Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
1995-119
ORDINANCE NO. �( AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of STATE law and City ordinances; and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications 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 1758 JAGOE PUBLIC $601,935.00 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 Q��''�� day ofO-AA/t4p. 11995. CASTLEBERRY, ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: APPROVED AS TO LEGAL FORM: HERBERT L. PROUTY, CITY ATTORNEY PAGE 2 DATE: JUNE 20, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1758 - LONGRIDGE DRAINAGE AND WATER IMPROVEMENTS RECOMMENDATION: We recommend this bid be awarded to the low bidder, Jagoe Public, in the total amount of $601,935.00. SUMMARY: This bid is for all materials and labor necessary in the construction of an 8" waterline and drainage improvements on Longridge Drive and a 6" waterline on Woodbrook Drive. Six bid proposals were received in response to 97 notice to bidders mailed to vendors. BACKGROUND: Tabulation Sheet, Memorandum from David Solomon dated 5-30-95. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Engineering Division, Water/ Sewer Field Services and Citizens in the areas. FISCAL IMPACT: Budgeted funds for Drainage & Water Improvement Account #620- 081-0461-R505-8560 and 446-020-DRAN-9204-9108. R pectfully submitted: loyd V . Harrell City Manager Approved: Name: Denise Harpool Title: Senior Buyer 609.AGENDA 2� ; ■ m (0 2 0 & § > co � # k \ 2 S § § # 2 ■ =z # co w b o ■ o N, C Q ° > $ 2 t 7 2 2 2 LU ( w 2 tr R 7 2 2 ui q _ ©§ 2 q 2 o « cm A 00 Q m z Mt© L i 0 w w « ' # 2 _ > co e _ a (w 0 § o k w w z _ / k 0 0 0 — g * 2 7 2 G N k w ° 3 \ 2 uj > 3 2 wz w o 2w , 2 2 LLI §> § k aLU ■ � § } § o § z R © w �04 I w■ M w e o mZ w 2= ) 2 d< e 2 2 2LL, q E o» « z z J� § z w § � � o # z z . c = � m m 0 # - ® CITY of DENTON, TEXAS MUNICIPAL BUILDING • 215 E. McKINNEY • DENTON, TEXAS 76201 MEMORANDUM (817) 566-8200 • DFW METRO 434-2529 DATE: May 30, 1995 TO: Tom Shaw, Purchasing Agent FROM: David Salmon, Senior Civil Engineer SUBJECT: Longridge Drainage and Longridge/Woodbrook Waterlines Bids for the subject projects were opened on Tuesday, May 23rd. The low bidder was Jagoe Public at $601,935.00. Our engineers estimate was $644,636.00. We have checked the bids and all appear correct. Jagoe Public has completed many similar projects for the City with excellent results. We have recommended the water line bid to the Utility Department and they plan to forward it to the Public Utilities Board for their June 19th meeting. Please forward the entire bid to City Council with our positive recommendations for June 20th. According to John Atkins in the Utility Department, they anticipate P.U.B. approval of the water line bid on June 19th. David Salmon AEE00549 "Dedicated to Quality Service" June 19, 1995 PUBLIC UTILITIES BOARD AGENDA ITEM TO: CHAIRMAN AND MEMBERS OF THE PUBLIC UTILITIES BOARD FROM: R. E. NELSON, EXECUTIVE DIRECTOR OF UTILITIES SUBJECT: CONSIDER BID OPENING NO. 1758 FOR CAPITAL IMPROVEMENT PROJECT LONGRIDGE/WOODBROOK WATERLINE REPLACEMENT. RECOMMENDATION: The Utility Staff and the Engineering and Transportation Department (Exhibit I) recommend award of the contract to Jagoe Public Construction Company (Jagoe) of Denton for the amount of $136,527.00 for the construction of Longridge/Woodbrook Waterline Replacement (Exhibit II Location Map). SUMMARY: Bids were opened May 23, 1995, with a total participation of 6 bidders (Exhibit III). Jagoe is the lowest qualified bidder. Jagoe's bid is $136,527.00 for 1-125 feet of 6 inch and 1,863 feet of 8 inch waterline replacement and $465,408 for drainage improvements for a total bid of $601,935. Jagoe is low bidder on both the water and drainage improvements. The bid for the waterline is $53,473 under budget and $40,173 under the engineer's estimate. The bid does not include asphalt patching. The Engineering and Transportation Department will perform this service for $2.00 per square foot of patch. The area to be patched will be determined after the contractor has completed work. The estimate for patching is $24,000. BACKGROUND: Woodbrook Drive was