Loading...
Concrete Work-3516-Original PricingCONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § "�G;1 rmrd 4(.xclo$ e,,� IS AGREEMENT.., made and entered into this 25th day of Jul . ..D., 2006, by and between Cfty of'Denton of the County of Denton and State of Texas, acting through Howard Martin do, hereinafter terned " AVN R," and Floyd Smith Concrete, Inc. PO Box 1781 Denton, TX 76202 .thereunto duly authorized so to of'the City of'Denton, County of Denton and State of Texas , hereinafter termed Bid 3516 — Concrete Work not to exceed $500,000.00 ag'Rre2ate at M time. WIT SS : That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified in each delivery order 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 famish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal and the Perfonnance and Payment Bonds, attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders edise e t for Bids), and Instructions to Bidders, as referenced herein and on file in the office of the Purchasing Agent, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by: of Benton Staff all of which are referenced herein and made a pail hereof and collectively evidence and constitute the entire contract. CA -1 TNDEPENDENT STATUS It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, 'texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perforin the services hereunder according to the attached specifications cations at the general direction of the City Manager of the City of er ton, 'Texas, or his designee under this agreement. Contractor covenants and agrees to and does hereby indemnify, hold harnless and defend, t its own expense, Owner, its officers, servants and employees, from and against any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of the Work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers, servants, employees, of the Omer. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless owner dwing the performance of any of the terms and conditions of this Contract, whether arising out of in whole or in part, any and all alleged acts or omissions of officers, servants, or employees of Owner. The provisions of this paragraph are solely for the benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise, to any other person or entity. CHOICE OF LAW AND VET This agreement shall be governed by the lave of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of wort as set forth in written notice to cornmenee 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 su jeet to the General and Special Conditions of the Contract. CA -2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the. year and day first above written. -A T -PQT- Signature on File U ATTEST: Signature on File m Signature on File WINEK (SEAL) Floe4d 04 1 A 0 VAO, re4e- CONTRACTOR �. 1), � o Y. f "al e +n ion , `rY.- 0 MAIUNG ADDRESS PHONE NUMEBER C) / / 3(- T A XII "'m ,rTf -vT1 Signature on File .............................. Y"res-zd-em 4-- APPROVED AS TO FM: Signature on File ATFORNEY CA -3 PRINTED NAME M (SEAL) CITY of D NTON INSURANCE RE QUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below. It i s h gh y recommended that bidders confer with their respective insurarnce carriers or brokers to determ in e in advance ofBid s bin fission the availability of in uran ce ce rd cates an d en dors in en ts as prescribed an provided herein. If are apparent low bidderfails to comply r vi the insurance requht men s, that bidder may he disqualifledfroin award o f the