HomeMy WebLinkAbout1998-274ORDINANCE NO q6
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD
OF A PUBLIC WORKS CONTRACT FOR RESEARCH PARKWAY/WOODROW LANE
IMPROVEMENTS, RESEARCH PARKWAY WATER/SEWER, PROVIDING FOR THE
EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING AN EFFECTIVE DATE (BID
# 2248 RESEARCH PARKWAY/WOODROW LANE IMPROVEMENTS, RESEARCH
PARKWAY WATER AND SEWER IMPROVEMENTS, AWARDED TO JRJ PAVING INC IN
THE AMOUNT OF $957,575 60)
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 therein,
NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the following competitive bids for the construction of public works or
improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on
file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto,
are hereby accepted and approved as being the lowest responsible bids
BID
NUMBER CONTRACTOR AMOUNT
2248 JRJ PAVING INC. $957,575 60
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, and insurance certificate 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
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 � day of 1998
JACKjULLER, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
BY &/' "� I,
2248 RESEARCH PARKWAY CONTRACT ORDINANCE
ATTACHMENT # 1
TABULATION SHEET
BID #
BID NAME
DATE
2248
RESEARCH PARKWAY
13-Au -98
JRJ
Paving
Earth
Builders
Inc
Jagoe
Public
mmml
Research Parkway - Base Bid
$1,004,939 75
$1,116,233 45
$1,118,139 19
1
1A
Contract Reduction
$299,393 50
2
Research Parkway Water & Sewer
$170,901 60
$173,805 00
$251,685 00
3
Woodrow Lane Improvements
$81,127 75
$73,832 25
$65,870 00
Total Base Bid
$1,256,969 10
$1,363,870 70
$1,435,694 19
Total with Contract Reduction
$967,575 60
3
CONTRACT AGREEMENT
STATE OF TEXAS
COUNTY OF DENTON
THIS AGREEMENT, made and entered into this 15 day of SEPTEMBER A.D.,
1998, by and between CITY OF DENTON of the County of DENTON and State of Texas,
acting through MICHAEL W. JEZ, City Manager, [hereunto duly authorized so to do,
hereinafter termed "OWNER," and
JRJ PAVING INC.
11359 KLINE DRIVE
DALLAS, TX 75229
of the City of DALLAS County of DALLAS and State of TEXAS, hereinafter termed
"CONTRACTOR"
WITNESSETH 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 below
BID N 2248 — RESEARCH PARKWAY/WOODROW LANE IMPROVEMENTS;
RESEARCH PARKWAY WATER AND SEWER IMPROVEMENTS
in the amount of $957,575.60 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 work specified
above, 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
CA -I
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
HUITT - ZOLLARS, INC.
all of which are made a part hereof and collectively evidence and constitute the entire contract
Independent 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 perform the services
hereunder according to the attached specifications at the general direction of the City Manager
of the City of Denton, Texas, or his designee under this agreement
Indemnification
Contractor shall and does hereby agree to indemnify and hold harmless the City of
Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury
to property or third persons occasioned by any error, omission or negligent act of Contractor,
its officers, agents, employees, mvitees, and other persons for whom it is legally liable, with
regard to the performance of this Agreement, and Contractor will, at its cost and expense,
defend and protect the City of Denton against any and all such clamvs and demands
Choice of Law and Venue
This agreement shall be governed by the law 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 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
CA-2
IN WITNESS WHEREOF, the parties of these presents have executed this agreement
in the year and day first above written >S�
r0ml, , - - i - W.M. mmv!
Vickie Marriott Secretary
JRJ PAVING, INC
CO=OR
BY_
Tery Chapman Vice President
P 0. BOX 59934 DALLAS, TEXAS 75229
MAILING ADDRESS
(972)857-2291
PHONE NUMBER
(972)857-2320
FAX NUMBER
BY Vice President
TITLE
Tery Chapman
APPROVED AS TO FORM PRINTED NAME
(SEAL)
CA-3
PERFORMANCE BOND
STATE OF TEXAS §
COUNTY OF DENTON §
3gKNOW ALL MEN BY THESE 7P�RESENTS That JRJ PAVING INC., whose address
i e739 Ld
an poWsi,7' PALL�SZ T a75J29dhereinafter called Principal, and
Co onia Amean
r can Casua tv and Suretv Comnanv a corporation organized and
existing under the laws of the State of TEXAS, and fully authorized to transact business in the
State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal
corporation organized and existing under the laws of the State of Texas, hereinafter called
Owner, in the penal sum of NINE HUNDRED FIFTY SEVEN THOUSAND FIVE
HUNDRED SEVENTY FIVE and 60/100 DOLLARS ($957,575.60) plus ten percent of the
stated penal sum as an additional sum of money representing additional court expenses,
attorneys' fees, and liquidated damages arising out of or connected with the below identified
Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the
payment of which sum well and truly to be made, we hereby bind ourselves, our heirs,
executors, administrators, successors, and assigns, jointly and severally, firmly by these
presents This Bond shall automatically be increased by the amount of any Change Order or
Supplemental Agreement which increases the Contract price, but in no event shall a Change
Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of
this Bond
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 98-274, with the City of
Denton, the Owner, dated the 15 day of SEPTEMBER A.D. 1998, a copy of which is hereto
attached and made a part hereof, for BID # 2248 — RESEARCH PARKWAY/WOODROW
LANE IMPROVEMENTS; RESEARCH PARKWAY WATER AND SEWER
IMPROVEMENTS.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill
all of the undertakings, covenants, terms, conditions and agreements of said Contract in
accordance with the Plans, Specifications and Contract Documents during the original term
thereof and any extension thereof which may be granted by the Owner, with or without notice
to the Surety, and during the life of any guaranty or warranty required under this Contract, and
shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions
and agreements of any and all duly authorized modifications of said Contract that may
hereafter be made, notice of which modifications to the Surety being hereby waived, and, if the
Principal shall repair and/or replace all defects due to faulty materials and workmanship that
appear within a period of one (1) year from the date of final completion and final acceptance of
the Work by the Owner, and, if the Principal shall fully indemnify and save harmless the
Owner from all costs and damages which Owner may suffer by reason of failure to so perform
herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may
mcur in making good any default or deficiency, then this obligation shall be void, otherwise, it
shall remain in full force and effect
F;
PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive
venue shall lie in Denton County, State of Texas
AND PROVIDED FURTHER, that the said Surety, for value received, hereby
stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications,