included in the 1995 CIP Field Service Replace Waterline Program. At the beginning of the year, the Engineering and Transportation Department requested that we replace the Longridge waterline also. It has had many breaks. Also, the Engineering and Transportation Department was going to be constructing drainage improvements on the street. Due to the potential conflicts between the two projects, it was decided to bid both projects and award them to one contractor. The Utility staff decided to postpone replacement of Prairie Street from Avenue E to Bonnie Brae so that we could replace the Longridge waterline. AGENCIES AFFECTED: The Citizens of Denton, Denton Municipal Utilities, The City of Denton Engineering and Transportation Department and Jagoe Public Construction Company. FISCAL IMPACT: The budget for Woodbrook Drive and Prairie Street was $214,000. The estimated total cost of this project, including paving, is $160,527. This is $53,473 or 2501 under budget. For the total Field Service Replace Program, we expect to end up approximately $6,100 under budget. See Exhibit V for a detail analysis of the entire program. Respectfully submitted, R. E. Nelson, Executive Director Department of Utilities Prepared by: Gerald P. Cosgrove, P. E. Engineering Administrator Approved by: Howard Martin Director of Environmental Services Exhibit I Letter of Recommendation Exhibit II Location Map Exhibit III Bid Summary Exhibit IV CIP Detail Sheet Exhibit V Fund Analysis Exhibit VI Project Considerations CITY of DENTON, TEXAS MUNICIPAL BUILDING • 215 E. McKINNEY • DENTON, TEXAS 76201 MEMORANDUM (817) 566-8200 • DFW METRO 434-2529 DATE: May 30, 1995 TO: Jerry Cosgrove, Engineering Administrator FROM: David Salmon, Senior Civil Engineer SUBJECT: Longridge/Woodbrook Water Lines Bids for the subject water lines were opened on Tuesday, May 23rd. The low bidder was Jagoe Public at $136,527. Our engineers estimate was $176,716.00. We have checked the bids and all appear to be correct. Jagoe Public's unit prices are reasonable. Jagoe Public will use Don Vickery to install the line. Don has completed numerous utility installations for the City of Denton with excellent results. We recommend that Jagoe Public be awarded the bid for Longridge and Woodbrook water lines. David Salmon AEE00549 "Dedicated to Quality Service" EXHIBIT I LOCATION MAP k% /z "I \\ D llmmlw--, m- EXHIBIT IFE LONGRIDGE DRAINAGE AND WATER IMPROVEMENTS LOW BIDDER (TOTAL PROJECT) WATER DRAINAGE TOTAL 1. Jagoe Public Company $136,527.00 $465,408.00 $601,935.00 2. Circle C Construction $156,613.50 $633,959.50 $790,573.00 3. Dickerson Construction $167,648.00 $660,717.50 $828,365.50 4. Atkins Bros $194,866.30 $654,200.30 $849,066.60 5. Mid -State Utilities $178,978.50 $732,643.00 $911,621.50 6. CBS Mechanical, Inc. $160,703.00 $834,658.00 $995,361.00 LOW BIDDER (WATER PORTION) WATER DRAINAGE TOTAL 1. Jagoe Public Company $136,527.00 $465,408.00 $601,935.00 2. Circle C Construction $156,613.50 $633,959.50 $790,573.00 3. CBS Mechanical, Inc. $160,703.00 $834,658.00 $995,361.00 4. Dickerson Construction $167,648.00 $660,717.50 $828,365.50 5. Mid -State Utilities $178,978.50 $732,643.00 $911,621.50 6. Atkins Bros $194,866.30 $654,200.30 $849,066.60 EXHIBIT III 1995 CAPITAL IMPROVEMENT PROJEU I V 9b-0461-71U PROJ TITLE: (R)(1995) FIELD SERVICES REPLACE WATER LINES ESTIMATED COST: $417 (x 1000) GROUP ASSIGNMENT: DESCRIPTION: Wisteria-Willowwood N. to Dead End 6" 600 LF Praire-Ave E. to Bonnie Brae 6" 1,800 LF Daniels -Ft. Worth Dr. to Dead End 6" 500 LF Acme -Ft. Worth dr. to Dead End 6" 600 LF Prairie -End of New Line to Bernard 6" 600 LF Woodbrook-Longridge to Pennsylvania 6' 1,000 LF Total 5,100 PURPOSE: Save on maintenance and repair cost and to protect integrity of water system work accomplished by in-house forces. COST CALCULATION: Estimated Cost $ 417,000 5 $ 56,000 $ 134,000 $ 47,000 $ 50,000 $ 50,000 $ 80,000 $ 417,000 FUNDING REQUIREMENTS: ENCUMBERANCEWCASH EXPENDITURES (In Dollars x 1000) First Qtr. Second Qtr. Third Qtr. Fourth Qtr. ENC EXP ENC EXP ENC EXP ENC EXP 1995 105 105 104 104 104 104 104 104 1996 0 0 0 0 0 0 0 0 1997 0 0 0 0 0 0 0 0 ENCUMBERANCES CASH EXPENDITURES BOND REV AIC OTHER TOTAL