Loading...
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