Drawings, etc , 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, or to the Plans,
Specifications, Drawings, etc
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas
Government Code, as amended, and any other applicable statutes of the State of Texas
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Denton County to whom any requisite notices may be delivered and on
whom service of process may be had in matters arising out of such suretyship, as provided by
Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas
IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which
shall be deemed an original, this the 15 day of SEPTEMBER 1998
ATTEST
BY
�../�
SECRETARY
ATTEST
PRINCIPAL
PRISIDEN
SURETY
Fidelity and Deposit Company of Maryland and
/ Colonial American �Casualty and Surety Company
BY _ �D,'iir? /.J/11<
AYrORNEY-IN-FACT
anice G Correy
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME Aon Risk Services, Inc
STREET ADDRESS 2711 North Haskell Avenue, Suite 800, Dallas, Texas 75204
(NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a
corporation, give a person's name)
W: m
PAYMENT BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That JRJ PAVING INC., whose address
is 11359 KLINE DRIVE DALLAS, TX, 75229, hereinafter called Principal, and
Fi el t and Deposit Co any of Maryland and
Co on a� m i an .as ,a v and Sure y Company a Corporation organized and
existing under the laws of the State of TEXAS, and fully authorized to transact business in the
State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal
corporation organized and existing under the laws of the State of Texas, hereinafter called
Owner, and unto all persons, firms, and corporations who may furnish materials for, or
perform labor upon, the building or unprovements hereinafter referred to, in the penal sum of
NINE HUNDRED FIFTY SEVEN THOUSAND FIVE HUNDRED SEVENTY FIVE
60/100 DOLLARS ($957,575.60) in lawful money of the United States, to be paid in Denton,
County, Texas, for the payment of which sum well and truly to be made, we hereby brad
ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally,
firmly by these presents This Bond shall automatically be increased by the amount of any
Change Order or Supplemental Agreement which increases the Contract price, but in no event
shall a Change Order or Supplemental Agreement which reduces the Contract price decrease
the penal sum of this Bond
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 98-274, with the City of
Denton, the Owner, dated the 15 day of SEPTEMBER A.D. 1998, a copy of which is hereto
attached and made a part hereof, for BID # 2248 — RESEARCH PARKWAYIWOODROW
LANE IMPROVEMENTS; RESEARCH PARKWAY WATER AND SEWER
IMPROVEMENTS.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties
and make prompt payment to all persons, firms, subcontractors, corporations and claimants
supplying labor and/or material in the prosecution of the Work provided for in said Contract
and any and all duly authorized modifications of said Contract that may hereafter be made,
notice of which modifications to the Surety being hereby expressly waived, then this obligation
shall be void, otherwise it shall remain in full force and effect
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue
shall lie in Denton County, Texas
AND PROVIDED FURTHER, that the said Surety, for value received, hereby
stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications,
Drawings, etc , 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, or to the Plans,
Specifications, Drawings, etc
lulls]
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas
Government Code, as amended, and any other applicable statutes of the State of Texas
The undersigned and designated agent is hereby designated by the Surety herem as the
Resident Agent in Denton County to whom any requisite notices may be delivered and on
whom service of process may be had in matters arising out of such suretyship, as provided by
Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas
IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which
shall be deemed an original, this the 15 day of SEPTEMBER, 1998.
ATTEST
PRINCIPAL
SURETY
Fidelity and Deposit Company of Maryland and
Colonial American Casualty and Surety Company
BK —�OREYr v
N-IN-FACT
Janice G Correy
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME Ann Risk Services, Inc
STREET ADDRESS 2711 North Haskell Avenue, Suite 800, Dallas, Texas 75204
(NOTE Date of Payment Bond must be date of Contract
corporation, give a person's name )
2248 CONTRACT,$ BONDS
If Resident Agent is not a
Power of Attomey
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
ROME OFRCEB P O BOX 1227 BALTIMORE MO 21203 1227
Know ALL MEN BY THESE PRESENTS That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, corporations of the State of Maryland by W B WALBRECHER, Vice President, and T E SMITH Assistant
Secretary in pursuance of authority granted by Article VI, Section 2 of the By -Laws of said Companies which are set forth on the reverse side hereof and are
hereby certified to be in full force and effect on the date hereof, does hereby nominate constitute and appoint Joe Bruce, Janice G Correy and Kathleen
Day, all of Dallas, Texas, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as
surety, and as its act and deed any and all bonds and undertakings EXCEE bonds on behal of Independent Executors, Community Survivors and
Commumity Guardians, and the execution of such bonds or undertakings in pursu ese prese I be as binding upon said Companies as fully and
amply to all intents and purposes, as if they had been duly executed and ackno by the me lected officers of the respective Companies at their
offices in Baltimore, Md , in these own proper persons This power of attorney rql� at issued f of Joe Bruce, etal dated December 9 1996
The said Assistant Secretary does hereby certify that the extract set forth reverse si is a true copy of Article VI Section 2, of the respective
By -Laws of said Companies and is now in force
IN WITNESS WHEREOF the said Vice-president and Assistant Sec ave here cnbed their names and affixed the Corporate Seals of the said
FIDELITY AND DEPOSIT COMPANY OF MARYLAND and III IAL CASUALTY AND SURETY COMPANY this 7th day of
August, A D 1997 <O_
ATTEST FIDELITY AND Dl COMPS : OF MARYLAND
EA SL �
q By l laRJG!%Ql6[s, ,• _
�' T E Smith "Secre W B Walbrecher Vice President
COLONIAL AY AND SURETY COMPANY
SEAL a � By 11w�OLl�QldeseA��-•
T E Smith A Secretary W B Walbrecher Vice-Pmstdent
State of Maryland as
County of Baltimore JJJ
On this 7th day of August, A D 1997, before the subscriber a Notary Public of the State of Maryland, duly commissioned and qualified, came W B
WALBRECHER Vice -President and T E SMITH Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL
AMERICAN CASUALTY AND SURETY COMPANY to me personally known to be the individuals and officers described in and who executed the preceding
instrument and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and satth that they
are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies and that the