BOND REV AIC OTHER TOTAL TOTAL 1ST YR $0 $417 $0 $0 $417 $0 $417 $0 $0 $417 TOTAL 2ND YR 0 0 0 0 0 0 0 0 0 0 TOTAL 3RD YR 0 0 0 0 0 0 0 0 0� 0 GRAND TOTAL $0 $417 $0 $0 $417 $0 $417 $0 $0 $417 ENCUMBERANCE DATES Encumbered as spent. PHASE DATE AMOUNT OBJECT# Design Inspection Construction Miscellaneous ENCUMBERANCE TOTAL COMMENTS: As spent $ 10 8560 As spent $ 407 9114 $417 R122194 16,40 tAr I1131 1 1 V LONGRIDGE/WOODBROOK WATERLINE REPLACEMENT FUND ANALYSIS WATER DISTRIBUTION ( REVENUE) STATUS COST FUNDSOURCE 95-0461-10 TOTAL FUNDS EXPENDITURES Longridge/Woodbrook Prior Expenditures Future Expenditures TOTAL EXPENDITURES $417,000 $417,000 Bid $136,527 Actual $190,380 Estimate $84,000 $410,907 AMOUNT OVER/(UNDER)BUDGET $6,093 NGRWBFN.WK4 EXHIBIT V PROJECT CONSIDERATIONS LONGRIDGE/WOODBROOK WATERLINE REPLACEMENT * This project is coordinated with the Longridge Drainage Improvements allowing the city to improve both water and drainage utilities with one project. * The Street Department will be repaving Longridge Drive. Replacing the existing waterline and installing new storm drainage will insure that the new pavement will not have to be excavated to perform maintenance. * The existing waterline has been a continual maintenance problem making it more cost effective to replace the line than continuing to make spot repairs. * The project is within budget. - - EXHIBIT VI Lra CONTRACT AGREEMENT CC STATE OF TEXAS S COUNTY OF DENTON S THIS AGREEMENT, made and entered into this 20 day of A.D., 19 95 , by and between THE CITY OF of the County of DENTON and State of Texas, acting through LLOYD V. HARRELL thereunto duly authorized so to do, hereinafter termed "OWNER," and JAGOE PUBLIC CO. P.O. BOX 250 3020 FT. WORTH DRIVE DENTON TEXAS 76202 of the City of DENTON , County of DENTON 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 # 1758 - LONGRIDGE DRAINAGE AND WATER IMPROVEMENTS in the amount of $601,935.00 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 accordance with the plans, which includes all maps, plats, CA - 1 blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by THE DEPARTMENT OF ENGINEERING AND TRANSPORTATION 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, invitees, 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 claims 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. ATTEST: i APPROVED AS TO FORM: City Attorney AAA0184D Rev. 07/28/94 CITY OF • ,.,�y� • .'1*1 All, JAGOE PUBLIC CO. CONTRACTOR CA - 3 P. 0. Box 250, Denton, Texas 76202 MAILING ADDRESS (817) 382-2581 PHONE NUMBER ( 817 ) 38822-+-977 FAX NL NktR -Lt�!1 • PRINTED M (SEAL) PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That JAGOE PUBLIC CO. of the City of DENTON County of DENTON , and State of TEXAS as PRINCIPAL, and SEABOARD SURETY COMPANY , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the THE CITY OF DENTON as OWNER, in the penal sum of SIX HUNDRED AND ONE THOUSAND NINE HUNDRED THIRTY FIVE and no/100-------- Dollars ($ 601,935.00 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 20 day of DUNE , 19 95, for the construction of BID # 1758 - LONGRIDGE DRAINAGE AND WATER IMPROVEMENTS which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PB - 1 PROVIDED FURTHER, that if any legal action be filled upon this bond, venue shall lie in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 28th day of 19 95 . June JAGOE PUBLIC COMPANY SEABOARD SURETY COMPANY Principal Surety BY 0 1 La mayA1-&/u P Rosemary Weaver Title �� — Y Y e9 i , ✓Lw.�.R Title Attorney -in -Fact Address: P. 0. Box 250 Denton, Texas 76202 (SEAL) 7 Address•Burnt Mills Road & Route 206 Bedminster, New Jersey 07921 (SEAL) The name and address of the Resident Agent of Surety is: Willis Corroon Corporation of Texas 5420 LBJ Freeway, Suite 1400, Dallas, Texas 75240-2652 NOTE: Date of Bond must not be prior to date of Contract. AAA0184D Rev. 07/28/94 PB - 2 PAYMENT BOND STATE OF TEXAS S COUNTY OF DENTON S KNOW ALL MEN BY THESE PRESENTS: That JAGOE PUBLIC CO. of the City of DENTON County of DENTON , and the State of TEXAS as principal, and SEABOARD SURETY COMPANY authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF DENTON , OWNER, in the penal sum of SIX HAND RD AND ONE THOUSAND NINE HUNDRED THIRTY F IVE andn /1 ,601,935.