton Purchasing Department 901B Texas Street Denton, TX 76201 P.O. BOX 1770 ROANOKE, TEXAS 76262 817/648-2741 METRO 817/430-0552 RE: REVISION OF LETTER DATED DECEMBER 18, 1987 CONCERNING PROPOSED MBE Gentlemen: This letter is a revision to the initial letter of when we submitted MBE goals assuming a contract of following totals reflect the changes made by the F, letter of your Mr. Jerry Clark. PROPOSED MBE MINORITY FIRMS Name and Address Description Dowdy Ferry Sand & Gravel 425 West Airport Freeway Irving, TX 75062 Sunshine Trucking P. 0. Box 1659 Roanoke, TX 76262 Sunshine Trucking P. 0. Box 1659 Roanoke, TX 76262 Name and Address furnishing crushed aggregate base February 15, 1988 December 18, 1987 $716,526.28. The abruary 10, 1988 Estimated Subcontract hauling of asphaltic concrete delivery of aggregate to asphalt plant TOTAL FOR MBE MINORITY FIRMS WBE FIRMS - WOMEN Thomas & Sams Construction 80 Tudor Argyle, TX 76226 Description $38,390.00 $11,670.00 $14,300.00 64,360.00 Estimate Subcontract cast in place concrete $24,887.00 TOTAL FOR WBE WOMEN FIRMS 24,887.00 Donald M. Cross President REVISION OF PROPOSED MBE PAGE TWO We trust the above information will enable you to proceed with the award process for the above referenced project. If you desire further information or if we can be of any further service, please feel free to contact the undersigned. Very truly yours, SUNMOUNT CORPORATION ' v~ Donald M. Cross President DMC/cs cc: TRB RAB CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY GENERAL BIDDERS NAME: SUNMOUNT CORPORATION ADDRESS: P.O. BOX 1770, ROANOKE, TEXAS 76262 INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION NO. 87_0368162 NONSEGREGATED FACILITIES NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS: a. A Certification of Nonsegregated Facilities must be sub- mitted prior to the award of a federally assisted construction con- tract exceeding $10,000 which is not exempt from the provisions of the equal opportunity clause. b. Contractors receiving federally assisted construction contract awards exceeding $10,000 which are not exempt.from the pro- visions of..the equal opportunity clause will be required to provide for the forwarding of the following notice to prospective subcontrac- tors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the equal opportunity clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATION ON NONSEGREGATED FACILITIES: a. A Certification of Nonsegregated Facilities must be sub- mitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the equal opportunity clause. b. Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the equal oppor- tunity clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the equal opportunity clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. CERTIFICATION OF NONSEGREGATED FACILITIES: The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employ- ees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction con- tractor agrees that a breach of this certification is a violation of the equal opportunity clause in this contract. As used in this cer- tification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, or national origin, because of habit, local custom, or any other reason. The federally assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause, and that he will retain such certifications in his files. NOTICE TO PROSPECTIVE CONTRACTORS OF REQUIREMENT FOR CERTIFICATION OF NONSEGREGATED FACILITIES: A Certification of Nonsegregated Facilities must be submitted prior to the award of a contract or subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. Certification - The information above is true and complete to the best of my knowledge and belief. I- c ~ bignature ae Note The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. PERFORPfANCE BOND STATE OF TEXAS COUNTY OF DENTON ) ( KNOW ALL MEN BY THESE PRESENTS: of the City of _ County of DENTON and State of _ 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 ('ITY OF I)ENTON TEXAS as OWNER, in the penal sum of FIVE HUNDREDSEVENTY TWO THOUSAND TWO HUNDRED -FtFTENN AND 41/100 Dollars 572315.41 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 4 day of FEBRUARY 19 88, for the construction of BID# 9805 AIRPORT PAVING IMPROVEMENTS, DRAINAGE & UTILITIES SECTION 1 and BID C 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; That SUNMOUNT CORPORATION ROANOKE TEXAS 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 4TH day of FEBRUARY 19 88, SUNMOUNT CORPORATION Principal 5By NAL.J SEABOARD SURETY COMPANY Surety Title ~P~p - /nom Address-,00 0 3s~sc i77,D ~ CX • v or _7(. 2 p2 ''+.A; `,C SEAL ) Title CORDY u Address 5750 PINELAND DRIVE,'SUITE 304 DALLAS, TX 75231-5366 (SEAL) The name and address of the Resident Agent of Surety is: FRANK SIDDONS INSURANCE P.O. BOX 2125, AUSTIN, TX 78768 NOTE: Date of Bond must not be prior to date of Contract. PB-2 0091b PAYIfENT 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 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 FIVE HUNDRED SEVENTY-TWO THOUSAND TWO HUNDRED FIFTEEN AND 41/ 100 Dollars 572,315.41 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by thes presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 4 day of FEBRUARY 1988 BID# 9805 AIRPORT PAVING IMPROVEMENTS, DRAINAGE & UTILITIES SECTION I and BID C 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;_instrumentYthis 4THday of FEBRUARY° SUNMOUNT CORPORATION `yt Principal T Y. - 7 Address PO, 2" 1770 Tc 76262 1938 SEABOARD SURETY COMPANY Surety 0 V A Z171 - '2 ~y ; RC--. Title CORDY RAYMOND t, ATTY-IN FAa1~ 5750 PINELAND DR•I,V.E;;3FSUIT 04 Address DALLAS, TX 75231-5366 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: FRANK SIDDONS INSURANCE P.O. BOX 2125, AUSTIN, TX 78768 PB-4 0092b MAINTENANCE BOND STATE OF TEXAS COUNTY OF DENTON ) ( KNOW ALL MEN BY THESE PRESENTS: THAT SU MOUNT CORPORATION as Principal, and SEABOARD SURETY COMPANY a Corporation authorized to do business- in the - State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, A Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas the sum of FIFTY SEVEN THOUSAND TWO HUNDRED TWENTY-ONE AND 54/100 Dollars 57,221.54 , 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 SUNMOUNT CORPORATION has this day entered into a written contract with the said City of Denton to build and construct BID# 9R05 - AID DnDT DA l/TNTT . T.. City of Denton, are filed with the Cit Secreta W~ss~lVllcu' nuopcea Dy the y ry 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. 0093b MB-1 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. tnese presents to be execut and the said SEABOARD SU as surety, has caused these CORDY RAYMOND this _ day of presents to be executed by its Attorney-in-Fact and the said Attorney-in-Fact has hereunto set his hand 19 88 . PRINCIPAL:. y7~ 3pa~ SUNMOUNT CORPORATION MB-2 IN WITNESS WHEREOF the said SUNMOUNT CORPORATION as Contractor and Principal, has caused 0093b For verification of the authenticity of this Power of Attorney you may call, collect, 212-943-7440 and ask for the Power of Attorney clerk, Please refer to the Power of Attorney number, the above named individual(s) and details of the bond to whlrh th- „r,-- CITY OF DENTON MINIMUM INSURANCE 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 Insurance Requirements page two To the extent that 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: o A combined single limit of $1,000,000 INSURANCE SUMMARY: The Contract shall provide insurance to cover operating hazards during the period of placing the facility in operation and during testing, and until such time as the facilities are completed and accepted for operation by the Owner and written notice of that fact has been issued by the Owner. Approval of the insurance by the Owner shall not in any way relieve or decrease the liability of the Contractor hereunder. It is expressly understood that the Owner does not in any way represent that the specified limits of liability or coverage or policy forms are sufficient or adequate to protect the interest or liabilities of the Contactor. 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 an work until the Owner has reviewed and approved the insurance certificates and so notified the contractor directly in writinv. Any notice to proceed that is issued shall be subject to such approval by the Owner. CI-2 01/13/87 Certificate of Insurance =CERTIFICATE ED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON YOU THE CERTIFICATE HOLDER. THIS CERTIFICATE IS NOT AN INSURANCE'T MEND, EXTEND, OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. Airport Paving Improvements This is to Certify that Purchase order #83076 _ Denton Airport F-SUNMOUNT CORPORATION ] Name and LIBERTY PcOiiBOR 1770 address of MUTUAL. LROANORE,TR 76262 Insured. J is, at the issue data of This certificate, insured by the Company under. the Policy0es) listed below. ,The insurance afforded by the listed policylies) is subject to all their terms, exclusions and conditions and is not. oJuNed by any requirement, term or condition of any contract me, be i" or other docamem -11, re ...1.:.6 .1. . . TYPE OF POLICY CERT. EXP. DATE POLICY NUMBER LIMITS OF LIABILITY COVERAGE AFFORDED UNDER'W-C. COV.B - WORKERS' - LAW OF THE FOLLOWING STATES: B byLy yI Y BY ACCIDENT `3B6 tdd - 5/30/88 WC2-612-004030-217 , ' EA. ACCIDENT Texas S COMPENSATION BODILY BY DISEASE 500,000 _ $ EA. PERSON BODILY INJURY BY DISEASE 500,000 - O COMPREHENSIVE FORM o $ POLICY LIMIT BODILY INJURY PROPERTY DAMAGE ' ❑ SCHEDULE FORM - PRODUCTS COM- 7C P $ - EACH EACH OCCURRENCE, $ OCCURRENCE a L L FRRR~ 5/30/88 LG1-612-004030-227 $ w - AGGREGATE $ AGGREGATE do eu Q O E INDEPENDENT CON- L, TRACTORS/ ONTRAC- • ' - COMBINED SINGLE LIMIT TORS PROTECTIVE - BODILY IN RYA D PROPERTY DAMAGE D88 2 00&' CONTRACTUAL LIA , , $2,000,000 EACH OCCURRENCE . BILITY BROAD FORM ROPERTY D GE $ AGGREGATE -O > ~ CI OWNED_ 5/30/88 LJ NON AST-612-004030-237 166; 000 EACH ACCIDENT-SINGLE LIMIT-B. I. AND P.D. COMBINED .m Q'Q -OWNED IRED EI-612-004030-247 - $ EACH PERSON - EA :1~ ACCIDENT CH EACH ACCIDENT $ - OR OCCURRENCE $ OR OCCURRENCE The City of Denton, its d elected and appointed officials, officers and employees are name as additional insu Endors t 1 red to the above general liability policy per the terms of X emen 2 herein at tached. O LOCATIONS) OF OPERATIONS 8 JOB b (If Applicable) - DESCRIPTION OF OPERATIONS COVERS ALL WORK PERFO D BINSURED IN THE CONTINENTAL UNITED STATES 'NOTE: Yo u will NOT be notified annually of the mminua6on of This. co ..ernne 1a.. ,.,nl tie ..,.,n.... a NOTICE OF CANCELLATION: THE COMPANY WILL NOT TERMINATE OR RED_16E THE INSURANCE- AFFORDED UNDER THE ABOVE POLICIES'UNLESS DAYS-NOTICE OF SUCH TERMINATION-OR REDUCTION HAS BEEN MAILED TO: t City of Denton, Texas Purchasing Agent CERTIFICATE - 901-B Texas Street HOLDER-,. Denton, TX 76201 - 2-23-88 " "<"ifrld'@AiYEN,cT 1 DATE ISSUED OFFICE v this crelih ate is e.ecuted by Luate iy MUTUAL INSURANCE GROUP as lespeos such insurance or is afforded by t~e Companies. _ . - _ _ _ . . - - Liberty Mutual Insurance Group BS 7,5 R2. ~w'~'~+.+W u1..rwrrYiYrY.~.waYYYiv~urwr~M1.H11 ADDITIONAL INSURED (Owners or Contractors) It is agreed than 1. The "Persons Insured" provision is amended to include as an insured the person or organization named below (hereinafter called "additional insured") but only with respect to liability arising out of (1) operations performed for the additional insured by or on behalf of the named insured or (2) acts or omissions of the additional insured In connection with his general supervision of such operations. 2. None of the exclusions of the policy, except exclusion (a), (c), (f), (g), (1), (1), and (m) apply to this insurance. 3. Additional Exclusions. Ibis insurance does not apply (a) to personal injury or property damage occurring after (1) all work on the project (other than service, maintenance or repair to be performed by or on behalf of the additional insured at the site of the covered operations has been completed, or (2) that portion of the named Insured's work out of which the injury or damage arise, has been put to its intended use by any person or organization other than another` contractor or subcontractor engaged in performing operations for a principal as part of the same project; (b) to property damage to (1) property owned or occupied by or rented to the additional insured (2) property used by the additional insured (3) property in the care, custody or control of the additional insured or as to whic) the additional insured is for any purpose exercising physical control, or (4) work performed for the additional insured by the named insured 4. Additional Definition When used In reference to this insurance, "work" lncludei furnished in connection therewith. For Attachment to Policy. LGI-612-004030-221 Page 1 of 2 Additional Insured. Owners or Contractors for whom Sunmount Corporation performs work under contract, and 1. Is required in such contract to include the owner or Contractor as an Additional Insured on its policies or Insurance, or 2. has agreed to indemnify such Owner or Contractor for the Owners or Contractors own negligence, and such agreement is invalid by state statute or insufficient to bind Sunmount Corporation to indemnify such Owner or Contractor for its own negligence; but only if the Corporate Insurance Manager specifically requests the Company to extend the coverage to such indemnitee after an occurrence has taken place which results in a claim against such indemnitee. Such insurance shall not apply to limits of liability greater than those required under such contract. This insurance does not apply to those covered by separate Owners Protective policies provided by Sunmount Corporation and written by the Company or.other insurance carriers. This endorsement N uecuted by the Premium S Ellectiw Dale For attachment to Policy No. Audit Buis Issued to 6- LIBERTY MUTUAL INSURANCE COMPANY Expiration Date I LGI-612-004030-227 Issued mp 8-28-87 Page 2 of 2 Countersigned by .......1 /wMOrlere MpviWM Sales Office and No. End. serial No. 12 CONDITIONS AMMON L MM: The City of Denton, its elected and appoarrted officials, ofiC and mployees. (This daps mt apply to ilori(er's Ccmpmsaticn.) MX1rE OF CAIMLMCN: Prior to any mater•fal dgW- or cermellatirn4 the City of Denton will be given 30 days advmoe written entice nmied to the stated addr a of the Certificate Holder, City of Denton. CO9IIiACMAL aMMA(E: (Liability assured by a ntiact or agoeemant, and world not otherwise anst). - The oonhacbal liability P PUMErlt SkM on the reverse side of this Certificate of Irnwanoe cider CcmpretE ive Oalaal Liability, mist inchide a definition of ooveaEge brad erujgl to provide coWer' Certificate cbli~tia>nsuraroe is pthe rovided as ~ed by ~ oonUmt Ig coat act. gmarmir 2. aAM MME Fa7L.Y Faft- ReWumd period of omeage will be deterwred by the follcwirg family Cmtinnis coverw for the life of the contract, plus one year (to provide ower-dge for the wra'rmty perd,od), ad a arbeded dismvey period for a minimm of 5 yes which stall begin at the end of the wumity period. 