Loading...
1987-1150923L AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of state law and City ordinances, and WHBREAS, 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 DBNTON 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 9752 Jagoe-Publlc Co $356,912 12 9756 Jagoe-Publlc Co $481,980 32 SECTION II That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submittIng the bid for construction of such public works or ~mprovements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders ~ncludlng the timely execution of a written contract and furnishing of performance and payment bonds, after notification of the award of the bid SECTION III That the C~ty Manager is hereby authorized to execute all necessary written contracts for the performance of the construction o£ the public works or improvements ~n accordance with the b~ds accepted and approved herein, provided that such contracts are made in accordance with the Notice to B~dders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specl£~ed sums contained therein SECTION IV That upon acceptance and approval of the above competitive bias and the execution of contracts for the public works and ~mprovements as authorzzed here~n, the City Council hereby authorizes the expenditure of funds ~n the manner and ~n the amount as specified zn such approved b~ds and authorzzed contracts executed pursuant thereto SECTION V That th~s ordinance shall become effective immediately upon ~ts passage and approval PASSED AND APPROVED th~s the 23th day of June, 1987 ATTEST JE~FER fALTErS, CITY SECRETARY APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY PAGE TWO DATE 3une 18, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9752 LILLIAN MILLER PARKWAY PAVING & DRAINAGE RECOIelEItDATI011 We recommend this bid be awarded to 3agoe Public Co for the combination of Items 3 & ~ as shown on the Tabulation Sheet-Item 7- for the total amount of $3)6,912 12 as the lowest and best price for the City of Denton The low bid with the above combination is R L Roberts Construction Co at $238,325 85 which is $8,~86 27 lower than the recommended amount as bid by 3agoe Pubhc Co This is the higher of the three combinations The staff reserves the right with the Councd's consent to accept either combination as shown in Items 6 at $345,77/4 62 or Item 5 at $338,349 62 We do not recommend accepting R L Roberts Construction Co's bid He has contract, West Hickory & Welch that is not complete He is also the prime sub-contractor for North Locust which is not complete I am of the understandmg that both of these projects have not been worked even though the weather has been favorable ~/e cannot afford this slow or spasmatic schedule on the busy Ldhan Miller Parkway BACKGROUND Tabulation Sheet Memo from 3errv Clark. City Engineer PROGRARS, DEPART~EIITS OR GROUPS AI:FECTEO 1987 CIP Street Improvements Program FISCAL lllPACT There is no further impact on the General Fund Respectfully submitted Lloyd V Harrell City Manager Prepared by Approved ~lt~e \~hn 3 Marshall, C P M Ti tle Purchasing Agent CITY of DENTON 1 215 E McKinney I Denton Texas 76201 MEMORANDUM DATE June 17, 1987 TO John Marshall, Purchasing Agent FROM Jerry Clark, City Engineer SUBJECT Lllllan Miller Paving and Drainage Improvements The Engineering Division has evaluated the bid of Jagoe Public Company for Llll~an M~ller, b~d 9752 ~he prices are excellent and well below our original construction estimate Based on the circumstances we recommend the project be awarded to Jagoe Public Jerry Clar~k/ 0470E DATE 3une 23, 1987 CITY LOUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9756 - AVENUE "C" PAVING & DRAINAGE REC01~IEMDATIOII ~Ve recommend this b~d be awarded to the low bidder meeting specJfications, 3agoe Pubhc Co for the amount oi $451,980 32 SUI~ARY This bid my,ration was sent to some ~orty Contractors and Suppliers We receIved only two b~ds as shown on the tabulatxon sheet We had seventeen Contractors to check out plans and spec~zcatzons I lee1 that the short constructmn tgme reqmred ior thxs bxd had some a~iect on the response we recmved BACICGROUI~O Tabular,on Sheet Memorandum form 3erry Clark, City En§meer PROGRA~I~ ~ DEPARTI~E/ITS OR GROUPS AFFECTED Street Bond Fund NTSU Trai~zc at begmmn§ oi Fall Term FISCAL II,PACT ~3~-002-SB8~-850#-910-5 There ~s no addmonal impact on the General Fund Respectfully submitted Lloyd V Harrell City Manager Prepared by /,N'am,e~ /~ohn 3 Marshall, C P M Title--' Purchasing Agent Approved ~Tl ~l ~ Purchasing Agent --,4 I ..-4 CITY of DENTON / 215 E McKInney / Denton Texas 76201 MEMORANDUM DATE June 17, 1987 TO John Marshall, Purchasing Agent FROM Jerry Clark, City Bnglneer SUBJECT Avenue C Paving and Drainage B~d 9756 The Engineering Dlvls~on has evaluated the prices submitted by Jagoe Public and they are acceptable We recommend the pro3ect be awarded to Jagoe Public Consideration by C~ty Council on June 23, 1987 ~s essential to allow the pro3ect to be completed th~s summer before school starts Jer~y~ 0470E RECE ,,0, ..~~ ..' 1"Jý em""", """"'" STATE OF TLXAS ) ( g 1-(/5 COUNTY OF DENTON )( THIS AGREEHENT, ¡:¡ade and ent ered into this 21¡ day of JUNE A.D., 19R, by and between THE CITY OF DENTON, TEXAS 901-B TEXAS STREET, DENTON, TEXAS 76201 of the County of DENTON and State of Texas, acting through J:~OYD V. HARRELL, CITY r.!ANAGER thereunto duly authorized so to do, Party'of the First Part, hereinafter ter¡:¡e'd the mINER, and JAGOE-PUBLIC CArilPANY P.O. BOX 250 DENTON, TEXAS 76202 of the City of DENTON and state of TEXAS termed CONTRACTOR. , County of DENTON , Party of the Second Part, hereinafter WITNESSETH: That for and in consideration of the paynents and agreements hereinafter mentioned, to be ¡:¡ade and performed by the Party of the First part (Ow1lER), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) here by agrees \'lith the said Party of the First Part (OIiNER) to commence and complete the construction of certain iQprovements described as follows: BlDtl 9752 - LILLIAN MILLER PARKWAY PAVING & DRAINAGE PURCHASE ORDER 1179560 - $356,912.12 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, equip¡:¡ent, 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 dra>lings and printed or ~~~ ;n::r C¡TYOf()E"ÌI;.