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 20 day of JUNE 19 95 . BID # 1758 - LONGRIDGE DRAINAGE AND WATER to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PB - 3 Surety, for value received, stipulates and - agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 28th day of June 19 95 . JAGOE PUBLIC COMPANY By Ti Address: P. 0. Box 250 Denton, Texas 76202 (SEAL) SEABOARD SURETY COMPANY Surety osema y weaver Title Attorney -in -Fact Address: Burnt Mills Road & Route 206 Bedminster, New Jersey 07921 (SEAL) The name and address of the Resident Agent of Surety is: Willis Corroon Corporation of Texas 5420 LBJ Freeway, Suite 1400, Dallas, Texas 75240-2652 AAA0184D Rev. 07/28/94 PB - 4 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF DENTON $ KNOW ALL MEN BY THESE PRESENTS: That JAGOE PUBLIC CO. as Principal, and SEABOARD SURETY COMPANY a corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, a Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas, the sum of SIXTY THOUSAND ONE HUNDRED NINTY THREE and 50/100--- Dollars ($60,193.50 ), ten (10%) percent of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and assigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said TAroE PimT.TC` C'n_ has this day entered into a written contract with the said City of Denton to build and construct BID # 1758 - LONGRIDGE DRAINAGE AND WATER IMPROVEMENTS which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporated herein by reference and made a part hereof as though the same were written and set out in full herein, and; WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in MB - 1 accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said JAGOE PUBLIC COMPANY as Contractor and Principal, has caused these presents to be executed by and the said SEABOARD SURETY COMPANY as surety, has caused these presents to be executed by its Attorney -in -Fact Rosemary Weaver and the said Attorney -in -Fact has hereunto set his hand this 28Yh day of SURETY: June 19 95 SEABOARD SURETY COMPANY n qp BY: Rosemary Weaver Attorney -in -Fact AAAO184D Rev. 07/28/94 PRINCIPAL: s C aFmosawk l_/1/lam' MB - 2 2B= 2921 Certified Copy MWITI KNOW ALL MEN BY THESE PRESENTS That SEABQAf3Q_SIIRETY igMPANY; a corporation of the State of New York, has made, constituted_ and appointed and bythesp presents-doe0r ake, constitute and appoint John R. Stockton or Rosenaiy Weaver or L. Ray Pitts ,'"Jr. or° Bev€rly Hayes - of Dallas r texas its true and lawful Attorney -in -Fact, to make, executeand deliver -on Its -behalf Insurance policies, surety bonds, unde►takings and other Instruments of similar nature as=fo11ows =< Wit t Limitations - Such insurance policies,_siirety bonds, underteicings acid instrument$ forsaic! purposes, when duly -executed by the aforesaid Attorney -in -Fact, shalt be -binding upbn the s3W Ct�tnpeizyas iuUy and "ti? the lama extent -as if signed by the duly authorized officers of the Company and sealed withjtSc _orate_ss"nifatl t#rs acts offs aid -Attorney in FacS; pursuant to the authority hereby given,_ are hereby ratifi ed and cohiirme¢ This -appointment -is made pursuant to -the fgilbwing By-Ea44 which were duly adopted by the ttoatd of Directors of the said Company on December $th,`-]927, withArrie_ndri3entstfl=and tfteii ding ;tanuary`t_5 _19$2 on are still -in Iull force and effect: ARTICLE Vtl• SECTION 1.- "Policies, bonds. recognizances stipulations conserfts 2f surety tindenitrilln¢undertskittgs aniiinatrumehRsteletlnQ-#her8f9: - Insurance policies, bonds.recognizances shputattgns n'sentsotsoretyair u derwtittn us$�rtalangiiof#_he£o�pany-andrelea;:es,agreeme_ntsand other writings relating in any way -thereto onto any _claim pr-los5fher@under sE�alf besigne¢ in th$ nameand on behaif.of Lhe C pany --- - (a) by the Chairman of the artAssistentSeCretary.a Resident Secretary or Resident Assistant Secretary; -Or fir) hyarkttgrneyD FaghYor 0ompatiy ap�_oin#ed and anthoX�a4>zy_the Chaiinnan of3he Board, the President or aVice-President to matte such signature or" j try`such:oilter�tfGcgrgorreQrg'santa -vs_ s as t *Hoar- may tram bme to time determine.