3. ME MAT r.DMI rrv: (RegAred in all contracts that irmlve the ooaopauy, oastrvction or alteration of City-erred or leased facilities). Irszmce is to o We• bcril iW, contents (were applicable) and permanently installed egnpneot ,ath respect to property dwW to stnrcbu+e, or porticos of oP~ttiais the dais cased by the peril of fire and doe to the Limit of liability is to be a rain m~ of M,00O. Q-4 Denton Municipal Airport Warranty of Construction FAA AIP 3-48-0067-03 and Page WC - 1 of 1 Southeast Airport Improvements WARRANTY OF CONSTRUCTION 1. WARRANTY OF CONSTRUCTION: (a) In addition to any other warranties set out elsewhere in this contract, the Contractor warrants that work performed under this contract conforms to the contract requirements and is free of any defect of equip- ment, material or design furnished, or workmanship performed by the Contractor or any of his Subcontractors or Suppliers at any tier. Such warranty shall continue for a period of one year from the date of final acceptance of the work, but with respect to any part of the work which the City of Denton takes possession or prior to final.acceptance, such warranty shall continue for a period of one year from the date the City of Denton takes possession. Under this warranty, the Contractor shall remedy at own expense any such failure to conform or any such defect. In addition, the Contractor shall remedy at his own expense any damage to City of Denton owned or controlled real or personal property, when that damage is the re- sult of the Contractor's failure to conform to contract requirements or any such defect of equipment, material, workmanship or design. The Contractor shall also restore any work damaged in fulfilling the terms of this clause. The Contractor's warranty with respect to work repaired or replaced hereun- der will run for one year from the date of such repair or replacement. (b) The City of Denton shall notify the Contractor in writing within a reasonable time after the discovery of any failure, defect or dam- age. (c) Should the Contractor fail to remedy any failure, defect or damage described in (a) above within reasonable time after receipt of no- tice thereof, the City of Denton shall have the right to replace, repair or otherwise remedy such failure, defect, or damage at the Contractor's ex- pense. (d) In addition to the other rights and remedies provided by this :clause, all subcontractors'; manufacturers' and suppliers' warranties ex- pressed or implied, respecting any work and materials shall, at the direc- tion of the City of Denton be enforced by the Contractor for the benefit of the City of Denton. In such case, if the Contractor's warranty under (a) above has expired, any suit directed by the City of Denton to enforce a subcontractor's, manufacturer's or supplier's warranty shall be at the expense of the City of Denton. The Contractor shall obtain any warranties which the.subcontractors, manufacturers, or suppliers would give in normal commercial practice. (e) If directed by the Engineer, the Contractor shall require any such warranties to be executed-in writing to the City of Denton. (f) Notwithstanding any other provision of this clause, unless such a defect is caused by the negligence of the Contractor or his subcontrac- tors or suppliers at any tier, the Contractor shall not be liable for the repair of any defects of material or design furnished by the City of Denton or for the repair of any damage which results from any such defect in the City of Denton furnished material or design. The Honorable Mayor and City Council: C/o Purchasing Agent+ 9016 Texas Street /v c)-,A Denton, Texas; Pursuant to the fore9oin Notice.to.-Bidders, the \\,er 9 upnds.igned: Bidder hereby proposes to do: alT;.work.,and:'furnish:.all necessary superintendence•fabor; machinery;: equipment;.;`too.Ts and materials. and; whatever else:may be`neces sary to complete all work upon which he bids, as provided:.by.the attached specifications and shown on the plans, and-binds.himself on-.acceptance of his proposal to execute a Contract and Bonds• according to the *accompanying forms, for. performing and completing.the~said:work within the **time stated,,. and furnishing all required:guarantees ,-.for; the. following prices, to wit:. * Audmpany-ing,forms..include:. - Certification...of Bidder Regarding;Equal.Employment Opportunity.,.which Must be: Signed and Submitted. along with Proposal Samples of Contract Agreement, Performance, Payment and Maintenance Bonds -..(Maintenance: Bond'. appTi.es. to City Project Only) -:Warranty of:.GOnstructioh Minimum.-Insurance`Requirements and Certificate of -Insurance **"Work. on both City of Denton project for Southeast Airport Improvements and FAA AIP 3-48-0067-03 is to be performed concurrently by or under the direction of one prime contractor, and working days charged to each job will also be accumulated concurrently. NOTICE TO BIDDERS. Sealed bid proposals addressed to the City..of.Denton,. Purchasing Department, . 901-8 Texas Street, Denton, Texas, 76201 will be received at the office of the Purchasing Agent until 2:00 P.II. DECEMBER 3, 1987 BID# 9805 AIRPORT. PAVING,. UTILITY AND DRAINAGE'. IMPROVEMENTS NOTE: THERE WILL BE A PRE-BID CONFERENCE DECEMBER _ 4 1987 AT 1:00 P.M. AT THE ENGINEERING. CONFERENCE` ROOM, 215-E. MCKINNEY ST. DENTON, TEXAS. CONTACT JERRY CLARK. (817) 566-8358. The bids will be.publicly opened and read, bids received later than the specified time and date will be returned to the bidder unopened. The bids will then be officially reviewed and awarded by the City Council as soon thereafter as possible. All bid proposals must be made on the printed document forms included in the specifications.- The submitted bid shall not be altered, withdrawn, or re- submitted within 60 days from and after the date of the bid opening. Each bid must. be accompanied by.a.cashier:s: check, certified check or accept- able bidders. bond payable without.recourse to.the City of Denton, Texas in amount not less.than.five.(5%) percent of the bid submitted as a guarantee that the bidder. will: .enter: into; acontract.and:execute a performance bond and a. payment bond within ,fifteen (15) days~ifter the notification of the award of the contract to.him:. Qualified prospective bidders may obtain copies of the bid invitation with information to..bidders,. bid-proposals, plans and/or. specifications at the office of the.Purchasing,Agent,,-located at 901-8 Texas Street,' Denton, Texas in the Purchasing/Yarshouse portion-of the Service Center Complex, on deposit of FIFTY DOLLARS ( 50 .00) dollars per set. Deposit will be refunded provided the documents are returned to the City of. Denton,.Purchasing office: within fifteen (15) days ..after'the, bids" are opened.' the City of Denton, Texas reserves the-right: to reject any and' all bids:'and to: waive defects in bids. nority and 'small business vendors or contractors are encouraged to. bid oa any and all City of Denton projects. CITY OF DENTON, TEXAS John J. Marshall, Purchasing Agent (817) 566-8311 This advertisement to run NOVEMBER 5 and NOVEMBER 12, 1987 OUSE er. on unicipal Airport Proposal & 'Bid Schedule FAA AIP 3-48-0067-03 Page P&BS-2 PROPOSAL.. AND BID.-SCHEDULE Item * Quantity *Unit *Description in Price.& Words * Price in * Amount No. * * * . *,Figures . SCHEDULE N0. 1 BASE 01D - TAXIWAYS (PARTICIPATING) 1 * . 414. * LF` *'Sawed Breakout Groove * . THiPEE Dollars oo 00 242 * * * 3 * 1, and NO Cents * * * * *'-per linear foot- * 2 * 93' * SY Remove Existing * * * Asphalt. Pavement * * .TWO: Dollars oo o0 * *'and. NO Cents * .per square yard` 3 * 3,300 * C.Y 77 * Unclassified Excavation * * * (Density Control * * * * * TH,PEE Dollars * * * so 3 _ * * o0 - 1155-0 * * and /GTY Cents * * per cubicyard * * ; 4 *10,450: * CY *.Unclass.i fied"Excavation * * ` , 'A to, ko * * * * * ONE Dollars * * * / 80 * o * * and/GHTJ' Cents * * per cubic yard uenton municipal Airport Proposal & F;U1 AIP 3-48-0067-03 Bid Schedule Page P&BS- 3 PROPOSAL ANIYAM SCHEDULE - Item Quantity *Unit 'Description-in Price & Words * Price in * Amount No... * * * Figures * 5 * 180 * Ton Lime * SEVENTY -Two Dollars oo o0 * * * 72 - * /2;90 * * . and Al Cents per ton * * * * * 6.., *109400 * ST 6" Lime. Treated: Subgrade . , * * Tfn/0 Dollars * * . * * . * * b 2 5 2 ~ ~O 06 _ . . and F/FT Y Cents * * , * * per square.yard'. * * 7 * 2,750 *°:CY *,Crushed:-Aggregatei BaSe Crs * i * . . w': *.(Grade:'1:,..C1ass: 1) : * . : . r:. Tu!EMT)/ Dollars 00 * * * * 20 5 000 * * and,... N0; Cents ` * ~r ; • per cubfic yard r * • * . . * 8 * 1,500, *Ton Bituminous. Surface-Course: * - - Ti✓ENTV - STY Dollars'' * * * and N~ Cents 2~ 00 * 39, CO.o 00 * ` * per tom " * * * * * * * 9 * 2,200 * * * *Gal * Bituminous Prime Coat(MC-30)* * Jt 6 . Dollars * * / * 2 206 * * and NU Cents * * * * per gallon uer,.ton Municipal" Airport FAA AIP 3-48-0067-03 PROPOSAL: AWQ:BIU,:SCH€DULE Proposal & Bid Schedule Page P&BS-4 Item * Quantity *Unit *Description" in Price & Words * Price in * Amount No.. * * * Figures. 10 870 *Gal Bituminous Tack Coat (SS 1) * - - * * * NO * Dollars * G0 - . 522 . 00 * * * *'and 3fX7 Y' Cents. * * * per gallon * * * * * * * 11 ' : * 1 * LS • * Taxiway Marking , . * * w * : * * SEVEN HUNVRE70 Dollars * 700 °O * 71b 0 * * and No Cents *'.per-lump sum . * . 12' 105 LF' Class III Reinf. * . . . oncrete Pipe: -TWENTY Dollars * * * * . on Cents, per linear foot * * * * * * * * 13, : * .136 33° Class" III"Reinforced * * * *i * Concrete Pipe * . : * * * } THbPTY- r/V Dollars * 00 and 1V 0 Cents * * oo * * 4- 76o 2r * * * per- linear foot * 14 * 19 * Cy * Concre.te RipRap. 7-WO ` H D * * * * UN ,2ED Doi tars ' oo * 800 co - * * * and No Cents * 'per cubic yard uccwn mumcipai Airport FAA AIP 3-48-0067-03 Proposal, & Bid Schedule Page P&BS-5 :PROPOSAL" AND: BID;: SCHEDULE . Item * Quantity *Unit *Description in Price & Words * Price in * Amount No.. * * * * Figures * 15 * 120 * LF " * 2-Way 4" EleGtrical Duct * * * * * * THIiPTY- FavE Dollars . * 3s- zoo - ~ . , . * *.-and " NO 'Cents * * * per linear foot" * * * * * 1,6 *549200 SY * Cellulose FiberMulch. Seeding* * * * NO dollars ,i GS * 230 and SIXTY- FIVE Cents pqr- squarer::yard * * : . * * . . SUB=TOTAL ITEMS 1. ; i6 . SCHEDULE NO 1 -:BASE BID (PARTICIPATING), E O oo 2( 2~8 ) P SCHEDULE "N0. 1 - BASE BID - RDADS, `(NON-PARTICIPATING) 17 * Dollars * * * * and Cents per 18 •=a * * * * * * Dollars * * * * * and Cents per * * * i pvw 6 Proposal & ,Bid Schedule FAA AIP 3-48-0 0067-03 Page P&BS-6 P,ROPOSAL.AND..BID SCHEDULE Item * Quantity *Unit *Descri ption in Price.& Words * Price in * Amount * Figures * * ' Dollars * * * and : Cents * per 20 Dollars . * * and Cents * * * * * . * s, ; per 21. * * * "Dollars * : * and . Cents. * * Per * * SUB-TOTAL ITEMS 17-21 -SCHEDULE NO.1 -BASE BID - ROADS $ (NON-PARTICIPATING). . GRAND TOTAL - SCHEDULE NO 1_- BASE BID - y PURCHASING DEPARTMENT City of Denton BID INVITATION - - 901-8 Texas St: Denton. Texas 76201 CITY OF DENTON TEXAS Date BID NUMBER November 25, 1987 # 9805 BID.TIT6E AIRPORT IMPROVEMENTS .ADDENDUM #2' Sealed bid proposals will be received until 2:00 p.m.' DECEMBER 3 1987 at the office of the Purchasing Agent, 901-B Texas St., Denton, Texas 76201 For additional information contact JOHN J. MARSHALL, C.P.M. TOM D. SHAW, C.P.M: PURCHASING AGENT ASSIST. PURCHASING AGENT ADDENDUM #2 Office DIFW Metro 817.566-8311 . - 81177267-0042 INSTRUCTIONS TO BIDDERS 1. Sealed. bid proposals must be received in duplicate, on this Jorm; prior to opening date and time to be-considered: Late . Proposals will be returned unopened. _ , _ . Z. 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 thePurchasing Department,, City Denton, 901 -B Texas St.; Denton;.TX" 76201 3. Any submitted article deviating from the specifications must be identified and have full descriptive data accompanying same, or it will not be considered. 4 All materials are to be;quoted FOB Denton Texas, delivered to the floor of the warehouse, or as. otherwise indicated. wow 5.. The City: of Denton, Texas reserves the. right t to 'accept geparate Items in:. a: 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.waiveIall informalities and require that submitted bids.. remaimin force for a sixty (60) dappenod attar opening::"or until award is:made; whichever comes first. 8. The quantities shown maybe. approximate.. and could vary according. to the. requirements of the City. of Denton :..throughout-thefcontrsct 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 and/or 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 to awardt6h ba gqunda 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 20.048) GTY of DENTON,. TEXAS :215E McK/NNE.Y / DENTON, TEXAS 76201%1 TELEPHONE (817) 566-8200.,' ADDENDUM #2 BID #9805 Items 17 through 21. on.. accidentally left blank Denton Municipal Airport been completely deleted. item description have bei They... are ..as.