HomeMy WebLinkAbout2008-011FILE REFERENCE FORM 1 2008-011
X Additional File Exists
Additional File Contains Records Not Public, According to the Public Records Act
Other
FILES Date Initials
Change Order 1 [copy is attached] 07/29/08 ) R
Change Order 2 [copy is attached] 11 /21 /08 ) R
Change Order 3 — Ordinance No. 2009-008 01 /06/09 ) R
ORDINANCE NO. y ell
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS
CONTRACT FOR THE CONSTRUCTION OF SHADY OAKS AND BRINKER PAVING AND
DRAINAGE IMPROVEMENTS; PROVIDING FOR THE EXPENDITURE OF FUNDS
THEREFOR; AND PROVIDING AN EFFECTIVE DATE (BID 3897-SHADY OAKS AND,
BRINKER PAVING AND DRAINAGE IMPROVEMENTS AWARDED TO JRJ PAVING, L.P. IN
THE AMOUNT OF $2,884,059.98.
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 1. 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
3897 JRJ Paving, L.P.
AMOUNT
$2,884,059.98
SECTION 2. 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 3. 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 4. 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 5. This ordinance shall become effective immediately upon its passage and
approval.
PASSED AND APPROVED this the day of a&JJAL,2008.
PERRY R. McNEILL, MAYOR
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY:
APPRO ED AS PO LEGAL FORM:
EDWIN M. SNYDER, CITY ATTORNEY
BY:
3-OR 897
CONTRACT AGREEMENT
STATE OF TEXAS
§ COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 8th day of January A.D., 2008,
by and between City of Denton of the County of Denton and State of Texas, acting through
George C. Campbell thereunto duly authorized so to do, hereinafter termed
"OWNER," and
1805 Royal Lane, Suite 107
Dallas, Texas 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 # 3897 — Shady Oaks and Brinker Paving and Drainage Improvements
in the amount of $2,884,059.98 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 and the Performance and Payment Bonds,
attached hereto, and in accordance with all the General Conditions of the Agreement, the Special
Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as
referenced herein and on file in the office of the Purchasing Agent, and in accordance with all local,
state and federal laws; and plans, which includes all maps, plats, blueprints, and other drawings and
printed or written explanatory matter thereof, and the Specifications therefore, as prepared by:
Freese and Nichols, Inc.
all of which are referenced herein and made a part hereof and collectively evidence and constitute
the entire contract.
CA-1
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 covenants and agrees to and does hereby indemnify, hold harmless and defend, at
its own expense, Owner, its officers, servants and employees, from and against any and all claims or
suits for property loss or damage and/or personal injury, including death, to any and all persons, of
whatsoever kind or character, whether real or asserted, arising out of the Work and services to be
performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or
invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers,
servants, employees, of the Owner. Contractor likewise covenants and agrees to, and does hereby,
indemnify and hold harmless Owner during the performance of any of the terms and conditions of
this Contract, whether arising out of in whole or in part, any and all alleged acts or omissions of
officers, servants, or employees of Owner. The provisions of this paragraph are solely for the
benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise,
to any other person or entity.
Choice of Law and 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
Right to Audit
The OWNER shall have the right to audit and make copies of the books, records and computations
pertaining to this agreement. The CONTRACTOR shall retain such books, records, documents and
other evidence pertaining to this agreement during the contract period and five years thereafter,
except if an audit is in progress or audit findings are yet unresolved, in which case records shall be
kept until all audit tasks are completed and resolved. These books, records, documents and other
evidence shall be available, within 10 business days of written request. Further, the
CONTRACTOR shall also require all Subcontractors, material suppliers, and other payees to retain
all books, records, documents and other evidence pertaining to this agreement, and to allow the
OWNER similar access to those documents. All books and records will be made available within a
50 mile radius of the City of Denton. The cost of the audit will be borne by the OWNER unless the
audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the
reasonable cost of the audit, including any travel costs, must be borne by the CONTRACTOR
which must be payable within five business days of receipt of an invoice.