- _ The seat of the Company shah if appropriate baatfiired thdrete try�n syeh offtcet>= ttofrtey Sri=Fact Gi=rsRresentative " {N- WITNESS WHI REQE EABQARD SUR TY C4MPAi Y s caused ihese'preserits to be i�ned by one of -its Vice - Presidents, and its=corporate eeai to fig-hereun{2�fitifed and du(g attesteii°fly one c1f ftS Rssistarif Secretaries,; this _.--Z th.... day of-....YTai#i3a�r. - ._,.- . ' 19-9 - rc" Attest: $EA$ = RD UEtETY COtyIPANY, l For fw.�} (Seat%u-L) B .. -- - sistantSecr ary - Vice Pr@si eM STATE OF NEW JERSEY ss COUNTY OF SOMERSET On this ....... ,25 1....._....... day of ......... '7i1muay---------------........ ---------- ---------------- ----..:...... , ]9_94----, before me personally appeared --- ... -:-- - - - . '_:....... .- a Vice --President of SEABOARD SURETY COMPANY, with whom I am personally acquainted, who, -being by me -duly -sworn, said that he resides in the _Mate of .-New -Jersey-_.--- ; that he is a Vice -President of SEABOARD SU R�-TY COMPANY, the corporation clescribe t_in and which executed theforegoing instrument; that heknowsthe-corporate seal-ofthesaid_Company fhatthe.sealaftixedtoSaidinstrumentissuchcorborat8seal; that it was so affixed by order of the Board of f?l actorsol aid-d6rhpany and d th_at hesigned_his hawse -thereto as Vice -President of said Company by like authority. _ _BUINIZA=��i Ift_ 06 NOf - tWN 1EESEY- " (Seal) ,�NOTAir , my ottat sivaaWW"ept "Ma - ry rQ' a - _ Nota Public �` ►uetic C A T t R.1- C A T E_ - e E - I,theu nedAssiSlantSecretg[yofSEABOARD$UR€TY-.COMPANY-doherebLycertify that1heoriginal PowerofAttorneyofwhich the foregoing is a full, true and -correct copy, is in full -force and effect on the date of_this Oestttfgateand I do tutthercettify thatthe Vice -President who executer! thesafdPowerof Attorney was one of the Officers authonzed_by the f3oa[d'of Oi�ectors to aR"point an-attvrheyfo-factas provided -in Artic_te_ Vfl: Sectio_ ri_ 1. Q}= -the of SEABOARD SURETY COMPANY. - _ - This Certificate maybe signed -and -sealed by facsimile under _and by authority of the fotl6wingresolution of the 9Xecutive Committee of the Board -of Directors of SEABOARD=SURETY COMPANY eta mee#ingdufysalled and -held -on -the 25th dayof idarch 1g70- 'RESOLVED: (2)'That the u;;g of a ponied faosimiQ o>`the=corpora-test of tbeompanandaf ihesignatureDi an Assistant Secretary on any - cartificationofthecorrectnesso-tadopyofarairistrurria3ntex utetl-'byfh�President�£8_Vtse-RresidafttQui'sugnXto_AMicte"Vlf,Sectionf,4t- the BY -Laws appointing and authorizing an-attorney=in=fact to sigh fn-the'naune ani on=Dshalf of the. ompgriy su[isty=tignds--uodeiwnting-undert kogs or=other instruments described in said-Articla Vti, Section 3- with like -eff_e_ct asif sltchseal and -such signature tied-been-mariitally affixed ehd m_ ad_e, hereby, is authorized and approved.". --_ tN'WrTNts& Wt RE E have hereuntoset my hand a d affixed the ebrporate seal of h Co tpany to tMess presents this €��- ,� t pr NE`>'� br verill the authenticity of this Power of Attomey you may call, collect, 908-658-3500 and ask for the Power of Attorney clerk. Ples F?(ftgftTy rabwer rf Attorney number, the above named Individual(s) and details of the bond to which the power is attached. in New York, Dial 212-627-5444. IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: YOU MAY CONTACT THE TEXAS DEPARTMENT OF INSURANCE TO OBTAIN INFORMATION ON COMPANIES, COVERAGES, RIGHTS OR COMPLAINTS AT: 1-800-252-3439 YOU MAY WRITE THE TEXAS DEPARTMENT OF INSURANCE: P. 0. Box 149104 AusTIN, TX 78714-9104 FAx 1(512) 475-1771 PREMIUM OR CLAIM DISPUTES: SHOULD YOU HAVE A DISPUTE CONCERNING YOUR PREMIUM OR ABOUT A CLAIM YOU SHOULD CONTACT THE AGENT OR COMPANY FIRST. IF THE DISPUTE IS NOT RESOLVED, YOU MAY CONTACT THE TExAs DEPARTMENT OF INSURANCE. ATTACH THIS NOTICE TO YOUR POLICY: THIS NOTICE IS FOR INFORMATION ONLY AND DOES NOT BECOME A PART OR CONDITION OF THE ATTACHED DOCUMENT. JUL, -03' 95 (yION) 10 ; 46 1• x . 