-. shown. -on the. items into the bid. pages P on the (FAA AIP The quaff un filled attached BS-5 and P .F BS-6 were original bid documents for 3-48-0067-03). Item 21 has itity, units of measure, and in on items 17 through 20. pages.. ..Please; insert': these THIS MUST BE INCLUDED WITH YOU BID a • t - Yom.. iE 0507E uenvon municipal Airport Proposal & Bid Schedule FAA AIP 3-48-4067-03 Page P&BS-5 PROPOSAL`AND BID-SCHEDULE` Item * Quantity *Unit *Description in Price & Words * Price in * Amount No., * * * Figures . SCHEDULE NO. 1. -BASE BID - ROADS .(NON=PARTICIPATING) 17 t 160 * L.F * One way 4" electrical * * duct. * w . , TAIIRTY . Dollars * * o * * * and NO Cents * * t per * 18 * 40 * L . F.* 16" Steel Casing * * * * * • * TWENTY- GivE Dollars: OU o ~ ' * + and No Cents * * * * * * per Addendum # 2 Denton Municipal Airport FAA AIP3-48-0067-03 Proposal 8 Bid Schedule P age P&BS-6 . PROPOSAL AND BID SCHEDULE Item No. * Quantity *Unit *Description in.Pri ce & Words * * . Price in * Wnount * * Figures 19 * 40 *L.F18". Steel Casing , * TH& Z Dollars * c • * # - *.and.. NO Cents o ..30 - * zoo O° * * * * per= 20 * *L.S * . * Contractor's Warran ties * # * &.,Understand'n 5. * Foot Y IV~W P Doll r * # . . * a s * oo DO - # * X °o 00 * # and NO Cents * .per • SUB-TOTAL ITEMS 17-20 -SCHEDULE-NO.1 -BASE BID - ROADS oo (NON-PARTICIPATING) 7 400 DRANO TOTAL SCHEDULE N0. 1 BASE BID $ 1 2 Addendum #2 Page 4 of 4 ucn~un munIC1Pal Airport FAA AIP 3-48-0067-03 PROPOSAL:AND BID`-SCHEDULE Proposal'& Bid Schedule" Page P&BS-7 Item * Quantity *Unit *Description in Price & Words * Price in * Amount No. * * * * Figures * * * ADDITIVE BID. NO. 1 - HOLDING `APRON I * 525 * LF * Sawed Breakout Groove * " TN.PEE Dollars oo * * * * 3- * 575. 1 * * * and No Cents 1 * * * per linear foot 2 :117" * SY Remove Existing * * * Asphalt Pavement. Dollars c o 23 5~ * * * and NO Cents * "`per, square yard. : , . * . 3 * 230 * CY Unclassified Excavation * * * (Dens ity.Control * * 'Dollars * * oo 7 * GID' I * * ; * * * and . NO Cents * * . per, cubic yard * * . 4 * 2,160 CY Site: : Borrow * . * * :;(Density' Control`) * * * * * TffiPEE Dollars * * oo 3- ~~80 * * * * * and A10 Cents * per.- co FAA AIP 3-48-0067-03 Proposal & Bid Schedule Page P&BS- 8 PROPOSAL` ANO- BED SCHEDULE Item * Quantity *Unit *Description in Price`& Words'* Price in ' * Amount No. * * * * Figures * * . _ 50 Ton Lime * * * * SEl/61V7 Y Dollars * oo 70 - oa 7 * - 3 5 0 * * and ND Cents / per ton * * * * * 6 * 2,910: * SY 6" Lime Treated Subgrade Dollars * * * * * 2 00 * 00 5-RZO - and NO Cents * * * per square: yard. * * * * * * 7 °630 * CY - Crushed Aggregate Base Crs.. * *-r * '-TWENTY Dollars * o * o0 * * an o * 20 * 12 (P 00 d NO Cents * * / per cu6i'c yard * * 8. * 610 *Ton * Bituminous Surface Course * * 7wENty-E16NT Dollars go * . - * ZOO * /7, 080 * * and NO Cents * ' per ton * * * * * * 9 * 710 *Gal *'Bituminous Prime Coat(MC-30) * * } * ONVE Dollars * * oa * o0 * and V0 Cents * . * * * * * ' * * per gallon * * * * * wC116U11 i1Uf11F1Pa.1 mirporL - FAA AIP 3-48-0067-03 Proposal Bid Schedule. Page P&BS-9 PROPOSAL AND_ BID::.SCHEDULE Item * Quantity *Unit. *Description in Price'& Words * Price in * Amount No. * * * * Figures : a. * * * * . 10 290 *Oal . * Bituminous. Tack Coat (SS-1) * * ND - Dollars 00 ' * * and 5/ Tr Cents per gallon 11 * 3,700 * SY . * Cellulose 'F fiber. Mulch - * * ND 061 Tars. . 6 S * * * 3 00 2~0 and. SIXTY- GlvE: Cents * per square yard: * * * * * * TOTAL ADBITIVE 910 NO T`.- HOLDIN& A PRON,. 9 2-'- S2, 18 , . I FAA AIP 3-48-0067-03r rroposai a.tsid Page P&BS-10 schedule PROPOSAL. AND . BID: SCHEDULE Item * Quantity *Unit *Description in Price & Words * Price in * Amount No. * * . * Figures * * * * ADDITIVE BID 'NO. 2 - HELIPAD T * 70 * LF * Sawed Breakout Groove * * A r, TI-AeEE Dollars IF 3 00 * 00 2 / O * and NO Cents * If If . * * per linear foot * 2' * .16 * SY * Remove Existing: * * * Asphalt Pavement * * * I * * ThiO. Dollars * o : If ao c 2 . 3Z -7 * * * and /VO Cents . . * s * It per'square yard: * * * * * * *3 * 1,018 * CY * On'-Site'Borrow * * * (Density Control * . " * : * ,...7 H,PEE Dollars * 7a: * o 66 * and SEVENT Y Cents * * * * , * per:cubic:yar d . . * * * * 4 * ~4 *.Ton * Lime 5EV/CNTY Dollars * * * * * * * 70- ° * o` 980 * * and ND Cents * * It * * * * per ton * * 5 * 810 * SY * 6" Lime Treated Subgrade * * * IF * TN~2EE Dollars * * * * * * * and /VO Cents- # * * per square yard ` * * * 00 00 .3 * 2 //30 * * * rroposar.& 131d.Schedule FAA AIP 3-48-0067-03 Page P&BS-11 PROPOSAL_AND...BID SCHEDULE Item * Quantity *Unit *Description in Price & Words * Price in * Amount No. * . * * * Figures 6. 169 CY 6"-Crushed Aggregate * It *B C ase ourse * T~.vENfiY -.dNE Dollars * oo 2t S~ 9 00° * * * * and. /I%D Cents * * * per cubic yard * * * * * * * * * * 7 . * 700 * SY 6": Portland Cement, Concrete * . -Pavement`:.. * * * TWCA1TY- cou P Dollars * * oo . * * * * * 200 80o~ : and No Cents * ' * per square yard * 8 * 1 *LS Helipad Marking.: * * *SEVEN RuwykEO F/GTYDollars 7S0 * 7500 Cents * * * per lump sum * * * * * * * 9. It 4D< 24" Class III Reinf. * ,r Concrete Pipe. * * << Ti✓ENTY- MME. Dollars * 00 a 00 and No Cents * * * per gallon * * * E/GNTEEN NuN02E0 Dollars p C?U * * * and NO Cents * per lump sum 16,00 00 a, 1 FAA AIP 3-48-0067-03 rr upwa i a< oia- acneau iem Page PUS-12 PROPOSAL AND.BID ,SCHEDULE Item * Quantity *Unit' *Oescription in Price & Words Price in * Amount No' * * Figures * 900 # Sy ,..Cellulose Fiber Ich% * * * Seeding. NO` Dollars * O !~S Soo . J~8 * and S/XTV - Fr vE Cents * * * per square yard * * 12 250 LF =Mu7tiz Cable. Trench . * . TWO Dollars ' * w * 00 and. F/FT % Cents * per linear foot:. ` . * * * * * 13- . . * 260 LF #8 AW6 Bare Counterpoise . TN~PEE. ` Dol lars. * . . * T 3 780:- * and NO Cents * * * * * . * per. lrnear, foot... ► * * * . * . ' 14": * . 500 *.LF * #8.600V XLP TGtJ 0 Dollars. * * and 5y&,vE Cents * 7S _o 37.5 * ' # :r per 11[near foot : . 15 400 * LF * #6 600V XLP Dollars. f; G and Cents * * * * * per linear foot MA A1P 3-48-0067-03 ' a "'u Juieuuie.. Page P&BS-13 PROPOSAL AND BID.SCHEDULE Item Quantity ` *Unit *Description im Price & Words * Price in * Amount No. * Figures * 30 16 ;r. LF 2-Way '410 ;Electrical' butt * * * .Tf~/~PTy- F/yE Dol lars * oo * . 00 .and NO Cents * . . *4. *`per linear foot *Embankment to be ,secured from taxiway excavation. TOTAL ADDITIVE.-BID - NO. 2 -'HELIPAD, $ 36,53 2 ~o f }i if t ( l ucrr.un municlpai Airport Scutheast Airport Improvemen - . ts . Proposal & Bid Schedule Paving, Drainage and Utilities - Bid Page A P&BS. Non--14Participating Items PROPOSAL & BID. SCHEDULE.- BID A (NON-PARTICIPATING ITEMS)' Item * Quantity *Unit * Description in.Price & Words* Price in * Amount Figures LS * Contractor's -Warranties * * and Understandings * * * FOUR THOUSANO Dollars * , * a 000 * o" /L 000 and Cents . T * * * per Lump Sum 2. * 27 *LF 18 RCP"Storm: Sewer ` * * * TGVENT`/ " Dollars * * * ; * . oo 20 - * 00 ~zz p - * and. /VO Cents . * * * per linear foot ~e * 3 * ._257 * LF 27" RCP Storm; Sewer , * :rW5AItY FIVE Dollars * o * eo. * 25 * and ND Cents * " * per 'linear. foot 4: * 80 *.LF * 30"'RCP Storm.Sewer * * * TY Two Dollars * oo * o0 * 32 25 ° * * * and f 1V.0 ; Cents * * 7 per linear foot * * . * * * * * * 80:, *„;LF:.- If 36"_-RCP-Storm Saw * * f UKTY- FOCIR Dollars * 41~ V * . 31 * and NO Cents * * . *,linear foot Denton Municipal Airport. Proposal & Bid Schedule. Southeast Airport Improvements Bid A - Non-Participating Items' Paving, Drainage and Utilities Page P&BS - 15 PROPOSAL & BID SCHEDULE - BID A (NON-PARTICIPATING ITEMS) Item N * * Quantity *UnitDescription in Price & Words* * Price in * Amount o. * * * * Figures. * * * * * * * 6 * 102 * LF * 42" RCP Storm-Sewer * ' * F/FTV Dollars * * * o, 50- oa * and ND Cents_ * i * *'linear foot 7 * 54' * LF 8' x 4' Concrete Box * * * Culvert * * * Two 14 uNn,eEa FlcrrDo IIars * * 2s oo p - * ~3 5700 ' * * and Cents 1 * * per linear foot- 8 * 2,476=. , *`-LF` * 8-.PVC Sanitary- Sewer. * * * * FIFTEEN Dollars * * * * and' /110 Cents /5 co 37 / q0 * _ * per linear foot 9 * 220 * LF * 10" PVC-Sanitary Sewer SE11EA1 A/ Dollars * * and NO Cents. 7 00 ; 31 7*0 per-linear-foot. W, W 10. * 49240 t LF, *.87' PVC Water Line * * =.i % * * * ELBE Dollars * co * oa SD 880 - * * * and /VO Cents. * !2 * * * * per. linear foot. Denton Municipal Airport Proposal & Bid Schedule Southeast Airport Improvements Bid A - Non-Participating Items Paving, Drainage and Utilities Page P&BS - 16 PROPOSAL & BID SCHEDULE - BID A (NON-PARTICIPATING ITEMS) Item * Quantity *Unit * Description in Price & Words* Price in * Amount No. * * * * Figures * * * * * 11. * 2,780 * LF * 10" PVC'Water-Lin e * * - * SEVEN TEEN Dollars * * * * * 260 °o 17Z7 and.- /110 Cents: , * * * per linear foot * * * * * * 1'2..... * 2Z *>EA 6" Gate:Valve * ' * THkEf AlyweEn F/Fr yDol l ars * * * * * oo 350 - * o0 7 70O and NO Cents. * * . * * per each 13; * l s GA * gp Gete Valve . FOV.P f1vN02EA Dollars * * * /f00 y~DO and /VD Cents * * * * per each 14': 3 * EA • * 10". Gate Valve * * * * * * * * sEvEn~ NvN,0RED Dol.lars, * * " ' * * ~ * 700 - and - NO— Cents * * i * * *,per each * * 15 * 22. *,Eq * Fire Hydrant * * SEvEN 11aNAe C0 Dollars and No Cents * * * per each Denton Municipal Airport Sr:utheast Airport Improvements Paving, Drainage and Utilities .PROPOSAL & BID SCHEDULE - BID (NON-PARTICIPATING ITEMS) Proposal & Bid Schedule Bid A - Non-Participating Items- Page P&BS - 17 A Item * Quantity *Unit * Description in Price & Words* Price in * Amount No. * * * * Figures * * * * * 16 *25,834 * SY * Hydro Mulch Materials * * * * * No' Dollars * * and. SiXTv= Two 'Cents * * * * * per square yard * * 17 : *,LS * Preparation of * Right' of Way- • * • , . _ * * * * * * * SEVEN THOUSRNO DO1TdrS * * * eo * 7000- eo * 70 00 = 4 r:: * * and. . A/0 Cents ALL., per-lump sum 18 *27,322` ' s+►'CY } UncI ssified Excavation * * * 0/V,E Dollars * * * * 30 n Jrl $ b 3 ~ and - TLS/,e TY Cents * ~ * * * per cubic yard 19--' * 185 *Ton * Type A Hydrated Lime(Slurry * * * ` ' * SEVENTY Dollars * * * * * 70- ~ 950 ° and NO Cents * , * - * per ton ".i-- 20 *15,273 * SY- ...*.6" Lime Treatment of * * Subgrade * * * ' TWO Dollars * os 3o9 6S * * and F/ vF Cents. * : * * * square yard ■ Denton Municipal'Airport Proposal & Bid Schedule Southeast Airport Improvements Bid A - Non-Participating Items Paving,_Dramage and Utilities Page P&BS -ld PROPOSAL.& BID SCHEDULE - BID A (NON-PARTICIPATING ITEMS) Item * Quantity .*Unit.* Description.in..Price & Words* Price in Amount No. , . * # * Figures # . 21 *11,613 * Sy * 2" Asphalt (Type D) * # * TH.PEE. Dollars. * . * # - * ao 3- * o0 839 35 and NO Cents . # # ' * * per square yard * # # * # * # 22 * 2,191 * SY Asphalt:Base:..(Type A)*. . * * * S!X Dollars . # * * # # S # I 9S 3 / * * and, FORTY'-F/v 7, Cents' * # # # per square yard'. # * * 23 * 2,191 * SY * 1'-1/2" Asphalt ('Type D) * * * # u T ` c O Dollars c * * * * 2 9 * eo ~ 3 S3 and N//VETY Cents * ~ * * * per. square yard * # # * 24:. • * 10 *Ton * 2" Asphalt Patch (Type D) * # * * ' * --791e7-Y- C/yze Dollars * o * 35 ° 3so * and /VD Cents per ton * * ' s .25 # * 7.1,. # * CY` * *.Class A Concrete : * * * # * ' * Ti4REE AtwN jPEO FIrry Ool tars # - . # * oo 350- # Z 7 OS o0 * * * andCents # # * * * per cubic yard * # # * * * * Denton Municipal Airport Proposal & Bid Schedule Southeast Airport Improvements Bid A - Non-Participating Items Paving,.Drainage and Utilities Page P&BS - 19 PROPOSAL & BID SCHEDULE - BID A (NON-PARTICIPATING ITEMS) Item- * Quantity .*Uni t * Oescription.in-Price & Words* Price in * Amount No.. * * * - * Figures . , 26 * 5 * EA * Concrete Mantrole (4') * * * * * * dLV6 TNousAwo Dollars. * ` * . * /000 d0 Jr Q : * and /V/0 Cents ~ . * * * per each 27: * *.Ls , *-.Barr.icades, Warning Signs, . . * * and Detours:" . . * * REE TNousAwo Dollars * 0"0 00 - 3 000 3 - and. /VO Cents * . . * * * per lump. sum 28 488 *`SY + 4° Concrete:Riprap * * Tw6N^TY-F/vE Dollars * * pe * * 250-0 /2 Zoo * .*-and A1....0 cents.: ; * * per square yard * * * • 24= : 671 LB * Reinforcing Steel * * * * ' * l10 Dollars * * 0 so. * S so 33 * * , and . _F<FTY 'Cents ; * . _ : * per pound 30 * 130 * LF" * 10" Steel Casing * ° * Tc✓E/yT~/ Dollars * * * * so * * * * 00 O0 * * * and No Cents * * * * * * * * per linear foot Denton Municipal Airport Southeast Airport Improvemen ts Proposal & Bid Schedule. Paving, Dr ainage and. Utilities Bid A - Nan-Participating Items Page P&BS.-,20 PROPOSAL & BID SCHEDULE - BID A (NON-PARTICIPATING ITEMS) Item * Quantity.:*Unit * Description in Price & Words*.Price in * Amount . * Figures 31 * 1 *'EA * Break into Existing Manhole * * * * * /-IUNDQED Dollars t * t.. * 90000 D o d 90 * * ►`and ND` Cents: * * , * * * per each * * * * * 32.., * 2 EA Sewer..Cleanout . . . * * * Four NU/VDREo Dollars * * * and NO Cents * 2f00 - per each. * * * 33.. * 48 * LF Remove W' CMP:. * . > * eTwENTy DOFlars . * . * .20 00: * 9~D o_o * and ND Cents. * * * * * Per linear foot * . * * * 34=: 1 * EA * Break Into Exist. Inlet . - * Two. N:uNOQEd Dollars * oo -200 - * * o0 000 - * * * and /VD Cents * * per each . z . , . * * * * * 35 * 210 * LF. * 4" PVC Conduit (GT-80). * * * SEvEN Dollars * * oe * * * and /1(D Cents * f * * *'per linear foot Denton Municipal Airport Southeast Airport Improvements Paving, Drainage.and._Utilities. PROPOSAL & BID SCHEDULE - BID (NON-PARTICIPATING ITEMS) Proposal & Bid Schedule Bid A - Non-Participating Items Page., P&BS. - 21.. . A. Item N Quantity ,..*Unit.* Description.in.Price & Words* Price in * Amount - o... * . fi.gures . * , . * * 36 * 180 * LF" * 4" PVC Conduit (Sch. 40) * * * * * * * * 5:EV/ _ IV Dollars = * * ' * ~-700 * eo and 1116 Cents * * * per linear foot * * * 37 EA * 18." 6:1 Safety Ends * * . * * * FovR 116W.O,eEa Dollars * * * X00 X00= * ; ando Cents * * W. A per each * * * 38 * 10 FA, 27"` 6:T Safety: Ends * * * FovR . slUtiA2 a Dollars * * * and * X00 * OO D o~ /1/6 Cents * '.per each`:; * . * * * * 39- 2 * EA * 30" 6:1 Safety Ends * * Eg Dollars; X/ 11E liyolvag . * ' * * j * * * SOO oo * .00 000 an d ND Cents per each . * * . # 40 * 2 * * EA * * 36" 6:1 Safety Ends * * * * * * * * ; - * F[vE yuniO~e~p Dollars Y 3 ~ ~ 00 7,. SOD • f~;;UQ.d * * * and No Cents * * * * * per each uenzon municipal Airport -Proposal &Bid Schedule` S:)utheast Airport Improvements Bid A - Non-Participating Items Paving, Drainage and Utilities Page P&BS - 22 PROPOSAL & BID SCHEDULE BID A (NON-PARTICIPATING ITEMS) Item # Quantity :Unit Description in Price & Words* Price in * Amount No., * * Figures * * qI * 3 * EA' . * 42": 6:1. Safe Ends * * * * * S/X N!