Loading...
1985-2340923L NO AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of state law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the 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 the Code of Ordinances requires that the City Council approve all expenditures of more than $10,000, and 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 9536 W H Smith-Street Participation 56,813 28 9539 Jagoe-Public Co 592,644 75 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 terms, conditions, plans and specifications, standards, quantities and specified sums contained therein PAGE ONE 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 19th day of November, 1985 I D 0 STEW TEWA R-T, MAYOR CIT OF I~ NTON, TEXAS ATTEST -Z CH2ARL TE oALLEN, CITY 4SECREETARY CITY OF DENTON, TEXAS APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY CITY OF DENTON, TEXAS BY ~Td PAGE TWO DATE November 19, 1985 CITY COUNCIL REPORT TO FROM SUBJECT Mayor and Members of the City Council Rick Svehla, Acting City Manager BID #9536 STREET PARTICIPATION - WINDSOR WEST ADDITION RECOMMENDATION We recommend this bid be awarded to W H Smith for the street participation in the Windsor West addition for the total low bid amount of $56,813 28 SUMMARY This bid is for the City of Denton Participation in the construction of extra width and depth of various streets in this development BACKGROUND Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Stree. Department FISCAL IMPACT There is no additional impact on the General Fund Respectfully submitted Rick Svehla Acting City Manager Prepared by l I C P Tr nee > Title Purchasing Agent Approved N J n J 1arsioul l, C P M i le Purchasing Agent co n ~ M r-I b 00 M C f- Q w i.n Ln LO in U V N M 3 Z O N O 00 l0 N w O Q W Ca F W C z y w U W O . W I- D U O O W t r-1 01 2 04 T N a .-1 rl n M z p N J 3 i L ~ l w M ,r \h O to L]~U l0 O CD O CD O O O H C<i CO N N O N O I~ M CC C7 $ el' .r .-i 00 w W Z ~ O _ J p O U L O. U Q M co Un y O N y 1- co O N %0 Imo. O %0 y W Z 04 l0 .--I N Cn In N y 01 r-I co 01 Z ~ M n r .n '-r CD '.4 v sao > v Q Co W U LO O O O O N -d, I., N PG 10 .-i O 00 00 O y M C0 cm m W . M Q O O > O 7d U ct r., CD LO a CD a 00 Cn LO O O W M W p M .--i O O) ti O C. y N p M '-I 00 W H ,7.. -1 . y C y O O N N O QUU U'> O E F- i Q c d O Z N ~ > Y CD y ^ L ~ z ti C N G ° H L + Ln Cc CL to (D m ° 00 a ° Q y L Y i Q cn Ln y F .r m H to (D ' CD m a W V F- L C a CL N L C i 0V 1 W x M L J LL Q C W O O I 01 > L ' ~ E C r r y d 0 CD K+ W %0 LO V) J U U I- r H Z Y h C U F- 3 O V) C W ~ O LO C~ O O H A Z to ON {0 ~ z H Z O N O n M 4z W L) Fq O u X ua Iu96y 6ULse4oan4 8.1111/ L_L e u ai e panoaddy Iua6y 6u}seyo.And L4L W d 0 `LLe4saeW 0 uyor ow A'q paaedaad aa6eueW A'1}3 6ulloy eLyanS IDLE pa11}wgns A'LLn3loads9b punj puog laaa1S 13VdWI IV3SI3 sluawanoadwl 1uawlaeda0 19au1S 031031AV SMONS NO S1N3WMVd30 `SWVHSOHd JaauL6u3 k1L0 woad OWN 4a8gS u0L4eLngel ONnosmov8 paloaFaa pug 88b6# pLq ano uo 4LLeuL6 WO sem sL41 wea60ad pu08 188a1S a41 uo panoadde se sluawanoadwl 199a1S 2-99 409COad sL s141 u04UOO 10 41F0 aql UL44Lm slaaals aleaedas OULU ~O suoLlaod }0 4eLaano 41e4dse 944 ao4 SL pLq sL41 ANtlYUdnS sAep 6u}3aom OL u} alaLdwoo 04 5L bb9`269$ 4o lunowe a41 ao~ ° 00 DLLgnd -ao6ep 1aapp}q moL a41 o1 papaeme aq pLq SL44 puawwooaa DM NOI VaN3NW033H AVINDO 1lyHdSy 6£96# OI9 103C8nS aa6eueW 44LO 6UL13y `eL4anS lo}b WObj Llounoo 44LO 844 jo saagwaW pug aokeW 01 MOM II3NOO3 1113 9961 `6i aagwanoN 31VO g W a 0 N a in Z C7 47 Z 7 . n N 9 W W ~ O Q V d d Q p, I~ Y > ~ a v v N ce C) W co N c = ' Y Y w N n Rai ~ W ~ b cm co CD 01 d G .