111� 4. aHi►/r ! RAMEY A KINgI INSURANCE 83o S. 1.55E, St ttu A Denton L9tIRED ,IOgOatAYbIIC BIII Cheek P O BOX 260 Donton x :n THIS IS TO CI INDICATED, Ni CERTIFICATE I -IXCWSIONB i A' TYPE t I GENERAL LML X ; cwEnc RAIMEY & KING TX 752W7629 Irw TX 762U2 TEL:1 817 243 1050 P. 001 N Yi•' : ' :: •�i OI � %X lwfM p'� }�I$ RTI IS ISSUED AS A MATTER OF INF'ORDIATLON ONLY AND CONFERS NO RIOHT5 UPON THE CERTIFICATE HOLDER. T'His CERTIFICATE GOES NOT AMEND, tI,X'TT:ND OR ALTER THE COVERAGE AFFORDED BY THE i POLICIES BELOW. ................................................. .............................. COMPANIES AFFORDING COVERAGE ...................................................................... LETITA�'U� A The Tr Voka lneunlnce COMPANY B LETTER • ...LETCEn............................................... caMPAm .. C ca..........., uimaH .................................... . D LE71F3i ..I .......................... cawAHY ....... E Pi6 �::Si°,fi^:n:4YN. rtczuwww:u:.:aaa:u a:x n.......:.....:.^.......,..•....... .... ......------..........-...... ...ne.vr: FY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD pHSTANDLNG ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENr WITH RESPECT TO WHICH THIS BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CONDITIONS OF SUCH POLICIES, , LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ................................................. ............. ................... V............................ ....................................................................,. NbVFJiHCE POUpY ND�✓ff31 k=y FJ'Pww !POLICY WMATDH •. V •• LMrtS DAYE OU DDIM DATE (hbtA O(M ............................................................................................................................. . ................................ ................. ....... ,....... ...................... YLSCP342Kl3Fi rs 10101)pi 11U0i/95 a "t te r+" 2000000 ............... . . ........................:r... ............................... GENER& UAUM PRODUCTSC4W10P AUG. s 2000B00 ..........,.............................................-........................................ MADE ` X ' OCCUR PM, NAL 6 ACV. @WRY :1 loom ......; .....,...� ` : OIN:ERS b (ID+nRACrORs .. FOOT. ... ....... . ..... .. ......... ......... .... 0........ ,. .........: orm ore] f 6 $OD�O 1 _.ylf¢OTY..... ......... ...... ,................ PMI P..%:i ................ SODG L AUrououx LLAai,rY YCAP342ZK4364 10101194 10101/m ' COM844ED SINGUE i 1000000 X i WYHJTO I. UMR ALL OWNED ures i BOOBY INJURY ; ii :........, r qrp, i i 96EWLED ;........; Y1TOB .....I......— .................. .................................. i HMO AROL BODLY n1uR/ f ;........ N ..........( ALMS (Far ace a"o ................................................................................ Oni+AQk !.......: c1TY , ` PHOPENN DAMAGE i R....:`'.........%,............. iCE33 LA LI Y .............................. YSMCUP342K437-6 ... ........ ................................................................ 101011" 10IO1BEACH OCCUFMN ................ ............... ................. 1000000 .... E X E UMGREUA kIRM GFiEDAiE j,... ^.......:.............r.: ms •: ; ....... ..........i 2 `. $TAMOIIYUMGS.. YEEU6342K490 S ................................. EACH AaOxr1/01194 11015 ... .,r,..r... .•... r .. 10..0:.0.:U..0.:0 ...... IWD . OMEAW -POLICY LAR '.i.: yDdOGO.. ' Erm0mi i� t: uwLRY ................................................:............... i DR &W - EACH EMPLDVU ii ..... ...... ...16DOODO k1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE I, IXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO a ; 0 MAIL so DAYS WRITTEN NOTICE TO THE CUMFICATE HOLDER NAMED TO THE City 0} Aron Dewvs CalI� saE� LEFT BUT FAILURE TO MAIL SUCH NOTICE 9HALJ_ IMPOSE NO OBLIGATION OR non 215 E, MoKlnnoi-' 76201 x(_ UABIUTY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. Denton 1' ....._.