/ND,Po~D Dollars °0 *ti * *y: X00-° * l goo and iV 0 Cents per each * Denton Municipal Airport Southeast Airport Improvements Paving, Drainage-and Utilities PROPOSAL.& BID SCHEDULE BID (NON-PARTICIPATING ITEMS) Proposal & Bid Schedule Bid B - Non-Participating Items Page P&BS - 23 B _ Item * N Quantity. *Uhit.* .,Description in.Price. & Words* * Price in * Amount o * .Figures . . . * * 1 * - *..LS *Contractor's-Warranties * * - * * * and Understandings * * * * * * rHiRTY Two llu*D2Et Dollars * * * 3;2oa- 3 200 - * *`and ND • Cents * , * * * per Lump Sum * * 27 LF 18" .RCP. Storm Sewer * * * . . * * Tug A/T y Dollars * * , p * * W. * o 2 * O - and Njo:Cents * * * per linear foot * * 3, * ,..257 LF 27" RCP`-Storm:Sewer * - 7cvENTY-.~/yE : Dollars * * . * ar)d No Cents * 25°-° -ZS °o * * * per linear foot * 4 * 80,; * LF 36" RCP Storm Sewer * . * * , * * FUeTY-ouP Dollars * * * * * Sz0 °o * * and yo cents * *linear foot * . * * * * * 5 * 102 *-LF * 42" RCP Storm Sewer 50 and 106 A/ Cents * * * linear foot Denton Municipal Airport Proposal & Bid Schedule Suutheast Airport Improvements Bid B - Non-Participating Items Paving, Drainage and Utilities Page P&BS - 24 PROPOSAL & .BID SCHEDULE - BID B. (NON-PARTICIPATING ITEMS) Item * Quantity *Unit- * Description in Price & Words* Price in * Amount. No... * * * * Figures. * * * B * 54'. LF..* x 4' Concrete Box * * * Culvert * * * * * *Iwo yviypQEO'.cjcryDo1lars * # r O"oo oo. *.'.and, /350O * * wo Cents * * * per linear foot 7 * 1,057 *.LF' *.8""PYC Sanitary "Sewer, * * * * */FTEEN Dollars * * . * * /.Soo ~S. B.SS 00 and- ND ' . Cents per, linear foot * . * * 8' * 220 * LF IO" PVC>Sanitary'Sewer * * SEVEN T . FM Dollars * * ' . oo 00 * and~, 17 /V Cents 3r 7 O _ * * Per linear"-foot: 'd, :",ip * * 9 * 4,240 * LF- * 80. PVC Water.Line * * -:.TwELVE Dollars * * o0 * * * oo * 880 * * *:and ,.~Ifp Cents * * * * per linear foot' * * * * * 10 * 2,780 * LF * 10" PVC Water Line ~ ~ * ~YG<I"T .E~/::,: •.D81lar * q.o::;.,~ ca ; * * * * and Cents * * # * * per linear foot * * Denton Municipal Airport Proposal & Bid Schedule Southeast Airport Improvement s Bid B - Non-Participating Items Paving, Drainage and Utilitie s.,. Page.P&BS:- 25 PROPOSAL & BID SCHEDULE - BID B (NON-PARTICIPATING ITEMS) * Quantity *Unit Item ;Description.in Price & Words*. Price in * .Amount.. . . No. * * .Figures 11 * 22 * EA * 6" Gate Valve. * * * * * * * * T/fkEE NuNp4ED r/FT&llarS * * o0 00 $ 7 70 * : and A16 Cents . *e. * * * per each * * * * * 12 * 11 EA 8 " Gate Valve ► . * * . * Fove 6 uwyyeEO Dollars * * * ~00~ -174i ADO c~ and /Vp Cents . * * per, eactf, * * * * * 13 EA ..10' Gate Valve . ' * * * sEyEN NuNdPEO-Dollars * ao * 700 eo * * * and Al 40 Cents * * * * per each, * * * * * 14=: 22 * EA * Fire Hydrant. * . .SEvE'V HuNO[EO' Dollars * e, * 700°° * ~00 lS Cents. and NO * * J r :'r * per each * * * * * 15 *20,563 * SY * Hydro Mulch Materials * * * * * ' * * Dollars * * ° e tP e , Jay * : • ~ 5 * :.0 , i F ' ~ * * ' and SIXTY - Two Cents * * * * * * * * per square yard * * * * * Or%nton Municipal Airport Proposal & Bid Schedule Suutheast Airport Improvements Bid B - Non-Participating Items Paving, Drainage and Utilities Page P&BS.-.26 PROPOSAL & BID SCHEDULE - BID B (NON-PARTICIPATING ITEMS) . Item. Quantity. .*Unit * Description in."Price.& Words* Price-in Amount: No. * * * _ * Figures * . 16 * * LS * Preparation of * * * Right of Way * * * * SEvE/y THavsAND Dollars * 7, ooo o0 7000 * and /V o Cents . * * * * * * * * per lump sum * * * * * * * * * * 17 *21"403 * CY' Unclassified' Excavation * * * * * * * * OLE Dollars 00 0 * and.. NO Cents * * * per cubic yard 18 . ` c* '_132' - *Ton .Type.A` Hydrated lime(Slurry)" * { * + * SE`v61VTY Dollars * * °o 0 * * * * 60 70 * 9 Z -Cents * * * * per ton * * * * * 19 *10,441 * SY' * 6""Lime Treatment of * * * ONE Dollars (o_S * " /8 ~.jZ * * . * and S/XTY FrvF Cents" * * * per square yard * * * * * * * * * * 20 * 7,931, *-SY * 2" Asphalt (Type 01 y. . * * _ ~,sG * THeEE Dollars * 53 * 27 99 -3 * * * * 0 * * * and Gif7Y- 711A6,E Cents * * * * * * * * per square yard Denton Municipal Airport. Southeast Airport Improvements Paving, Drainage and Utilities Proposal & Bid Schedule Bid B Non-Participating Items Page P&BS - 27 PROPOSAL & BID SCHEDULE - BID B (NON-PARTICIPATING ITEMS) Item * Quantity *Unit * Description in Price & Words* Price in * Amount No. * * * * figures * * * * * 21 2,141 * SY * 4-1/2" Asphalt Base (Type A)* * * * * * * * * * * * $ Dollars * * ~s * 80 9s / 3 . and, FD,ery-FivE Cents _ , * * * per square yard * * * * * * * .22 * 29141. * SY. 1-1/2" (Type Asphalt 0) . . : TL✓0., Dollars * * * ~ * 27 * G209 * * and 1V11VF7 Y Cents * : * per square yard * . 23. * 10 *Ton * 2";.Asphal:t Patch (Type; D.) ;►s 3 : _ `.TN/QTY"-'FIVE DoT.Tars. * * * 3~ 3 * * and lVo Cents * * * * * * * * * * per ton * * * * * * * * * * 24=: 7.1 * CY * Class .A Concrete * * * * * * * * T/f PEE #yV,0B_go Fio7lDo l l ars * * 0 ° * * * 350 2 8 * * * and' /VO Cents * * * per cubic yard. 25 * 3 * EV * Concrete Manhole (4') * * dNE 711oj15,4 VD Dollars Do * 00 1006 - * * * and NO Cents * * per each * * * * * r Denton Municipal Airport Proposal & Bid Schedule Southeast Airport Improvements Bid B - Non-Participating Items Paving, Drainage and Utilities Page P&BS - 28 PROPOSAL BID SCHEDULE - BID 8 (NON-PARTICIPATING ITEMS) Item * Quantity *Unit * Description in Price & Words* Price in * Amount No. * * * * Figures 26 * * LS * Barricades, Warning Signs, * * * * and Detours * * * * * Tf/,2EE 7NoilsAA.o Dollars; * and NO Cents * * * * * * * * per lump sum * * * * * * * * * * a 27 : * > <413: SY 4 :;Concrete: Riprap . * * * TwENTy- F/v~' Dollars * * 00 - o° 325 and =/UD Cents per square yard * * . E * * * * * 28 * 671, * LB * .Reinforcing Steel` Dollars . * 50 Q 335- sa * * * and )ELE 7Y Cents * * * * * * * * per pound * * * * * 29_~ * 130 * LF * 10" Steel Casing * * * * * * * * 7WFN7Y Dollars * * o° 20 * and A/0' Cents per linear foot. * 30' * 1 *'EA * Break into Existing Manhole * * * AwNE MyNORED Dollars * oo * o pO * * * * 9oD 90 * * and A10 Cents * * per-each Denton Municipal Airport Proposal & Bid Schedule Suutheast Airport Improvements Bid B - Non-Participating Items Paving, Drainage and Utilities Page P&BS - 29 PROPOSAL & BID SCHEDULE - BID B (NON-PARTICIPATING ITEMS) Item * Quantity *Unit * Description in Price & Words* Price in * Amount No... * * Figures * 31 * 1 * EA * Sewer Cleanout NUNO&~,o Dollars * oo * o° * * *'and_~/D Cents . * * per each * * * * * * * * * 32 * ....48: * LF * Remove 36" CMP * * ENty Dollars * * oo. * * * 20-° * 9~a - * * * and /10 Cents *.,per I I.near foot. * 33 1. EA% * Break; Into Exist, Inlet. * * * Two <IuNO¢ED Dollars * * * Zvo * 20~ ° * * and 'Alo Cents * * * * * * * per each 34= * 150 * LF * 4" PVC Conduit (GT-80) * * * sEvEN Dollars, * AO _ * * * 700' aso. * * * and Alin Cents * linear 'foot 35 * 150 * LF' * 4" PVC Conduit (Sch. 40) * * * * * * * * SEvEN Dollars * 00 * v o_ s * * * and No Cents * * ~ * * * per linear foot Derton,Municipal Airport Proposal & Bid Schedule Scutheast Airport Improvements Bid B - Non-Participating Items Paving, Drainage and Utilities Page P&BS - 30 .PROPOSAL & BID SCHEDULE - BID B (NON-PARTICIPATING ITEMS) Item Quantity *Unit * Description; in. Price &.Words* Price in * Amount No. * Figures 36 * 1 * EA * 18 6:1 Safety Ends * * * FOUR #yN0260 Dollars * * * * 00 0 and- A/0. Cents. * * * per each- 10 * * * * * * * * 37 * * EA . * 27 61 Safety. Ends * . Foul N~No,eE/o Dollars * * * * oo * QOd o~ * * * and _j[D Cents * per.. each * * * * * * 38 * 2r * EX * 36"6:1 Safety :Ends NIIND4Eo Dollars 06 * * . * 500 * 60 * , * and Cents 000 * * per.. each * * * * * 39: * 3 * EA * 42". 6:.1 Safety Ends * . , 5/X 1,2xiin/t9QE/J Ool lars * oo * 0 , * * * * and NO Cents * 600 - * lj 8~ * * *"per each.: * # SUB-TOTAL ITEMS 1 39 - CITY OF DENTON, BID B (NON-PARTICIPATING) $ 33 2) 7/ Y 99 3 n ~ ~;i Denton-Municipal Airport Proposal & Bid Schedule southeast Airport Improvements Bi d C - Non-Par ticipating Items Paving, Drainage and Utilities . Pa ge P&BS - 31 PROPOSAL & BID SCHEDULE - BID C (NON-PARTICIPATING ITEMS) Item * Quantity *Unit * Description in Price & Words* Price in * Amount. No. * * * Figures 1 * * LS. * Contractor's-Warranties * * * and Understandings * TNiQ7Y-F°~r _ yPA/DOEAl011 ars o• * pC * * And.. /0 Cents * . * * * per Lump Sum * * * * * ..2 * . 27 LF' 18" RCP Storm Sewer * . * * * TG✓ENT'/ Dollars * * * * 200.0 * * and /V D Cents * * per linear foot * * * . -77* * ,27"T . * * .TcyE.yrV=Gw~ Dollars * * 2s°° * * °a '006) * * * and No Cents * * . * per linear foot * . * * * * * * * * * * 4 80 * LF . * 30" RCP.Storm Sewer * * * * * TNIe7-Y Two Dollars * * Qo 3 _ * O 00 56 and Cents * * . . * . linear foot * * * * 5 * 102 * LF 42" RCP Storm Sewer k a =CIFT:lf: Dol}ars o -oa ~I v o 60 5 100- * * * Ao Cents and . * * * * linear foot Denton Municipal Airport :Proposal & Bid Schedule. Southeast Airport Improvements Bid C - Non-Participating Items Paving, Drainage and Utilities Page P&BS PROPOSAL & BID SCHEDULE---BID C (NON-PARTICIPATING ITEMS) Item * Quantity. *Unit * Description in Price & Words* Price in * Amount No. * * * . Figures. 6: 54 * LF,' 8' x 41. Concrete Box * * * Culvert * * * * * * *Two NuLiox9o ocIrrY ollars * oo * 3, 0 * * * SOO- * * and /V0 Cents * * * per linear foot. * * * * * 7` *..2,476. LF 8" PVC.Sanitary Sewer: * * . * * * FIFTEEN Dollars * * * _ * Soo 7 ~ ~ o0 * 3 - * * and Cents * * ; *-per linear foot- . , . . 8` 220 LF 10"-' PVC Sanitary Sewer.:... , * ENTF6N' ool:lars SEv * * * ' , * * 60 17- * , 3 711La-o- * * * and. /Vo Cents ,►"per linear foot 9 *-4,240 * LF * 8" PVC Water. Line * ,r:,.` Tli✓EG yE Dollars * * . 00 * * * ~Z o a * s0, 880 Cents and A16 . * * : Per linear foot . * 10 * 2,780 * LF *'10" PVC Water Line „ x * <;; * E 1(2H TEEN_ Dallars * 00 ~ on * * * and /VD Cents * * * * * * * * per linear foot Denton Municipal Airport Proposal & Bid Schedule Southeast Airport Improvements Bid C - Non-Participating Items Paving, Drainage and Utilities Page P&BS - 33 PROPOSAL & BID SCHEDULE BID C (NON-PARTICIPATING ITEMS) Item * Quantity *Unit * Description in Price & Words* Price in * Amount No: Figures . .11. * 22 * EA * 6" Gate Valve. * * *7HREE N&AfAe" FiCTr0o17ars * 06 35 * eo * * *.'and A10 - Cents 0 . ' * . : .*'per each * * * * * * * * * * 12 * it * EA 8" Gate Valve. * * Foal ' f,~UNp[EI) Dollars 00 * * - * ou * ~d U * * * and A/p Cents . * * *:per each * * * * * * 13 * 3. .*-EA 10."'Gate . Valve . L/utit7QEDDo11'ars * * . * 700 * * o . Z l C~ ~ ~ * * and ~/(I Cents * , . * * 11. per each , 14 . * 22 * EA * Fire Hydrant * * * SEvEiV ../fuNa,9 ee ollars' * oc * Z QQ_ * * and ND Cents per each 15 1120 138 * SY * Hydro Mulch Materials , * * * A/0 Dollars * * 8 S4 * * * * * per square yard * * * * Denton Municipal Airport. Proposal& Bid Schedule. Southeast Airport Improvements Bid C - Non-Participating Items Paving, Drainage and Utilities Page P&BS - 34 PROPOSAL BID SCHEDULE" BID C (NON-PARTICIPATING ITEMS) Item * Quantity. *Unit. * Description in Price & Words* Price in * Amount No. * * Figures... 16 LS` * Preparation of * , * * * Right of Way * * * * * * * * -5g74nv 7#odsgpp Dollars * 0 so 00 7 , . * and ND ...Cents * . * * * per lump sum * * * * * * 1Z_ *22,443 CY Unclassified Excavation: ONE - Dollars * * : * and A/6 Cents . per cutirc yard.' - 18' 136: # Ton . ,r . Type A Hydrated' Lime(Slurry . . . * * Y Dollars SE~E~Yz- * * 00 o SZV E0 * * * and /p Cents * . * per. ton 19 *11,267 * SY * 6" Lime Treatment. of . * * * Subgrade * * QAle5 Dollars * 4~5 * ~8 S1`0 * *;t` d ' tiY7Y= FiUC. .:.Cents : _ * . * * square yard * * * * * 20 * 7 915 * SY * 2" Asphalt (Type D) 1 i , s ; , * 7,2E1 Do1`lars * 5-3 * 7 r 3 x 9's * * * * 3, / 2 f * * * and GiFTy- 7!62EF Cents * * * per square yard * * * * * Denton Municipal Airport Proposal & Bid Schedule Southeast Airport Improvements Bid C - Non-Par ticipating Items Paving, Drainage and Utilities Page P&BS - 35 PROPOSAL & BID SCHEDULE - BID C (NON-PARTICIPATING ITEMS) Item * Quantity *Unit * Description in Price & Words* Price in ' * Amount No. * * * Figures. • 21. 2,191 * SY * 4-1/2" Asphalt Base (Type A)* * * * * * * : * * SAX Dollars * s * * 9s / /3% - and`. FOQTy-Fiv,6 Cents. " * * * per square yard * * * * * 22 * 2,191 * SY * 1-1/2" Asphalt (Type D) * " . . * * * . * * * Z-r,& p Dollars * _ * 2 * 90 353. . * * * and A//N)5 T % Cents * * * .per, square. yard . * * . * * * * * 23 * 10 *Ton . * :.2 Asphalt Patch {Type Q)._ • * * * * 2r -Y /1/4 Dollars oo: *35- ► * _a 3S0 and Cents * * * . 11 * per ~i on * * . * * * * * 24•. . * • 7.1 * CY * Class A Concrete * ; * TE/P NarVn~ o F ollars and AID Cents . . per cubic yard: * * * * 25 * 5 * EA * Concrete Manhole (4') * * * OAlE rflQUSAAle Dollars * * Q° f) 11 A, * *`'and" %(YD Cents * * * * * * * * per each DRnton Municipal Airport Proposal & Bid Schedule Southeast Airport Improvements Bid C - Non-Participating Items Paving, Drainage and Utilities. Page P&BS - 36 'PROPOSAL BID SCHEDULE BID C (NON-PARTICIPATING ITEMS) Item * Quantity *Unit * Description in Price & Words* Price in * Amount No.. Figures 26 LS * Barricades, Warning Signs, * * * * and. Detours * * THeEE 7Nv uswd Dollars * uc * 000 3 o0 000- * * * * . ; and /Yo` Cents. . , * * per lump sum * * * * * 27 * 312 * SY . V Concrete Riprap * * ?uiEniTy- Dollars o _o c Zs- 7 80 * * and A/jo Cents. * * i per square yard. * * , . * * * * * 28" * 67i ':LB * Reinforcing, Steel * - * * * %1T0 Dollars * * ~o 335 * * * and /F 7-Y Cents * * : * per pound * * * * * 29-."