-j d N T Y O 9 N 4 rti ~ N N 7.. co d W a > i Q I- O O CD a CO M W Z _ J 7 ~ 01 d d U d N Y T E N O N ~ ~ W N G U N N C i A Q ~ ~ O Y i C O E r O co H > 4 L O Z CO C ^ m c W H Z O E O m 6 to SmA CITY of DENTON, TEXAS MUNICIPAL BUILDING / 215 E McKINNEY ST / DENTON, TEXAS 76201 MEMORANDUM DATE November 6, 1985 TO John Marshall, Purchasing Agent FROM Jerry Clark, City Engineer SUBJECT Bid #9539 - Asphalt Overlay Please award the above bid to Jagoe Public for $592,644 75 The unit prices are lower than the previous bid With the 29,000 square yards that were added, additional funds required are only about $25,000 We definately feel this bid is suitable for award for the City Council meeting on November 19, 1985 Jerry la City Hn neer is #0356E NOV - CITY , 8lgg~ PURCy s/NL £PoN 81715668200 D/FW METRO 4342520 a; STATE OF TEXAS COUNTY OF DENTON CONTRACT AGREEMENT THIS AGREEMENT, made and entered into this 20 day of November A.D., 19 gS by and between The City of non+-- r_ of the County of Denton . and State of Texas Rick Svehla , acting through Actin City Manager thereunto duly authorized so to do, Party of the First Part Jaqoe-Puhli --r- , hereinafter termed the OWNER, and of the City of Denton , County of and state of Texas Denton termed CONTRACTOR. ' Party of the Second Part, hereinafter WITNESSETH: That for and in consideration agreements hereinafter mentioned, to be made and perform First of the payments and part (OWNER), and under the Y of the conditions expresaedeinb the ebonds bearing. even agrees with date th herewith, the the said Party of the Second Part (CONTRACTOR) the construction osaid Party f certain improvements the First Part (OWNER) ) hereby provementa described as follows: and complete BID #9539 ASPHALT OVERIAV and all extra work in connection therewith under the terms as stated General Conditions of the agreement in the expense to furnish all and at his (or their) own superintendence materials, supplies, machiner proper coat and necessary labor, insurance, and other y' equipment,. tools, t o complete the said construction accessories and prices stated in the Proposal attached in accordance with thand e services: the General Conditions hereto, and in accordance wi h iall Bidders (Advertisement of the Agreement, the Special C and Pa for Bids), Instructions pto Biddersondit-ions nd the Notice to which yment includes mael attached hereto, and , and the Perfo maps, plats, blue in accordance with dance , prints, and other drawings the plans printed or CA-1 0044b written explanatory matter prepared by Jerr Clark, thereof, and the Specifications City of Denton therefore, as of which cons- te~thelen ire contract. are de a part hereof and collectively evidence and establish ThefoOONTRACsOt hereby agrees the date set forthnin written notice the of work work and complete all work within the time stated in the Proposal, e such extensions of time as areto commenc provided by the General and Special Conditions. The OWNER agrees to pay the CON prices shown in the Proposal, which TRACTOR in current funds the price or forms Payments to be subject to the General and Special pC nditionshof the Contract. such IN WITNESS WHEREOF, the parties of these- presents have executed this agreement in the year and day first above written. ATTEST: ATTEST: 41iz- G~42 APPROVED AS TO FORM: City Attor y e By , Rick Svehla . (SEAL). - JAGOE-PUBLIC SeCO. Party of the con Par CONTRACTOR By itle V - rea, (SEAL) ~7f4 CA-2 0044b 9..Y.. THE AMERICAN INSTITUTE OF ARCHITECTS 0 AIA Document A311 Performance Bond KNOW ALL MEN BY THESE PRESENTS: that JaQOep O• Box 250 Denton -public Company Texas 76201 Here insert full name and address or legal title of Contractor) as Principal, hereinafter called Contractor, and, Seaboard Suret (Here insert (COICIp3 d~ddress or legal title of Surety) as Surety, hereinafter called Surety, are held and firmly bound unto Citfy Of Denton, Texas (Here insert u11 name and address or legal title of owner) as Obligee, hereinafter called Owner, in the amount of Five Hundred Ninety-TIO Thousand, Six Hundred Forty-Four and 75/100 for the payment whereof Contractor and Sure Dollars 592, 644. 