~ I ~ CITY MANAGERS OfFICE -1 CA-l 0044b , I{ri t'ten explanatory prepared by matter thereof, and the Specifications therefore, as THE CITY OF OENTON ENGINFERING STAFF , all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence "lOrk on or after the date established for the start of work as set forth in I{ritten notice to comnence work and complete all >Iork 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 tr.is agreement in the year and day first above WTitten. CITY MANAGER (SEAL) ATTEST: 1J¿ d/¿~ &~ JAGOE-PUBLIC COMPANY the By.' ( SEAL) CA-2 0044b THE AMERICAN INSTITUTE OF ARCHITECTS .~I ,vi AlA Document A311 Performance Bond KNOW ALL MEN BY THESE PRESENTS: that Jagoe-Publ ic Company P.O. Box 250 Denton, Texas 76201 as Principal, hereinafter calIed Contractor, and, CHm in,," ¡,II nom. ond odd"" 01 1.1" til" 01 Con"",or) fHm in,," full nom. ond odd,"" 01 I.,.! ,;,1. of Su",tyl Seaboard Surety ~ompany as Surety, hereinafter calIed Surety, are held and firmly bound unto IHm in,," "" nom. ond odd"" "' ,...' ,;,1. of """..1 City of Denton, Texas as Obligee, hereinafter calIed Owner, in the amount of Three Hundred Fifty Five Nine Hundred Twelve and 12/100 ---------------- DolIars (S 355,912.12 ), for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severalIy, firmly by these presentS. WHEREAS, Contractor has by written agreement dated June 24 19 87, entered into a contract with Owner for Paving and Drainage at Lilian Miller Par~way - Denton, Texas in accordance with Drawings and Specifications prepared by CHm ¡..... 1,11 nom. And odd"" 0' "'0' till. of A"h"oct) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. AlA DOCUMENT ...:m . PERFORMANCE 60ND AND lABOR AND MATER'Al PAYMENT 6°"0 . AlA ~ FEBRUARY 1970 EO. .THE AME.RICAN INSTITUTE Of ARCHITECTS. ,73S N.Y. AVE.. N.W., WASHINGTONJ). C. 20006 NOW, TH[REFORE, THE COND'TIQN Of THIS OBLIGATIO~ is such that. if Contlaclol ,hall promplly and failhfully perform >aid Cont..ct, then this obligation ,hall be null and void; oth..wi,e It shall remain in full tolCe and effect. The Surety hereby waives notice of any alte..tion or default, under the cont..ct or conl..ct, of completion extemion of time made by the Owner. ar..nged undel thi, pa..graphi ,uH,cient funds to pay the h. C h II b d did b 0 co,t at completion Ie» the balance of the contract price; W enever ontr.ctor, a e, an ec are y wner but not exceeding, including othel co,ts and damage, to be in default under the Contract, the Owner having. fol which the Sulety may be liable hereunder, the amount performed Owner', obligations thereunder, the Sulety.~ set forth in the first pa..g..ph hereof. The term "balance may promptly remedy the default, or shall promptly' of the cont..ct price," as used in this paragraph, ,hall 1) Complete the Cont..ct in accoldance with its terms mean the total amount payable by Owner to Cont..ctor and conditions, or under the Cont..ct and any amendments thereto, less - the amount properly paid by Owner 10 Cont..ctor. Any ,uit under this bond must be instituted before the expiralion of two (21 years 110m the date on which final payment under the Cont..ct falls due. No right of action shall accrue on this bond to or for the use of any person or corpo..tion other than the Owner named herein or the heirs, executors, adminis- tratoIS or successors of the Owner. 2) Obtain a bid or bids lor completing the Contract in accordance with Its terms and conditions, and upon de- termination by Surety of the lowest responsible bidder, or, il the Owner elects, upon determination by the Owner and the Surety jointly 01 the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses {even though there should be a default or a succession 01 Signed and sealed this 14th day of July 19 87 /)[4 ),c:l4b~ Jagoe-Public Company J~(} V fL.)"';:;? . 15 .;;11"1 ".." ~;'-~2 CORROON & BLAC!(jEL!JS CROTTY POWERS 8300 DOUGLr,S AVE. SUITE 700 DALLAS, TEXAS 75225 Tel. (214) 987-2100 Seaboard Surety Company I.-"n"r) ",," fW"'W."j ~ Q¡J/l PI LfJJM 1Jf P . Rosemary eaver I,;ill<'l Attorney-Tn-Fact AlA OOCUM[~T A311 . r[RrO'MANCE BOND ANa lABOR AND MATlR'Al PAYM[NT BOND' AlA IF: fEIlRUA"""'" [D.' TH[ AM["'CAN INS1ITUT[ or A'CtlmC1S. 17¡S N.Y. AV[.. N.w.. WASHINGTON, D. C. 20006 2 THE AMERICAN INSTITUTE OF ARCHITECTS I"?!!~ ~~. .'¡~ ~ AlA Document A311 Labor and Material Payment Bond THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERfORMANC£ BOND IN FAVOR Of THE OWNER CONDITIONED ON THE FUll AND fAI1HfUl PERfORMANCE OF THE CONTRACT KNOW ALL MEN BY THESE PRESENTS: that Jagoe-Public Company P.O. Box 250 Denton, Texas 76201 as Principal, hereinafter called Principal, and, IHm i...n I,ll nom. ond odd,... °, "'°1"". 0' Con"wo,1 IH.";n"nl,lInom.ondodd..uoII.,o,,,,'.ofS""Y1 Seaboard Surety Company as Surety, hereinafter called Surety, are held and firmly bound unto City of Denton, Texas IH...in."tl""nom.ond.dd..uo".,o""'.oIO~," as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of Three Hundred Fifty Five Thousand Nine H.undred Twelve and 12/100 fH",;n"no "m'","o" 'ml on..hoil of ,h. conuo".'¡'" Dollars($355,912.12)' for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated June 24 19 87, entered into a contract with Owner for Pavin9 and Drainage at Lilian Miller Parkway - Denton, Texas in accordance with Drawings and Specifications prepared by IH'.. in,""'"nom. ond odd,... °""0' ""'°1 Aochilc"l which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. AlA DOCUMENT A", . PERfORMA"et BOND AND '-"BOR A"D MATfRlAl PAYM[;;T BOND' A'A IS; HBRUARY 1970 ED.' THE AMERICA" INSTITU1E or ARcHmCTs, 1735 N.Y. AVE., N.w" WASHINGTON, D. C. 20006 ~OW. THEREfORE, THE CO"DI1IO~ Of THIS OBliCATIO~ is such thai, if PiinClpal shali plomplly make payment to all cl.,m>nts as hereinaflel defined, 101 aillabol and maleria' used 01 leasonably lequired 101 use in the performance of the Cooliacl, Ehen this obli¡;ation shall be void; otherwise it shall lemain on full folce and efiect, subject, howevel. to the 101- . lowing conditions: 1. ^ claimant is defined as one having a direct con- lIact with the Principal or with a Subconllactor of the Plincipal fOi labor, material, or both, used 01 leasonably required for use in the performance of the COOllact, labor aod malelial being conSirued to include Ihal part of water, gas. power, light. heat, oil, gasoline. telephone service 01 lental of equipment directly applicable 10 the Contract. 