Failure to comply with the provisions of this section shall be a material breach of this contract and
shall constitute, in the OWNER'S sole discretion, grounds for termination thereof. Each of the
terms "books", "records", "documents" and 'other evidence", as used above, shall be construed to
include drafts and electronic files, even if such drafts or electronic files are subsequently used to
generate or prepare a final printed document.
CA-3
IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the
year and day first above written.
\ATTTEST:
`6� a , let Q a-J
APPROVED AS TO FORM:
,CITY ATTO ER1�I Y 1�-�—�-
CA-4
City of Denton
OWNER
BY:
(SEAL)
f:w
Paying
CONTRACTOR
1805 Royal Lane, Suite 107
Dallas, TX 75229
MAILING ADDRESS
214-466-8340
PHONE NUMBER
214-466-8354
Manager/Estimating
Marty Murphy
"72 NNUMEIVYIN
(SEAL)
MINUTES OF A SPECIAL MEETING
OF THE MEMBER OF
JRMJ HOLDINGS, L.L.C.
BY
UNANIMOUS WRITTEN CONSENT
April 30, 2004
Pursuant to -the provisions of Article 2.23 of the Limited Liability Company Act,
the undersigned being the sole member entitled to vote at the annual meeting of
—JRMJ-Holdings, L.L.C., ("Limited Liability Company") for the following described
actions, authorizes by his signature below, the following resolutions:
RESOLVED, that the following named individuals, be and they hereby are, .
elected to the offices set forth by their name, each to serve the Limited Liability
Company until their respective successors are duly elected and qualified:
John R. Marriott, Jr.
Vickie Marriott
Tery Chapman
Marty Murphy
Glenn Highland
General Manager
Manager/Operations
Manager/Sales
Manager/Estimating
Manager/Finance
FURTHER RESOLVED, that the General Manager or the
Manager/Operations shall each be granted unlimited authority to bind the Limited
Liability Company to any contract, agreement or other document subject to the
Regulations of the Limited Liability Company and that the Managers/Sales or the
Manager/Estimating shall each be granted authority to enter into construction
contracts, agreements or change orders on behalf of JRJ Paving, LP (JRMJ
Holdings, L.L.C. is the General Partner of JRJ Paving, LP), and that the
Manager/Finance be authorized to sign financial and tax reporting documents of the
Limited Liability Company.
IN WITNESS WHEREOF, the undersigned has
April 30, 2004.
SUBSCRIBED and SWORN TO before me, on this,
'n?4 / _J, , 2004.
Commission Expires /l 1 ' ,
his name effective
arriott, Jf., Sole
the.- i IIL _1' day of
NOTARY PUBLIC
] , Xr 'i CGn;,r,513510N Eil'rIS 4i iL
PERFORMANCE BOND
Bond No. 08919311
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That JRJ Paving, L.P. hose address is
1805 Royal Lane, Suite 107, Dallas Texas 75229
hereinafter called Principal, and ** SEE BELOW a corporation
organized and existing under the laws of the State of Maryland , 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 Two million eight hundred eighty-
four thousand fifty-nine and 98/100,KOLLARS ($2,884,059.98)-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 2008-011, with the City of
Denton, the Owner, dated the 8a' day of January A.D. 2008 a copy of which is hereto attached
and made a part hereof, for Bid #3897 — Shady Oaks and Brinker Paving and Drainage
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 two (2) years 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 incur in making good
any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full
force and effect.
