Loading...
1986-0340923L NO AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE hXPENDITURE 01 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, and WHEREAS, Section 2 36 (f) of that the City Council approve $10,000, and the Code of Ordinances requires all expenditures of more than WHEREAS, Section 2 09 of the City Charter requires that every act of the Council providing for the expenditure of funds or for the contracting of indebtedness shall be by ordinance, 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 Invita- tions", "Bid Proposals" or plans and specifications attached hereto are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 9575 Calvert Paving Company $662,386 42 SECTION II That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, after notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the PAGE ONE terms, conditions, plans and specifications, standards, quantities and specified sums contained therein SECTION IV That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the -ZL day of February, 1986 ZID 0 WART, MAYOR CITY OF DENTON, TEXAS ATTEST CHARLOTTE ALLEN~-CIT S REMY CITY OF DENTON, TEXAS APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY CITY OF DENTON, TEXAS BY //S /.f_ PAGE TWO DATE February 18, 10,86 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Rick Svehla, Acting City Manager SUBJECT BID #9575 YELLOWSTONE & PRAIRIE DRAINAGE RECOMMENDATION We recommend this bid be awarded to the low bidder, Clavert Paving Co , in the total amount of $662,386 42 for all projects, without the vendor inserted rocl. clause SUMMARY This bid is for the drainage on Yellowstone, Sun Valley, and Prairie Streets This was bid in four parts as shown on the Tabulation Sheet The low bid on each project is also the low bidder for the total of the four p-ojerts This award excludes the vendor proposed Rock Clause BACKGROUND Tabulation Sheet PROGRAMS DEPARTMENTS OR GROUPS AFFECTED Street Drainage FISCAL IMPACT 432-002-0010-9105 There is no additional impact on the General Fund Respectfully submitted Rick Svehla Acting City Manager Prepared by Nam ohn J Marshall, C P Pi ti-fl e Purchasing Agent Approved otn J Marshall, C P H tile Purchasinq Aqent v+ a w n ro H H f Cf C7 R z CJ HH i@ J Lj C 3Q C+1 W 1 N -G ~ r a N H U W O O E ~ ~ ~ ~ a a a r c ' W i o H ~ N H O z m O ry ai V D D Vf N W r+ C C r [*1 lux, m co co U C1 A M w V a N V W N O G N V = o a W z . = D -i cl v ay < 7r o 0 CD A f., m W D (D M N A N 0) t0 C .O A -i V1 O O O N ? ~ O 7C ~ tp V W N tT W N m 01 1 tl O N "rd O V N W N Ln 01 w N 0 1c ko G) cl~ C') CD m a1 w V w ~ 0 0 N W V p O1 r ~ N R 14 A A O 1n t71 A co o1 01 4- O Vd C r N C7 m A O r 1 m v a ~m tJt ~ qtl N O C O N co m n n s A .P N :0 )o O o N 01 O z r C7 N r , 1 yb -i~~j N O 6 N O W W 0 o - m pa c z d 0 PO 725 CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this 24 day of February A.D., 19 86 by and between The City of Denton, Texas 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 Calvert Paving Corporation, P.O. Box 268 of the City of Denton , County of Denton and state of Texas Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First part (OWNER), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: Bid #9575 Purchase Order #72432 Yellowstone/Sheraton & Prairie Street Drainage, Sun Valley & Yellowstone Flumes Total $662,386.42 (not