- * 130 * LF: 10" Steel Cas.ing . * * * * Zazi ilTY' Dollars * oo * Z * . Z X000 00 * - * * * and Alo Cents * * / _ *=per linear foot. * * * * * 30 * 1 * EA * Break into Existing Manhole * * * * * r , # "/Lr7/V '-L{ vND[~D Dollars * * * and N O Cents * * * * * * * * per each - r_ - , Danton Municipal Airport Proposal & Bid Schedule Southeast Airport Improvements Bid C - Non-Participating Items Paving, Drainage and Utilities Page P&BS - 37 PROPOSAL'&-BID SCHEDULE '--BID C (NON-PARTICIPATING ITEMS) Item * Quantity *Unit * Description in Price & Words* Price in * Amount Nd.... * * *:Figures 31 * 2 * EA Sewer Cleanout * * * Fodk * ,41IN0"P Dollars * oo * . .800 °o * and No Cents. * * . * " * per each * * * * * 32 * 48 * LF Remove 36" CMP * . * * Zcvfw Zy Dollars e r~ - Z o ~(P0 * * and. /V U Cents * * . * * per linear foot * * * * 33 * L * EA: *:Break;Into.Exist.. Inlet * *..Tc✓0 HyNt7 CE d' : Dol l art- . oa ' U ZC) * * * and /1/U Cents. * * * per each 34 150 * LF * 4" PVC Conduit (GT-80) . * * _ 5 EyFw. .Dollars 00 * * * and N O Cents * per l bear foot * 35 . * 30 *.LF * 4" PVC Conduit (Sch. 40) * * * * * * ,E UEfIJ Dollars * Z~Q o0 Y:•. 41 ! *~,?y ~hV •^4 *,R' _r ~ 2y .h A'..' L L < *`arid JFfO -Lents a i. .eS)f . * * * per linear foot * * * * * Benton Municipal Airport Proposal & Bid Schedule. Southeast Airport Improvements Bid C - Non-Participating Items Paving, Drainage and Utilities Page P&BS - 38 PROPOSAL &;BID"SCHEDULE BID 'C (NON-PARTICIPATING ITEMS) Item * Quantity *Unit * Description in Price & Words* Price in * Amount No. . * * Figures... * . . . 36 * 1; . . * EA 18"6-1 Safety.Ends * * . * * * * * * .erode ,4wn~dgk Dollars 00 * * - * and il/o Cents * * . . _ * * * * k 'per each . 37 * 2 - * EA * 27 6:1,. Safety Ends * * * LVVIZ 'HuW4igco Dollars * * ca . /f0U - AIM- * * and NO * Cents * . * * , * * * Per each:.. * * 38 * .2 * . EA * 30" 6:1 Safety. Ends.. * . * "Fiw L{lii ),Oe oT O61 l ars: . * oa 5~ * Q O OO(9 * * *,and /V0 Cents. . * *;;7 per each; r, in 39;. 3 * EA * 42" 6:1 Safety Ends * * S/H. HliwDED Dollars * * ap * * * and A) Cents * * ;per each' SUB-TOTAL ITEMS 1 - 39 (°$S/ - CITY OF DENTON, BID C (NON-PARTICIPATING) $ 341 ~5/ Denton Municipal Airport. Proposal & Bid Schedule Southeast Airport Improvements Bid D Non-Participating Items Paving, Drainage and Utilities, Page P&BS - 39 PROPOSAL & BID SCHEDULE BID D (NON-PARTICIPATING ITEMS) Item * Quantity *Unit * Description in Price & Words* Price in . * Amount. No.: * * * * Figures 1 * * LS * Contractor's-Warranties * * * * and Understandings * *TwE,✓rV-5E~£« t►vwgrpDoIIars * oo * 2/70 , * 2j 700- * * *-and Aln Cents * * * * per Lump'Sum * * * * * x x. 2 * 27 *.:LF', * 18P.. RCP Storm Sewer * * * * TwEivTV Dollars * oo 00 * * * * Zo * 5 * * . * and ~Y p Cents' . 7 * * per linear foot * * * * * 3. LF, *=27"` RCP Storm Sewer AlrY-,ciyl Dollars fwF * * - * zs-a ° * Z 000- * n * n. ;Gents a d: * • > * per 1-inear foot: * . * * * * * 102 : *LF 42 : 'RCP Storm Sewer * . * * F/FTy . Dollars * * eo * * *,.and .:Cents * * * linear foot * * . * * * * * * * * * * 5 * 54 * LF *-8' x 4' Concrete Box - * _ yv'_* * : a , y ~ y * Culvert art i s§ 'i~ i'. - f_ i x!`3j • - . i ~ . - x . * Tie h+o ua2Fm FF7-1 Dollars * ~0 ~o * , . _ 0 500- * 1 * * * A10 and Cents * * * * * * * * per linear foot * * * * * Denton Municipal' Airport Proposal & Bid Schedule Southeast Airport Improvements Bid D - Non-Participating Items Paving, Drainage and Utilities Page P&BS - 40 PROPOSAL & BID SCHEDULE BID:D (NON-PARTICIPATING ITEMS) Item *.Quantity *UnitDescription. in Price & Words* Price. i,n Amount * * * Figures' . , 057*ZF-* Sanitary . ewer r FN Dollars * eo * . BSSoo 77 * * * * - * and Cents . l? ,"per ,linear foot 7 * 220 * LF * 10" PVC Sanitary Sewer * s✓EtiwTEEV. Dollars.;* * * * and Cents. * . 7 per linear foot * * * * * 8 * 4,240 * LF. * 8" PVC Water Line * s,.,' * Tw.~c t/E : Dollars * oa SO/g8o pe * * *.and Cents * * *Per linear fnot.:_ * * 9 * 2,780 * LF * 10" PVC Water Line * * j / 7/_E/V Dollars J8 p0 00 and ND Cents per.linear,.foot.; 10 * 22 * EA * 6" Gate Valve FiFfY Dollars * * Q * * * rh44EF </,uoaFe d o oe * * * * 350 7 = r it ; dnd D Se'ttS * * * per each * * * Denton'Municipal Airport Proposal.& Bid Schedule Southeast Airport Improvements Bid D - Non-Participating Items. Paving, Drainage and~Utilities Page P&BS - 41 PROPOSAL & BID SCHEDULE - BID 0 (NON-PARTICIPATING ITEMS) Item * Quantity *Unit Description..in Price & Words*. Price. In. * Amount,. No * * . * Figures * . 11 * 11 * EA " 8" Gate Valve * * * * * * Co) y? r "(LO£ p Dollars ° ° * oo O - * * * ADD , V * * * and p Cents" * . * * * * per each * * * * * * 12 * * EA 3 * 10" Gate Valve" " , . * * * * * SEyFrv wNUl2E0 Dollars * * 7~U oOV * / O O o 0 * * * and Cents . * * per each . 13. * 22 * EA Fire" Hydrant ' * * * sF:K! Ndw02FD Dollars - * DO * oo * * * and A16 Cents per each.` * * * ;k 14; *14, 866 * SY * Hydro Mulch Materials * * * and 5/a 'i ',rWI) Cents * * i * * * "per square yard:. * * * * * is * * LS * Preparation of * * * Right of Way * 1 €r * * * ~ r aYeusAivd "DO1rT~rs y~'• ~ F * - `-e * p . ..:"xk k , 3 * * , i * ~-Da9-" moo * * * and l~0 Cents * * * * * * * * per lump sum Denton Municipal Airport Proposal & Bid Schedule Southeast Airport Improvements Bid D - Non-Participating Items Paving, Drainage.and.Utilities Page. P&BS:- 42. - PROPOSAL & BID SCHEDULE - BID D (NON-PARTICIPATING ITEMS) Item..*. Wantity..*Unit Description. in Price & Words* Price.. in. Amount' No." * * * * Figure 16 *19,236 * CY * Unclassified-Excavation * * * * * * * * ONE 'Dollars.* 06 * % / ao l Z 3(p * * * and /41 Cents * * * per cubic yard * * * .17 84 ; * *Ton. * Type: A: Hydrated Lime(Slurry)*. . . . . . * * * * * * SEd<`./VTY Dollars * * oo * ov - 7D - * 5, 88Q * * * and A10 Cents * * , per ton * * * * * * * * * * 6, 935:. * SY * Treatment of 6" Li e m - . * > *.Subgrade . . Dollars 75 * * and . 5/~YZ : %F/U.E -Cents * square-yard * * * * * s 19 4. 4 i33, * SY * 2" Asphalt (Type D) a * * 7-/7/" F Dollars 53 9~Z * * ; *.:and f'/F7!/ '~N~Ef'Cents * * *.'per square Yard * * * * * 20 * 2,141 * SY * 4-1/2" Asphalt Base (Type A)* D f F ars o Yo 9;, * * * and -Io e T y -,Cl z/& Cents * * ~ * * * * * * * * per square yard * * * * * Denton Municipal Airport Proposal & Bid Schedule Southeast Airport Improvements Bid D - Non-Participating Items Paving, Drainage and Utilities Page P&BS - 43 PROPOSAL & BID SCHEDULE = BID D (NON-PARTICIPATING ITEMS) Item * Quantity *Unit * Description in Price & Words* Price in * Amount No... , * * Figures:. * . 21: * 2,141:.,. . * SY 1-11 Asphalt` (Type 0) * * * * * * 7(u.(~ . ..Dollars * _ po Z(08 ~ * . * and-: `V7wE1" 1 Cents. % . per square yard * * * * 22.' * 10 *Ton * 2" Asphalt Patch (Type D)_ * 7`ff4 Ty -F/yE Dollars * . p o * pO * * . . 3S- 35v- * * * and Cents. * * per ton * 21 . * 7:1 CY * -Class A Concrete: * * NREE' s~i~ Dori FiFlrOol l ars * o tl * Qo * * and do Cents per cubic yard 24 3 * EA * Concrete Manhole (4') Do1.1_ars * . a e * * a l Q00 a ! i j, ~,iO ~ * * * and No Cents * ~ + per each`: * * . . 25 * * LS * Barricades, Warning Signs, * * * and Detours * ' ` "T/''~s6E rSgarD Dollars 41 * * ' i06 0, * * * and n//J Cents * * * per lump sum. Denton•Municipal Airport.. Proposal. & Bid Schedule ,Southeast Airport Improvements Bid D - Non-Participating Items Paving, Drainage and Utilities Page P&BS - 44 ..'PROPOSAL &'BID SCHEDULE - BID 0 (NON-PARTICIPATING ITEMS) Item * Quantity *Unit *Description..in Price & Words* Price in * Amount No.. Figures . * * * * * 26 237. * SY 4"' Concrete Pbprap * * * T4/E,/ZY- F/ b4f of lars * :~So o * o d * /Vl Cents • and . * . * * per square yard 27 * 671 * LB * Reinforcing..Steel * * - Dollars * So * SO . S * * * and rY Cents * * * . * per pound * . : * :130. 28 * * LF: * 10" Steel Casing . . . . s rv :':;Dollar * = * o0 * * and A/ Cents * . f. * ".per linear foot w * 29 * 1 * EA * Break into Existing Manhole . * r * fL~Avc ~ldwdQAzDollars * * o * * * and /I/O Cents, . * . * * per each 30 * 1 * EA * Sewer Cleanout * * * *4 uy/1 #cwo/QEo Dollars * * d ` " . OQ Y l +r ` K±► a arltl Lj~~ `Cents * * • _ * * * per each Denton Municipal Airport Proposal & Bid Schedule ScutKeast Airport Improvements Bid D - Non-Participating Items .Paving,. Drainage. and Utilities Page P&BS - 45 PROPOSAL & BID SCHEDULE - BID D (NON-PARTICIPATING ITEMS) Item. * Quantity. *Unit *•Description in Price &..Words* Price in * Amount No. * * Figures. * . * * * 31 * 48 * LF * Remove 36" CMP * * 7-6.i,6NTy Dollars * ZD oo l 00 < ~p * * and ^/lJd Cents * * * per linear foot * * * 32 * 1_; * EA * Break Into Exist. Inlet * * * %wy 1~va.40,B1_C`,0 Dollars.* 77 ao * * * * live Ov .00 * * *.and A10 Cents, . per each * * * * 33 * 90 - LF 4" PVC Conduit (GT-80). * * Dollars * 06. * * * and Cents * * `per..l Tnear foot * * * * . 34, . , 1 _ ...*.EA 18" .6:1 Safety.. Ends:. * * FD~2 <l~wD~EO UoTlars * * Qo * * * * ~aQ 00 1~Q0 * * * and /lick Cents . * per. each * * * * * 35 * 2_ * EA * 27" 6:1 Safety Ends * * vkt9i?I~'4Dollars * * 0 * ~fOQ * dad * * * and Cents * * * per each * * * * * Denton Municipal Airport Proposal & Bid Schedule ,Southeast Airport Improvements Bid D - Non-Participating Items Paving, Drainage.and Utilities Page P&BS - 46 PROPOSAL & BID SCHEDULE - BID D (NON-PARTICIPATING ITEMS) Item * Quantity. *Unit * Description in Price & Words* Price in * Amount * ...;r. *'Figures * . * 36 * 3, , EA * 42" 6:1 Safety 'Ends * C/X 1LIJ -Ar-w Dollars * 00 Cents. eoC~. * * and . N6 ' * * per`each * * . * * * * SUB-TOTAL ITEMS 1 - 36.:- CITY, OF DENTON, BID D: (NON-PARTICIPATING) .$283 ~ `Z77 Airport Paving Improvements, FAA AIP 3-48-0067-03 Page P&BS47'. Southeast Airport Development, City of Denton Denton Municipal Airport.-.Denton, Texas PROPOSAL SUMMARY Working Days -Allotted Under_ Contract TOTAL AMOUNT'BID SCHEDULE NO. 1=BASE BID, FAA AIP 3-48-0067=03' 60 $ 225' (0(00' ADDITIVE BID NO.. 1, FAA AIP..3-48-0067-03 25 ADDITIVE BID NO. 20 FAA AIP 3-48-0067-03 20 $ 3(n, 532 SOUTHEAST AIRPORT IMPROVEMENTS, BID "A's 80 $ X021 /'fS G8 SOUTHEAST AIRPORT IMPROVEMENTS, BID "B 65 $ 332 7/ - SOUTHEAST AIRPORT IMPROVEMENTS, BID "C" 70 $ 34(0 (pSS SOUTHEAST AIRPORT IMPROVEMENTS, BID "D" 55 $ Zb 3' ~0 7.~` As previously stated, work ow'both FAA AIP 3-48=0067-03 and City of Denton Southeast Airport Paving, Drainage and Utility Improvements will be performed concurrently by one.prime. contractor, so.please.complete the following Proposal Sam Aey Sheet which itemizes possible bid combinations: Q~ ~ OG✓ PJ A' t Pavin Improvements FAA AIP 3-48-0067-03 Pag, 0so S 48' ~rpor g 9 Southeast Airport Development, City of Denton Denton Municipal Airport - Denton, Texas PROPOSAL SUMMARY FAA AIP ,Contract * SE Airport Contract * TOTALS Project Working * Improvemts: Working * OF BID Days * (City) Days * . COMBINATIONS Base Bid Sch.No.1 * Bid * * 4g 60 ra° s`oZ / -'90 ; CPZ7 09 $ z2s X00°a- $ 11 60 "B $ 9 Z 7/ 9865 * $ SSS 3 q.. *..=5~.cr or $ ►r 60 * toDN, $:2831,q 7).-55 $ .569.1 /37 Base. Bid and.. Additive No:l $ 27Z8q8°«60/25 * «A« $ li 80' * * $ 6791 L3 ' I1 60/25 * «B« 65 . . 99 $ ~o/D~ Slv2 $ 1! 60/25 ` «C« $ I 70 * $ ~oZ S03 60/25 $ rl * «o« $ ~ r 55 of ; 5-61 3Z S s. Base Bid and Additive No.2 $ 14219269/20 : * "A" $ 80 z~ $ iaGS~; 338 * "B« r 65 $ 60/20 r $ rr 60/20 * 70 * o! . $ Gd8 88 60/20 * «Dn (t 55 * { $~LII 5 66 91 Base Bid and $ It/ S X060/25/20 "A. $ 11 80 $ Il 60/25/20 * "B" $ cr 65 $60/25/20. * "Cu $ t~ 70 $ 11 60/25/20 * "D" $ .11 55 $ 71~. SZio 2_ $ G,5A 7, 0 ~S. 636 $5~7. x'57 Gr Airport Paving Improvements, FAA AIP 3-48-0067-03 Page PUS - 49 'Southeast -Airpor-t:-Development,..C.ity_of. Denton Denton. Muni cipal. Airport -.:Denton,::Texas CONTRACTORS INFORMATION - ARITHMETIC DISCREPANCIES. (a) For the purpose of initial evaluation of bids, the following -wi-ll be-utilized-in resolving arithmetic discrepancies, found "on the face of the bidding-.schedule as'.submitted_by bidders: (1) Obviously misplaced decimal points will be corrected. (2) In case of discrepancy between.unit price and extended price, the unit price will govern.. . (3 Apparent errors in extension of.unit:prices will .be corrected; and (4) Apparent errors in addition of lump sum and extended ,prices will. be. corrected. (b) Foe' the"purposes of bid evaluation; the City of Denton will proceed on the assumption that the bidder extends. his bid to be evaluated on the basis of the unit prices, extensions., and totals arrived at by reso- lution of arithmetic discrepancies-as provided above and the bid will be•so. reflected.on.the abstract"of.bids.. . Bid or Proposal- Form. To effectuate the.foregoing requirements, the sponsor. is required to:inc.lude`in,the.bid.:or.proposal form a statement. substantially, as,follows,r The Bidder., (Proposer) shall complete the following statement, by checking the appropriate blanks:.: ; -The Bidder(Proposer) has.. ,L has not., participated in .a.previous contract subject .to`the'equal. opportunity clause prescribed 6y Executive" Order 10925'. or Executive Order 11114', or Executive Order 11246. The Bidder°(Froposer) has. has not submitted all compliance eeports,i.n connection Any. su contractsue under. the applicable:fil ing requirements; and that representations indicating submission of re- quired compliance reports signed: by proposed subcontractors will 'be.ob tained.prior to. award.of.subcontract If 'the Bidder- (Proposer) har participated in a previous contract sub " ject to the equal opportunity clause and has not submitted compliance re- ports due under applicable filing requirements, the Bidder (Proposer) shall submit a compliance report on Standard Form 100, 'Employee Information Report.EEO-1' prior, to the award of contract". Th6 undersigned `certifies 'that the bid' prices containea in tors proposal have.been carefully checked and are submitted as correct and final. Airport Paving Improvements, FAA AIP 3-48-0067-03 Southeast Airport Development, City of Denton Denton -Municipal'Airport.