75 successors and assi ns g , jointly and severally, firmly by these presents. their heirs, executors, administrators, y by these WHEREAS, Contractor has by written agreement dated ~ u. X20 'Ig$~S ~ Overlay Contract 1985-2 entered into a contract with Owner for , Bid fk9539 in accordance with Drawings and Specifications prepared by (Here insert full name and address or legal title of Architec0 which ::ontract is b ' y referEnce made; par, 'lereof, and is hereinafter referred to as the Contract. AIA DOCUMENT A]11 PERFORMANC E FEBRUARY 1970 ED. • THE AMERICA N INSTI BTUTEOND OF ARCHITECTS, 1735 N.Y. AVE., N. W, AND LABOR AND MATERIAL PAYMENT BOND qlq WASHINGTON, D. C. 20006 i J L. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor Shall Contract, then this Obligation shall be null and void The Surety hereby waives notice of an extension of time made by the Owner. y alteration or Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly 1) Complete the Contract in accordance with its terms and conditions, or 2) Obtain a bid or bids for completing the Contract in accordance with its term termination by Su s and conditions, and upon de- rety of the lowest responsible bidder, Or, Owner the Owner elects, upon determination by the bidderarranthe forratY jointly obew f the lowest responsible Owner, and make ava con 'r lable ta, Work such bidder and though there should be a default or aro s (even sauccesccession of Signed and sealed this ~2 o day of otherwise it shall remain in full fortce and effect. Y perform defaults under the contract or contracts arranged under this paragrap of completion h) sufficient funds to pay the cost of completion less the balance of but not exceeding, including oth the contract price; er vests and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance meaof the e th contract price as used in this paragraph, shall e total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, adminis- trators or successors of the Owner. 19r~'S - Jagoe-public Company p (bVimtSSf ' IseaO CORROON & BLACIVELLIS CROTTY POWERS zuz: iruhy 8300. DOUGLAS AVE. SUITE 700 DALLAS, TEXAS 75225 Tel. (214) 987-2100 (I Seaboard Surety Company Rosemary Weaver ItillI 111 DOCUMENT ABII PERFOR B(7NU AND q ND MATERIAL PAYMENT BO . A.O e FEIIRl1ARY 71711 ❑1. • HE AMERI(:ANM I ANCE NSTITUTE Of ARCIII LAO EEC IS, OR 1775 N.Y. AVE., N.W., WASHINGTON, U. AIA I C. 2000( N v> in-Fact r'~S} THE AMERICAN INSTITUTE OF ARCHITECTS ON AIA Document A311 Labor and Material Payment Bond THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANO~D IN FAVOR OF THE R THE CONTRACT KNOW ALL MEN BY THESE PRESENTS: that _r'___ public Company P-0- Box 250 Denton, Texas 762 (Here insert lull name and address or le 01 Gal title of Contractor) as Principal, hereinafter Called Principal, and, seaboard surety company address or legal title of Surely) as Surety, hereinafter called Surety, are held and firmly bound unto (Here insert full name and add City of Denton Texas (Here insert full name and address ' exas or legal title of Owne,) as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow Five Hundred Ninety-Two Thousand, Six Hundred amount of Fort defined, in (Here insert a sum equaOlu at and ne79/100 the fOr the payment whereof Princi least dl hail or the contract price) Dollars f$ successors and t p and Surety bind themselves, their heirs, 5 for 644.75 assigns, jointly and severally, firmly by these presents. executors, administrators, WHEREAS, Principal has by written agreement dated 7LaU , zo 79 Overla BJ ,entered into a contract with Owner for y Contract 1985-2r Bid #9539 J in accordance with Drawings and Specifications prepared by (Here insert lull name and address or legal title of Architect) which contract is by reference made a part hereof, and; is hereinafter referred to as the Contra ct. AIARDOCUMENT g777 • PERFORMANCE BOND AND LABOR AND YMENT BOND AIA O MATERIAL PA FEBUARY 197p Ep,. THE AMERICAN INSTITUTE OF ARCHITECTS, 7775 N.Y, AVE., N.W., WASHINGTON - . D. C. 20006 3 NOW, THEREFORE, THE CONDITION OF THIS Claimants as hereinafter defined, for III labor and material used 0that, if Prinaeal Contract, tract, then this obligation shall be void; e shall promptly make to all to Y e and for use in the Performance t of the g conditions: otherwise it shall remain in full force and effect, subject, however t h 1. A claimant is defined as one having a con- Ptract with the Principa direct I or with a Subcontractor of the rlnapal for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly ap Contract. plicable to the 2. The above named Principal and Surety hereby jointly and severally agree with the Owner claimant as herein defin that every ed, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claima work or labor was done or performed, or mat nt's erials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the judgment for such sum suit to final or sums as may be justly due claimant, and have execution thereon. 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 claimant, other than contract with the one having a direct Principal, shall have given written notice to any two of the following: the Principal, the Owner, or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial Signed and sealed this day of ✓ i✓ ' lWilncssJ CORROON & RLACN/ELLIS GROTTY pOWER$ 8300 DDUGLgg p,~E SUITE 700 1 DALLAS TEXAS 75225 Tel. t21a1 o t e of- accuracy the amount claimed and the name of the party toewhwohomk o r(hrleabomaterrials were furnished, or for whom t was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail; postage prepaid, in an envelope ad- dressed to the Principal, Owner or Surety, at any place where an office is regularly maintained for the trans- action of business, or served in any manner in which legal process may be se aforesaid rved in the state in which the project is located, save that such service need not be made by a public officer. b) After the expiration of one (1) year following the date on which Principal ceased Work on said Contract, it being understood, however, that if any limitation em- bodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. C) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project, or any part thereof, is sit- uated, and not elsewhere. 