said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authonty and direction of the said
Corporations
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written
,Y arol J F99 er �Notary Public
MyComn Sion Expires August 1, 2000
CERTIFICATE
I the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY
AND SURETY COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full true and correct copy, is in full force and
effect on the date of this certificate and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional
Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney m-Fact as provided in Article VI, Section 2 of the respective By -Laws
of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the I Oth day of May 1990 and of the Board of Directorsof the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May 1994
RESOLVED "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any
Vice -President, Secretary or Assistant Secretary of the Company, whether made heretofore or hereafter wherever appearing upon a certified copy of any power
of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed "
IN TESTIMONY WHEREOF, I have hereunto subscribed my time and affixed the corporate seals of the said Companies, this
15th day of September 1998
Assistant Secretary
L1428 168-0012
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2 The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -
Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Commmittee shall have
power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents,
Assistant Vice -Presidents and Attorneys-m-Fact as the business of the Company may require, or to authorize any person or persons
to execute on behalf of the Company any bonds, undertaking, recogauances, stipulations, policies, contracts, agreements, deeds,
and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, and to affix the seal
of the Company thereto
EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
"Article VI, Section 2 The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -
Presidents or Vice Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have
power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents,
Assistant Vice -Presidents and Attorneys-m-Fact as the business of the Company may require, or to authorize any person or persons
to execute on behalf of the Company any bonds, undertakings, recognizances stipulations, policies, contracts, agreements deeds,
and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, and to affix the seal
of the Company thereto '
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below. It is highly
recommended that bidders confer with their respective insurance carriers or brokers
to determine in advance of Bid submission the availability of Insurance certificates and
endorsements as prescribed and provided herein. If an apparent low bidder fails to
comply strictly with the insurance requirements, that bidder may be disqualified from
award of the contract. Upon bid award, all insurance requirements shall become
contractual obligations which the successful bidder shall have a duty to maintain
throughout the course of this contract.
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the Contractor, the
Contractor shall provide and maintain until the contracted work has been completed
and accepted by the City of Denton, Owner, the minimum insurance coverage as
Indicated hereinafter.
As soon as practicable after notification of bid award, Contractor shall file with the
Purchasing Department satisfactory certificates of insurance, containing the bid
number and title of the project. Contractor may, upon written request to the
Purchasing Department, ask for clarification of 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 bid
opening unless a written exception has been submitted with the bid. Contractor shall
not commence any work or deliver any material until he or she receives notification
that the contract has been accepted, approved, and signed by the City of Denton.
All insurance policies proposed or obtained in satisfaction of these requirements shall
comply with the following general specifications, and shall be maintained In
compliance with these general specifications throughout the duration of the Contract,
or longer, If so noted:
• Each policy shall be issued by a company authorized to do business in the
State of Texas with an A.M. Best Company rating of at least A
• Any deductibles or self -insured retentions shall be declared in the bid
proposal. If requested by the City, the insurer shall reduce or eliminate
such deductibles or self -insured retentions with respect to the City, its
AM00350
REVISED 10/12/94 Cl - 1
Insurance Requirements
Page 2
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 endorsed to provide the following:
•• Name as additional Insured the City of Denton, Its Officials, Agents,
Employees and volunteers.
• • That such insurance is primary 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 provide thirty(3O) days prior written notice
of cancellation, non -renewal or reduction In coverage.
• 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 form cf 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 of the lapse date. If insurance is not reinstated, City
may, at its sole option, terminate this agreement effective on the date of
the lapse.
AAA00350
REVISED 10/12/94 Cl - 2
Insurance Requirements
Page 3
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS:
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.
IX) 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 corribination of underlying and umbrella or excess policies.
If the Commercial General Liability form (ISO Form CG 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 B shall Include personal Injury
• Coverage C, medical payments, is not required.
If the Comprehensive General Liability form (ISO Form GL 0002 Current
Edition and ISO Form GL 0404) is used, it shall Include at least
• Bodily Injury and Property Damage Liability for premises,
operations, products and completed operations, independent
contractors and property damage resulting from explosion, collapse
or underground (XCLI) exposures
• Broad form contractual liability (preferably by endorsement)
covering this contract, personal injury liability and broad form
property damage liability
AAM0350
AEVISE010112M4 Cl - 3
Insurance Requirements
Page 4
IX) Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability Insurance with
Combined Single Limits (CSL) of not Tess than $1,000.000 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 requirement 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 Liability limits of at least $100,000 for each
accident, $100,000 per each employee, and a $500,000 policy limit for
occupational disease The City need not be 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 rule 28TAC 110.110 of the Texas
Worker's Compensation Commission (TWCC)
t i 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
AAA00350
REVISED 10/12/94 CI - 4
Insurance Requirements
Page 5
"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.