- Denton, Texas - Page PUS - 50 The Bidder will.submit and.will cause to be submitted by each contractor, a. certification that the prospective prime contractor or subcontractor does not and will not maintain any facil,ities.he provides for his employees, in.a. segregated manner, ot'permit..his-'employees i:o.perf6rm their services at any location under his control, where segregated'faci lities are maintained; and. ` that he.w.ial obtain a similar certification prior to the award to. any non- exempt subcontract. In the event of the award of a contract to the undersigned, the undersigned. wild appear before the authorized..representative.of the Owner and furnish- Performance.and Payment Bond 'for.the full amount of he contract, with sureties° offered by Sez._-6a rd and to secure proper compliance with the terms an provisions o t e con ract to insure and guarantee the work until final completion and acceptance, and to guarantee payment of all lawful. claims.for.labor performed and materials furnished jn:fulfI1,lment..of the contract... The work proposed to be done shall be accepted when fully completed in ac= cordance with the plans: and specifications, to the satisfaction of the . Engineer.... Receipt is hereby acknowledged'of the following addenda to the contract documents:. Addendum No: ` I' dated: Received ~p y lA,14~P7 Addendum.No.:. 2; dated. i Received. 2K., 3e.i4Q7 Addendum No, 3' dated Received: Addendum No. _4 dated' Received This is a proposal of ~F 4c iN0 aV.uV ors. e~+roK a.corpora ion organize and exis i.under the laws o state of or.a partnership consisting of .or.ran"indi:vadual:.. doing. I . f a~ :e /77V ire s , e IIp B^L ADDENDUM 111 - BID #9605 R i C G IV ED SUNM()UNT DENTON MUNICIPAL AIRPORT' NOV 181981 AIRPORT PAVING IMPROVEMENTS AND SOUThEAST AIRPORT PAVING, DRAINAGE AND UTILITY IMPROVEMENTS This addendum was necessary to explain the differences between Bid's A, B, C, and D on the City funded portion of the project. Some drawings are also included to reduce possible confusion. - 1. Bid A - Encompasses the entire project and all improvements. 80 work days 2. Bid B - All improvements shall be built except the paving, drainage and sewer on Baseline B. This is also shown as Road B. 65 work days 3.. Bid C.r All..improvements on Road A, .Road.. B, all:water lines in the project and 900 feet of Road C heading south are to be built. The street and drainage improvements on Road C from the 9U0' point south and then west would be eliminated. 7U work days 4) Bid D - This combines the reductions of the bid on Road B and Road C as described in both 2 and 3. The actual improvements constructed would be along Road A and 9UU' down Road C, all water lines in the entire project, and sewer improvements that follow Road A. The intent is to fund all projects but the certificates of obligation have been issued which limit the total available funds. : The low bid_ -price will. allow, the City. to make a final evaluation. U507E ROAD C 0 0 I 0 co D m ao ~ z o f i ~ I D ~ I . C .ice r - N 'Y•~- - - - ROAD C s ~ II 11 I _ ~ i i ic ---w-- 0 ~I D si I Z c . st. s.. s.s_ ROAD A i I ml "I 1 z ~ I F I i D m m v as 5.5 ..1, _ I I W Aml~ SUNMOUNT CORPORATION GENERAL CONTRACTORS ---ItECEy~E~E1PR ~ P.O. BOX 1770 ROANOKE, TEXAS 76262 817/648-2741 METRO 817/430-0552 ~Nl City of Denton Purchasing Department 901B Texas Street Denton, Texas 76262 \1 March 1988, RE: Airport Paving Improvements FAA AIP 3-48-0067-03 Southeast Airport Development Denton Municipal Airport Denton, Texas Dear Sir or Madam: 9,r Enclosed please find completed Schedule A, pages 1-4, "Denton Municipal Airport, Minority Business Enterprise Plan, Certification form" for the following Subcontractors we have proposed to use on the above referenced project: 1. Thomas & Sams Construction, Inc. WBE 2. Dowdy-Ferry Sand & Gravel, Inc. MBE 3. Sunshine Construction, Inc. MBE we trust all information is in order for certification on this project. As the Company DBE Liaison officer, I am availabe to assist you in obtaining any additional information required to complete this certification. very truly yours, Enc. (3) cc: DMC TRB RAB File R. Allyn Brown Purchasing Agent ;~A►~''Ji DENTON MUNICIPAL AIRPORT MINORITY BUSINESS ENTERPRISE PLAN CERTIFICATION FORM SCHEDULE A Page 1 of 4 • 1. Name of Firm Tht+mA5 5 coNS lKU•-~.~o✓ TN c. 2. Address $,n Tu 0OR it l Tex~rs 7c. 221, 3. Phone Number 1'7 -4L -32ZZ 4. Legal Structure: - Sole-Proprietorship Joint Venture ET Partnership / / Corporation / Other, Specify 5. Nature-of-.Business- CoNc2 e fC 6. Number of Years in Business -a* e4,e s ~~,/coa?oce/eo 6 mo.) 7. Ownership of Business: Identify those minorities who own 5% or more of the business. Columns (e) and (f) need be filled out only if the firm is 4 less than 100% minority owned. 0 (a) (b) (c) (d) f (e) Ownershi (f) Voting Years o p Name Race Sex Ownership Percentage* Percentage t{e SAmS l.J AA ~O~ Slo 7 Pa I ~OMA s = F a_ [f~ °7 yo °7 *With firms less than 100 percent minority owned, list the contributions of money, equipment, real estate, or expertise of each owners: Name Money Equipment Real Estate Expertise L4L TnO~rra S Is 2yvv 33~ so U .i i• CERTIFICATION FORM 9. For each of those listed in question 8, provide a brief summary of the perscn`g experience and number of years with the firm, indicating the person's qualifications for the responsibilities given Lhim/her. / f (1 A"k N2 / ~e SAms - /1As U// Pi ✓ ~ScK/g W I /N ~uSIN e,s Po r J e.4,C-?- ~/~(PN ~7u11vaiS /Nfo~~C/C,TrPe~ she 6Pc.Fn OQPS;r~Prt Sti^ 1i/fvDlPS 411 Ac/m/'•vis ln,;f,'re f-u„~~/-,I~.,.•> ,`.~.c/u~/,:-~ R•ec~,`Vab/as, /~ityn6/,•s, a«,;,i.~,/l,;v~ CON124~4' 'Q FC. 8. Control of Firm: Identify by name, race, sex, and h ) title e res in the firm those onsible for day-to-day w o individuals (including owners and non-owners including ki ar but not p limited to, those with , ng, management and policy decision-ma • prime responsibility for: Name Race Sex Title S 4 )Vs N a= I es,~:/~~¢" , , P/ e Financial Decisions /f Al S w m ~s ~i"741a'P A/&S Management Decisions I/A/v such as estimating, marketing/sales, - hiring/firing of management personnel - and purchases of major items or - supplies. / Tilo~ry~¢s Aill W M Ge" Sw12./• Supervision of , Field operations • V AN SA W 5 A,6 Ac 1 L4 "'2 SCHEDULE A Page 2 of 4 ~J5/NESS l.-/e/lRS ~~/F^'C//PS z7Paas /~ANO/LO5 aP PR /lfi lo>~. s 10. Describe or attach a copy of any stock options or other ownership options that are outstanding, and any agreements between owners or between owners and third parties which restrict ownership or control of minority owners. Al IV 0 CERTIFICATION FORM SCHEDULE A Page 3 of 4 11. Identify any owner (see item 7) or management official (see item 8) of the named firm who is or. has been an employee of another firm that has an ownership . interest in or a present business relationship with the named firm. Present business relationships include shared space, equipment, financing, or employees as well as both firms having some of the same owners. o. e 12. What are the gross receipts of the firm for each of the last two years? N tu/c~ O/t.Z1<PD $ 511'70 B3144WO ~o/j1o 8 ~-Sf• y50 000 Year ending Year ending 13. Name of bonding company, if any: no/ Bonding limit: 14. Are you authorized to do business in the state as well as locally? Yes No ~{eQ Licenses held: 15. Indicate if this firm or other firms with any of the same officers have previously received or been denied certification or participation as an MBE and describe the circumstances. A1,14 Z4 Certifying Authority Al Date of Certification (or Denial) W119 16. Other Comments CERTIFICATION FORM SCHEDULE A Page 4 of 4 AFFIDAVIT CERTIFICATION OF ELIGIBILITY • "The undersigned swears that the foregoing statements are true and correct and include all material information necessary to identify and explain the operations of 'rko.as e S41,W5 Co ✓s. T c, (name of firm) as well as the ownership thereof. Further, the undersigned agrees to provide through the prime contractor of, if no prime, directly_ to the grantee current, complete and accurate information regarding actual work-performed on the project, the payment therefor and-any proposed changes, if any, of the foregoing arrangements and to permit the audit and examination of books, records and files of the named firm. Any material misrepresentation will be grounds for terminating any contract which may be awarded and for initiating action under Federal or State laws concerning false statements." The undersigned further swears that the minority interests in a business does perform significant control over business operations. ("Control over" a business means having most of the actual responsibility for management decisions and day-to-day operations. A company that cannot prove actual control either direct or indirect, by minority owners, for example, of profits, cash investments, equipment, expenditures, record keeping, correspondence, and the like, will not be considered to be a bona 'fide minority business enterprise. A company where the majority person, owners, or stock- holders are evidently contributing substantial personal time to such management oper- ations and the minority person owners or stockholders are not contributing substantial personal time, will not be presumed to be a bona fide minority business enterprise). Note: If after filing this Schedule A'and before the work of this firm is com- pleted'on the contracts covered by this regulation, there is any significant change in the information submitted, you must inform the Denton Municipal Airport of the change through the prime contractor or, if no prime contractor, inform the Airport directly. Corporate Seal (where appropriate) 8- >"4 s Signat,re /i_ k.-,v c -lf e J i4,y 5 Name /0,? e5 0"/,W4 Title /2- le- 97 Date On ffii'sy day of 19 , before to me personally known, who being duly sworn, did state that he/she was properly authorized to execute the affidavit and did so as his/he Tuns e c' DEBORAH J. of Tans tbtery Publiq SteW ts of bb Commmsion Egims Feb. 20,1990 St~~< Of 1t4~ me appeared 4 M' Z( A " H e S9 , _s , did execute the foregoing affidavit, and by (name of firm) r free act and deed. Notary Public s2 , D - 9/2!) Commission Expires Return the completed Schedule A to the Denton Municipal Airport, Attention: Airport . Manager, Route 1, Box 100, Airport Road, Denton, Texas 75201 ~t DENTON MUNICIPAL AIRPORT MINORITY BUSINESS ENTERPRISE PLAN CERTIFICATION FORM SCHEDULE A Page 1 of 4 i 1. Name of Firm Dowdy-Ferry Sand & Gravel, Inc. 2. Address 425 W•- Airport Freeway, #101 Irving, Texas :75062 3. Phone Number ?14/258-0546 4. Legal Structure: Sole-Proprietorship L-7 Joint Venture 1_7 Partnership L~ Corporation L~ Other., Specify L1 5. Nature of Business Hauling/Transporting 6. Number of Years in Business 2? 7. Ownership of Business: Identify those minorities who own 55 or more of the business. Columns (e) and (f) need be fi lled out only if the firm is less than 1005 minority owned. (a) (b) (c) (d) (e) (f) Years of Ownership. Voting Name Race Sex Ownership Percentage* Percentage Raul L. Trevion Hisp Male 2z 51% 51% Luis Soinola His Male 2 49% - 49% *With firms less than 100 percent minority awned, list the contributions of money, equipment, real estate, or expertise of each owners: Name Money Equipment Real Estate Expertise n/a SCHEDULE A ✓ Page 3 of 4 CIRTIFICATION FORM er (see item 7) or management official (see item 8) of the 11. Identify any own been an employee of another fi rm that has an ownership ' named firm who is or has t business relationship with the named firm. Present i interest in or a presen lationships include shared space, equipment, financing, or employees business re as well as both firms having some of the same owners. Raul L. Trevino President Ome a Contractor Inc. (Secretary/Treasurer Omega Contractor, Inc.) 12. What are the gross receipts of the firm for each of the last two years? Year ending 1986 $ Year ending 1987 13. Name of bonding company, if any$ NONE Bonding limit: n/a 14. Are you authorized to do business in the state as well as locally? Yes / -7 No Licenses held: Rail Road Commission Permit 15. Indicate if this firm or other firms with any of the same officers have previously received or been denied certification or participation as an MBE and describe the circumstances. L. Trevino Luis Spinola Certifying Authority Texas Highway Department Date of Certification (or Denial) 16. Other Comments SCHEDULE A " C"RTIFICATION FORM Page 2 of 4 8. Control of Firm: Identify by name, race, sex, and title in the firm those individuals (including owners and non-owners) who are res ponsible for day-to-day management and policy decision-making, including, but not limited to, those with " prime responsibility for: Name Race Sex Title Trevino Rte" Hisp Mare Pres " Financial Decisions Spinola, Luis Hisp Male Sec/Treas Luis Spinola " Management Decisions Raul L. Trevino Hisp Males Sec/Treas & Pros such as estimating, l o i T H i_p Male President L. marketing/sales, Rau vn re . hiring/firing of management personnel Trevino and Spinola His Males Sec/Tre & Pres and purchases of major items or Trevino and Spinola Hisp Males S/T & Pres supplies. Supervision of Field operations 9. For each of those listed in question 8, provide a brief summary of the person' -experience and number of years with the firm, indicating the person's qualifications for the responsibilities given him/her. .Attached resumes 10. Describe or attach a copy of any stock options or other ownership options that are outstanding, and any agreements between owners or between owners and third parties which restrict ownership or control of minority owners. NONE {CERTIFICATION FORM L i f AFFIDAVIT CERTIFICATION OF ELIGIBILITY SCHEDULE A Page 4 of 4 "The undersigned swears that the foregoing statements are true and correct and include all material information necessary to identify and explain the operations of (name of firm) as well as the ownership thereof. Further, the undersigned agrees to provide through the prime contractor of, if no prime, directly.. to the grantee current, complete and accurate information regarding actual work-perfoFmed on the project, the payment therefor and any proposed changes, if any, of the foregoing arrangements and to permit the audit and examination of books, records and files of the named firm. Any material misrepresentation will be grounds for terminating any contract which may be awarded and for"initiating action under Federal or State laws concerning false statements." The undersigned further swears that the minority interests in a business does perform significant control over business operations. ("Control over" a business means having most of the actual responsibility for management decisions and day-to-day operations. A company that cannot prove actual control either direct or indirect, by minority owners, for example, of profits, cash investments, equipment, expenditures record keeping, correspondence, and the like, will not be considered to be a bona fide minority business enterprise. A company where the majority person, owners, or stock- holders are evidently contributing substantial personal time to such management oper- ations and the minority person owners or stockholders are not contributing substantial personal time, will not be presumed to be a bona fide minority business enterprise). Note: If after filing this Schedule A'and before the work of this firm is com- pleted'on the contracts covered by this regulation, there is any significant change in the information submitted, you must inform the Denton Municipal Airport of the change through the prime contractor or, if no prime contractor, 4inf a Airpo rCorporate.Seal (where appropriate) t---fc C Title Date On this day of d/cG/F , 19 S' before to me personally knowny who being duly sworn, did state that he(she was properly authorized to execute the affidavit and did so as his/her me appeared `J2fiUL l-7Ti°EV/A16 , did execute the foregoing affidavit, and by >,VbV-F-,-fPW (name of firm) free act and deed. Notary public 10-11-n Commission Expires ed Schedule A to the Denton Municipal Airport, Attention: Airport Box 100, Airport Road, Denton, Texas 75201 O,y' -.