** COLONIAL AMERICAN CASUALTY AND SURETY COMPAN and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
am
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 four copies, each one of which
shall be deemed an original, this the 14th day of January , 2008
ATTEST:
BY: �ot I V-t A, L 0
SECRETARY
ATTEST:
BY:6v 'l�
PRINCIPAL
Sager/Estimating
SURETY COLONIAL AMERICAN CASUALTY AND
SURETY COMPANY and FIDELITY AND DEPOSIT
COMPANY OF MARYLAND
BY:
A ORNEY-IN-FACT
Christine Davis
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of
the process is:
NAME: Aon Risk qPr)rjreq nf Texas I InE
STREET ADDRESS: 2711 N. Haskell Avenue, Suite 800, Dallas, TX 75204
(NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation,
give a person's name)
,M
PAYMENTBOND
Bond No. 08919311
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That JRJ Paving L.P.✓whose address is
1805 Royal Lane, Suite 107, Dallas, Texas 75229 hereinafter called Principal, and
** SEE BELOW a corporation organized and existing under the laws
of the State of Mnr)zl nna , 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 improvements hereinafter referred to, in the penal sum of
($2,884,059.98yin 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 2008-0U, with the City of
Denton, the Owner, dated the 8 h day of . January A.D. 2008,i copy of which is
hereto attached and made apart hereof, for Bid #3897 — Shady Oaks and Brinker Paving and
Drainage 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.
** COLONIAL AMERICAN CASUALTY AND SURETY COMPAIPY and
FIDELITY AND DEPOSIT COMPANY O)IffAIYLAND.
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 surety, 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 four copies, each one of which
shall be deemed an original, this the 14th day of January , 2009 .
ATTEST:
BY. 9-4A
SECRETARY
ATTEST: `
BY:
PRINCIPAL
JRJ Paving,
IM
PRE-RDENT a*,ge�/Estimating
SURETY COLONIAL AMERICAN CASUALTY AND
SURETY COMPANY and FIDELITY AND DEPOSIT
COMPANY OF MARYLAND
BY:
ATTORNEY -IN -FACT,"
V
ChristineDavis
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of
the process is:
NAME: Aon Risk Services of Texas Inc.
STREET ADDRESS: 2711 N. Haskell Avenue Suite 800 Dallas TX 752o4
(NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a
corporation, give a person's name.)
Wp
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY ANDJDEPOSIT COMPANY OF MARYLAND, ad the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, orporalions of the S • vyland, by M. P.
HAMMOND, Vice President. and ERIC D. BARNES, Assistant Secretary, in put- a� (tql �> ,ranted by Article VI,
Section 2, of the By -Laws of said Companies, which are set forth on t � Iterto ntf- "t reby certified to be in
?yam
full force and effect on the date hereof', does hereby nomina i t pot (l'b on E. COKNELL,
Robbi MORALES, Lisa M. BONNOT, Ricard A i ulce J. �}�2�L a line DAVIS, a✓ll of Dallas,
Texas, EACH its true and lawful agenl.,artc4 ° act"�gin � ,seal and deliver, for, and on its behalf as
surety, and as its act and de sank'l��liitnds{an�yu 11�'n XCEPT bonds on behalf of Independent
Executors, Comm i i vok and -Go r td'ans. and the execution of such bonds or undertakings in
pursuance of these pTiescmts, s 't1t Srr n� pon said Companics,:as fully and amply, to all intents and purposes, as if'
they had been duly e v a twledged by the regularly elected officers of the Company at its office in Baltimore,
Md., in their own prci r rsons. This power of attorney revokes that issued on behalf of Jerry P. ROSE, Don E.
CORNELL, Robbi MORALES. Lisa M. BONNOT, Chris J. KUTTER, Luke J. NOLAN, JR., Christine DAVIS, dated March
30. 2006.
The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hcrcof is a true copy of Article VI,
Section 2, of the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and
affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL
AMERICAN CASUALTY AND SURETY COMPANY, this 20th day of March, A.D. 2007.
ATTEST:
'np Dtvps`0&9AXtOp
y ro.F o Q --.4° �tIM i......
State of Maryland
ss:
City of Baltimore
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
Eric D. Barnes Assistant Secretan'
By: Hj
M. P. Hammond Vice President
On this 20th day of March, A.D. 2007, before the subscriber, a Notary Public of the Slate of Maryland, duly
cornmissioncd and qualified, came M. P. HAMMOND. Vice President, and ERIC D. BARNES, 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 saith, that they are the said oflcers of the Companies aforesaid, and that the seals affixed to the
preceding instrument is 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 authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Seal the day and year first above
written.