[ I Fire 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.
[ l 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 under this Agreement.
[ l 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.
[ l 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.
AAA00350
REVISED 10/12/94 Cl - 5
Insurance Requirements
Page 6
ATTACHMENT 1
(X) Worker's Compensation Coverage for Building or Construction Projects for
Governmental Entities
A Definitions:
Certificate of coverage ("certificate") -A copy of a certificate of insurance,
a certificate of authority to self -Insure issued by the commission, or a
coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84),
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 beginning 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 services 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 reporting 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.
AAM0350
REVISED 10112/94 Cl - 6
Insurance Requirements
Page 7
C. The Contractor must provide a certificate of coverage to the governmental
entity prior to being awarded the contract.
D If the coverage period shown on the contractor's current certificate 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 services on a
project, and provide to the governmental 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 showing 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 during 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 project
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 how a person may verify coverage and
report lack of coverage.
AM00350
REVISED 10/12/94 Cl - 7
Insurance Requirements
Page 8
I. The contractor shall contractually require each person with whom it
contracts to provide services on a project, to:
(1) provide coverage, based 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
401.011(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, a certificate of coverage showing 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 showing 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 1t 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 showing extension of coverage,
prior to the end of the coverage period, if the coverage period
shown on the current certificate of coverage ends during 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 governmental entity in writing by certified mail 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
AAA00360
REVISED 10/12/04 Cl - 8
Insurance Requirements
Page 9
(7) contractually require each person with whom it contracts, to perform
as required by paragraphs (1) - (7), 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 reporting of classification
codes and payroll amounts, and that all coverage agreements will be flied
with the appropriate insurance carrier or, in the case of a self -insured, with
the commission's Division of Self -Insurance Regulation. Providing false or
misleading Information may subject the contractor to administrative
penalties, criminal 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 which e6tles 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.
AW0350
REVISED 10112194 Cl - 9
PROPOSAL
all
THE CITY OF DENTON, TEXAS
FOR THE CONSTRUCTION OF
RESEARCH PARKWAY
R]
DENTON,TEXAS
The undersigned, as bidder, declares that the only person or
parties interested in this proposal as principals are those named
herein, that this proposal is made without collusion with any other
person, firm or corporation; that he has carefully examined the
form of contract, Notice to Bidders, specifications and the plans
therein referred to, and has carefully examined the locations,
conditions, and classes of materials of the proposed work and
agrees that he will provide all the necessary labor, machinery,
tools, apparatus, and other items incidental to construction, and
will do all the work and furnish all the materials called for in
the contract and specifications in the manner prescribed herein and
according to the requirements of the City as therein set forth
It is understood that the following quantities of work to be done
at unit prices are approximate only, and are intended principally
to serve as a guide in evaluating bids.
It is agreed that the quantities of work to be done at unit prices
and material to be furnished may be increased or diminished as may
be considered necessary, in the opinion of the City, to complete
the work fully as planned and contemplated, and that all quantities
of work whether 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.
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
P - 1
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 a payment for
damages due to delay and other inconveniences suffered by the Owner
on account of such failure of the bidder. Owner reserves the right
to reject any and all bids. owner may investigate the prior
performance of bidder on other contracts, either public or private,
in evaluating bid proposals. Should bidder alter, change, or
qualify any specification of the bid, Owner may automatically
disqualify bidder.
The undersigned hereby proposes and agrees to perform all work of
whatever nature required, in strict accordance with the plans and
specifications, for the following sum or prices, to wit:
P - 2
WORKDAYS 60
BID NO 2248
PO NO
BID TABULATION SHEET
ITEM
DESCRIP110N
QUANIM
UNIT
UNIT PRICE
I TOTAL
3 1
Preparation of Right -of -Way
1
LS
$ tZ4 gSo /LS
$
/2G, 550
Unit Price in Words
OA/9 ,ya, Aua Two S>io9'NvAw,o Fi.4AN
3-13
remove Concrete Curb & Gutter
0
LF
$ yc °O 2F
$
Unit Price in Words
0""�Vult ♦e/o A/o
3-C
emove Concrete Driveway &
Sidewalk
0
SY
$ G 4t0/SY
$ O
Unit Price in Words
s)o 4dd Avery
33
rclassified Excavation
14,000
CY
$ 2 40 /CY
$ 33 6 00
Unit Price in Words
Tiro Awd Arwy
37
Compacted Fill
9,200
CY
$ 0 4S /CY
$ 8 7VO w
i
Unit Price in Words
A/c .414 Ahd h- AV4,
312
emporary Erosion Control
1
LS
$ $o,300"/LS
$ 3q 300 '
Unit Price in Words
TANary TNoomWo 'r#A" AO#d4 M
4 6-A
6" Lune Treatment of Subgrade
24,000
SY
$ 1 $7 /SY
$ 44,19SO
Unit Price in Words
o a� a,,1J rjawwr Sor„l
4 6-B
e A Hydrated Lune (Slurry)
360
TN
$ 11 Z °O /TN
$40mo
Unit Price in Words
ON, A%W4 AWJ ere
5 7-A
1-1/2" Asphalt Pavement
ype D)
18,925
SY
Unit Price in Words
Two A rA &,,..Ir Ai►jedf
5 7-13
-1/2" Asphalt Pavement
(Type A)
18,925
SY
I $ 1 o S6 /SY
Unit Price in Words
-rwO Aw4 LrAry Oro.
P-3
WORK DAYS 60
BID NO 2248
PO NO
BID TABULATION SHEET
ITEM
DE8CRIMON
QUAN=
UMT
UNrr PEKE
TOTAL
8 2-A
Concrete Curb & Gutter
25,790
LF
$ 4 P? /LF
$ ,O3 140
Unit Price in Words
�ouR c ✓a A/o
8 3-A
atterned Concrete for Median
875
Sy
$ (ol °Q /SY
$ 5 d 375 !