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hnicsereunder, inclusive of the payment by Surety of mecha s ' lien which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. v D-o , (Surety) 19 S s - ! uh•) 1~(_p , Ro,marY eaver, Attorney-In-Fact' V y DOCUMENT A711 W P[KIUKMANCE BOND C IERKUAKY lY]U ED. • THE AM[KIUN IN571TUTE OF AND LABOR AN ~ AIA NT BOND AIA O D MATCKIAL I YMC ARCHITECTS, 1715 N,Y. AVE., N.W„ WASHINGTON f . D. C. IINKK, 4 : p~ MAINTENANCE BOND KNOW ALL MEN BY THESE PRESENTS that we, Ja P.O, oe-Public Box 250 g Denton, Texas Company 76201 Seaboard Surety Company and firmly bound unto city (hereinafter called the Obligee) as Principal, and as Surety, are held of Denton, Texas in the penal sum of Fift - ~ixL -r our and No/100to - be made in --Nine Thousand, to which payment well and tr Dollars es we hereby ($59,264.00 ) successors y d ourselves, , our heirs lawful money of the United Stat bin , administrators, and assigns, jointly and severallexecutors Y, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas, the Principal entered into a contract with the Obligee dated for n--, 198_ 5 Bid 0953 AND, feWHEREAS, stive the Obligee requires a guarantee from the Principal against defective contract; materials and workmanship in connection with said NOT?, THEREFORE, if the Principal shall make an which may become necessary during the period of y repairs or replacements from Date of Acce One Year ~-orkmanshiP tance because of defective materials or the Obligee shall connec give tio the with said contract, of which defectiveness fifteen ( she Principal and Surety written notice within 15) days after discovery thereof, then thisobligation shall f be void; otherwise shall be r full force and effect. All suits at lace or proceedings in equity to must be instituted within twelve (12) months a£ of the y recover on this bond maintenance Period provided for herein, ter the expiration Signed, sealed and dated this Vo day of `17Z~ 19 CORR001V & BLACKIELLIS CROTTy POWERS 8300 DOUGLAS AVE. SUITE 700 DALLAS, TEXAS 75225 Tel. (214) 987-2100 By~~~~~ fill ROUemar `7e.avel. ure r, Seaboard Surety Company For verification of the authenticity of this Power of Attorney Attorney number, the above named individuallsl awn ~o you maycall, collect, 272-943-7440 and ask 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: I II III. WORKMEN'S COMPENSATION COMPREHENSIVE GENERAL LIABILITY Bodily Injury Property,Damage I STATUTORY $300,000 Each occurance $100,000 Each accident COMPREHENSIVE AUTOMOBILE LIABILITY Bodily Injury Property Damage $300,000 Each person $100,000 Each accident $1,000,000 Aggregate $1,000,000- Each accident A. In addition to the insurance described above, the Contractor shall obtain at his expense an OWNER'S PROTECTIVE LIABILITY INSURANCE POLICY with. the. following limits: BODILY 1NJURY PROPERTY DAMAGE $300,000 each person $100,000 each accident $300,000 each accident $1,000,UUO 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 PRODUCER - v•vvur 11-15-85 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS CORROON & BLACK/ELLIS CROTTY POWER50 RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, 8300 Douglas, Suite 700 EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Dallas, Texas 75225 COMPANIES AFFORDING COVERAGE LETTER COMPANY A NORTH RIVER INSURANCE COMPANY INSURED COMPANY LETTER B INTERNATIONAL INSURANCE COMPANY -JAGOE PUBLIC COMPANY LETTERNY C GEN STAR INDEMNITY COMPANY P. O. Box 250 Denton, Texas 76201 COMPANY. LETTER COMPANY LETTER E . THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUEOTO THE INSURED NAM NOTWITHSTANDING ANY REQUIREMENT, TERM BE ISSUED OR MAY PERTAIN THE INSUR OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WI TIONS OF SUCH POLICIES. , ANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE GENERAL LIABILITY GATE (MMIDONY) COMPREHENSIVE FORM PREMISES/OPERATIONS UNDERGROUND EXPLOSION 8 COLLAPSE'HAZARD PRODUCTS/COMPLETED OPERATIONS 540 7 9 3 3 4 0 1 CONTRACTUAL 1 0- 1- 8 5 INDEPENDENT CONTRACTORS ' - BROAD FORM PROPERTY