Constance A. Dunn NolanPublic
My Commission Expires: July 14, 2()7
POA-F 168-0589
Fidelity and Deposit Companies
v `v `�v�
� � �f I{oiuc Ofrice 39101(e.s"ck Road OalGmore. MD ( Z
[(11POIZTAN`CNOTIC'F
I'o ob(ain in(orma(ion (If make a complriinf
1'ou ma)' ca(f fhe Pirlclili' and Ueposi' Company of Maryland, Colonial Atucrican Casualf
Surety Company, and/or Zurich American Insurance Com ran
irrfonnation or Io make a coulplainf a(: toll - )and
t } s free telephone number far
1-800-654-5155
You may contact (he Texas Depa'imenf onsurance to obtain infomiaGun on companies,
coverages, rights, or complair'(s at: ff
1-800-252,-3439
'You 'nay write the Texas Depar7menf offnsurance
P.O. Dox 149104
Austin, TX 78714-9104
PAX # (512) 475-1771
Mut TIUM OR CLAIM DISPUTES Should you have a dispute concerning the premium or
about a claim, you should first contact Fidelity and Deposit Company ofMary(and or Colonial
American Casualty and Surety Company. If the dispute is notresolved, you may contact the Texas
Department Of Insurance.
ttof b co 8 aEIaS oN0 o duo 0 Yl0 aRaPl ed doc anent.
This notice is for infonnatiou only and does
8543((TX) (08/01)
ACORD i i4 CERTIFICATE OF LIABILITY INSURANCE /14/"I°zoo0s8
offy
PRODUCER Phone: 972-455-1400 Fax: 972-387-8637 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Allied North America Insurance ONLY AND CONFERS NO RIGHTS UPON THECERTIFICATE
Brokerage of Texas, LLC HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
-12770 Coit Road, Suite 750 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Dallas TX 75251 f
jINSURERS AFFORDING COVERAGEINSURED NAIC#
JRJ Paving, LP� IfNsuHERAOld Renubll¢_Generaj, InS. r 241_.�3
P�--____—
P. O. Box 59934 i'NsuRER6 Grea Am@r3can Ins Qce Co. (16691 __
Dallas, TX 75229 11y(INSURERC
'jA � INSURER O: j
IaEnvasana.�
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. AGGREGATE LIMITS SHOWN MAY HAVE SEEN REDUCED BY PAID CLAIMS.
INS R aDD'I,
POLICYEFFECTIVE
I POLICY EXPIRATION
LTR INSRD
TYPEOFINSURAUCPf
POUCYNUMBER
LIMITS
A
GENERAL LIABILITY
!A2CG48830701
8/29/2007
18/29/2008
ACH OCCURRENCE
Is�QQo 00
X COMMERCIALGENER�AILIASILITY
!
DAMAGETORENTED
PREMISEB(Eaoccus gs)
1 S50Q QQQ
I 1 CWMS MADE (xJ OCCUM�"
1
_
......
MEO EXP(An, orm
I
PERSONALAADVfNJURY
QQ
I
I
_IS>_,.O
'_QQ
I32rOQ0,
�
GEN[RAL AGGREGATE
000„
CEN1 AGGREGATE LIMIT APPLIES
PER:,
PROOVC75-COMP,OPAGG
I
POLICY PRO- F
LOG
(
1
]{
AUTOMOBILE
DAM It
IA2CA48830701
8/29/2007
8/29/2008
COMBINED SINGLE LIMIT
ANY AUTO
lEa acpeeml
�31,000,0 00
DOOILY INJURY
3
I
—
ALLOWNEDAUTO$
I
SCHEDW.EDAUTOS
' IPer xenon)
BN
OOILYIJURY
f
X
'MIREDAUTOS
I
��XX__��
N ON-0WNEDAUTOS
I
4PeramUanO-----
3
PROPERTY DAMAGE
IS
Ir
j�
(Pot aubeml
GARAGE LMBRRY
AUTO ONLY -EA ACCIDENT
Is
ANY AUTO
OTHER THAN EAACCI$.