Unit Price in Words
Si,crr o uc Awa APo
8 3-A
roncrete Sidewalk
384
Sy
$ 3150 /SY
$ 12 096,
Unit Price in Words
-fvnery our
8 3-A
dicap Ramps
2
EA
$ $oo a /EA
$
Unit Price in Words
Aijo& 4"4404 AwA vo
58
Concrete Valley Gutter
6
EA
$ Z000 ~ /EA
$ /2 4d0 w
Unit Price in Words
Two ?rov^R.M.le .w/ wo
2 123
I8" RCP
170
LF
$ 412" /LF
$
Unit Price in Words
)9e4.►v Two s.14 a/41,*
2 12 3
4" RCP
303
LF
$ So" /LF
$ �533� 8c
Unit Price in Words
AAW ,wd jtjwy
2 12 3
30" RCP
275
LF
$ 63 `1 /LF
$ / 7325
Unit Price in Words
Se*T r T-94" 40.4 AN
7 6 A
110'Curb Inlet
7
EA
$ Z3oa `' BA
1 $ iL lop"
Umt Price in Words
-tw., n TN4a Nudeaan
7 6 A
5' Curb Inlet
2
EA
$ 1700°• /EA
$
Unit Price in Words
S60wfaAw Nu,,✓e,aro
P-4
WORK DAYS 60
BID NO 2248
PO NO
BID TABULATION SHEET
MEM
DESCRIPTION
QUANTITY
UNrr
UNIT PRICE
TOTAL
7 6 A
4" Type B Headwall
1
EA
$ / /oo w /EA
$
Unit Price in Words
e/a✓4+
7 6 A
0" Type B Headwall
2
EA
$ /, Soo'= /EA
$ 3 000
Unit Price in Words
F; lclire✓ µ. ,d ia,
7 6 A
rouble 10 x9' Box Culvert
11042
LF
$ 710 °= /LF
$ 7,6, 3 9P
Unit Price in Words
.SVW WN.VbdAW T•"1
7 6 A
j8'X6'Box Culvert
100
LF
$ 297 °O /LF
$ Z8 700 "
Unit Price in Words
Two A wro"a a; ari St✓w
SP-60
ouble 10'x9' Box Culvert
eadwall
2
EA $ 21, 000°= /EA
$
Unit Price in Words
SP-60
8'x6' Box Culvert
eadwall
2
EA
$ q,7oo`' /EA
$ g 4,w w
Unit Price in Words
A&YY 1w✓ N•,ioaeo
8 15
e A Rock Rip -Rap
167
CY
$ 55 °e /CY
$ 9;gr "
Unit Price In Words
FTFrr o7lic
SP-37
ravation Protection
958
LF
$ 5 pS /LF
$ ,<74o
Unit Price in Words
RIVE
SP-70
Class C, Type W Raised Traffic
Markers
1,175
EA
1 $ 3 9O /EA
$ S8z sO
Unit Price in Words
TN4A%6 *wa A174ft#Y
SP-70
Class C, Type Y Raised Traffic
Markers
0
EA
$ e /EA
$ o
Unit Price in Words
TN+e4a Aw,1 ,vfv.iy
P-5
WORK DAYS 60
BID NO 2248
PO NO
BID TABULATION SHEET
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
SP-70
Class B, Type II-C-R Raised
Traffic Markers
690
EA
$ 5 pO /EA
$ 3 45o
Unit Price in Words
F, ✓a a l.4 ,uc
SP-70
Class B, Type II -A -A Raised
raffic Markers
0
EA
$ 5 pO /EA
1 $ 0
Unit Price in Words
SP-10
ock Excavation
50
Cy
$ 5S "= /CY
$ 2,7 50
Unit Price in Words
i ,erg <i-rc
3 107
rydromulch
3,500
SY
$ 3 °Q /SY
$
Unit Price in Words
T,yQ�E
SP-15-B
dlustSewer Manhole
1
EA
$ tpoo ? /EA
$ /Oc»
Unit Price in Words
046 740004#r4
121
ontractor's Warranties and
nderstandmgs
1
LS
$ /9, 7oe'0/LS
$ /q 70o `•
Unit Price in Words
AfiW&* rW00JAAW (I✓w Iiw"ldW
81
SP-80
amcades, Warning Signs
d Detours
1
LS
$ 8,0001" /LS
$ 6000
Unit Price in Words
0,64fr 7A)6VA4W4
SP-39
roject Signs
2
EA
$ 700 "D /EA
$ 1, Joe "-
Unit Price in Words
TOTAL BASE BID
$ 1 00 t 9 3 9 �S
Total Price in Words
M7G644o Eve dowwo 044o l06-).0"-d Ti�I
A%iwe, OOMA7.1 h1✓i fW.f�' .�iY4 G.e,Ia
P-6
WORKDAYS 60
BID NO 2248
PO NO
BID TABULATION SHEET
ITEM
DESCRIPTION
QUANTITY
UNrr
I =PRICE
I TOTAL
3 1
Preparation of Right -of -Way
1
LS
1 $ 8o, 000`4' /LS
$ go, cm m
Unit Price in Words
161"YY-rw"4W4
3-B
remove Concrete Curb & Gutter
0
LF
$ /F °e /LF
$ a
Unit Price in Words
Ado'e
3-C
ove Concrete Driveway &
Sidewalk
0
SY
$ &`f9 /SY
$ p
Unit Price in Words
J; rt a a /V4"
33
classified Excavation
14,000
CY
$ 2.0l0 /CY
$ 33, Goo
Unit Price in Words
'Tula AW4 A 4,7Y
37
Compacted Fill
9,200
CY
$ p 45 /CY
$ g r7110
Unit Price in Words
No A,rf N),100V Gjvc
3 12
emporary Erosion Control
1
LS
$ 30,300 "-/IS