2. The above named Principal a"d Sulety heleby jointly and severally aglee with the Owner that every claimant as helein defined, who has not been paid in full before the expiration of a peliod of ninery 190)' days afler the date on which the last of suc~ claimant's \VOI< 01 labor was done 01 performed. 01 ma1elials wele fumished by such claimant, may sue on this bond fOi the use of such claimant, prosecule the suit 10 fonal judgment for such sum or sums as may be justly due claimant, and have execution the leon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. 3. No suit or action shall be commenced heleunder by any claimant: a¡ Unless cI;¡imant. other than one having a direct conllacl with the Principal, shall have given wlitlen notice to any two of Ihe following: the Principal, the Owner, or the Surety above named, within ninety 190) days afler such claimant did or performed the last of the wolk or labor, or lumished the last of the malelials for which said claim is made, stating with substantial Signed and seaied this 14 th day of acculacy the amount claimed and the name of the parry to whom the matelials were fumished, or 101 whom the WOI< 01 labor was done or performed. Such notice shall be served by mailing the same by registered mail 01 ce"illed mail, postage p'epaid, in an envelope ad- d,essed 10 the Principal, Owner or Surety, at any place whele an office is regulaliy maintained fol Ihe lIans- action of business. or served in any manner in which legal plocess may be served in the state in which the afolesaid plOject is localed, save that such service need not be made by a public officer. b) Aflel the expilalion of one (1) year following the dale on which Principal ceased Work on said Contlact, it being undeiSiood. howevel. that if any limitation em- bodied in this bond is plOhibited by any law contlOliong Ihe construction he leaf such Iomitation shall be deemed to be amended so " to be equpl to the minimum period of limitation permit led by such law. c) Dthel than in a state court of competent jurisdiction in and fol the county 01 other political subdivision of the stale in which the PlOject, 01 any part the leaf, is silOaled, or in the United States District Court for the district in which Ihe Project, or any part thereof, is sit- ualed, and not elsewhere. 4. The .mount of this bond shall be reduced by and 10 the extent of any paymenl or payment> made in good faith hereundel, inclusive of the pavment by Surety of mechanics' liens which may' be filed of record against said improvement, whether 01 not claim fol the amount of such lien be presented undel and against this bond. July 19 87 /:}.-¡ // - Jagoe-Publ ic Company / Ii ~ ~~ I 'Ii. "n"pan ."" ".." . Milne,,) ~ Qf) 'J V_O ~ . . / Tv.. I - I ~ lTillr') CORROON & BLI\Cf{jELUS CROm POWERS 8300 DOUGU,S AVE. SUITE 700 DALLAS, TEXAS 75225 To' ('HAl °"7_"'011 "Vllo<:"1 Seaboard Surety Company I~ !ìiYWo ~'~ 1fe '"" Rosemary Weaver 1 ITIIHAttorney-ln-Fact AlA OOCUMENT Am . I'r"ORMA~CE BO~D A~D lABOR A"D "Al£RlAl rAYMINT ",,"D. AlA Ð fIBRUARY 1y7U ED.' THE AMrRlCA~ '~STl1UH or ARCHIHC1S. 17:1\ N.Y. AVE.. NW., WA\H'NC1ON. D. C. 21<"'" 4 ~7:~:;~~:at~on.:'::he,:~t~:~tj."j~~:,f_t~jS_~ow"er_~~_~ttor~exyo,u m,ax c~". c~"ect.,212-943-7440and ask forthe Power of Attorneyc'erk. Piease refer to the Power CORROON & BLACK/ELLIS CROTTY 8300 Douglas Suite 700 Dallas, Texas 75225 THIS CERTIFICATE IS ISSUED AS A MATTER DF INFDRMA TION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COYERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE f~i'i~~NY A NORTH RIVER INSURANCE COMPANY f~~NY B INTERNATIONAL INSURAlICE cor~&~Y JAGOE-PUBLIC COMPANY P. O. Box 250 Denton, Texas 76201 f~~~NY C UNITED STATES FIRE INSURANCE COHPAJ f~i'i~~NY D f~~NY E THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI- TIONS OF SUCH POLICIES. TYPE OF INSURANOE POLIOY NUMBER POLICY EFFECTIVE OATE MMIOOIYY) POLICY EXPIRATION OATE IMMIOOIYY) LIABILITY LIMITS IN THOUSANDS OCC5~~~NCE AGGREGATE GENERAL LIABILITY COMPREHENSIVE fORM PREMISES/OPERATIONS UNOERGRDUND EXPLDS'ON & COLlAPSE HAZARO PRODUCTs/COMPLETED OPERATlDNS CONTRACTUAl 'NDEPENOENT CONTRACTORS BROAD fORM PROPERTY OAMAGE PERSONAL 'NJURY BODILY INJURY $ $ PROPERTY DAMAGE $ $ 540 840825 10-1-86 10-1-87 ~t:~ED $ 500, $ 500 PERSONAL 'NJURY $ 500 8OOLY ""AY 1"'""'-' $ ""LY I"""Y I"'"ACODEND $ 523 4185053 10-1-86 10-1-87 540 8586315 10-1-86 10-1-87 PROPERTY DAMAGE $ WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY 408 -45-13-82 10-1-86 10-1-87 PAVING & RAINAGE A LILIAN MI LER PARKW Y OESCRiPTION OF OPERATIONSILOCAT'ONSNEH'OLESISPEO'AL ITEMS RE JOB: All operations in Texas All Automobiles - owned, non-owned or hired. CITY OF DENTON, TEXAS DENTON, TEXAS SHOULD ANY OF THE ABQVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO ::':~. BJr~AI~~~~ ;:'R~'Z~~~T~~T~~ ~::¡..i~:~~~A~~ ~~CDER ~~~~D~~I~~~ OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRES AVES. AUTHOR'ZEO REPRESENTAT'VE . ORROON & BLACK/._, ..iWf','",J '::"'7'.' ; l;J~/" 1",/ TRADE - CRAFT CLASSIFICATION RATE PER ~ 9.60 6.75 Tractor (Pneumatic) 80 HP & Less Tractor (Pheumatic) over 80 HP Traveling. Mixer Trenching Machineo Light Trenching Machine, Heavy Vagon Drill, Boring Machine or Post Hole Driller Operator 5.25 Truck Drivers: ~ingle Axle, Light Single Axle, Heavy Tandom Axle or Semitrailer Lowboy-Floae Transit-Mix Winch ¡,relder Welder Helper The CONTRACTOR shall comply with all State and Federal Laws applicable to suCh worK. 5.J5 3,35 5.70 7.15 The above are minimum rates. Bidders snall base their bids on rates they expect to pay, if in excess of tnose listed. The OWNER will not consider claims for extra payment to CONTRACTOR on account of payment of wages higher than those specified. . Hired Truck Owner/Operators and/or their Drivers will be in the same category as Truck Drivers Above. G - 10 Lillian Miller Parkway Paving and Drainage BID TABULATION SHEET WORK DAYS BID NO. PO NO. 75 '1/:JL ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL I Contractors warranties 1. 