contract. Upon hid aivard, cell tnsurance requirements shall become contractual obligations, Which the successfid bidder shall have a duty to maintain throughout the coarse of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor s provide and maintain until the contracted work has been completed and accepted by the City of Denton, owner, the minimum insurance coverage as indicated hereinaf ere ,4s soon as practicable after notification of bid award, Contractor shallfile with the Purchasing Department satisfactory certificates of i sr a ice, con taini g th o bid number and title of e project. Contractor may, upon written request to the Purchasing Department, ask f or clarification any insurance requirements at any time; however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after hid opening unless a written exception has been subm itted with the bid. Coll tractor shall 11 o commence any i i. or deliver; any ni aterial un til h o or sh a receives n ote; ficatio th at th a con tract h as been accepted, approved, and signed by the City ofDentons A 11 insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following ge e ac specifications, are shall be maintained n compliance with these general specifications throughout the duration of the Contract, or onger, ifso noted: Each policy shall be issued by a company authorized to do business in the State of Texas with are A.M. Best Company rating of at least A Any deductibles or self-insured retentions shall be l r 1 in the bid proposal. If requested by the City, the insurer shall reduce or eliminate such deductible o • self - insured retentions with respect to the City, its officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Liability policies shall be rs to provide the following: 00 lace as additional insured the City of Denton, its Officials, Agents, Employees and volunteers. 00 That such insurance is pdmary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability. All policies shall be endorsed to read: ""SAID POLICY SHALL NOT BE CANCELLED., NONRENE WED OR MA TERULL Y CHANGE WITHOUT 3 0 DA YS AD VANCED WRITTEN NOTICE CB" BEIN GIVEN TO E 0 DER C I) EXCEPT 9WEN THE POLICY IS BEING CANCELLED FOR . NP NONPA YMENT PREMIUM IN WHICH CASE 10 DA YS AD V NCE WRITTEN NOTICE S REQUIRED)). Should any of the required insurance be provided under a claims -made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. Should any of the required insurance be provided under a forn of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain owners and Contractors Protective Liability Insurance, Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as f the lapse date. If insurance is not reinstated, City nay, at its sole option, teiinate this agreement effective on the date of the lapse. SPECIFIC ADDITIONAL INSURANCE REQUIREMENT'S: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: [X] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000 000 shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CCU 0001 current edition) is used: Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. Coverage 13 shall include personal injury. Coverage C, medical payments, is not rewired. If the Comprehensive General Liability form (ISO Fonn GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least: Bodily m' Jury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting fiorn explosion, collapse or underground (XCU) exposures. Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than _ $500,000, either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above re quirement shall be in the form of a policy endorsement for: any auto, or all owned, hired and non - owned autos. [XI Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Lability limits of at least $100,000 for each accident, $ 10 0, 0 00 per each employee, and a $ 5 0 o,o 00 policy limit for occupational disease. The City need not b e named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and l ie 28TAC 110. l l of the Texas Worker's Compensation Commission WCC). Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under this contract. Coverage shall be on an "occurrence" basis, and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance. Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate* "ire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than each occurrence are required. Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required fonder this Agreement. Builders' Risk Insurance Builders" Risk Insurance, on an All-Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured " the City of Denton and all subcontractors as their interests may appear. [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions " of the contract specifications. ATTACHMENT 1 [X] Worker's 's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("ceftificate")-A copy of a certificate of insurance, a certificate of authority to self - insure issued by the commission, or a coverage agreement TWCC- 1, TWCC- 2, TWCC-83, or TWCC- 4), showing statutory workers' ' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beghming of the work on the project until the contractor's /person's work on the project has been completed and accepted by the governmental entity. Persons providing set -vices on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper repoiling of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the govermnental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current cefti sate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing servi l ces on a. project, and provide to the govenune tal entity: 1 a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage shoving coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends duping the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the proj ect. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' ' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating hove a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to provide coverage, used on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.01 1(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, cedific to of coverage shoving that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage shoving extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage shoving extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends daring the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the govemmental entity in writing by certified nail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs -- , with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper repoiling of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the ease of a self- insured, with the commission's Division of Self-Insurance Regulation. tion. roviding false or misleading information may subject the contractor to administrative penalties, enmi al penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor wMch entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. or, 1J�0.1 Purchasing Department 901 -B Texas