DAMAGE PERSONALINJURY AUTOMOBILE LIA7PASS:) ANY AUTO ALL OWNED AUTALL OWNED AUTO90640 1 HIRED AUTOS 1 0- 1- 8 5 NON-OWNED AUTOGARAGE LIABILITY _ ESS LIABILITY C X UMBRELLA FORM jYjE~J 33322 OTHER THAN UMBRELLA FORM 10-1-85 WORKERS' COMPENSATION , A AND EMPLOYERS' LIABILITY 408 39 98 01 10-1-85 OTHER Job: OverllaY'Contract 1985-2 - Bid #k953c, ED ABOVE FOR THE POLICY PERIOD INDICATED. TH RESPECT TO WHICH THIS CERTIFICATE MAY TO ALL THE TERMS, EXCLUSIONS, AND CONDI- POLICY EXPIRATION DATE (MMND/WI 10-1-8 LIABILITY LIMITS IN THOUSANDS EACH AGGREGATE OCCURRENCE BODILY' INJURY $ PROPERTY DAMAGE $ $ 113 PD 500 500 oMBwED $ , PERSONAL INJURY I $ 500, 10-1-86WERB O IoID 410-1-86c"' . $ $ $ $ 500, ,000,11 1',00 - - . -rnP-LLWSPECIAL ITEMS All operations in Texas All automobiles - owned, non-owned or hired. . , - City of Denton 901B Texas St. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- PIRATIC' 11~ DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO Denton, Texas 762 o] MAIL 1 U DAYS WRITTEN NOTICE Attn: TO THE CERTIFICATE MOLDER NAMED TO THE John P - LEFT• BUT FAILURE TO MAIL SUCH NOTICE SHALL IM Marshall OF ANY N THE COMPANY, ITS AGENTS no wvne OBL POSE NO OBLIGATION OR LIABILITY A_ P BID #9539 PROPOSAL 'T 0 THE CITY OF DEN'TON, TEXAS For the Construction of OVERLAY CONTRACT 1985-2 IN DENTON, TEXAS ' Tne undersigned, as bidder, declares that the only persom.or Parties interested in tnis proposal as principals are those named nerein, that tnis proposal is made witnout collusion. with. any other person, firm or corporation; that. he. nas carefully, examined the form of contract,. Notice. to Bidders, specifications and the plans- therein. referred to„ ands.. has carefully examined the locations, conditions.,, and. classes. of ' `-4' materials of the proposed work and agrees tnat ne will provide ` all the necessary labor, macninery, tools, apparatus,. and.. other items incidental to construction, and will do. all the work,.- and,; ---fu"rnisn all the materials called for. in- the. coniract;.:,,and. specifications in the manner prescribed therein. and. accor.din Y to the requirements of the City as therein set for.th... ✓ 9 .yca ~ ll"'Yf It is understood that the following quantities,. of.. work for be a_ done at unit prices are approximate only, and. are. intended principally to serve as a guide in evaluating bids. It is agreed tnat the quantities of work. to: be: done at unity} prices and material to be furnished- may oe increaseds or ;3 diminisned as may oe considered necessary, in the opinion of. - tne City, to complete the work fully as, planned:. and contemplated and tnat 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.., h ; It is' furtner agreed that, lump sum. prices may be° increased. to ,~a{,,.- cover additional work ordered by the City, but not, shown on .;the ; U plans or required by the specifications, in accordance= with~.thei'"'i€ 4 provisions to the General Conditions. Similarly,, they may. be.Y decreased to cover deletion of work so ordered.. r 5 tt ~ ~ ^ys Z F P - 1 It is understood and agreed that the work is to be completed in full within seventy (7U) working days. Accompanying this proposal is a certified or cashier's check or. 3id 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 acceptance of the proposal,. the bidder shall fail. to execute a: contract and file a performance bond and a payment bondz within;,.;''.11 fifteen days after its acceptance,. in wnich case the bid security shall become the property of. the Owner, and shali'be; -:;~aa considered as payment for damages due. to delay and -other inconveniences suffered by the Owner on account of suchc failure, of the bidder.. It is understood that the Owner r.eser.ves: ther•:"-:-= 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 pricesi. to' wit: k v. - f , y Sep ~j J t f h 2Mlirn,f. M N 4' f s~ a~ ~ C$+>rsa~ y T ~ - ti 'rTy a ~;a p`p vh. P - 2. BID SUMMARY TOTAL BID PRICE IN WORDS 47 .''