21 and understandings LS 2.11.5 Inlet frame and cover EA 2.12.3 A 27" RCP Storm Sewer 2.12.20-A 2" PVC Water Line 120 LF 2.12.20-B 4" PVC Water Line 787 LF 3-A Remove concrete avement 12 Remove concrete 3-B curb and gutter 1,080 oC /;/"20. - Remove concrete 3-C driveway and sidewalk 290 SY Preparation of ~---1--Ri9ht-of-wa LS 3.3 Unclassified excavation 6,605 CY 3.7 Compacted fill- 1,100 CY Type "A" 4.6-A H drated Lime (Slurr ) 140.00 TON 6" Lime treatment 4.6-B of subgrade 15,550 SY 2" Asphalt pavement 5.7-A.l Base (T e A) 15,000 SY 4 1/2" Asphalt pavement 5.7-A.2 Base ( e A) 12,620 SY 1 1!2" Asphalt pavement 5.7-A.3 (T e D) 12,620 SY 2" Asphalt pavement 5.7-B (T pe D, patch material) 24 TON 0° Concrete pavement 5.8-A 6" (Flatwork) 35 SY 7.6 .A_l Juncti9n- box and cove-/' 7.6.A-2 4' Curb inlet EA 7.6.A-3 8' Curb inlet 1 EA Barricades, warning! 8.1 I_Detourisi ns LS 8.2-A' Concrete curb and gutter 9,070 LF P - 3 Lillian Miller Parkway Paving and Drainage (continued) WORK DAYS BID NO. PO NO. 75 9752 BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 8.3 Drivewavs (6") 175 SY $ ;> -';,.1') ISY 1-./ 17.}. 7 *8.15 Concrete Rip-Rap 825 SY $ 1'1, t!:./SY I 'Í fu 7 5'.<?:- SP-2 Saw Cut existing 70 LF $ /. ~-o ILF I(J -í.""::" '. I $ 30.00 SP-10 Rock excavation 0 CY ICY ---~-_.. $ & 7. "0 0:: SP-15.B Ad-;ust Manholes 1 EA ,?,O tEA SP-27.A Adjust Water Service 2 EA $ / DO "JEA 200. "" SP-27.B Adjust Sewer Service 2 EA $ nS~/EA 2.5°, °:' \ TOTAL $ .71& 5'"<17 ~ $77Zt;22/5't;J Textured Concrete $ 2f Q9 ISY *8.15 Rip-Rap 825 SY 23 liJ() ,I:J~ TOTAL WITH $'20/£ on.) TEXTURED RIP-RAP 3; 27lqz.z/~1-0 Colored and Textured $ J..j¡, SD/SY *8.15 Concrete Rip-Rap 825 SY '-?-I 237,5 3; I TOTAL WITH COLOR AND 5" .... \ \ '-'0 ~'" 0 -I I TEXTURE RIP-RAP 1$ 3 ()7 I ¿"(J. Û'!:.- $ I $ I 3; I 3; I 3; I OSee Special Contract Definitions P - 4 -,~u~~a.!.1..e}3--.!'~Loop 288 and 1-35. WORK DAYS 25 --- BID NO. 9757 PO NO. BID TABULATION SHEET ITE!1 DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL .-- -- ----I-contr ac t or-Š--w-ar-r an-t i es--'C---------r -~--------;;::-.-~-- ~} I and Und~F~tandings ~ $ 2 OOC -/LS I 2 coo. c¿ I L I I I _2_~~~¥_RCP ~torm sew~-----:'I l2.°-t~~ ' _2~~3~_L36" RCP Storm Sewer 7.5 LF I Preparation of 3.1 _~t-of-¡'ay ~~~lassifi~d Excavation 3-A Remove Concrete Pavement Remove Concrete Curb and Gutter 52 LS 1-908 CY SY 3-B 519 3-C Remove Concrete Drive 25 3.7 Compacted Fill 105 CY Type A Hydrated Lime 4.6-A (Slurry) 17 TON 6" Treatment of 4.6-B of Subgrade 1,835 Sy 2" Aspha1 t Pavement 5.7-A.1 (Type A) 1,086 Sy 4 1/2" Asphalt Pavement 5.7-A.2 (Ty~ 1,692 SY --.-- 1-1/2" AsphaH Pavement 5.7-A.3 (Type DJ_- 1,692 SY 2" Asphalt Pavement 5.7-B (Type D Patch Material) 18 TON 7.6 A-2 I 4' Curb Inlet EA 7.6 A-4 4' 5 ecia1 Inlet EA 7.6 A-5 Grate Inlet 2 EA Barricades, Warning/ 8.1 Detour/Signs LS 8.2-A Concrete Curb and Gutter 210 LF 8.3 Concrete Driveway 25 SY 8.15 I Concrete Rip-Rap 75 SY P - 5 2QO."'~ ,5'0 ,,/IJ I 3, ¿,sf, 7 "'L. I ðIO//J ()~ 02-- OJ $ / f - /SY 1/';25. c!... , . Turn Lanes at Loop 288 and 1-35 ITEM SP-2 SP-lO SP-15A SP-15B SP-20.B SP-27.A SP-27.B I I --I SP-30 QUANTITY UNIT UNIT PRICE TOTAL 250 LF CY ,-- I EA 1 EA 2 EA 2 EA EA ¡:OQ '1&, oD EA $ 1. - lEA TOTAL BID TABULATION SHEET DESCRIPTION Saw Cut Existing Concrete Rock Excavation Adjust Valve Box Adjust Man Hole Modify Grate Inlet Adjust Water Service Adjust Sewer Service I I \ I ~~ WORK DAYS BID NO. PO NO. 25 q7~? Concrete Curb Flare I \ 11*(75'-'> I --L ~ P - 6 PROJ ECT 1. Lilliam Miller Parkway Paving and Drainage 2. Lillian Miller Parkway Paving and Drainage with Textured Rip-Rap 3. Lillian Miller Parkway Paving and driveway with Colored and Textured Rip-Rap 4. Right Turn Lanes at Loop 288 and 1-35 5. 1 and 4 Combined 6. 2 and 4 Combined 7. 3 and 4 Combined Bid No. 9752 BID SUMMARY WORK DAYS TOTAL BID PRICE 75 Zit, S-<f7. 5"'0 75 ZC¡~02Z.:JO 75 :'107/&0,0') , 25 ~1, 7:r2,1~ 100 33g 149.102- , 345; 77-;' ¿'z 3S~ 9/2./2- 100 100 P - 7 BID SUMMARY TOTAL BID PRICE IN WORDsl/ +!) ~L~~L_L~IAQ 0 ¡-j,,~-t¿j o~ r~.f -xt ~ -dALL-~j)I\"~ f AA~ ,/V\~^. + ~ - In the event of the awarà of a contract to the unóersigned, the undersigned will furnish a performance bond and a paymen~ bond for the full amount of the contract, to secure proper compl i ance wi th the terms and prov is ions of the con tract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract. It is understood that the work proposed to be aone shall be accepted, when fully comple ted and fin ished in accor dance wi th the plans and specifications, to the satisfaction of the Engineer. The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. Unit and lump-sum prices as shown for each item listed in this proposal, shall control over extensions. ~~~~o -&1 Co. V - fýt¿l. -F.'Yl~ 30"L(J FI uJOY.)!" \0, ~ Street Address UV\-InM , ~ ' City and state' ~2 p J39,~Er° /' 7J~.)A~: ITY7hl" DEN i 07'l P~RCHA'S\NG DEPT. Seal & Authorization PI' / ?/J '. - .., ~G') I (If a Corporation) 0 I ~ L ~J if ""."".<~'\.""n.-:;,.;,.. '~ Telephone c " C' ) BID 1197.52 '. ~ " ,c .,/" P - 8 ,.... ~1-//5 CONTRACT AGREE~ŒNT STATE OF TEXAS )( COUNTY OF DENTON )( THIS AGREEHENT, made and entered into this 21¡ A.D., 19~, by and between THE CITY OF DENTON 90I-B TEXAS STREET, DENTON. TEXAS 76201 of the County of DENTON and State of Texas, acting through l::I,.