St. Benton, TX 76209 (940) 349 4900 wwvv.dentonpurchasinc�.com ADDENDUM #2 Bid'#3516 Annual Contract For Concrete Work Owww"ON BIDS DUE: July 6,2006 2:00 P.M. Bid submitted by: Company Name ANNUAL CONTRACT FOR CONCRETE WORK ADDENDUM #2 ADDENDUM #2 Addendum #2 to be returned with Bid Proposal The following are changes to the bid specifications: The attached pages 2 --10 replace the Bid Tabulation pages included in Addendum #1. PAGE 1 of BID #3516 Bidder's Initials ANNUAL CONTRACT FOR CONCRETE WORK S ADDENDUM ITEM DESCRIPTION {QTY UNIT UNIT PRICE TOTAL. AMOUNT I Dowel-On (integral (With One 3/8" Steel Dar) 1 LF $ 1L � Unit Pdce in Words: q5eVen a ev Ct Concrete Curb & Gutter (With Fibers) A 10' to 250` 2876 1 LF /.I & q5v Unit Price in Word . Tine [ &, Dollars D 251' 1000' 1162 1 LF 2 � /Li= UnifP oe in Words. Jw l Ve a ii d 'cX.,, b o la ir -s 1 001' to 50001 5000 L �2 .! L $ � Unit i i IVV in ! W 4 + i tv V 7 V11404) bollars 50011 - u 5000 L fff �/L � Unit Price in Words: : � � � �. 5'0110 o T)offai'-S 3 30'1 Surmountable Curb /Fibers 100 � � /L� p Unit Pdoe in lords* Ei'q t l aAd botlar-5 15" Concrete Sidewalk (With Steel) 100 1 SY �� � sY I Unit Price in Words: TPX t ir +9 Serf e 0 a 4" Concrete Sidewalk/Fibers 0 to 50 Sq. Yds '100 S !s $ Unit Pdce in Words: D 151 to 100 Sq. Yds. 100 S ! eo. .� IS co Unit Pace In fords. L' " � � 4 r a � Z),ptar .5 101 to 500 a Yds. . /S " Unit Price in Words: TW, J1 -� /for, 7 D 501 t . 1000 � . Yds Sq. 0 SY � $ �"* /SY $ Unit Price in Wo rd s: \ 4-k ree a Aik 0,91,roo bo i l r PAGE 2 OF BID #3516 Bidder's Initials ANNUAL CONTRACT RACT FOR CONCRETE WORK ADDENDUM #2 ITEM I DESCRIPTION QTY UNIT UNIT PRICE TOTAL AMOUNT B Concrete Medians Patterned 1 SY $ lea.� ISY Is 7� Unit Price in Tor : Seve,f+ 4 e affiel ' 7 Concrete Steps 1 S $ 1SY 46 Unit Price in Words: ` . -rt and I tars 8 Concrete I - a and Drainage Flumes " 5000 SY $ /sy $ � � Unit. Pr1 e 1n W.or s: I r� A Concrete Flumes " - 6 i=t. Wide with " Curbs 500 LF $ LF Unit Price in Words. S Concrete FIur es " - 10 . W 1 d e it 6" Curd 500 L /LF Unit Price in Words. ��� -PA 1N6,0 4xv\A /iv o a l(ars Saw Cut Existing Asphalt) 500 LF � jj Unit Prue In !fords: on AAct 17,00 10 Saw Cut (Existing Concrete) 1 825 LF $ /LF ISM Unit Pace its Words:TkCele 11 Structural Concrete A (Class A ) 5-Sack 1 500 CY $ SICY 47,50V Unit Price in Words: 0 IrPA - V6 O.4d- 09/100 0 a ez I's (Class C ) 5 112-Sack 500 CY co lB $ Icy$ t Unit Prue in Words: T'Kree KttAdrM t - . 6 t ' (Class S) 6-Sack 1 500 CY $ 05 ICY Unit Price In Words: Fo 1 u va,'e,� -fit v e a vvt . 11 bip 11 1-s 1 Concrete for Le t tandar � Bases 0-50 CY ��CY lnit Price [Words: T�oiur k ,r- n ,1100 bVilaf t PAGE 3 OF BID #3516 Bidder's Initials ANNUAL CONTRACT FOR CONCRETE WORK AD D E #2 - ITEM - - - - - -- - - - - - DESCRIPTION - QTY 4riw-- c- •^xsxe� IT �,ac.-effexcrr+.cx+s -�n :r+rs++:wrar.+w.!ra*#•rn UNIT.PRIC TOTAL A lOUNT 1-3---- Concrete for Trac Controller o Mis ■ Sprinkler System Adjustments EA �� ! qC2 Unit Price in Words: Foar htxe0eedyi*!2t� o. . 