I S
AUTO ONLY: ADD
B I
EXCESSIUMBRELLALIABILIT'
!TUU6627691
8/29/2007
I8/29/2008
EACH OCCURRENCE
i.$ 1Q_QQQr u.,,,-...
OCCUR {El CLAIMSMAOE
AGGREGATE
IS.1Q'QQ�(�0
I
IS
(
E
DEDUCTIBLE
(
RETENTION 3
jwORKER$COMPENSATON ARO✓
2CW48830701
8/29/2007
8/29/2008
TAIA
X1w03LmEMPLOYERS-LUBILNY
1NYIPROPRIETORTARTNEWEXECUTWE
3 11QOQ000
EL. DISEASE -EA EMPLOYEES
k Q Q_Q_Q.Q
OFFCEWMEMBER EXCLUDED?
' ifyes EescneIIMw
SPECIAL PROVISIONS aBIOP
-
EA_ DISEASE. POLICY LIMIT IS
OTHER
I
DESCRIPTION OF OPERATIONSI LOCATIONS I VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS � /
roject: Shady Oaks and Brinker Paving and Drainage Improvements / Bid 8 3897✓
Zf required by written contract signed by Named Insured, ci�n, its Officials, Agents, Employees and
olunteers are named Add'tional Insured as Primary yff T General Liability and Automobile Liability and are provided
r aivefor Wol- ers Compensation.{/`Said policy shall notbe cancelled, non -renewed or materially
anged without 30 days advance written notice being given to the Owner, except when he policy is being cancelled for
on -payment of premium in which case 10 days advance written notice is required.
City of Denton
Attention: Engineering Department
601 E. Hickory, Suite B
Denton TX 76205
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED
BEFORE 'THE EXPI ATION DA'PE: THEREOF, THE ISSUING INSURER
WILL MAIL 3lYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER
NAMED TO THE LEFT.
i
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 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.
CI-9
• 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 read:
"SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR
MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN
NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE
POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM
IN WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS
REQUIRED'.
• Should any of the required insurance be provided under a claims -made form,
Contractor shall maintain such coverage continuously throughout the term of
this contract and, without lapse, for a period of three years beyond the contract
expiration, such that occurrences arising during the contract term which give
rise to claims made after expiration of the contract shall be covered.
• Should any of the required insurance be provided under a 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.
CI-10
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, ifso noted:
[X] A. General Liability Insurance:
General Liability insurance with combined single limits of not less than $1,000,000.00
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.
[X] Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability insurance with Combined Single
Limits (CSL) of not less than $500,000.00 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.
CI-11
[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 "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 per claim with
respect to negligent acts, errors or omissions in connection with professional services is
required under this Agreement.
[ ] Builders' Risk Insurance
Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be
provided. Such policy shall include as "Named Insured" the City of Denton and all
subcontractors as their interests may appear.
Cl - 12
[ ] Commercial Crime
Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside
the premises, burglary of the premises, and employee fidelity. The employee fidelity
portion of this coverage should be written on a "blanket' basis to cover all employees,
including new hires. This type insurance should be required if the contractor has access to
City funds. Limits of not less than each occurrence are required.
[ ] 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.
Cl - 13
ATTACHMENT
[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.
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:
CI - 14
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.
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) 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;
CI-15
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
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.
CI-16
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor or other person doing business with local governmental entity
This questionnaire is being filed in accordance with chapter 176 of the Local
Government Code by a person doing business with the governmental entity.
OFFICE USE ONLY
Date Received
By law this questionnaire must be filed with the records administrator of the local
government not later than the 7th business day after the date the person becomes
aware of facts that require the statement to be filed. See Section 176.006, Local
Government Code.