__�------__---- 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 AAA00350 REVISED 10/12/94 CI-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(30) 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 of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. • Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as 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: [XI A. General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000,000 shall be provided and maintained by the contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form 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 (XCU) exposures. • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. AAA00350 REVISED 10/12/94 Cl - 3 Insurance Requirements Page 4 [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for: • any auto, or • all owned, hired and non -owned autos. [X] 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). [ ] 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 Cl - 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. [ ] 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. (] Professional Liability Insurance Professional liability insurance with limits not less than - with respect to negligent acts, errors or omissions professional services is required under this Agreement. (] Builders' Risk Insurance per claim in connection with Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. AAA00350 REVISED 10/12/94 Cl - 5 Insurance Requirements Page 6 ATTACHMENT 1 (XI 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. AAA00350 Cl - 6 REVISED 10/12/94 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. AAA00350 REVISED 10/12/94 Cl - 7 Insurance Requirements Page 8 1. 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 it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage 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 AAA00350 REVISED 10/12/94 CI - 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 filed 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 entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. AAA00350 REVISED 10/12/94 CI - 9 Longridge Drainage Improvements WORK DAYS 60 BID NO. 7SR PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 400 LF $ /LF $ P-h i Unit Price in Words: ' 61144,5 O 2. 12. 3-B 18" Class IV RCP 262 LF $ trt3 /LF $— Unit Price in Words: _ O2 e/CS ¢ ko &OAA 2.12.3-C e4—G}ass-��� ;F� � 605 LFF /LF $ �7zZs— _1Z i Av Unit Price in Words: 2. 12.3-D 24" Class IV RCP 263 LF $ ��S — /LF $— Unit Price in Words: d2 2.12.3-E �, 640 LF $ 5Z•- /LF $ 33Z?0 Unit Price in Words: 'V- u,) '0Q2 e NO 2.12.3-F 'tea—��a�� 111-��� 2,640 LF Unit Price in Words: `E �E 4 2 8' x 5' Junction Box and 4 EA $ j j .;p- /EA $ y`G� Cover Unit Price in Words: _ D 7.6.A-3 4 x 4 Junction Box and 4 EA $ /,��•�.-- /EA Cover Unit Price in Words: Sl/uitD �s ,co 6 x 5 Junction Box and 1 EA $ E�— /EA $ [E.A--4 Cover Unit Price in Words: / s /gf T [E.A-5 10' Special Inlet 1 EA $ $ Unit Price in Words: 6 6' Curb Inlet 27 EA $ /. S�bO" /EA $ i/4d,SiX — Unit Price in Words: Y/�i 79C%� ✓/ �i%�.S al �d 1 IM P - 3 Lonaridae Drainage Improvements WORK DAYS 60 BID NO. 1758 PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 7.6.A-7 8' Curb Inlet 5 EA $ 4 790- /EA $ 8,7Sd - Unit Price in Words: �� 7 7.6.A-8 10, Curb Inlet 5 EA $ 1 %£JO-/EA $ Unit Price in Words: h/ � d l r °s v 4,( 2.11.5 Inlet Frame and Cover 25 EA $ r5-6 - /EA $ Unit Price in Words: U�r` r-4 7.6.A-9 4' x 8' Junction Box and Cover 3 EA $ / Su -/EA $ 5 ?3 Unit Price in Words:QA) 2,,-f SP-2 Sawcut Concrete 258 LF $ 3 - /LF $ 77Y - Unit Price in Words: /.O &x4 /( SP-31 Break Into Existing Concrete Structure 1 EA $ UU- /EA $ 5 pp — Unit Price in Words: 3-B Remove Curb and Gutter 850 LF $ /LF $ Unit Price in Words: -� 8.2-A Concrete Curb and Gutter 425 LF $ e- /LF $ 3.gOp— Unit Price in Words: SP-4 Waterline Lowering 18 EA $ �, Z �G -/EA $ 3Y (o ff - Unit Price in Words: SP-37 Excavation Protection 2,600 LF $ /LF $ 2,<,06 Unit Price in Words: 3.9 Sod 385 SY $ /SY Unit Price in Words: C/ 7c1tWt P - 4 Longridge Drainage Improvements WORK DAYS 60 BID NO. 1758 PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL SR-10 Rock Excavation 100 CY F/o- /CY $ /, 000 - Unit Price in Words: x &'e a " SP-27T just Service Lines 3 EA $ A/Qp -/EA $ /, zoc - Unit Price in Words: �I Ffi(.t F tt�/n.iXG F Lv 1.21 Contractors Warranties - LS $ $ and Understandings zZ-1+('Z`/LS Unit Price in Words: TUIE TCu� tf1' d �� i a 8.1 Barricades, Warnings & - LS $ Detours Unit Price in Words: SP-39 Project Signs 1 EA $ �S0_ /EA $ Unit Price in Words: 3.1 Right -of -Way Preparation - LS $ Z �._/LS $ C'DO - Unit Price in Words: 7.6.A-10 2' X 2' Junction Box and 1 EA $j- /EA $ SOO- Cover Unit Price in Words: I� /Uf✓ �'�s � r .0�0 2.12.14 1 6" SDR-35 126 LF $ /(N- /LF $ a!