$ 30, 300
Unit Price in Words
%W, 4-7r TNaw,✓o '1N4A5t N6rd440
4 6-A
6T Lune Treatment of Subgrade
24,000
SY
$ At, /SY
0
$ Zy pylo 4
I
Unit Price in Words
OA(d *O+J Ti;*4H ad&
4 6-B
e A Hydrated Lune (Slurry)
360
TN
$ ► i Z *e /TN
$ ,/0 3 7o
Unit Price in Words
oA(e/yawearo Twl./0s,
58
187 Concrete Pavement
21,100
Sy
$ 28 40 /SY
$6 O4 711 �
Unit Price in Words
'r,40.nr Bit rrA*fJ W"W aY
OT USED
Unit Price in Words
P-7
WORK DAYS 60
BID NO 2248
PO NO
BID TABULATION SHEET
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
7 6 A
4" Type B Headwall
1
EA
$ ll 100 "= /EA
$
Unit Price in Words
Llfaga ,dui
7 6 A
0" Type B Headwall
2
EA
$ ll540 ° /EA
$ 3 oao °
Unit Price In Words
7 6 A
rouble 10'x9' Box Culvert
110 42
LF
1 $ -710 "' /LF
$ 76 3 y& z`-
Unit Price in Words
S aJw mu,104s° -raw
7 6 A
8'X6' Box Culvert
100
LF
$ 2 &-/ `= /LF
$ P8 goo W
Unit Price In Words
7uo /f1C4A&,w Ciaarr S��w
SP-60
ouble 10'x9' Box Culvert
eadwal!
2
EA
$ 21,0W /EA
$ cF2000
Unit Price in Words
'T wry o,✓a Srflawu,re
SP-60
8'x6' Box Culvert
eadwall
2—TA
$ K; 7O° `^ /EA
$ 9,54,o0
Unit Price In Words
Ale" Sfw%, 104Wo4.?p
8 15
e A Rock Rip -Rap
167
CY
$ 5.502 /CY
$ q /Bs'
Unit Price III Words
FrFry Cve.
SP-37
1xcavation Protection
958
LF
$ 5 `= /LF
$ Al 74d w
,
Unit Price In Words
F�✓z
SP-70
Class C, Type W Raised Traffic
Markers
1,175
EA
$ 3 • o /EA
$ 4SBz so
Unit Price in Words
?NR&qV w.+/ A)&IVV
SP-70
Class C, Type Y Raised Traffic
arkers
0
EA
$ 3 qO /EA
$ a
Unit Price In Words
?Jllarz w✓J ww v
m
WORK DAYS 60
BID NO 2248
PO NO
BID TABULATION SHEET
ITEM
DESCRUMON
QUAN=Y
UNIT
UNIT PRICE
TOTAL
SP-70
Class B, Type II-C-R Raised
Traffic Markers
690
EA
$ 5 °b /EA
$ 2 ,150
Unit Price m Words
A, ✓t
SP-70
Class B, Type 11-A-A Raised
rafc Markers
0
EA
$ S ° = /EA
$ 0
Unit Price in Words
F✓c
SP-10
rck Excavation
50
CT
$ 5S `' /CY
I$--
Z 750 `le
Unit Price in Words
3 10 7
ydromulch
3,500
Sy
I $ 3°Q /SY
$ /a, Soo m
Unit Price in Words
7,y,
SP-15-B
lust Sewer Manhole
1
EA
$ l,000 tl0 /EA
$ cro
Unit Price in Words
7Ncrri �.rn
121
Contractor's Warranties and
nderstandings
1
LS
$ /7, 640 w /LS
$ /7, Soo "0
Unit Price in Words
S� ,� Yrdiw..4o 00*. A-L,"0449
8 1
SP-80
arricades, Wariung Signs
d Detours
1
LS
$ 4000 1 /LS
$ 8ovo "
Unit Price in Words
Ei N! '>rl�or�ra
SP-39
rolect Signs
2
EA
$ loco"
Unit Price in Words
fie„ i l4w
TOTAL ALTERNATE BID
$ / /g3, %Z5�
Total Price in Words
ONE 1+9iUmW O&WA40.049+0 6Fj6AITY- riOta a►a+
SEalw )OMA04jam -rsi* Fwi c DaV.., w. of Fe�Ty LaaT
P-10
WORKDAYS 22
BID NO 2248
PO NO
BID TABULATION SHEET
rrEM
DESCRIPTION
QUANTITY
UNrr
UNrr PRICE
I TOTAL
2 12 20
12" Water Main
3,379
LF
$ 2 7 `O /LF
$ 72, 422
Unit Price in Words
'rW rA/T ✓o
2 12 20
18" Water Main
180
LF
$ 2Z °� /LF
$ ?,96.o V
Unit Price in Words
rw „ w o n+ft W o
214
ire Hydrant Assembly mcl
" Water Main and 6" Valve
11 EA
$ 2coo'4 /EA
$ ZZ ooc
Unit Price in Words
TWO
213
7"xl2" Tapping Sleeve and Valve
1
EA
$ 6, loe`= /EA
$ G, /oo
Unit Price in Words
s,Y e
2 131
12" Gate Valve
3
EA
$ /�:� - /EA
$ 41200 "
Unit Price in Words
2 13 1
8" Gate Valve
2
EA
$ /� �' /EA
$ Z ZOO w
Unit Price in Words
P—LQVCN MrA0 80 &MTN W
216
" Irrigation Service
2
EA
$ /,em /EA
$ ?coo
Unit Price in Words
„
216
1" Irrigation Service
1
EA
$ 960 `= /EA
$ q 50
Unit Price In Words
3.41NLo A a z w o ►��
22
18" Sanitary Sewer
113
1 LF
1 $ 4407o /LF
$ 46*q.