A person commits an offense if the person violates Section 176.006, Local
Government Code. An offense under this section is a Class C misdemeanor.
1 Name of person doing business with local governmental entity.
2
❑ Check this box if you are filing an update to a previously filed questionnaire.
(The law requires that you file an updated completed questionnaire with the appropriate fling authority not later than
September 1 of the year for which an activity described in Section 176.006(a), Local Government Code, is pending and
not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.)
3 Describe each affiliation or business relationship with an employee or contractor of the local governmental entity who
makes recommendations to a local government officer of the local governmental entity with respect to expenditure of
money.
4 Describe each affiliation or business relationship with a person who is a local government officer and who appoints or
employs a local government officer of the local governmental entity that is the subject of this questionnaire.
Amended OIJIW20
CIQ - t
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor or other person doing business with local governmental entity Page 2
Name of local government officer with whom filer has affiliation or business relationship. (Complete this section only
if the Answer to A, B, or C is YES.)
This section, item 5 including subparts A. B, C & D, must be completed for each officer with whom the filer has affiliation or
business relationship. Attach additional pages to this Form CIQ as necessary.
A. Is the local government officer named in this section receiving or likely to receive taxable income from the filer of the
questionnaire?
Yes E:1 No
B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local
government officer named in this section AND the taxable income is not from the local governmental entity?
0 Yes 0 No
C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government officer
serves as an officer or director, or holds an ownership of 10 percent or more?
0 Yes 0 No
D. Describe each affiliation or business relationship.
Describe any other affiliation or business relationship that might cause a conflict of interest.
Signature of person doing business with the governmental entity
Date
Amended 01/13n(M
CIQ - 2
Project Name: Shady Oaks and Brinker
Paving and Drainage Improvements
Work Days 330
BASE BID OPTION No. 1
Bid No. 3897
UNIT I: GENERAL
ITEM.
EST.
UNITS
NO.
OTY. :-
I
DESCRIPTION '.
.:� UNIT BID
AMOUNT <'
1-1
1
LS
Contractor's Warranties and Understandins
9 560.00
9 560 00
-2
1
LS
Mobilization
5000.00
5000.00
1-3
1 3
EA
Project Sin
- 750.00
2 250.00
I.4
1
LS
Pre arin Ri htof-Wa
65426.00
5426.00
I-5
92,900
CY
Unclassified Excavation Roadwa and Channel
1.18
109 622.00
1-6
83,900
CY
Embankment (Type D)(Final)
1.18
99 002.00
(Density Control) @
1-7
90,800
SY
Stockpile and Spread 44nch Depth Top Soil @
0.65
12,020.00
(On -site Source)
1-8
90,800
SY
Bermuda Hydromulch Seeding
$0.50
$45,400.00
(Fertilizer 8 Water are considered Subsidiary to this item) @
1.9
1
LS
Barricades, si ns and traffic handlin
12 000.00
12 000.00
1-10
1
LS
SWPPP
000.on
5000.00
1-11
16,800
SY
Erosion Control Blanket
.75
12 600.00
-12
1
LS
Tem ora Erosion Control -
22 228.80
22 228.80
1-13
51.540
SF
4" Concrete Sidewalk
.47
176 843.80
1-14
5
E4
Sidewalk Rams All Types
750.00
3 750.00
I-15
1
LS
Remove and Dis ose of Existin Concrete
000.00
000.00
1-18
248
CY
Con Retainin Wall
72.00
$166,656.00
I-17
354
LF
Retainingwall Handrail
136.50
8 321.00
I-16
5
EA
Adjust Water valves to proposed grade
250.00
$1,250.00
1-19
3
E4
Adiust Fire H drants to ro Osed rade
1 428.00
284.00
1-20
7
FA
Traffic Signal Ground Boxes (PENCELL PEM-1830-18PCX-10K-
TRA (Grevl, nr nnnroved ual
735.0
$5,145.00
1-21 1 380 LF 3" Conduit Sch 40 PVC (Open Cut 8.40
192.00
I-22 380 LF 4" Conduit Sch 40 PVC O en Cut 9.19
492.20
1-23 380 SF Concrete Segmental Retaining Wall Face of Wall 18.38
984.40
TOTAL AMOUNT BID FOR UNIT is GENERAL TOTAL
UNIT IIA: PAVING IMPROVEMENTS (Bid Attemate A - Concrete Paving)
ITEM:
EST.:.,]UNITS:
UNITS
NO. `
QTY-.