includin inserted rock clauses) 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 Jerry Clark, City Engineer , 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. Lloyd V. Harrell City Manager (SEAL) ATTEST: Calvert Paving Co. Party of the Second Part, CONTRACTOR By Title (SEAL) APPROVED AS TO FORM: Cit Attorney CA-2 - 0044b PERFORIIANCE BOND STATE OF TEXAS COUNTY OF Denton ) ( KNOW ALL HEN BY THESE PRESENTS: That Calvert Paving Cornoration , of the City of Denton County of Denton , and State of Texas as PRINCIPAL, and Security National Insurance 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 City of Denton, Texas as OWNER, in the penal sum of Six Hundred Sixty-Two Thousand Three Hundred Eighty- Six and 42/100-- Dollars 3 662,38 .42 ) 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 24 day of February , 19 86, for the construction of Drainage of Yellowstone/Sheraton & Prairie Street, Bid 119575 Purchase Order 1172432 which contract is hereby referred to and made a dpart hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void: otherwise to remain in full force and effect; PB-1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 28th day of February 19 86 Principal J By Title CND Address Q Q~ 2 ~5 7~. ~2G z 1 (SEAL) Security National Insurance Co. Address P. 0. Box 225028 Dallas, TX 75265 The name and address of the Resident Agent of Surety is: Ramey, King & Minnis Insurance Agency, 707 First State Bank Bldg., Denton, TX 76201 NOTE: Date of Bond must not be prior to date of Contract. PB-2 0091b Title Attorny-In-Fact PAYNENT BOND STATE OF TEXAS COUNTY OF Denton KNOW ALL MEN BY THESE PRESENTS: That Calvert Paving Corporation of the City of Denton County of Denton , and State of Texas , as principal, and Security National Insurance 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 , OWNER, in the penal sum of Sid; Hundred Sixty-Two Thousand Three Hundred Eighty-Six and 42/100----------------- Dollars 662,386.42 ) 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 24thday of February 19 86 For Drainage of Yellowstone/Sheraton & Prairie Street, Bid 119575 Purchase Order 1172432 to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosection of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the revised Civil Statutes of Texas as amended by the acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB-3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITHNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 28th day of Feburary , 19 86 Principal By r Title ` )f\o -~&-":t Address-L1 6V2 6-L (SEAL) Address P. 0. Box 225028 Dallas, TX 75265 The name and address of the Resident Agent of Surety is: Ramey, King & Minnis Insurance Agency 707 First State Bank Bldg., Denton, TX 76201 PB-4 0092b Title Attorney-In-Fact TheTrinity Companies Dallas, Texas 75201 LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation do hereby appoint N1~1~1~~~~~~77~ TT~ IG MN}~.1 r~tG(1. RAM~!!EY, TERRELL W. KING, III OR Its true Ran Dkltl Affor My~s-Inl-Fact, wl~r 'PV,P ajl/rho2RyXASexecute on Its behalf fidelity and surety bonds or undertakings and other documents of a similar charocter Issued in the course of its business, and to bind the respective company thereby, in amounts or penalties not exceeding the sum of ONE MILLION AND NO/100 Dollars 1$_ 1y.n00,000) EXCEPT NO AUTHORITY IS GRANTED FOR 1. Bid or proposal bonds where estimated contract price exceeds the amount stated herein. 