00/1 o bo I tavrs 1 eater Service Adjustments o E � � IFA $ � Unit Pace in Words: d, d 15 Mis ■ Sprinkler System Adjustments 10 LS $ IF $ Do Unlit ft s 16 Ring Cover inlets 4" Locking 124 FA /EA Unit Price in Words: 17A lRemove Concrete Pavement 180 SY $ c2,5 ISY $ Unit Prue in Words; T c. # rut /r bPL(a r 17B lRemove Concrete Curb & Gutter 1000 LF � /LF $ Unit Price in Words: 5e SPA (C b0ilar5 7 Concrete Driveway Sidewalk l Cor�cr 'i 000 SY ICY s 5co Unit Price in Words: 7,')e,4, w o li hottar5 18 Unclassified Excavation 600 CY $ � ICY $ Unit Price In Words: !E� % e, e act 19 Corn ected Fill/Embankment 1 500 1 CY /CY $ f 3 1151) Unit Price in Words: T&-veA+� 6 ? V �C)ltar-5 20 Sod 500 Sy $ SY 1 $ 4/0000— Unit Price in Words: E, 3h+ bot(av-5 PAGE 4 OF BID #3516 Bidder's Initial ANNUAL CONTRACT FOR CONCRETE W K A DENDU M V 101 to 500 �S . s. 1490 S - jf S g:9, ` ITEM DESCRIPTION QTY UNIT UNIT P ICE TOTAL AMOUNT �Jy 21 �J�} �* }` (� i[_j !i 211 � sphaft Pave T Patch Material) '/'fix 500 *.. +{,iy�,j- T � � /S 1 $ A to i V ■ d V . 1000 SY so f /Sy 6`0 � Unit Price in Words: seven e c 14" Concrete Flatwerk (Coioredf a ct red to 100 Sq., lids 553 Sly Unit Price in Words: 5 &tea "11po 1101t0500_Sq.Yds. 1 0 SY $ -70 /Sy $ Unit Pe in Words: Se Ve n4- aa\ct 501 to . Yds. 1 1000 1 S 1S 0eg Unit Price in Words: �� .. - � �,.� 019N6 bo(lev5 23 6" Concrete Pavement (Radius, Etc. YYlt h 3/8" Stored on 18" Centers 10 A to 50 S . Yds 1 000 S 3 [ . 51 to 100 Sq. Yds. 1000 S /S Unit Pace in words, Th r4-ii �5+# aM 1011,po bo (a „ V 101 to 500 �S . s. 1490 S - jf S g:9, ` Unit Nce in Words: 1500 o 1000 S q. Yds. 2500 SY 00 j)c $ l S 7 L. (0 Unit Price in Words: 4- four bo llar5 " Concrete Pavement (Radius, Etc.) with 3/8 Steel are 18" Centers to 50 Sq. Yds ` d 10 S /SYI$ LN 00 Unit Price in Words: B 51 to 100 Sq. Yds. 10 Sy :$ q I J?S /,SY $ 1 q1g ro ( 1-11 cane 11��ivo b o t I a rs SAGE 5 OF BID #3516 Bidder's Initiats ANNUAL CONTRACT FOR CONCRETE WORK ADDENDUM - -� 10" Concrete Pavement (Radius, etc. with 18" Steel on 18" Centers ITEM 0ESCRIPTION QTY UNIT UNIT PRICE TOTAL AMOUNT C 10 t.7 10 i $ q,�) /Sy's 2,0 Unit Price in Words: - � &I I ct -5 10" Concrete Pavement (Radius, etc. with 18" Steel on 18" Centers A 0 to s. 10 S $ 1S 0 Unit Pdce in Words: Fort l i '91166 bo I a r B 151 to 100 Sq. Yds. 10 SY $ /Sy Unit Price in Words:- ' C 10 1 to 500 S . Yds, 500 S SY $ 25 Unit Price in Words: -- - �, � botta-rs 112". Concrete Pavement Radius, etc. with 3/8" Steel on 18" Centers) to 50 Sq. Yds. 10 SY . /SY Unit P ie It Words: i\A / � f r.5 1 to 1 0 ds. 10 SY Inc Unit Price in Words: : /tom b z, 11 ar-5 1101t0500Sq.Yds. 500 SY $ � s Unit Price In Words: �, '�- -� � � - � � � � ��a 5 ' 10ne Sack Concrete Backfill 0-500 1 C Y O $ /CYI$ L4O I PA! Unit it Pride i 1Iford : a 041// 00 � . 28 lAdjst l�rFoie r►d islets �E A Unit Price in fords: � hal4red d 06/,0 � f Type A lie adlr ail f' to 3 6" peg pe .� r. L $ �� Unit Price in fords: w 4-A aA 4-c ,r4 r e A o o 9B Type A Headwalls " to " per l e 10 LS IL.S 40 Unit Price In words. a. +A A4 `. PAGE 6 OF BID #3516 Bidder's Initials ANNUAL CONTRACT FOR CONCRETE WORK ADDENDUM #2 my ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL AMOUNT 30A Type B Headwaiis (15" to 3611 per ipe 1 LS l DOD $ Z CO Unit Pace In Words: U fired, 3 Type D. Headwalls " to 72" r e 10 LS L .-! Unit Pdce in Words: � �-- �'�,. �' + � b.[law-s 31A r ' 11 Manhole (V to De tip) 10 EA 4900-77EA:$ 9 000-4 Unit Price O&I'Lo -ffko &IVLA 31 B Extra Depth I VF � N Unit Price in Words: s: - xvtA re, d ZSolletrs 32A Vx 5' Junction Box (O' to 6' D tip EA A .39 Unit Price In Words: 014 e h o + e., Lc Ae� red i (a rg 32B I Extra Depth I VF l; .Jnit Price In #ors: 'kvvtdred ..� /vim bo I [a r-!