°YD V. HARRELL, CITY MANAGER thereunto duly authorized so to do, day of JUNE Party of the First Part, hereinafter ter¡:¡ed the O,mER, and JAGOE-PUBLIC CO. P.O. BOX 250 DENTON, TX 76202 of the Ci ty of DENTON and state of TEXAS , County of DENTON , Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the paYBents and agreements hereinafter mentioned, to be made .and performed by the Party af 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 ,'lith the said Party of the First Part COlmER) to COIllIJ]ence and complete the construction of certain iBprovements described as follows: BIDtI 9756 - AVENUE C PAVING &. DRAINAGE PURCHASE ORDERtl 79554 _. $481,908.32 and all extra work in connection therewith, under the terms as sta.ted 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 dra",ings and prInted or CA-I 0044b Ú'dtten explanatory prepared by matter thereof, and the Specifications therefore, as THE CITY OF DENTON ENGINEERING STAFF , , all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence I'Tork on or after the date established for the start of work as set forth in written notice to comnence 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 r.ave executed this agreement in the year and day first above IITitten. ERÝ ( SEAL) ATTEST: fJJ¿ /l/tdnv &t./~ t' CONTRACTOR By (SEAL) APPROVED AS TO FORH: [)1~ ~ City Attorney CA-2 0044b THE AMERICAN INSTITUTE OF ARCHITECTS = " A/A Document A311 Performance Bond KNOW ALL MEN BY THESE PRESENTS: that Jagoe-Public Company P.O. Box 250 Denton, Texas 76201 as Principal, hereinafter called Contractor, and, IH... in.." ¡,II nom. ond odd..., 01 I.pllill. 01 Conl""O~ fHm In"" full nom' ond odd,",' DI 1,,01 till. of Su..<y) Seaboard Surety Company as Surety, hereinafter called Surety, are held and firmly bound unto C i t Y 0 f Den ton, T e x as IH... In.." '.11 nom. And odd,..' or 1,..1 \111. Df """..1 as Obligee, hereinafter called Owner, in the amount of Four Hundred Eighty One Thousand 'Nine Hundred Eight and 32/100------------- -- Dollars(S 481,908.32 ), for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presentS, Contractor has by written agreement dated C:.D)'~ / Ý ",Y J u n e..¡::jé'- !/ 1987 ,entered into a contract with Owner for WHEREAS, Paving and Drainage at Avenue C - D~nton, Texas in accordance with Drawings and Specifications prepared by H... in"" lull nom. And odd,.., o. 1"01'"" of AKhllocU which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. AlA DOCUMUoIT AJII . PIRfORMANCI 80NO ANO lABOR ^ND W.HR'^l P^YMINT 80NO . A'^ ~ FE8RUARY 1970 £0.. THI AMlRlC^N INSTITUTl Of ARCHIHCTS, ,7JS ,",-V. AVI.. ,",-W.. WÞo\H'NGTONJ). C. 20006 NOW, 1HERIFORE. 1H[ CONDITION OF THIS 'OBliGATION is such thot, if (ont,.c\Ol sholl promplly ond fo,lhfully perlorm ..id (ont,.ct, then this obligolion sholl be null ond void; otherwise it sholl remoin in full folCe ond eHecl. The Surety hereby woives nolice of ony ol1elolion or deloults undel the contiocl or conl,.cts 01 completion extension of time mode by the Owner. o",nred undel this p..og,.phl suHicient funds to pOl' the cost of completion less Ihe bolonce of the contraci price; Whenever Contractor shall be, and declared by Owner but not exceeding, including other costs and damoges to be in default under the Cont,.ct, the Owner havong . for which the Surety may be liable hereunder, the amount performed Owner's oblogatlons thereunder, the Sure~~ set lorlh in the first paragraph hereof. The term "bolance may promptly remedy the delault, or shall promptly' of the contract price," .. used in this palog,.ph, sholl 1) Complete the Contract in accordonce with its terms mean the total amount payable by Owner to Contractor and conditions or under the Contract and ony amendments therelo, less .'. . . - the amount properly paid by Owner 10 Cont,.ctor, 2) Obtain a bid or bids lor complelong the Conlract on .' . . accordance with Its terms and conditions, and upon de- Any SUit under thIS bond must be onsl,tuled before termination by Surety of the lowest responsible bidder, the exp"ahon of two (2) years from the dale on which or, if the Owner elects, upon delermination by Ihe lonal payment under the Contract falls due, Owner and the Surety jointly of the lowest responsible No right 01 action shall accrue on this bond to or lor bidder, arrange lor a contract between such bidder and the use of any person or COlporation other than the Owner, and make availoble .. Work progresses leven Owner named herein or the heirs, execulors, adminis- though there should be a default or a succession of tralors or successors of ¡he Owner. Signed and sealed this 8th day 01 July 19 87 I/; /J/úl ;>v (/ ') ~, - ¡¿{l¿iû/¿ to- Jagoe-Public 1><011 CWiln,',') CORP-OON g, RI.I\CI\/ELLIS CROTTY POWERS 8300 DOUc.L:\3 ¡WE. SUITE 700 DALLAS, TEXAS 75225 Tel. (214) 91)7-2100 IWi""",) Seaboard Surety 111,,-, I. I'. ", I)' ,'I ,j.. ~ ) ì if I' ,"'(' Rosemary Weaver Company 1."""'1') "..11 >1 [i \U It/' Y P I cri'h') Attorney-In-Fact AlA DOCUMENT A)II . rIRrm",^NC¡ AONO ^,'D IMI1. ^,'D M^","I rA'ME"T BONO' ^'^ IS rE"KU^"' T"'" [1).' TH[ ^"'EK'C^N INS1ITUTE or ^RCilITEClS, 17)S N.Y. ^V[.. NW.. W^SHINGTON, D. c. 2000ó 2 THE AMERICAN INSTITUTE OF ARCHITECTS <== 1\';*,,1 ii,Îk ~L' % . AlA Document A311 Labor and Material Payment Bond THIS BOND IS ISSUlD SIMULTANWUSlY WITH PfRfORMANCE BOND IN FAVOR or TH[ OWNER CONDlTlONlD ON TH[ FUll AND fAITHFUL P[RFORMANCE OF THE CONTRACT KNOW ALL MEN BY THESE PRESENTS: that Jagoe-Public CDmpany P.O. Box 250 Denton, Texas 76201 ~s Principal, hereinafter called Principal, and, I"'" in,," ¡,II nom, ond odd.." 0' 1,,01 ,"I, 01 Con"",oll IH,.. in.." ¡", nom, ond odd"" 01 "'01 "," oC s".tyl Seaboard Surety Company as Surety, hereinafter called Surety, are held and firmly bound unto I"'" in"" "" nom, ond odd"" 0' "'01 "". 01 o~") City of Denton, Texas as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of Four Hundred Eighty One Thousand N'ine Hundred Eight and 32/100 I"'" in.." 0 ,"m ."" '0 .. ,.." o..,hoil of ,h, <on"'" p,i,,1 Dollars ($ 481 ,908.32 ), for the payment whereof Principal and Surety bind themselves, their heirs, executorS, administrators, successors and assigns, jointly and severally, firmly by these presents, WHEREAS, " '-::27,--,/ ¿ if ¿f1' Principal has by written agreement dated J u n e :rJ= / 19 87, entered into a contract with Owner for Paving and Drainage at Avenue C - Denton, Texas in accordance with Drawings and Specifications prepared by """ In.." "" n.m. ond odd.... 0' 1"01"'" 01 Arch"..,) which contract is by reference made a p2rt hereof, and is hereinafter referred to as the Contract. A,^ DOCUMENT AJl1 . P£RFORMA"CI BOND AND "BOR AND MAnRiAl PAY"I"T BO"O . A'A r!: HBWARY'970 lD.' THI AM' RICA" ",smUll OF ARCHITlCTS, T7)S KY. AVL. ".W., WASHINGTO", D. C. 20006 3 ~ow, 1HlREfORl. 