2. Open Penalty bonds. 3. Bonds where Attorney(s)-In-Fact, appear as a party at interest. IN WITNESS WHEREOF, TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL IN- SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., have each executed and attested these presents E FAGAN, this 1 5th,, of 1-la I-ffrIME . 1977. AUTHORITY FOR POWER OF A That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation, in pursuance of authority granted by that certain resolution adopted by their respective Board of Directors on the 1st day of March, 1976 and of which the following is a true, full, and complete copy: "RESOLVED, That the President, any Vice-President, or any Secretary of each of these Companies be and they are hereby authorized and empowered to make, execute, and deliver in behalf of these Companies unto such person or persons residing within the United States of America, as they may select, its Power of Attorney constituting and appointing each such person its Attorney-in-Fact, with full power and author- ity to make, execute and deliver, for it, in its name and in its behalf, as surety, any particular bond or undertaking that may be required in the specified territory, under such limitations and restrictions, both as to nature of such bonds or undertaking and as to limits of liability to be undertaken by these Companies, as said Officers may deem proper, the nature of such bonds or undertakings and the limits of liability to which such powers of Attorney may be restricted, to be in each instance specified in such Power of Attorney. RESOLVED, That any and all Attorneys-in-Fact and Officers of the Companies, including Assistant Secre- taries, whether or not the Secretary is absent, be and are hereby authorized and empowered to certify or verify copies of the By-Laws of these Companies as well as any resolution of the Directors, having to do with the execution of bonds, recognizonces, contracts of indemnity, and all other writings obligatory in the nature thereof, or with regard to the powers of any of the officers of these Companies or of Attorneys-in- Fact. RESOLVED, That the signature of any of the persons described in the foregoing resolution may be fac- simile signatures as fixed or reproduced by any form of typing, printing, stamping or other reproduction of the names of the persons hereinebove authorized." CERTIFICATION OF POWER ATTORNEY 1, Juidth E. Fagan, Corp. Secretary of TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL INSURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. do hereby certify that the foregoing Resolution of the Boards of Directors of these Corporations, and the Power Attorney issued pursuant thereto, are true and correct and are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each Corporation this d&fi day of alk" 19J56. ~U1U~11101/F//,~ f, e'f o;= JUDITH E. FAGAN, CORP. SECRETARY REV. 9-e2 MAINTENANCE BOND STATE OF TEXAS COUNTY OF Denton KNOW ALL MEN BY THESE PRESENTS: THAT Calvert Paving Corporation as Principal, and Security National Insurance 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 Sixty-six Thousand Two Hundred Thirty-Eight and 100--------- ollars 66,238.64 , 10% of the total amount of the con64/tract for the paymeDnt 