� 32C a4' x-4 Junction Box { ' to 'Depth) E 1160--lEM s Unit Prse in Words: Yl s e rA 32D Extra Depth F dirt t Unit Price in tors: 9011oa b & 1, 1 a rs 32E 16' x 6' Junction Box a' to 6' Depth) 10 EA $ TOO�/EA l DOD Unit Price in Words: OJIL9 11',00 hur�d rid a�� sl/jbo b�o iIQrS 32F Extra Depth I p0 VF $ 1VF I /,SQ Unit Price in Words: � hu�G�. Ind P-t*-�� �GQ ���a �a 33A 5' Inlet (0' to 6' De th) 8 EA $ 00 '0-0 /EA l3 6co � Unit Price in Words: 6). e4AOU.5and sV Ve t) F►u,�cC red tL.+..c@ �0 Ila/S 336 Extra Depth 1 1 VF $ �NF Unit Price in Words: One httftdl-ed, "�t e 1laPS PAGE 7 OF BID #3516 Bidder's Initials * r ANNUAL CONTRACT F CONCRETE WORD{ ADDENDUM # 711TTEMM"j DES CRIPT ION QTY U MIT UNITTRICE TOTAL AMOUNT'; 33F '!n let 't ' #1! 1 EA q10D-1EAj. $ �JS� IUnit Price in Words: -rwo 4- kouscw.c!- bne Ku -oA r-eA aA,A 6pIvo bo Mr5 33D lExtraDepth 1 VF $ fSD� NF- $ o0 Unit Prig in Words: One huXred 41r �-�'- �D %roo bv jlacs 33E 110'Inlet (0'to S' De fh) _ 10 EA $ a340' /EA $ e.13 000�' Unit Price in Words: � o �}- (�,oct.5 � �'� te,'e— kav,,Are- d, mod- lars iDO 33F Extra Depth 1 VF oa `NF $ �JS� Unit Price in Words: p h��,red 5ev2e�+� -�t✓e. end �b��oo �pliaTS 33G 12' Inlet (0'to 8' Depth).. 8 EA 0 $ o2�oaf3B1EA $ o?O �DDAo Unit Price in Words: 'rw o +kottg" St ?C h un,�,AY'ad, aAA_� Olio 8 E�'p G(u.TS 33H 33H Extra Depth 1 VF $ oil $ Unit Price in Words: o ��.� d rid 4-u,) P, of -P, ✓e, a,,�Ud- GA/rno be')1(ar-5 34A 1 15' Inlet 0' to 8' Depth) 10 oa EA $ jEq 33,000- oo Unit PriceinWords: hfe,e 4-ko",� "A 4-Af-e,e hundred u-v+d bo tow rs 34B Extra Depth 1 I VF $ �IVF Unit Price ire Words: `rWv l 4'Iffi p.�eQ- �1 ,,9, b.ftar5 34C 120' inlet 0' to fi' Depth) 8 1 EA $ zf 00 IEA Unit Price in Words: Foar + -{ao.r kaii-4red oC "//pb �r,> i (ars 34D I Extra Depth 1 VF $ NF ,�00`�� Unit Price in Words: -Vh r e 2 h u nd red awd �r v o T)o It a I-S 35 Recessed Inlet A 10` Recessed Inlet 6 EA $ 2(oOo �7EA 490 Unit Pricy in Words: 4 Y u.nd.red!- Gt,i► 'Oo 11a.r5 B 112'Recessed Inlet A geo 1 Unit Price in Words c . - ►.- - A 6,4L d- V t Po o, Kars Inlet (Includes Apron, Fling & Cover) 8 EA �63 IE Unit Price in Words: 0 " etj�6Lv\Arled ,a, lo PAGE 8 OF BID #3516 bidder's Initials ANNUAL CONTRACT RACE" FOR CONCRETE WOK ADDENDUM #2 - D 14'Type I Wheel Chair Ramp ITEM DESCRIPTION IPTIO QTY UNIT UNIT PRICE TOTAL AMOUNT 40 Rebuilt lnle l emove and Replace a To A ' Inlet 'f $ o2D iEA � �� 40v MI 44 Unit Price In hor s: me haind red &evet 001tao bo i levy B ' Inlet 5 EA /E Unit Price In Words: �� e � - 18'Infet E e---/EA Unit Price in Words: 00 /EA $ Unit Price In Words: oAe- 4-koms 6Ak-� -hvc wed a vim. ip o bottars B arricades W am I ng. SI g n s & Detour's 43 LS /LS $ c� � Unit Price in lord• i A-►-`` - - ►" �i�-- }'y 9 Type I Wheel Chair Ramp (All with ADA BrIck Inserts) A V Type I Wheel Chair Ramp EA -1 $ Unit%P0 ce in Word a- ate. 911110o by r-5 18'1x.pe I Wheel Chair Rama 1 EA /�JO I E $ 12 Unit Price In Words: �' � � � ` -[0 � DOI (qt--5 '6gm " 1' Type 11f heel Chair Ram A SEA 1$ )S 0 Unit Price In Words:19 oLd Vv Ku� eel -5 e, pt 4 1171v a b & I ta r5 D 14'Type I Wheel Chair Ramp 1 EA $ %969 00 /EA $ 'go P9 Linit Price in Words: �h� �}u,�I'� G�+t -� BaYieo 1)a 1 40 Type II Wheel Chair Ramp (All with AAA Brick inserts) A 15'Type I[ Wheel Chair Ramp I EA $ o2D iEA $ as Unit Price in Words: Vw (? AwSA,wGf, 1 a-*-A "l, ov b o j(ar5 B :8'Type ll Wheel Chafir Ramp 1 EA $ oZS�O IEA $ Unit Price in Words: vw p4-A a -+-et -Fi ve- wnit'P.d 'G�'rf� auk- &Y, 490 bolt PAGE 9 OF BID x#3516 Bidder's Initials Id Shipment can be made In � days from receipt of order. *Pr1ces shall be bid F,o,B* Denton **In case of calculatlon error, unit pricing shall prevail. Signature