Unit Price In Words
o dkZ ,, a ,, „r
2 12 14
Sanitary Sewer Manhole
1
EA $ 2,7co~ /EA
$ 2 uoo
Unit Price in Words
Tw ,l o )y o
P-11
WORK DAYS
BID NO
PO NO
22
2248
BID TABULATION SHEET
ITEM
DESCRIMON
QUANTITY
UNU
UW PRICE
TOTAL
2 12 14
6" PVC Conduit
500
LF
$ /3 O° /LF
$ G, _<oo "
Unit Price in Words
A.Airla
2 12 14
" PVC Conduit
750
LF
$ /Z w
Unit Price in Words
TwgL-&rjF s
2 12 14
" PVC Conduit
620
LF
$ // oe /LF
$ zo
Unit Price in Words
SP-10
rckExcavation
50
Cy
$ 5S"= /CY
$ Zy17;0
Unit Price in Words
F FTy #V& A✓N h&C
121
ontractor's Warranties and
nderstandings
1 LS
$ *,Zoo" /LS
$ cl Zoo
Unit Price in Words
O wv 4UMbOLTM ,va MIA
TOTAL WATER & SEWER
$ / 70, 9C/
Total Price in Words
&46 /d *W,0A 0 dE✓4✓ryr TIVOQJ * Ati,✓- Mcwo
owe, 4w1,�w.I. Aa .Piyiti Ls/la
P-12
WORKDAYS 10
BID NO 2248
PO NO
BID TABULATION SHEET
ITEM
DE8CRUMON
QUANTITY
UNIT
I UNIT PEKE I
TOTAL
3 1
Preparation of Right -of -Way
1
LS
1 $ 2,800"* /LS
$ 2 800
Unit Price in Words
UJCWTVw
825 LF S [,/ Oe /LF $ 3, 3vo
3-B
move Concrete Curb & Gutter
Unit Price in Words
3-C
move Concrete Driveway &
Sidewalk
470
SY I S /SY
$ 3 co 8
Unit Price in Words
S N Ord aT
33
rclassified Excavation
225
CY I $ /CY
$ ! 048 Zs
Unit Price in Words
rd J J wT c l v
37
ompacted Fill
0
CY
I $ / `''= /CY
$ 0
Unit Price in Words
(JN C AmN t4 o
3 12
emporary Erosion Control
1
LS
$ 2,000°=/LS
$ 2000
Unit Price in Words
T d-V c , kti No
4 6-A
"Lime Treatment of Subgrade
825
Sy
$ 3$O /SY
$ Z g 8 7 S°
Unit Price in Words
TM Re Kwe i 1!h T
4 6-B
e A Hydrated Lune (Slurry)
125
TN
I $ 112 O- ITN
$ / 4-oo
Unit Price in Words
ON L yu xaR 0 7-Wf A.vc +M D Na
5 7-A
1-1/2" Asphalt Pavement
Type D)
756
SY S /e OS /SY
$ 3 oZ4
Unit Price in Words
C o uR %NQ No
5 7-B
16-1/2" Asphalt Pavement
(Type A)
756
Sy I $ /8/SY
$ 13 (.08 "
Unit Price in Words
I N g "D NO
P-13
WORK DAYS 10
BID NO 2248
PO NO
BID TABULATION SHEET
rrEM
DESCRI)MON
QUANTITY
UNa
UNrr PRICE
I TOTAL
8 2-A
Concrete Curb & Gutter
830
LF
$ 14F 9 /LF
$ //, 6 Zo
Unit Price in Words
N0u&Troam
8 3-A
roncrete Sidewalk
254
Sy
$ 31$O /SY
$ 8vo `P
Unit Price in Words
'r*# T A,,- Cr
8 3-A
kandlcap Ramps
2
EA
$ $00 °e /EA
Unit Price in Words
FIVE VALINDiZ9KN a
76 A
ove ManholeUet Structure
2
EA
$ /,300 `% /EA
$ Z boo
Unit Price in Words
OT USED
$ /
$
Unit Price in Words
2 12 3
11811 RCP
9
LF 1
$ 6/ `= /LF
$ 6 V,?