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 Calvert Paving Corporation has this day entered into a written contract with the said City of Denton to build and construct Drainage of Yellowstone/Sheraton & Prairie Street Bid 119575 Purchase Order which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporatd herein by reference and made a part hereof as though the same were written and set out in full herein, and: WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. MB-1 0093b NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF the said Calvert Paving Corporation as Contractor and Principal, has caused these presents to be executed by and the said Security National Insurance Company as surety, has caused these presents to be executed by its Attorney-in-Fact Terrell W. King III and the said Attorney-in-Fact has hereunto set his hand this 28th day of February , 19 86 . SURETY: PRINCIPAL: Sec y National Insruance C any L---1 4 -1 TY7- Terrell W. King, III Attorney-in-Fact MB-2 0093b CITY OF DENTON INSURANCE MINIMUM REQUIREMENTS Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the work is completed and accepted by the City of Denton, Owner, minimum insurance coverage as follows: TYPE OF COVERAGE LIMITS OF LIABILITY I. II. III. WORKMEN'S COMPENSATION STATUTORY COMPREHENSIVE GENERAL LIABILITY Bodily Injury $300,000 $1,000,000 Each occurance Aggregate Property Damage $100,000 Each accident COMPREHENSIVE AUTOMOBILE LIABILITY Bodily Injury $300,000 $1,000,000 Each person Each accident Property Damage A. In addition to Contractor shall PROTECTIVE LIAB following limits: BODILY INJURY $100,000 Each accident the insurance described above, the obtain at his expense an OWNER'S ILITY INSURANCE POLICY with the $300,000 each person $30U,000 each accident PROPERTY DAMAGE $100,000 each accident $1,000,OUO aggregate Covering the work to be performed by the Contractor for the City of Denton. B. The contractor will furnish the Owner's Protective Policy described above and execute the Certificate described on the following page to the City of Denton for its approval. Insurance must be accepted before commencing any work under the contract to which this insurance applies. The City of Denton will be listed on all policies as an additional named insured. #0399c CERTIFICATE OF INSURANCE THIS IS TO CERTIFY that the following policies, subject to their terms, conditions and exclusions, have been issued by the company or companies shown below: THIS CERTIFICATE OF INSURANCE neither affirmatively or negatively amends, extends or alters the coverage afforded by the policy or policies shown below, nor is it an endorsement making the person, firm or corporation at whose request it is issued an additional insured on the policy or policies referred to herein. In the event of any material change in or cancellation of the policy or policies, the company or companies will mail ten (10) days' written notice to the party to whom this certificate is addressed, NAME AND ADDRESS OF PARTY TO WHOM CERTIFICATE IS ISSUED DATE: February 28, 1986 F -I REMARKS: City of Denton 901-B Texas St. Denton, TX 76201 Bid # 9575 L Attn: John J. Marshall, C.P.M. Purchasing Agent I NAME AND ADDRESS OF INSURED: Calvert Paving Corporation P. 0. BOX 268 Denton, TX 76201 Policy Effective Expiration Insurance Company Type of Insurance Number