1H[ CO~DI110~ or 1HIS OBlIC'110" is such Ihat, if Principal shall promplly make payment 10 all clorm.nts.. hereinafler'defined, for all labor and malerial used or le..onably required for use in the performance of the (onllact, then this obligalion shall be voId; otherwise it shall remaIn in full force and eHect, subject, howevel, 10 the fol- , lowing conditions: 1. A claimant is defined.. one having a direct con- lracl with the Principal or with a Subconllactor of the Principal fol labor, material, or boIl" used 01 le..onably required for use in the performance of the (onllact, labor and ma,erial being construed to include that part of water, g.., power, light, heat, oil, gasoline, telephone service or rental of equipment d"ectly applicable 10 the (onllact. 2. The above named Principal and Surety hereby joinlly and severally agree will, Ihe Owner that every claimanl .. herein defined, who I... not been paid in full before the expiralion of a peliod of ninety f90)' days after the dale on which the last of suc~ claimant'< work or labor was done or perfOlmed, or ma,erials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecule Ihe suit 10 fi"al judgment for such sum or sums.. may be justly due claimant, and have execution Iheleon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. 3, No suit or action shall be commenced hereunder by any claimant: a) Unless cloimant. other Ihan one having a direct conllact with Ihe Principal, shall have given wlillen nolice to any twO of Ihe following: Ihe Principal, the Owner, or the Surety above named, wilhin ninely 190) days after such claimanl did or perfOimed the I.st of the work or I.bor, or furnished the last of Ihe materials for which said claim is made, stating will, substantial Signed and sealed this 8th CORROON & BLAC!\,IEIL!S CROTTY rOWERS 8300 DOUGLA" iWE. SUITE 700 DALLAS, ltYAS 75;~25 Tel. (214) 98ï-;~IGO IW,In<"'¡ acculacy the amount claimed and Ihe name of the party 10 whom the materials were furnished, 01 for whom Ihe wolk or labor w.. done or performed. Such notice shall be served by mailing Ihe same by ,egisteled mail or ce"ifled mail, postage prepaid, in an envelope ad- dre"ed 10 Ihe Principal, Owner 01 Sulely, at any place where an oHice is regularly mainlained for the lIans- aclion of business, or served in any manner in which legal process may be served in the stale in which the aforesaid project is localed, save that such service need not be made by a public oHicer. bl After the expiration of one (11 year following the dale on which Principal ce..ed Work on said (onllact, il being underslood, however. thai if any hmitalion em- bodied in this bond is prohibiled by any law conllolling the construclion hereof such limitation shall be deemed 10 be amended so as 10 be equ.IIO Ihe minimum period of limitalion permi\led by such law, c) Other Ihan in a stale court of compelent jurisdiction in and for the county or other polilical subdivision of Ihe slale in which the Ploject, or any part theleof, is si,ualed, or in the Uni,ed Siales District Court for the disllict in which the Project, or any po" thereof, is sit- ualed. and not elsewhere. 4. The omount of this bond shall be reduced by and 10 Ihe extent of any payment or paymenlS made in good faith hereunder, inclusive of the paymenl by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presenled under and against this bond, day of July 19 87 Jagoe-Publ ic Company I cic,pa,) /'/' " ~ d~-, 0 (I C /¡ ! ,'Q j cr/lil'! IS"" )/~/~ -¡;~ Seaboard Surety \ '\~I'(\C'í' I" 'i-'rl), ¡ '- --'" \ I I) \ ¡ - " Rosemary Heaver Company c5u"'lyJ ".." .., DOCUMEN1 '31' . 1'1 "' ,"M,"CE BO~D At<D lABOR A"D W,HRIAl rAYM("1 ""t<D . AlA Ð nBW'.""" ED. .1HE AM[RllA" INS11TUH Of ARlHI1lC1S, 17.\1 ~,Y, AVE.. ~W.. WA~HIN¡;1ON, D, C. 11X1Of, 4 BOARD SURE'l'Ý} C,OMP. DMINISTRATIVE OFFICÈS, BEÓMINSTER, N , , ,'='~>i <, POWER:OF ATTORNEYtc,~1) , ~KNÓW ALL MEN BY THESE PRESENTS: That SE/\BOARD SURETY COMPANY," corporation of the State of New Yórk;has' ~mâde, oònstiluted and appointed and by these presents does make, oonstitute and appointi'lWillard Crot tyè;'or ' ':.JaITles N. "Powers or Peter A. Rush or'William G., KlingmanC:oLOrvil B. Coborn ¡~É';'l:qt;,(;:E~'~Eàsley':or Rosemary Weaver " :':i<~"~:'::' , ~~,~Dalla~, texas ' "its true and lawful Attorney-in'Fact. to make, execute and deliver on lis behall insurance policies, surety bonds, undertakings and Lothe~I,n,~trumenlso slmiiarnalureasfoliowS: Without Limitations " c, 'n"'~'~c :'0, ,,'" , ... ' .. :"_/~' ',~-" , , , '""c-":<. " ",- )Suoh insuranoe policies, surety bonds; undertakings and instruments lor said purposes, when duly executed by the aforesaid :Attorney-in-Fact, shall be binding upon the said Company as fully and to the same extent as il signed by the duly authorized tofficers of the Company and sealed with Its corporate seal: and all the acts of said Attorney-in~Faot. pursuant to the authority' t~er~~y giv~n, are hereby ratified and oonfirm,ed." ' ':'<' ' " c': ;.TlÏis appointment is made pursuant to the following By-Laws which were duly adopted by the Board of Direotors of the said 'Company on Öecember 8th. 1927, with Amendments to and including January 15, 1982 and are still in full foroe and effect: ' , ¡AATICLE VII. SECT' ON l' §',':;':'>'Pollcles, bonds. recognizances, stlpulalions, consents 01 surety, underwrlling undertakings and Instrument. relaling thereto. . Insurance pohcies, bonds. recognizances. shpu'alions, consenlS 01 sulety and undelwliling undeltakings 01 'he Company. and 'e'eases. agleemenlS and other [writings lelating in any way Ihelelo or to any c'aim 01 'ass th..eunde'. shall be