~surJ+.. f~ 'COMMISSION ROBERT H. DEDMAN, CHAIRMAN ROBERT C. LANIER RAY STOKER, JR. STATE DEPARTMENT OF HIGHWAYS AND PUBLIC TRANSPORTATION DEWTTT C. GREER STATE HIGHWAY KJ)G. 11TH • BRAZOS AUSTIN, TEXAS 71701-2 ENGINEER-DIRECTOR R. E. STOTZER, JR.. March 27, 1987 IN REPLY REFER TO Omega Contractor, Inc. 425 W. Airport Freeway, Irving, Texas 75,062 Dear Gentlemen: Suite 101 D-6 EEO Section (512)463-8870 This is in reference to the Schedule A, Information for Determining Eligibility of Disadvantaged Business Enterprises and Women-Owned Business Enterprises, recently submitted by your firm. We have reviewed your Schedule A. On the basis of your Schedule A, your firm is approved as a Disadvantaged Business Enterprise for the following work function(s): Concrete Paving Earthwork, Base and Subbase Hauling Major Structures Minor Structures Your approval as a Disadvantaged Business Enterprise firm is valid through February 1988 and will allow your firm to be included in the next publication of the Department's DBE and WBE Directory. Attached for your reference is a copy of the Department's Eligibility Standards. Only firms operating within the guidelines outlined in the Eligibility Standards are eligible to participate in the Department's DBE/WBE Program. We will contact you with instructions for recertification prior to your expiration date. Sincerely, R. E. Stotzer, Jr. E~ngji neer-Di rectors By: B. F. Templeton Construction Engineer S X87 Attach. REmVED ApRO EC:vw (4, COMMISSION STATE DEPARTMENT OF HIGHWAYS ENGINEER-DIRECTOR AND PUBLIC TRANSPORTATION R. E. srorzER, JR. ROBERT H. DEDMAN, CHAIRMAN - JOHN R. BUTLER, JR. - DEWITT C. GREER STATE HIGHWAY BLDG. RAY STOKER, JR. I1TD t BRAZ ABSnN,T AS M01-U" December 31, 1987 IN REPLY REFER TO D-6 EEO Section Omega Contractor, Inc. 425 W. Airport Frwy., Suite 101-B Irving, Texas 75062 Gentlemen: This Department conducted an on-site review of your firm on November 18, 1987 for compliance with the eligibility standards contained in this Department's Disadvantaged Business Enterprise Program. The review of your firm has been completed. On the basis of the on-site review, it appears that omega Contractor, Inc. does comply with the eligibility standards contained in this Department's DBE Program, and is eligible to participate as a DBE in this Department's federally-assisted contracts. Based on that conclusion, Omega Contractor; Inc. will continue to be certified as a Disadvantaged Business Enterprise until February, 1988, the expiration date of your current certification. We appreciate meeting with you, and wish you continued success in your business. If this office can be of any further assistance to you, please contact us at (512)463-8870. Sincerely, R. E:'Stotzer, Jr. Engineer-Director By: r B. F. Templeton Construction Engineer EC:sj y a r `;S r COMMISSION RUHLRT H. DEDMAN. CHAIRMAN ROBERT C. LANIER RAY STOKER, JR. STATE DEPARTMENT OF HIGHWAYS AND PUBLIC TRANSPORTATION DEWErF C. CALM STATE HIGHWAY YIDG. IITH • amzL AIATIN. TLXM 7MI.1a/ March 27, 1987 R. E. STOTZEfl, Jfl. IN REPLY REFER TO Dowdy-ferry Sand & Gravel. 425 W. Airport Freeway Irving, Texas 75062 Dear Gentlemen: D-6 EEO Section (512)463-8870 This is in reference to the Schedule A, Information for Determining Eligibility of Disadvantaged Business Enterprises and Women-Owned Business Enterprises, recently submitted by your firm. We have reviewed your Schedule A. On the basis of your Schedule A, your firm is approved as a Disadvantaged Business Enterprise for the following work function(s): Hauling Your approval as a Disadvantaged'Business Enterprise firm is valid through, February 1988 and will allow your firm to be included in the next publication of th Departments DBE and WBE Directory. e ALtdched for your reference is a copy of the Department's Eligibility Standards. OIIly firms operating within the guidelines outlined in the Eligibility Standards are eligible to participate in the Department's DBE/WBE Program. We will contact you with instructions for recertification prior to your expiration date. Sincerely, R. E. Stotzer, Jr. Engineer-Director By. T~w"~~. B. F. Templeton Attach. Construction Engineer EC:vw R A U L L T R F V 1 N 0 4524 La Rue Dallas, Texas 75211 (214) 339-1904 Education UniversitV of Texas Texas A & I University Uvalde Junior College Austin, Texas Masters Degree-Education 1970 Kingsvilie,Texas Bachelors Degree-Spanish 1965 - 1967 Uvalde, Texas Associates of Arts 1963 - 1965 9 6 3 1960 - 1 Crystal City High School Crystal City,Texas 1958 - 1959 Fly Junior High School Crystal City,Tcxas 1956 - 1957 Airport Elementary School Crystal City, Texas Experience Secretary/Treasurer, Omega Contractor, Inc.,Irving,Texas 1983 - present 51% stockholder, Oversee sales and marketing, labor and supplies; Coordinate office personnel and tend to public relations. Purchasing Agent, Constructora de Obras Civiles y Administradora, S.A. Mexico, D.F. 1976 - 1982 Owner/Operator,-Me[roplex Brick Tile, Dallas, Texas 1974 - 1976 Sales of brick, and the and bricklaying. Services also included labor and materials for curbs, gutters and concrete paving. Owner/Operator, El Ranchero Restaurant, Dallas, Texas 1974 - 1976 Executive Director, Jobs for Progress, Inc. (Operation SF.R) Dallas,Texas 1971 - 1975 Coordinated and implemented an adult training program designed to assist the disadvantaged. Principal, Benito Juarez Elementary School, Dallas ISD, Dallas, Texas 1970 Teacher, The Austin State School, Austin, 'texas 1969 - 1970 - Instructed the educationally mentally r.•t.irdrd. Teacher, Edgewoud Independent School District, San Antonio, Texas 1967 -1969 Personal Data Date of Birth: May 23, 1943 Marital Status: Married Place of Birth: Allende, Coahuila, Mexico Other: Immigrated to the Ilnited States in 1956 LUIS N SPINOLA SEVILLA 4004 Flintridge Irving, Texas 75061 EDUCATION Universidad National Autonoma de Mexico Degree: Civil Engineering Facultad de Ingenieria, Mexico, D.F. 1972 - 1976 Professional Examination Date: June 15, 1977 Thesis: "Design of a Frame for an Industrial. Building Using Various Focuses of Analysis and Structural Optimization Techniques" , Centro Universitario Mexico, Mexico D.F. (High School) 1968 - 1971 Colegio Mexico, Mexico, D.F. (Junior High) 1966 - 1968 Colegio Mexico, Mexico, D.F. (Elementary) 1960 - 1965 Other Studies English, The New Shool of English, Cambridge England Aug -Dec 1971 Instituto Anglo-Mexicano de Cultura, Mexico, D.F. - 3 years Seminars Hydraulic, Sanitary and Gas Installations, Centro de Education Continua; Facultad Ingenieria, Universidad National Autonoma de Mexico Design of Buildings with Steel Framing, Mexico D.F. Heavy Construction, Universidad National Autonoma de Mexico Honors Honorable Mention Honorable.Mention WORK EXPERIENCE Colegio Mexico, Mexico, D.F. Universidad National Autonoma de Mexico President, Omega Contractor, Inc., Irving, Texas 75062 May 1983 - Present Field Operations,Coordinate Subcontractors and Foremen, Review Construction Plans and Specifications for Estimating and Bidding. Superintendent, Canal Principal Actopan - La Antiqua, Edo. de Veracruz Open Channel Irrigation, Public Work, 10.0 Kilometers 1982 - 1983 Superintendent, Drenes Vallado Prieto, Vallado Viejo, Ixtlan and 1981 - 1982 Chilillo, Zamora, Mich., Agricultural Drainage, Public Work, 9.7 Kilometers Superintendent, Canal Principal Margen Der. San Cristobal, Uni. Acambaro, Open Channel Irrigation, Public Work, 10.2 Kilometers 1981 - 1983 Superintendent, Canal Principal Margen Der. San Nicolas, Uni. Acambaro, Guanajuato, Open Channel Irrigation, Public Work, 5.0 Kilometers 1981 - 1982 Colaborated in the Architectural Project of the remodeling of the Bus Terminal for Trailways, Calexico, California, USA Work Experience, continued Colaborated in the Architectural Project of Central Administrative Offices and Garages for Autotransportes Tres Estrellas de Oro, South America; 1,200,000 square feet (largest in Latin-America), Mexico, D.F. Revision and coordina- tion of the following items on this job included soil mechanics study, paving design, hydraulic and sanitary installations' design, electrical installation, special installations for gasoline, diesel, oil and tube supply and storm sewer pipe line design 1979 - 1981 Colaborated in the Architectural Project of the Central Bus Terminal at Tijuana, B.C.,. Mexico. Coordinated and checked the soils mechanics study, structural analysis and design of pre-cast and cast in place concrete elements and designed the hydraulic, sanitary and gas installations and electrical installation 1979 - 1981 Colaborated in the Architectural Project, coordinating and overseeing the soils mechanics study, paving design, structural analysis and design of the pre-cast and cast in place concrete elements, hydraulic, sanitary and gas installations design; designed special installations for gasoline, diesel and supplies for buses in the construction of the Central Administrative Offices and Garages for Autobuses de Occidente, Mexico,D.F. Structural Analysis and Design; Hydraulic and Sanitary Installations'design proposals, critical flow chart for home constructions, Edo. de Mexico 1977 Structural Calculus and Design; Hydraulic and Sanitary Installations' design proposals, work schedule for Bus Terminal of Los Mochis, Sin.,Mexico 1977 Superintendent, Express Package Department Construction, for Transportes Norte de Sonora, - Mexico D.F. 1977 Supervisor, coordinated the construction and remodelling of West Central Bus Terminal in Mexico, D.F. (120 buses at Full Capacity) Duties included but not limited to the soil mechanics study, paving design, structural calculus, and design, electrical installations, hydraulic and sanitary installations and land surveying plans 1976 - 1978 Superintendent, Central Bus Terminal of Hermosillo, Son.,Mexico, 1975 structural calculus and hydraulics and sanitary installations of the service and maintenance garage for buses, proposal development, critical flow chart and work schedule PERSONAL DATA Date of Birth: November 5, 1953 Place of Birth: Mexico City,Mexico Marital Status: Married Number of Children: 2 < . , C SCHEDULE A " C i V~pE D DENTON MUNICIPAL AIRPORT Page 1 of 4 S U €V M 0 V KT - MINORITY BUSINESS ENTERPRISE PLAN MAR a 71988 CERTIFICATION FORM 1. Name of Firm Sunshine Construction, Inc. 2. Address 3707 Admiral Suite B;, El Paso, Texas 79925 . 3. Phone Number (915)593-3041 4. Legal Structure: Sole-Proprietorship LT Joint Venture L Partnership L-7 Corporation Other, Specify i_7 5. Nature of Business Gene;al Construction, Heavy Highway Construction 6. Number of Years in Business 11 7. Ownership of Business: Identify those minorities who own 5% or more of the business. Columns (e) and (f) need be filled out only if the firm is less than 100% minority owned. (a) (b) (c) . (d) (e) (f) Years of Ownership. Voting Name Race Sex Ownership Percentage* Percentage Lily AmDaran H F 11 100% 100% *With firms less-than 100 percent minority owned, list the contributions of money, equipment, real estate, or expertise of each owners: Name Money Equipment Real Estate N/A Expertise n' SCHEDULE A r CERTIFICATION FORM Page 7 of 4 8. Control of Firm: Identify by name, race, sex, and title in the firm those individuals (including owners and non-owners) who are responsible for day-to-day management and policy deciaion-making, including, but not limited to, those with prime responsibility fors Name Financial Decisions Lily Amparan RAce Sex H F Title President Management Decisions Bruce Nolen such as estimating, marketing/sales, Lily Amparan hiring/firing.of management personnel and purchases of major items or supplies. C M H F Const. Mgr. & V.P.. President Supervision of Field operations Bruce Nolen C M Const. Mgr. & V.P. 9. For each of those listed in question 8, provide a brief summary of the person's -experience and number of years with the firm, indicating the person's qualifications for the responsibilities given him/her. SEE ATTACHMENT 111 RESUMES 10. Describe or attach a copy of any stock options or other ownership options that are outstanding, and any agreements between owners or between owners and third parties which restrict ownership or control of minority owners. N/A R ATTACHMENT 111 RESUMES LILY AMPARAN BRIEF RESUME • wnRK EXPERIENCE 1959 to 1970 El Paso Send Products, Inc., El Paso; Texas Accounting Department - Worked as an accounts payable, receivable and payroll clerk. Assisted in dispatch and concrete mix design department. 