Date Date LIMITS OF LIABILITY- Workmen's Compensation Statutory American General and TC62119685 6-06-85 6-06-86 100/500/100 Fire & Casualty Employers Liability Employers Liability Limits-$100,000 Comprehensive Bodily Injury American General General Liability Fire & Casulaty GL67480384 10-3-85 10-3-86 $ 500, 000 Each Occurrence 500,000 Aggregate Products $ & Completed Operation Property Damage 100,000 $ Each Occurrence $ 100,000 . Aggregate Operations $ 100,000 Aggregate Protective $ 100,000 Aggregate Contlulu l_ loo aggregate eroducts $ ,000 & Completed Operauor Comprehensive Bodily injury A i G l Automobile Liability" $ 250,000 Each Person mer can enera Fi & C su lt GLM37480707 10-3-85 10-3-86 $ Each Occurrence re a a y Property Damage 100,000 $ Each Occurrence Houston General Umbrella 5XS228781 6-30-85 6-30-86 6,000,000 'Absence of any appropriate entry means no such insurance is in force. ••Covem all owned, non-owned or hired vehicles. 2-28-86 PHONE NUNBEP- OF AGENCY NAME AND ADDRESS OF AGENCY : Ramey, King & Minnis 707~~F'~syyt State Bank Bldg D.efiSet? 7TX 7624 / / Representatives of the above. BID # 9575 PROPOSAL TO THE CITY OF DENTON, TEXAS For the Construction of CIP Drainage Improvements 1985 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 therein and according to the requirements of the City as therein set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. It is agreed that the quantities of work to be done at unit prices and material to be furnished may be increased or diminished as may be considered necessary, in the opinion of the City, to complete the work fully as planned and contemplated, and that all quantities of work whether increased or decreased are to be performed at the unit prices set forth below except as provided for in the specifications. It is further agreed that lump sum prices may be increased to cover additional work ordered by the City, but not shown on the plans or required by the specifications, in accordance with the provisions to the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. P - 1 It is understood and agreed that the work is to be completed in full within the number of work days shown on the bid tabulation sheet. 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 security shall become the property of the owner, and shall be considered as payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. It is understood that the Owner reserves the right to reject any and all bids. The undersigned hereby proposes and agrees to perform all work of whatever nature required, in strict accordance with the plans and specifications, for the following sum or prices, to wit: P -L BID SUMMARY TOTAL BID PRICE IN WORD n . ! n . . In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract. It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer. The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. Unit and lump-sum prices as shown for each item listed in this proposal, shall control over extensions. Cck\Ver-t- ko\v ` oC0.