Unit Price in Words
s i -r m n M.0
212 3
4" RCP
22
LF
$ 6V *! /LF
$
Unit Price in Words
%IY,-rv, wAir
2 12 3
7" RCP
12
LF 1
$ 74 oO /LF
$ $ 8 8 w
Unit Price in Words
SIEVINry, ApioA L�
212 3
2" RCP
35
LF 1
$ Ae6 `"- /LF
$ 42oo K
Unit Price in Words
Tw`rry a� N0
H J N
2 12 3
8" RCP
6
LF $ 140 "e /LF
Unit Price in Words
µ,r,,,balta .060-ri Awn0
P-14
WORKDAYS 10
BID NO 2248
PO NO
BID TABULATION SHEET
rrEM
DE8CRn'n0N
QUANTITY
UNrr
UNrr PRICE I
TOTAL
7 6 A
101x5' Junction Box
1
EA
$ O,�p a /EA
$ 54,go
Unit Price in Words
Fjf:,ry j7guix iwmg, ign A,wrj N o
7 6 A
'x6' Combination Junction Box
d Curb Inlet
1
EA
$ !f;Vm °' /EA
$ !•100
Unit Price In Words
T T N vw es o
SP-3
8" Type B Headwall
1
EA $ %9e0 = /EA
$ I yao y
Unit Price in Words
rr %W ra ,, Hn e 0600 NO
3 10 7
ydromulcbmg
950
SY
$ 3 °O /SY
$ L 8 So -
—r"&%N A$4 o u
SP-37
ravation Protection
84
LF
$ 5 $e /LF
$ �FG Z ✓"
r- v o PIP
SP-70
lass C, Type W Raised Traffic
Makers
65
EA
$ 39O BA
$ Z53 sO
Unit Price in Words
T Ii IkIR o N I K C T Y
SP-70
lass C, Type Y Raised Traffic
Markers
50
EA
$ 3 9S /EA
$ / 45 d
Unit Pnce in Words
TN. - .n ra t1 I a.► -c Y
SP-70
lass B, Type H-C-R Raised
raffic Markers
45
EA
$ 509 /EA
$
Unit Price in Words
FiV& AMN NO
SP-70
Class B, Type II -A -A Raised
raffic Markers
26
EA
$ 5 °= /EA
$ / 3 o
Unit Price in Words
FIVE p H o
TOTAL WOODROW LANE
$ 9/1 /2 9 7s
Total Price in Words
T OV441 o O.Mg IVOAVeAw 7A—.*" dww
Q01/0'a Aw J .%wvv Akm C^ln
P-15
BID SUMMARY
Award of the bid will be based on the total of base bid plus water and sewer or alternate
bid plus water and sewer The projects are being separated for bookkeeping purposes
only
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
.TA T PAIJ 6 iN6
CONTRACT
BY
"1 E Q�( G�iA01rAN ��e� �resl�wT
//.4o /6Ily6 dorwa
Street Address
(JAi�Ai .,r*1Aa 75z24
City and State
Seal & Authorization
(If a Corporation)
9�2- 857-224/ 9�2-ISM-Z3Zo
Telephone Fa,d
L.M
1 1N
pAC o;
3sicr i£$
s� n n r.. li\'3�'� Y L hA>
PRODUCER
AOn Risk Services Of Texas
2711 N. Haskell Ave.#800 LB#8
�b s
3' no <V A 8Fd8s i@bd,35 §4i''b�"q °Sy�y�'N OAT! (IDI�OMY)
t r;dy,° t b o�(g p>i. #r 8 .�'t:
8/1998
THIS CERTIFICATE 18 ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
ALTER HOLDETHE ICOVERAGECAFFORDED BY TOT HE POLICIEXTEND
S BELOW
COMPANIES AFFORDING COVERAGE
Dallas, TX 75204
COMPANY
(214) 989-0000 fax(214) 989-2580
A St. Paul Guardian Insurance Cc
INSURED
COMPANY
JRJ Paving, Inc.
B National Union Fire Ins Cc
P B 0, BOX 51934
COMPANY
Dallas, Texas 75229
C Amerisure Insurance Company
COMPANY
D
Rs> �LdA �yp� �, d• b i(� d vk o khv<f< } rr ^<,<
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
Go
TYPE OF INSURANCE
POUDY NUMBER
POERUnCY( l�TPPEC12
IM
POLICY (OMPIRAATION
� m
A
GENERAL
LIABILITY
KKO910ONS
08/29/98
08/28/99
GWERALAGGREGATE
s ZWOLOOD
PRODUCTS COAPATP AGO
S QQQ,
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE ® OCCUR
PERSONAL A ADV INJURY
S
EACH OCCURRENCE
S 11,01110,011110
OWNERS A CONTRACTORS PROT
FIRE DAMAGE (Any one fire)
S
MED EXP ( we ron)
S
A
ADTOxoBBa
W"Lfry
ANY AUTO
KK081CON&1
08/29/98
08/29/99
COMBINED SINGLE LIMB
3 1,OOD,000
BODILY INJURY
(Per person)
S
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Par aaaNenB
S
HIRED AUTOS
NON -OWNED AUTOS
PROPERTY DAMAGE
S
GAMGB UABUM
AUTO ONLY EA ACCIDENT
S
OTHER THAN AUTO ONLY
ANY AUTO
EACH ACCIDENT
S
AGGREGATE
s
1XCESS LIABILITY
SESSM13
08/29/98
08/29/99
EACH OCCURRENCE
s
B
UMBRELLA FORM
AGGREGATE
S
S
OTHER THAN UMBRELLA FORM
C
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
WC12BMI
08/29/98
08/29/99
X ITINYUN61
EL EACH ACCIDENT
i
THE PROPRIETOR/ INCL
PARIN€IS MOUTNE
EL OISEASE POLICY LIMIT
S
EL DISEASE EA EMPLOYEE
S WOSG
OFFICERS ARE EXCL
OTHER
Project: Hid # 2248
/ Research Parkway
Woodrow
ne Improvei
ients
Research
Parkway Water and Sever
Improvem
nts
0E81; OP OPEUTION TON pI.
C ty of Denon, is O ficTals, Agents, Employees and volunteers are
named Addit onal Insured for coverages except Workers' Compensation
and provide Waiver of Subrogation for Workers' Compensation with
coverage Primuz toan other insurance available subject t(o., Terms any�dWWA,,
n >. d GS� A n LN �BL #S'£bAb grGY#" 4 b 4Y bH oirll.F; �✓J a
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BSFORe THE
City of Denton
EIPEATION DATE THEREOF, THE ISSUING COMPANY WILL MAIL
City Manager
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAM® To THE LEFT
215 E. McKinney
Denton Texas 76201
AUTHOR® REPREBEL
AA��//io/L�IIo, ,aL uia �d;>,�nSso,tx ,, r>., 4 - o><, , > L d szr �a�y Ian
+Rtltl++ RB!'>M<� G � b a »<<f ii 8, 3r i. c 2 x < <+�:A�iORiA' �tA3ia�!I 4666