signed in Ihe name and on behalf at the Company , :' , ': (al by the Chai,man ollhe Boald,lhe P'esiden!. a Vice'PIesident 0' a Aesiden' Vice,P,e,ident and by the Secretary. an Assistant SecrelalY, a Aesident ¡Sec.,"",y or a Aesidenl Assistant SecrelalY: or (b) by an Attomey,in,FacllOi Ihe Company appointed and autho,ized by Ihe Chailman of the Boald. the i P,esident 0' á Vice,Presidenl to make such signatule: 0' (C) by such othe' officelS or leplesenlalives as 'he Board may liom lime to hme detelmine ¡",~y, The sea' 01 the Company shall if applopliate be affixed the'eto by any such of lice " Affomey'in,Facl 0' lep,esentah,e," ' ,tiN' WITNESS ,WHEREOF. SEABOARD SURETY COMPANY has caused these presents to be signed by one of its Vice' ~preside,œr..tg~itStC~~'ì5'~"ie, s~al to be ~'i;'eunto affixed and duly attested by one of its Assistant Seoretaries, this ..,;24,th.... ~1a~'~':(r;"ëý;/PT"""'Ç..m, 19mm.. , ~,',lr:::!\~c,..,!test}.c . '"c," . . SEABJOY~ì~EFCOMPAN~ ~~:~:~~~ÆL, ~ " el~;Lø. rr:../i È,On this ........:2..4.t:h.......... day of ,...... ,September.., ..................,.19,85..... before me personally appeared "~:'<,,..:......l1ichael..,B,. ..,Keegan ...... ,...., , ..,.. ..""" .. "......, , a VicecPresident of SEABOARD SURETY COMPANY, ,with whom I am personally aoquainted. who, being by me duly sworn. said that he resides in the State of ..,New..,Jer,s,ey:' ,that he is a Vicecpresident of SEABOARD SURETY COMPANY, the corporation described in and which executed the foregoing ¡:Instrument: that he knows the corporate seal of the said Company; that the seal affixed to said instrument is such oorporate seal: ' ; that it was so affixed by order 01 the Board of Direotors of said Company: and that he signed his name thereto as Vice-President of" ~~~dD~~:~{!}~:~~~:Eau:o~:TALANO z:¿:,'""e"""""""".""'",,ß /' /""""""""""=---",.",, ""'-"" ' , ~l,"'NOTARY PUBLIC OF NEW JERSEY , L-~~ - ...... ,"'" "i"";;'~,Yc,Commission Exp. June 4,1991 C E R T I Fie ATE ..Nola'YPublic~.', ,;,. the undeiSigned Assostant Seclela,y 01 SEABOARO SURETY COMPANY do he,eby ce'tiCy 'hallhe original Powerol Altorney 01 which Ihe Imegoing is , II, ¡rue and correctcopý. is in lull lo<ce and eifecl on the date olthisCertificateand I do lurther certify that the Vice-Prosident whoexecu'ed Ihesaid Powe'ol ~ Altomey was one of the Oflicers autholized by Ihe Board 01 Dilectors to appoint an altorney,in,lact as provided in Article VII. Seclion '. 01 the By,laws 01 .. ;:'SEABOAAD SURETY COMPANY, ' ' tot',."", This Certificate may be signed and sea'ed by lacsimile undel and by autholily 01 Ihe following lesolution at the Executive Commiifee oC the Boald 01. c tOirectors 01 SEABOAROSURETY COMPANY at a meeling du'v called and heid on the 25th day at Ma<ch Ig70. - ¡.,:' "'RESOLVED (21 Thai the use of a plinled lacsimile at Ihe colpolato seal 01 Ihe Company and 01 the signalule at an Assislant Sec.etary on any t",,;cèrtificalion 0; the èoi'ectness 01 a CODY 01 an insllumenl executed by the Plesidenl 01 a Vice,President pursuant to Micle VII. Section t. of thè By'laws ~'PPOInting 'and authorizing an altomey,in,lact to sign in the name and on behall 01 the Company surety bonds. underwriting undertakings 0' other ~@,instiiJments dèscribed in said Artic'e VII. Section t. with hke effect as if such seal and such signat"'o had been manually affixed and made. he'ebyis ~.F:,aulhorizedandáppooved," " ,,' " ",' '" '\/VITNESSWHEREOF, I .~ave hereunto set my hand and affixed the corporate seal 01 the Company to these presents th 'it;;"', ".'F:.. '6;td 0","'., "~'{~' ,¿,t '.'. "~~~;t'i~j"d F?~ve'ificalion ~I th~~"'h.onlie¡¡y 01 if'i.,t:;'.":;':::~!:';',:'.:7.Y:,:': ::':'.:,:':"~:;:';f?:!.2,'?~!::':J'~'I'IO"":' :~:'~: '~;o Pow", of Alla,n.y cleok, Please refer to Iho Power CORROON & BLACK/ELLIS CROTTY 8300 Douglas Suite 700 Dallas, Texas 75225 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFDRMATIDN DNLY AND CDNFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. COMPANIES AFFORDING COVERAGE f~~~~NY A ijORTH RIVER INSURANCE COMPANY f~i4"e~NY B INTERNATIONAL INSURAlICE Cill1PANY JAGOE-PUBLIC COMPANY P. O. Box 250 Denton, Texas 76201 f~i4"e~NY C UNITED STATES FIRE INSURANCE CO¡'¡PM f~i4"e~NY D ~~~NY E THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANOE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI- TIONS OF SUCH POLICIES. TYPE OF INSUAANOE POLlOY NUMBER POLICY EffmVE DArE'MMIDOIYY) POLICY EXPIRATION DArE (MMIOOIY'I) LIABILITY LIMITS IN THOUSANDS OCC¡;~~~NCE AGGREGATE COMPREHENS'VE FORM PREM,SEs/OPERATIONS UNOERGROUND EXPLOSION & COLlAPSE HAZARD PRODUCTs/COMPLETED OPERATIONS CONTRACTUAL INDEPENDENT CONTRACTORS BROAD FORM PROPERTY OAMAGE PERSONAL 'NJURY BODILY INJURY $ $ PROPERTY DAMAGE $ $ 540 840825 10-1-86 10-1-87 ~~t:~ED $ 500, $ 500, PERSONAL INJURY $ 500. UTa ANY AUTO ALL OWNED AUTOS (PRIV, PASS,) ALL OWNED AUTOS (~h~JRpl~~N) HIRED AUTOS NON-OWNED AUTOS GARAGE LlAB'UTY BOOtY :~~RSON) $ ""LV :::t':kND $ 540 8586315 10-1-86 10-1-87 PROPERTY DAMAGE $ BI& PO COMBINEO $ 523 4185053 10-1-86 10-1-87 ~~t:~EO 1,000, $ 1 000 WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY STATUTORY 408 -45-13-82 10-1-86 10-1-87 $ $ $ (EACH ACC'DENT] (DISEASE-POUCY UM'T] (D'SEASE.EACH EMPLOYEE) RE JOB: PAVING & AVE, C, D S OESORIPTION OF OPERATIONSILOCAT'ONSNEH'OLESISPEOIALITEMS All operations in Texas All Automobiles - owned, non-owned or hired. . . . CITY O~ DENTON, TEXAS DENTON, TEXAS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- PIRATION DATE THEREOF, THE ISSUING COMPANY WIL~ ENDEAVOR, TO MAIL 1 n DAYS WRITTEN'NaTld'roTliE CERTIFICATE HQ(D~R NAMED TO THE LEFT. Bur "AlLURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIG~TlON OR LIABILITY AU~:~~;E~N~E~=~;E~~; T~~M Y ¿r~¡~.~~~~~,~~.~~~RESEN~~ T~,?",-,..