~\l3`n CONTRACTOR BY ~ . Qcr~ 2~8 Street Address city an a e Seal & Authorization (If a Corporation) Telephone P - 3 BID# 9575 PO# WORK DAYS 120 1985 DRAINAGE CIP BID TABULATION SHEET YELLOWSTONE DRAINAGE BID UNIT ITEM DESCRIPTION QUANTITY UNIT PRICE TOTAL 2.11.5 Inlet Frame & Cover 30 Ea. dbD=° (o DD D. DJ 2.12.3-A 15" Class III RCP 433 Lf. 15 ' [0495.00 2.12.3-B 18" Class III RCP 342 Lf. i'1 = y5ith.Do 2.12.3-C 21" Class III RCP 436 Lf. a1) t3/110,QD 2.12.3-D 24" Class III RCP or C.L.C.M.P. 144 Lf. dyz 35as.D;D 2.12.3-F 36" Class III RCP or C.L.C.M.P. 617 Lf. ~1~y ~c;a2a.5a 2.12.3-G 42" Class III RCP or C.L.C.M.P. 21935 Lf. 5.3 1237,139, 10 2.12.3-H 48" Class III RCP or C.L.C.M.P. 628 Lf. 101,~a -42,.Zz. %t 2.12.3-I 18" Class IV RCP 48 Lf. )8." 21,4, eo 2.12.3-1 36" Class IV RCP 330 Lf. -y'3 19 u 4i, Lo 2.12.3-K 48" Class IV RCP 60 Lf. AL4.7,y 17,1005, 60 3-A Remove Concrete (Valley Gutters) 336 Sy. 8 A 85ia. DJ 3-B Remove Concrete ~ (Curb & Gutter) 11030 Lf. Do 3-C Remove Concrete (Drives & Walk) 275 Sy. Q 12:V7, ,50 3.3 Unclassified Excavation 160 Cy. 5,QD Sao co 5.7A1 Asphalt Pavement (Type A)-3 1/2" 965 Sy. 7a3~, JD 5.7A2 Asphalt Pavement (Type D)-1 1/2" 965 Sy. .339').60- 5.7B1 Type D Asphalt Patch 600 Ton LD <o Am. o0 5.7B2 8" Type D Valley Gutter 270 Sy. i4~1 3?50.00 5.8 6" Concrete Pavement (Flatwork) 28 Sy. ~5`~ 1DD,JD 7.4.5 Class A Concrete 4 Cy. iDo 4oD.OJ 7.6B1 Junction Box & - Cover (5' x 51) 8 Ea. i5OD't" Ia.,DDO, DD 7.6B2 Special J-Box (5' x 101) 1 Ea. 15DDc-" 1 SDD. 00- 7.6B3 Special J-Box (7' x 101) 2 Ea. 600- 3Do0. DD 7.6B4 Special J-Box (7' x 111) 1 Ea. Is'CD" IjDD. OD 7.6B5 Special J-Box 6 ° (10' x 11') 2 Ea, iSVo ' 3aDD. UO 0093e P-4 BID# 9575 PO# WORK DAYS 120 1985 DRAINAGE CIP BID TABULATION SHEET YELLOWSTONE DRAINAGE (Continued) BID UNIT ITEM DESCRIPTION QUANTITY UNIT PRICE TOTAL 7.6B6 Special J-Box o (10' x 151) 1 Ea. 15bb - IS 00,0 7.601 4' Curb Inlet 3 Ea. IbbD.bD 3DD0,00 7.6C2 6' Curb Inlet 18 Ea. Ijaeb 21 Loba.oo 7.6C3 8' Curb Inlet 7 Ea. I>ob.oo 10 bv_oo 7.604 10' Curb Inlet 6 Ea. 15oa.a0 9ooo. bD 7.6C5 12' (Special Inlet) Type IV 1 Ea. igbDo`` 11600, Do 8.2A Concrete Curb & Gutter 470 Lt. 1o,bc It-IGO. DD 8.3A 4" Sidewalk (concrete) 150 Sy. 1~'-D 3~'l5 CD 8.3B 6" Driveway (concrete.) 75 Sy. "A $~j Cc 8.12 GF-84 Guard Rail 1 Ea. Sav.Dti sbo.u~ 8.15 Concrete Riprap 65 Sy. ob 1t 10:.n S.P.-2 Concrete Sawcut 410 Lf. Oc~ uLD, Cb S.P.-3 Reinforcing Steel 338 Lbs. k ,DD -5,q,br S.P.-4 Lower Existing Water Main 11 Ea. 1DUD. 1410Db.uD S.P.-5 Trevira Fabric 965 Sy. qDC SLC"10 rn;s~. a tee, : a \d I a , ,~~ae~ asi 000. cxD ~51 on o . Co j $ ai(A Tn~k 41b~1G5rl.3z N o~e ~ack e Xccxvcti~ Oh h e. 0093e P-5 BID# 9575 PO# WORK DAYS 30 1985 DRAINAGE CIP BID TABULATION SHEET PRAIRIE STREET DRAINAGE ITEM DESCRIPTION 2.11.5 Inlet Frame & Cover 2.12.3-A 15" Class III RCP 2.12.3-C 21" Class III RCP 2.12.3-E 30" Class III RCP or C.L.C.M.P. 2.12.3-F 36" Class III RCP or C.L.C.M.P. 3-B Remove Concrete (Curb & Gutter) 3-C Remove Concrete (Drives & Walks) 3.3 Unclassified Excavation 3.7 Compacted Fill 5.7-A3 Asphalt Pavement (Type A)-4 1/2" 5.7-A2 Asphalt Pavement (Type D)-1 1/2" 5.7-B Type D Asphalt Patch 7.6-B Junction Box & Cover (5 x 5) 7.6C-2 6' Curb Inlet 7.6C-4 10' Curb Inlet 7.6C-6 6' Curb Inlet (Special V) 7.6C-7 10' Curb Inlet (Special III) 8.2A Concrete Curb & Gutter 8.3A 4" Concrete Sidewalk 8.3B 6" Concrete Driveway 8.15 Concrete Riprap SP-2 Saw Cut SP-5 Trevira Fabriq i`1~',Sc .T._t~m : 4~oncls ao..rr ~ cafe-S 0093e BID UNIT QUANTITY UNIT PRICE TOTAL 2 Ea. afle`' 400 36 Lf. (5`t 54D 262 Lf. a°°= 5,a40.0D 201 L f . 