on File It' h90 6 Date - Signat r 6 o_fqbthMz_'ed representative PAGE 10 OF BID #3516 Flo d Sr►� :��. C� an r &,�o .Tjja,. Company Name Bidder's Initials ca ANNUAL CONTRACT ACT Fo CONCRETE WORK i ADDENDUM #2 ITEM DESCRIPTION QTY UNIT LIMIT PRIDE TOTAL AMOUNT 10' Type It Wheel Chair Ramp E $ 0CV SEA $ Unit Pd a in Words: Tivo 4 .s" Aallgr6od 4,414 aLAA / i � Il 1- D 14' Type li Wheel Cheer Ramp EA g IE c� Unit Price in Fords, N e(jk* kuAet(-e4 aAX 1 Type III W heel C hair Ramp (All with ADA Brick Inserts) Type ill Wheel Chair Ramp EA $ Z5 / A 3 o� Unit Price in Words: Tw o -[+\,& ws &vL� � ��. � �� 11 . r- 18'Type III Wheel Chair Ramp I EA $ /EA $ .� Unit Price in Words: ` "&w5-a" C 1 O'lype III Wheel Chair Ramp I EA $ /EA 1 $ nIt Pace 1n 1 orris: F tvf) f-P, &4 1 kaAj red -fkV4 "t 9 110D bD r � Type III Wheel Chair Ramp A $ 19,90 1EA $ 1 4 Unit-Price in Words: �g lco i bo � � . ToTA o2 lcvq, ;03, AWARD D of THIS BID WILL BE BASED ON BIDS of TOTAL ESTIMATED QUANTITIES Shipment can be made In � days from receipt of order. *Pr1ces shall be bid F,o,B* Denton **In case of calculatlon error, unit pricing shall prevail. Signature on File It' h90 6 Date - Signat r 6 o_fqbthMz_'ed representative PAGE 10 OF BID #3516 Flo d Sr►� :��. C� an r &,�o .Tjja,. Company Name Bidder's Initials ca ANNUALCONTRACT FOR CONCRETE WORK ADDENDUM # NO OTHER CHANGES AT THIS TIME. This form steal! be signed and returned with your bid Name; F A 4 �v�k Signature: Signature on File Company: VJ4DMA SAVV-V1`, (,&YV0,P6f-e J�A�- PC � � flate. I s l 0 6 PAGE 11 OF BID #351 ANNUAL CONTRACT FOR CONCRETE WORK The undersigned agrees this bid becomes the property of the City of Penton after the official opening, The undersigned arms h ahasfam11iaH a himself with the s coca! condit�ons under w� tie work is to be performed, satisfied himself of the conditions of delivery, haniing and storage o� equipment and all other natters that may a 'Incidental to the s � e wore before, un��tt�ng a bid, The undersigned agrees, if this -bid Is accepted, to furnish an • � and a�! �ten�sserv�ces upon which prices are offered, at the price(s) and upon the terns and conit'r ors contained in the Specifications. The period for acre Lance o this Bid � Proposal will be sixty 60 calendar a unless a different period is rote by the bidder. � The undersigned affirms that the are dui authorized to * ld ee cute tis contrac #, that tis i as not been prepared in collusion with are other er nor an y y employee of tie city of Benton, and gnat the contents of this bid have not been commun1cate to anyoterxerorto anm pi ye of the city of Denton pdor to the official opening of this bird. Vendor hereby assigns to purchaser any and all claims for overcharges associated with this contract wh ich arise u nd er the antitrust laws of th e United States, 15 U SeASection I et se ., and which arise under the antitrust laws of the State of Teas, `l"ex. bus. & Com. Coe, Section 1 5,01, et se The undersigned affirms that they have read and do understand the specific ions and any attachments contained in this bid package. NAME AND ADDRESS OF COMPANY; �1�� P 4L o t�gf Tel. No. ell � COMPANY Is: Signature on File Signature Date Name_ Tifi(e � d e- n Fax No. S65'-- � 1t Email, Business included in a Corporate Income Tax Return? NO � Corporation or anie � -.� g & existing under the laws of the State o partnership consisting of Individual trading as Principal offices are in the city of PAGE 11 of BID. #3616 Bidder's Initial