- ORROON & BLAC IS CROTTY POWERS ~ ~r¿- R~~ Cl-fD . BID # 9756 PROPOSAL TO THE CITY OF DENTON, TEXAS FOR THE CONSTRUCTION OF AVENUE C PAVING AND DRAINAGE IN DENTON, TEXAS The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm or corporation; that he has carefully examined the form of contract, Notice to Bidders, specifications and the plans therein referred to, and has carefully examined the locations, conditions, and classes of materials of the proposed work and agrees that he will provide all the necessary labor, machinery, tools, apparatus, and other items incidental to construction, and will do all the work and furnish all the materials called for in the contract and specifications in the manner prescribed herein and according to the requirements of the City as therein set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. It is agreed that the quantities of work to be done at unit prices and material to be furnished may be increased or diminished as may be considered necessary, in the opinion of the City, to complete the work fully as planned and contemplated, and that all quantities of work whether increaseà or. decreased are to be performed at the unit prices set forth below except as provided for in the specifications. It is further agreed that lump sum prices may be increased to cover additional work ordered by the City, but not shown on the plans or required by the specifications, in accordance with the provisions to the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. It is understood and agreed that the work is to be completed in full within the number of work days shown in the special contract definitions. P - I Accompanying this proposal is a certified or cashier's check or Bid Bond, payable to the Owner, in the amount of five percent of the total bid. It is understood that the bid security accompanying this proposal shall be returned to the bidder, unless in case of the acceptance of the proposal, the bidder shall fail to execute a contract and file a performance bond and a payment bond within fifteen days after its acceptance, in which case the bid securi ty shall become the proper ty of the Owne r, and shall be considered as a payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. Owner reserves the right to reject any and all bids. Owner may investigate the prior performance of bidder on other contracts, either public or private, in evaluating bid proposals. Should bidder alter, change, or qualify any specification of the bid, Owner may automatically disqualify bidder. The undersigned hereby proposes and agrees to perform all work of whatever nature required, in strict accordance wit~ the plans and specifications, for the following sum or prices, to wit: P - 2 . Avenue C Paving and Drainage See Special WORK DAYS Contract Def. BID NO. 9756 PO NO. BID TABULATION SHEET ITEM TOTAL 1.21 I 0, q; 2.11 I 2 x 4 Steel Plate 1 EA $ /(;0, lEA / ')'0,02 ¿ 50,0" 2.11.5 I Inlet Frame and Cover 13 EA $ 15" RCP Storm Sewer ¿'S- 2.12.3-A Class III 287 /, 18" RCP Storm Sewe r 2.12.3-B Class III 394 2.12.3-C I 21" RCP Storm Sewer 296 LF 2.12.3-D 27" RCP Storm Sewe r 129 LF 2.12.3-E 30" RCP Storm Sewer 73 LF ~ Sewe r .-;;- 2.12.3-F 36" Storm 1 810 LF 15" RCP Storm Sewer 2.12.3-G Class IV 285 18" RCP Storm Sewer 2.12.3-8 Class IV 50 LF 2.16 2" Water Service 1 EA 3-A Remove Concrete Pavement 70 SY Remove Concrete Curb I 3-B and Gutter 3 322 LF Remove Concrete Driveway I 3-C and Sidewalk 370 SY 3.1 oJ Q{). - LS 3.3 Unclassified Excava tion 5 700 3.7 Com acted fill 640 Type 'A" hydrated lime 4.6-A (Slurr ) 240 Lime Treatment of 4.6-B Sub rade 19 988 SY 4 1/2" Asphalt Pavement 5.7-A.1 ( e A) 16 225 SY 1 1/2" Asphalt Pavement 5. 7-A. 2 ( e D) 16 225 SY 00 I" Asphalt Pavement 5.7-A.3 e D) 1 359 SY rl jJ V rl" C<> lb ^c-. L:"J) fJ~f~ P - 3 Avenue C Paving and Drainage BID TABULATION SHEET See Special WORK DAYS Contract Def. BID NO. g7'ih PO NO. ITEM DESCRIPTION QUANTITY UNIT PRICE TOTAL Asphalt Pavement ('!Ype D 5.7-B.l Patch Material) 50 00, L:2 I 8' Asphal t Pavemen t 5.7-B.2 (Valle Gutter) 107 SY 2' Asphalt pavement 5.7. A- 4 (T e D) 382 SY 6' Concrete Pavement 5. 8-A.l (Flatwork) 244 SY 7.6.A-l 4' CUrb Inlet 2 EA 7.6 .A- 2 6' Curb Inlet 4 EA 7.6.A-3 8' Curb Inlet EA I 0" 7.6.A-4 la' Curb Inlet 3 EA $ /10.)0, rEA Qé'.. 7.6.A-5 I la' Special Curb Inlet 2 EA $ Z Q:<:J lEA , 7.6. A-6 5'x5' Junction Box 7.6. A- 7 5'xlO' Junction Box 7.6 .A-8 10'xlO' Junction Box Barricades, warning signs 8.1 and detours I ej"Q 8.15 I Concrete Rip-Rap 165 SY $ 1,17/2- S I!! ILF I 8.2-A I Concrete Curb and 8 ,650 LF $ l¡j~ liS.D2 8.3 6' Dri vewa I So 267 SY ¿ .007, - 8.3-A.l 4' Sidewalk 130 SY / 9JO. 5° Exposed Aggregate 8.3-A.2 Sidewalk 123 S1 (Retaining Wall) B.7 Class A Concrete Cy SP-2 Saw Cut Existin Concrete 258 LF SP-4 Lower Water Line EA SP-lO Rock Excavation 0 C1 SP-15.A Ad 'ust Valve 32 120.~ P - 4 Avenue C Paving and Drainage See Special WORK DAYS Contract Def. BID NO. 97<;'; PO NO. BID TABULATION SHEET ITEM DESCRIPTION TOTAL SP-1S.B Ad'ust Manhole \ Handicap Ramp I French Drain SP-16 SP-2l SP-27.A Water Service .0:::. SP-27.B Sewer Service SP-3l I Break into existin inlet Compact and Shape "BomA6" As halt (For Bike Path) SP-32 SP-33 Remove Concrete Inlet I I $ -'l7J 20£ S l-. I i I I I i I I ¡ I I I I I I Total P -,5 Avenue C Paving and Drainage See Special WORK DAYS Contract Def. BID NO. 9756 PO NO. BID TABULATION SHEET ITEM DESCRIPT ION QUANTITY UNIT UNIT PRICE 2.14 Hydrant I I 0" I $ ~ ¡CO. ~ SP-14B I I I I I I I Total i I 'I ¡ I I I I I I I I I I ¡ I . . P:- 6 Bid 9756 -- BID SUMMARY TOTAL BID PRICE IN WORDS t h r {" h ,I n" vo , -/-1 fyI->! -+l.A.JD (Ot? tOCÞj ~"~~'lj:~'£ :no hc.A ýljv; ( P r 1 0 % ,,10- f'( Vl-h- In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract. It is understood that the worK proposed to be done shall De accepted, when fully completed and f i ni shed in accordance wi th the plans ana specifications, to the satisfaction of the Engineer. The undersigned certifies that the bid prices containea in this proposal have been carefully checked and are submitted as correct and final. Unit and lump-sum prices as shown for each item listed in this proposal, shall control over extensions. B /SOY-- 250 Street Address {)('>, VI -/ C> H City and State! /1><' , , 7 C, 2-D '-- Seal & Authorization .0 / (If a Corporation) %-/ ~ / ç/J L ~ '2.-::)0 Terep one ' .....,' P - 7