.0'. In the event of the award of a contract to the undersigned-f, 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, ">'.`tALL acceptance, and to guarantee payment for. all. lawful, claims: for labor performed r and materials furnished in. the fulfillment of the contract. It is understood that the work proposed to be done shall be V accepted, when fully completed and finished in. accordance with. the plans and specifications, to the satisfaction of; the Engineer. Tne undersigned certifies that the bid prices. contained ini. is' 4 ? proposal have been carefully checked. and: are submitted, correct and final.. Unit and lump-sum prices as shown for each item listed inn-,. proposal, shall rs control. over extensions.... C o 7" BY V-I - 'na Str et Address ejv" City and State Seal & Authorization (If a Corporation)- \ P - 3 r T" 3 "c r YMj4A Bid PO # WORK 9539 DAYS City of Denton : Overlay Contract 1985-2 Bid Tabulation Sheets I I I Unit. I I Item I Description I Quantity I Unit. I Price. I' Tbta].` 1 2.13 1 Adjust Water Valve 1 76 1 EA 1 $ O0 I $%/S/Op 01 I 2.19 I Adjust Sewer Manhole I 51 I EA 4.2 i I Roller 'rime (all types) 1,000. Ht2 ~B ~ I i I J Z I I 14.3 I Motor Grader Time I 5UU I HR I . I I 1 4.4 1 I Trucking Time I 250: 1 I HR I ,xr.sa 1 co I 36• I $,7SdD I „ ' I 1 5.7 1 I Overlay Existing Street 1 41763 I I Ton: I Ov I= n~~ = 1' $xJ'/. - I I (A) 1 5.7 1 Overlay Recycled Base I 10,629 I. Ton,. 1 (B) 1 . I I. I. I; 4 n 7 I 5. I Reconstruct. Concrete I I I I (C) I Valley Gutters I 15 I: EA I pW_°D I $~ibr000, I I I I 1 ~1 F ' I 5.7 I Type D Asphalt Patch for I I 4 x I` I (D) I Base Failures I 300 ' I Ton. I I I I is I• ~ ~ ~'H' I I BID TOTAL: ~ „ ~ I I I I C a 1~4 x -u 0J - - Addendums R ceived 1270g P - 4 4 r: City of Denton Asphalt Pavement Estimated Overlay Quantities A. Overlay Only - 1 1/2" Overlay at Base Bid Street I I I From I I I To I Asphalt I Sq.. Yard I Ad I I MH ustments~ 1 klIeTi I WV-, IT - [45' Avenue C I I Mulberry I I Oak I I 3,910. I: T. 0 I I;~; lf ; 0 I 3'.x Pertain I Mingo I Wayne I 11536 i 0 , I 0;te l Oj; Paisley I Woodford I Hettie i 2,646 i 3r I U Is3O. Paisley I Frame I Ruddell I 51203 L 6 I 16?, I tr 03 Paisley I Hettie I Ruddell I 1,192, h 1 I 0`rAI .0" First I Bolivar I Locust I 2,090< I 0 I 0 "I' yj0 McCormick I Parvin I Willowwood I 9,020. L' "4 I 2e.1<w;0 Greenwood I Laurelwood I Sherman I 17,409 I 3. Robinwood I Emerson I University 1 12,217' I" 4 f' 1Z., I I I I 777 -1 I w I I TOTAL. I 55,223 I -2 I -3 kO I I I SY. I~ I I YM 55,223 SY X 115 LB/SY/IN X 1.5 inches. = 4,761 tons "w r,~FNt~ S. Overlay Over In Place Recycled Base ~~-`,rah i, i-_Aaustments,: I I I' Asphalt 1 e e Street I From I To I' Sq Yar'd~ I` MH I WV I MH''' Hillcrest Oak Nottingham Hobson Magnolia Locust Mockingbird Emerson Locust Avenue D Scripture I Emery Cedar I Bolivar University I Windsor. Teasley I FM 1830 Hinkle 11250' west. Pecan I McKinney McKinney I Oriole + 100' Freedom I Willowwood. Mulberry I Walnut dighland I I-35 I TOTALS 12,.6.11 L I` '6 I: . h 1.,:565.. 11 1 26',900 : V 6, I;. 1 15 r,0401 I:: 0;I: I 4, T87 I'. ,2:.1.. I" 1`, 06'6 G • 1'' I. I 6-,903 I 16•,;500 L 1.1, l' I 1,,565 f d d I': " O I' A ) A, • f,';o'C=' G t 92,424 SY X 115 LB/SY/IN X 2 inches = 10,629 tons. 12708 P - 5 45 2