(o- Unit Price in Words: 11 r 5' Man Hole and Cover 2 EA $ z /EA / $ �1Unit Price in Words:' ,eS y' Z� C." 4.6-B 6" Lime Preparation of 552 Sy $ /SY $ Z L.7u - Subgrade Unit Price in Words: 4.6-A Hydrated Lime Slurry 7.5 TON $ /ZG - /TN $ 900 - (Type A) Unit Price in Words: //�L //„ C-X P - 5 Lonaridae Drainaae Improvements WORK DAYS 60 BID NO. 1758 PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 5.7-A 1 1/2" Asphalt (Type D) 552 SY $ 5 - /SY $ 2.7&o — Unit Price in Words: `-lve, A&4 5.7-8 3 1/2" Asphalt (Type A) 552 SY $ 7 - /SY $ 31 ti�lo� Unit Price in Words: 3.12 Temporary Erosion Control - LS $ 2,00Cy/LS $ Z p�jO Unit Price in Words: SP-44 Rebuild Rock Wall 120 LF $ ,yO'-'/LF $ [,, C)Oc- Unit Price in Words: r e 3-A Remove Concrete Pavement 75 SY $ /O /SY $ Unit Price in Words: _ ,p 5.8-A 6" Concrete Pavement 45 SY I $ 3 Z - /SY $ �© _ Unit Price in Words: J e wa K- z h x� (J SP-21 French Drain 750 LF $ /7�'-/LF $ /C),JOC— Unit Price in Words:��� j�, /ems iND SP-45 Misc. Sprinkler System Adjustments - LS $ Z,000_ /LS $ z,000— Unit Price in Words: � d, / fg 3-C Remove Concrete Walks and Drives 16 SY $ �p-/cSS- Unit Price in Words: 8.3-B 6" Concrete Driveway 9 SY $ Z - /SY $ L 55 - Unit Price in Words: 7r� Cam/ /,& w GU 4" Concrete Sidewalk 7 SY $ l J -/SY G $ Unit Price in Words: TOTAL $ P - 6 Lonoridue/Woodbrook Waterline WORK DAYS 40 BID NO. 1758 PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 2.12.-A 6" Waterline 1,125 LF $ z4/- /LF $ X7 000 - Unit Price in words:& 4 2.12-B 8" Waterline 1,863 LF $ Z& - /LF $ �f Unit Price in Words: J 2.16 Water Service 16 EA $ /OL`- /EA $ i/, Zoo - Unit Price in Words: J'fJ �� `fill/dVZ6? 2. 13.1-A 6" Gate Valve 8 EA $ fSfJ - /EA $ Unit Price in Words: 2.13.1-B 8" Gate Valve 5 EA $ 550 - /EA $ .4,75-D - Unit Price in Words: SP-43 Remove Fire Hydrant 4 EA $ `fOL- /EA $ i,tvDD - Unit Price in Words: L 2.14 Fire Hydrant 7 EA 00- /EA $ Unit Price in Words: ✓$ SP-42 Remove Valve Stack 112 EA T ZY*OCIO/-u�/EA $, Unit Price in Words: SP-40 Cut and Plug Waterline 9 EA $ T Unit Price in Words: SP-2 Concrete Saw Cut 40 LF $ - /LF $ Unit Price in Words: i /,1.. / �$(�/ 3-A Remove Concrete Pavement 15 SY /SY $ Unit Price in Words: / DU//i�S1l/i�C s 1 C14C P - 7 Lonaridae/Woodbrook Waterline WORK DAYS 40 BID NO. 1758 PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 5.8 6" Concrete Pavement 15 SY $ 3Z- /SY $ unit Price in Words: ; /e f /$ N$ t� 8.2-A Concrete Curb and Gutter 100 LF /LF $emu pp - Unit Price in Words: SP-44 Remove and Rebuild Rock wall 4 LF $ i&O-/LF $ BOO Unit Price in Words: // 3.9 Sod 115 SY $ - /SY $ qZG _ Unit Price in Words: S n S SP-41 Asphalt Saw Cut 3568 LF $ i - /LF $ Unit Price in Words: / S l SP-45 Miscellaneous Sprinkler System Adjustment - LS $ LS Co� - / $ Unit Price in Words: _ wee + iU0 ' s SP-37 Excavation Protection 200 LF $ /LF $ ze& - Unit Price in Words: SP-39 Project Sign 1 EA $ 3sp- /EA $ 35a- Unit Price in Words: 3.1 Preparation of Right -of -Way - LS $ Z,oOC-/LS $ Unit Price in Words: SP-10 Rock Excavation 50 CY $ -/CY $ J - Unit Price in Words: I 8. 1 Barricades, Warning Signs, and Detours - LS F-JOV&LS $ 7,,C1l7p — Unit Price in Words: , �X-to k)It��--/ G/. P - 8 Lonaridae/Woodbrook Waterline WORK DAYS 40 BID NO. 1758 PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 1.21 Contractors' Warranties, and Understandings - Fs $ (,,,Sp(-/LS $ Unit Price in Words: 2.12.8 Cast Iron Fittings 950 LB $ 3 - /LB $ Z,SS� — Unit Price in Words: $ / $ Unit Price in Words: $ / $ Unit Price in Words: $ / $ Unit Price in Words: TOTAL P - 9 BID SUMMARY TOTAL BID PRICE IN WORDS 61V- 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. CONTRAC- BY Street Address '� O� ja V n f X i :7 �,, 7i 0 Z- City and State Seal & Authorization (If a Corporation) Telephone I: i BID SUMMARY Project 1. Longridge Drainage 2. Longridge/Woodbrook Waterline TOTAL Work Days Bid 60 $ 5�15 6,9 00 40 $ /.714,. 5.27,V 100 $ Awarding of the contract will be based on the total bid price. One contractor will be selected to complete both parts of the project. Projects a44 separated in the bid for accounting purposes only. :7t 1 P-1c6t-rvb 'Clov, B - 2