41°-° &WI - OD 537 Lf. ~J°~ 22~a1.So 125 Lf. 1°2 3i1,5D 20 Sy. 86 Cy. 43C. DD 28 Cy. a1o.Do 335 Sy. Q, Do 3049. DD 625 Sy. J','-° al~ Sa 35 Ton eo. oc . 3, 100, o"D 1 Ea. i ocD, Do ( OOD, DD 1 Ea. 10CD, DD (ncoL1 oD 1 Ea. 150D, DO 1 50D, 00 1 Ea. ((vv, 'O'D ( (DD, ix? 1 Ea. C(a00100 ki.M0D 210 Lf. (o,'° ).(DD. DO 10 Sy. 4-1'% aaS, D0 75 Sy. dS.DO ( G15, 0V 8 Sy. (S.o-0 144, o0 75 Lf. DO V 406 Sy• qw, 1%5.40 j .S. 5(OCx3.00 731C)0Q.(30 i o a ko1 is53.9 P-6 BID# 9575 PC# WORK DAYS 30 1985 DRAI NAGE CIP BID TABULATION SHEET YELLOWSTONE FLUME BID UNIT ITEM DESCRIPTION QUANTITY UNIT PRICE TOTAL 2.12.3-L Concrete Box Cover (10' x 11) 54 Lf. 2.13 Adjust Water Valve `9 Box 2 Ea. ( 00 An 2.19 Adjust Manhole 3 Ea. (¢pp~° 3-A Remove Concrete Pavement (V.G. ) 150 Sy. $'ib 12-113- 3-B Remove Concrete (Curb & Gutter) 415 Lf. 3-C Remove Concrete (Driveway & Sidewalk) 140 Sy, ((qp.` 3-D Remove Concrete (Flume) 1,465 Sy. 1-5~,oo 3.3 Unclassified Excavation 310 Cy. 5.7A1 Asphalt Pavement " % (Type A)-3 1/2 925 Sy. ~o 5.7A2 Asphalt Pavement " r (Type D)-1 1/2 925 Sy. 5 .7B1 Type D Asphalt Patch 10 Ton (o0,D0 (.0b, 00 5.7B2 8" Type D Valley Gutter 160 Sy. 0-D 1140, 5.8 6" Concrete Pavement (Flatwork) 180 Sy. 25.00 ~4~DD~ 8.2A Concrete Curb & Gutter 300 Lf. ID= 20moo 8.2B Concrete Curb 243 Lf. g°-° ~oi4*,OD 8.3B 6" Driveway (concrete) 140 Sy. 2.5°-~ ,S DD.i C 8.12 GF-84 Guard Rail 9 Ea. 4UU,o- awob, 00 8.15 4" Concrete Riprap 1,375 Sy. 1,- A, 4 "1 jD SP-2 Concrete Sawcut 115 Lf. t ,DO 1 lS. DD SP-5 Trevira Fabric 1080 Sy. S , L. wo.co S LrId Sire si o a ~ 13)5%35G` Rcrk E-xCO-vo,~oA -~v be. S) ~ . coo per• Cv- yd . 0093e P-7 BID# 9575 ' PO# WORK DAYS 30 1985 DRAINAGE CIP BID TABULATION SHEET SUN VALLEY FLUME BID UNIT ITEM DESCRIPTION QUANTITY UNIT PRICE TOTAL 3-A Remove Concrete Pavement (V.G.) 145 Sy. Rio i 11!)v 3-3 Remove Concrete (Curb & Gutter) 114 Lf. ~5o aBS.DD 3-C Remove Concrete (Drives & walks) 20 Sy. $S~D 0D, DD 3-D Remove Concrete ° (Flume) 11735 Sy. $y 14~f1., SL 3.3 Unclassified Excavation 85 Cy. DO ~Idn,DU 5.7A-1 Asphalt Pavement ,D (Type A)-3 1/2" 254 Sy. 1°I0 S OD 5.7A-2 Asphalt Pavement . (Type D)-1 1/2" 254 Sy. 3?° ~j,DJ 5.7B-2 8" Asphalt Pavement (Type D, V.G.) 80 Sy. MC ~ 5.8 6' Concrete Pavement (Flatwork) 96 Sy. ~S.D-D aqw, oD 8.2A Concrete Curb & Gutter 77 Lf. t(MD TD- DD 8.2B Concrete Curb 126 Lf. fl.oa cOD8,00 8.3A 4" Sidewalk (concrete) 20 Sy. ~.a.oo 1{`fD,DD 8.12 GF-84 Metal Beam Guard Rail 4 Ea. ~DD.JD lab, rrL, 8.15 4' Concrete Riprap 2,015 Sy. (9.00 31e3.ID.00 SP-2 Concrete Sawcut 30 Lf. t,OD 3Z),DD SP-5 Trevira Spunbound Fabric 333 Sy. At, 2Aq.10 Cl~~Se. ~4em: aorlclS ~satY ~cr~c~~s "S. Mm - Q(3 I,00ci'0o ~ " Bic3 Total: We,- (Zock- ~ X Cc~ vo~~'~h cam. y~ . 0093e P-8 BID # 9575 BID SUMMARY SHEET PROJECT NAME BID TOTAL # WORK DAYS 1. YELLOWSTONE/SHERATON DRAINAGE $ b 1 ~~15'l .3Z 120 2. PRAIRIE STREET DRAINAGE $ I ~~s53.9c~ - 30 3. SUN VALLEY FLUME 1 ' ~ $ ~q 1 •`7 (7 30 4. YELLOWSTONE FLUME $ T"13,5,33.90 om 30 5. PROJECTS 1-4 COMBINED . $ to~o~~~Jg(,.,L1Z 210 These projects may be bid separately or together (See #5). The City may award any of # 1-5 or combinations of # 1-4. The City reserves the right of final decision. If the projects are awarded together, bidders may use total workdays. If a contractor is awarded 2 or 3 of the projects he may only use the sum of work days for each job. Contractor shall not qualify any bid submitted.' 0093e P-9