1970,to 1975 El Peso Send Products, Inc./El Paso Rock Quarries, Inc., El Paso, Texas er - Managed accounts payable, receivable, payroll and M anag office personnel departments as well as overseeing collections and public relations. 1975 to 1977 El Peso Sand Construction Division, El Paso, Texas and wrote contracts Construction Administrator - Prepared, negotiated for various clients including those from the commercial and. isted company personnel in the preparation of A ss government sectors. bids for federal; state and city entities as well as private developers. Continued office manager duties as stated above for El Paso Send Products, Inc. & El Peso Rock Quarries, Inc. 1977 to Present Sunshine Construction, Inc., El Paso, Texas President/Owner & Construction Administrator - Oversee all operations of highway and road paving business including bids, public. relations, accounts payable, receivable, bookkeeping, pay , contracts and negotiations. 1 ~ + y i BRUCE NOLEN 6700 ESCONDIDO F-4 EL PASO, TEXAS 79912. (915)581-4235 PERSONAL Single, 6'1 185 lbs. Oood Health. Born: Seattle, Washington - 08/09/45 EDUCATION Degree in Civil Engineering (B. S.) University of Texas at El Paso, 1972. EXPERIENCE 04/85 to Present Company: Sunshine Construction, Inc. Position: Project Manager & Project Superintendent Superintendent for a highway project for the Federal Highway Administration and earthen dam improvements for the Carps of Engineers (over 2 million dollars combined). Currently responsible for project management, project estimating and bidding, project and change order negotiations. Managing personnel, equipment and subcon- tractors on projects averaging 3 to 5 million dollars annually. Have recently estimated, priced and negotiated approximately 2 million dollars in contracts with the Corps of Engineers as an 8(a) Contractor. 07/84 to 03/85 Company: Artcraft Panels, Inc. Company Objectives: Manufacturing of architectual precast panels. Position: Assistant Plant Supervisor Responsible for handling panels from casting tables to truck loading. This responsibility included grinding, sandblasting, patching, sealing, and loading panels; the proper use, repair and maintenance of equip- ment (included are three overhead cranes, various air compressors, sand blasting equipment, forklifts, posi-turner and a sand recycler). Quality control for dimension, color, texture and repair; supervision of approximately thirty men. Have a complete knowledge of air compressors, air tools and sandblasting equipment and procedure. Familiar with shop and architectual drawings. The average work week was fifty hours. 03/84 to 07/84 company objectives: Utility and storm piping land light earthwork. Position: Project Superintendent Hired on a temporary basis to assist in the completion of all current projects. These projects included subdivision water and sewer systems, subdivision inlet boxes, road storm sewer system (including inlet boxes and manholes), a concrete retaining wall and site grading and concrete flatwork for a commercial building site. Job responsibi- lities included supervision, lay-out, as-builts, time-keeping, billings and estimating. Left company when all projects were completed. l Cont. BRUCE NOLEN 05/77 to O1 /84 Company: Southwest Road and Paving Co., Inc. Company Objectives: Heavy equipment earth moving (commercial and residential subdivisions, commercial building sites, earth dams, street and drainage new and improvements). Position: Field Coordinator Responsible for execution end performance of all projects in the El Paso area. This responsibility included the scheduling and super- vision of personnel, equipment and subcontractors (personnel included seven superintendents and an average support crew of fifty men); review of initial and final surveys; job estimating and negot- iation of change orders and modifications; submittal of pay. estimates; as-builts; and overall correpondence with prime contractor, engineer, architect, and owner. Familiar with screening plants, asphalt application, building demolition, and blasting. This was a "hands-on" company with on average work week of fifty hours. 08/72 to 05/77 Company: Basil Smith Engineering Company Objective: Civil Engineering with emphasis on surveying and design. Position: Civil Engineer Worked as an inspector, quality control supervisor on federal construction; directed survey crews on boundary, pipeline, as-built, and topographic surveys. I also assisted office engineers with site and drainage design calculations and drawings. 08/69 to 08/72 Worked full time in security while attending college. MILITARY U. S. Army, 1963 to 1967 SERVICE Hawk Rader Repairman Worked one year as of instructor and one and one-half years in the field. Attended basic electronics and radar repair schools. REFERENCES References will be furnished upon request. SCHEDULE A Page 3 of 4 'CERTIFICATION FORM 11. Identify any owner (see item 7) or management official (see item 8) of the named firm who is or has been an employee of another firm that has an ownership interest in or a present business relationship with the named firm. Present business relationships include shared space, equipment, financing, or employees as well as both firms having some of the same owners. N/A 12. What are the gross receipts of the firm for each of the last two years? Year ending 1987 $ 2,506,971.00 Year ending 1986 $ 5,067,747.00 13. Name of bonding company,.if any: Commercial Union Insurance Companies . Bonding limit: 11 000,000.00 14. Are you authorized to do business in the state as well as locally? Yes = No J= Licenses. held: State of New '2 Construction Industries Division - lassi ication ' 15. Indicate if this 'firm or other firms with any of the same officers have previously received or been denied certification or participation as an MBE and describe the circumstances. No Denial (See Attachment #2 for Certification by other Agencies). Certifying Authority Date of Certification (or Denial) 16. Other Comments ATTACHMENT 112 Sunshine Construction, Inc. 3707 Admiral, Suite B El Paso, Texas 79925 (915) 593-3041 Certification as a Minority Business by other agencies: City of Albuquerque - Certified as a Disadvantaged Business Enterprise. City of Dallas - Certified as a Minority Business Enterprise. State Department of Highways & Public Transportation - Approved as a Disadvantaged Business Enterprise. New Mexico State Highway Department - Approved as a Disadvantaged Business Enterprise. City of Albuquerque P.O. BOX 1293 ALBUQUERQUE, NEW MEXICO 87103 MEXICO December 16, 1987 Sunshine Construction, Inc. Mr. Bruce Nolen ~JfJ[ti 3707 Admiral, Suite B E1 Paso, TX 79925 RE: Recertification as a Disadvantaged Business Enterprise Certificate No. XD211 - 1219. Dear Mr. Nolen: We are pleased to inform you that your company has been recertified for another year as a Disadvantaged Business Enterprise by the City of Albuquerque's Minority and Women's Business Enterprise Program. Should any changes occur during this period of certification, which will affect the structure, ownership, or management of your company, please advise this office so that an evaluation regarding continued certification can be made. This recertification will allow your company to be listed and represented as a Certified Disadvantaged Business Enterprise in the City's Minority Business Enterprise Program. You will be notified at least thirty days prior to the Anniversary Date of your recertification. At that time, you will be asked to update your file and reapply for recertification for a new one year period. A short application for recertification form will be furnished. We are looking forward to working with you in this new year. Our goal and objectives will be to further strengthen the program by assisting you in seeking business opportunities with the City of Albuquerque. We thank you for your continued interest in and support of the program. Sincerely, Vincent J. Montoya Director, MBE Program VJM/ls Enclosure: Certificate xc: 'File AN EQUAL OPPORTUNITY EMPLOYER T.k CITY OF DALLAS March 17, 1987 Sunshine Construction Inc 3707 Admiral Suite B E1 Paso, TX 79925 RECEINCD ~i?.R 1 9 1587 Dear Vendor: Your application (Schedule A) for certification as a minority business enterprise by the City of Dallas has been reviewed and approved based on the information contained in the application. This number Your firm's certification number is: B2-2257-0387 should be used anytime.you submit bids to the City of Dallas and should also be provided to any prospective bidder on City of Dallas projects planning to utilize your firm as a subcontractor. It is ver im ortant that ou keep this number so that ou can have it avai a e w en neede o show t o ou are a certifie Your certification will be valid for a period of one (1) ear ONLY. e ast our igits of your num er above indicate L IM mont an year of your certification. You must therefore reapply annually for certification. Please call the office of Minority Business Opportunity at 670-3346 if you have any questions. Sincerely, 12\ Jo P pin ~ As tant Director C Finance/Purchasing & Materials Management vv J~ ~1 1 r COMMISSION ROBERT H. DEDMAN, CHAIRMAN JOHN R. BUTLER, JR. RAY STOKER, JR. STATE DEPARTMENT OF HIGHWAYS AND PUBLIC TRANSPORTATION DEWITT C. GREER STATE HIGHWAY BLDG. 11TH 6 BBAZOS AUSTIN, TEXAS 78W1-2W January 5, 1987 ENGINEER-DIRECTOR R. E. STOTZER, JR. IN REPLY REFER TO D-6 EEO Section Sunshine Construction, Inc. 3707 Admiral, Suite B El Paso, TX 79925 Dear Ladies/Gentlemen: This is in reference to your Schedule A, Information for Determining Eligibility of Disadvantaged Business Enterprises, recently submitted by your firm. We have reviewed the information submitted by your firm. On the basis of the information submitted by your firm, you are now approved as a Disadvantaged Business Enterprise for the following work function(s): Asphalt Paving Earthwork Fencing Minor Structures Concrete Paving Material Supplier - Base Only Hauling Traffic Control Devices s-;K Rest Areas Your certification as a Disadvantaged Business Enterprise firm is vali-d_, through November 1988, and will allow your firm to be included in the next, publication of the Department's DBE Directory. y ~a For your reference, we have attached a copy of the Department's Eligibility Standards. Only firms operating within the guidelines outlined in the Eligibility Standards are eligible to participate in the Department's DBE Program. We will contact you with instructions for recertification prior to your expiration date. If we can be of further assistance, please feel free to contact us at (512)463-6633. Sincerely, R.E. Stotzer, Jr. Engineer-Director By: B.F. Templeton Construction Engineer Attach. MN N w ~U3 ~CD m 2 C r n CD <D (o CL c o . C7 `<< O O C C7 W CD cn :3 CD Z . m w. Cc)t m w o' m s m n a S 3 m o m N o CD En O N = CD U) 0 m S CD 7 O o a m (Q a 0 CAD Cr N G C Cr =3 3 cQ w cn CD 6 0 7 aEi- = m : O " c O (D o 3 n ` S v; CD _a m N U3 U r O c p "d z < ] O O 3 m m 7 C < Al cn 0 0) ;Z a) CD U o m ~ (1) F5" M 6 c ~ 3 m 3. n m m N CD O 3 0 =r Coo O o p' co r: m S w m CD " Z:n Z (D m m a o am O cr U ( CD U sv m 0 ~ 4 i O S Q < < Al CD v a a o .Z. [A 3 mcn•cD CCDD CD CA (n CO rn CD CD 0 of CD CCD ch c (~o C CD D m O y 7 cQ a w 3 ~ CD D> T 0 z m b D N 0 x li ~o ru N n L n n c z m 2 z m n 0 z n -i x C= n z n Z " D Z D x o co C_ 0 z z O m U) U) l) z po p 0) :30 (D F F T n II^^~ ~i x m 0 Z 0 m m (D 13' "rI m CD J G CERTIFICATION FORM i AFFIDAVIT CERTIFICATION OF ELIGIBILITY i 1 "The undersigned swears that the foregoing statements are true and correct and .include all material information necessary to identify and explain the operations of Sunshine Construction, Inc.(name of firm) as well as the ownership thereof. Further, the undersigned agrees to provide through the prime contractor of, if no prime, directly.. to the grantee current, complete and accurate information regarding actual work-performed on the project, the payment therefor and any proposed changes, if any, of the foregoing arrangements and to permit.the audit and examination of books, records and files of the named firm. Any material misrepresentation will be grounds for terminating any contract which may be awarded and for'initiating action under Federal or State laws concerning false statements." The undersigned further swears that the minority interests in a business does perform significant control over business operations. ("Control over" a business means having most of the actual responsibility for management decisions and day-to-day operations. A company that cannot prove actual control either direc C or indirect, by minority owners, for example, of profits, cash investments, equipment, expenditures, record keeping, correspondence, and the like, will not be considered to be a bona-fide minority business enterprise. A company where the majority person, owners, or stock- holders are evidently contributing substantial personal time to such management oper- ations and the minority person owners or stockholders are not contributing substantial personal time, will not be presumed to be a bona fide minority business enterprise). Note: -If after filing this Schedule A'and before the work of this firm is com- pleted-on the contracts covered by this regulation, there is any significant change in the information submitted, you must inform the Denton Municipal Airport of the change through the prime contractor or, if no prime contractor, inform4he Airport directly. Corporate Seal (where appropriate) March 01, 1988 Date Texas State of E1 Paso County of _ SCHEDULE A Page 4 of 4 e President Title March 01, 1988 Date On this. 1st day of March , 19 88, before me appeared Lily Amnaran to me personally known# who being duly sworn, did execute the foregoing affi did state that he(she was properly authorized by SunshiAeeConstruction;.,cin to execute the affidavit and did so as his/her free act and dd. irm) AM01A'LE3.L...7E iA, P46y Publle In crd far f iu ':c cf Texcs Commission Return the completed Schedule A to the Denton Municipal Airport, Attention: Airport Manager, Route 1, Box 100, Airport Road, Denton, Texas 75201