DESCRIPTION
' UNR BID ^'t
4
AMOUNT,
-
-
.r PRICE `;
i�1
11-1
54.320
SY
6" Lime Stabilized Su rade a
,.
1.7 9
97 232 80
II-2
820
TON
116.40
95448.00
II-3
49,260
SY
13" Concrete Pavement Class C
58.45
2 879 247.00
II-4
55
SY
16" Concrete Pavement (Class C) (Color Texturized Concrete)
162.75
$8,951.25
IIS
690
SY
4" Concrete Pavement (Class A) (Median Pavement) @
$56.05
8 674.50
Starr ed and Inteciral Colored Concrete
II-6 29,720 LF 6" Integral Curb @2.00
59440.00
11-7 650 LF 9" Inte ral Curb - 2.25
1 462.50
11.8 120 LF. 3" Mountable Curb .00
60.00
TOTAL AMOUNT BID FOR UNIT IIA: PAVING IMPROVEMENTS -
$3,180 816 05
UNIT IIB: PAVING IMPROVEMENTS (Bid Alternate B - HMAC Paving)
ITEM':
EST.
I�UNITS
NO. s
QTY.
,DESCRIPTION:
UNIT Blp .'-
AMOUNT
..
PRICE�Blp
11-1
54,320
SY
14" Lime Stabilized sut>qrade
3.75
203 700 00
II-2
1,910
T57
Lime for Stabilization 70 Ibs/SY
116.40
22222 0
324324
11-3
42,510
SY
6" Type C Surface Course
16.86
11-4
49,220
SY
6" Type A Base Course @
18.12
.0.0
91 866.40
11.5
55
SY
16" Concrete Pavement (Class C) (Color Texturized Concrete)
162.75
$8,951.25
II-6
690
SY
4" Concrete Pavement (Class A) (Median Pavement) @
$56.05
8 674.50
(Stamped and Integral Colored Concrete
11.7 29.720 LF 6" Curb and Gutter 10.07
299 280.40
280_927.40
11-8 650 LF 9" Curb and Gutter 18.35
11
II-9 120 LF 3" Mountable Curb 3.00
360.00
TOTAL AMOUNT BID FOR UNIT 1113: PAVING IMPROVEMENTS
$2.478.822.65
UNIT III: DRAINAGE IMPROVEMENTS
ITEM
EST
UNITS
NO.
OTY
DESCRIPTION -
UNR BID,
AMOUNT_ f'
III.1
16
EA
10' Recessed Curb Inlet
PRICES..
III-1a
1
EA
10' Recessed Curb Inlet (Special) @621.00
2 611 20
1 779 20
III.2
6
EA
14' Recessed Curb Inlet
223.20
621.00
19 339.20
III-3
5
EA
20' Recessed Curb Inlet
3 774.00
$18.870.00
III-0
9
EA
4'x4' Junction Box manhole
P.743.40
3,690.60
1115
4
EA
5'x5' Junction Box manhole
411.50
$17,646.00
111.6
168
LF
1 B" Storm Drain @
2.64
$5,483.52
RCP or ASP
III-7
1,410
LF
21" Storm Drain @
7.23
$52A 30
RCP Or ASP
111-8
1,158
LF
24" Storm Drain @
$40.8
$47,246.40
RCP or ASP
111-9
732
LF
W"Storm Drain @
06
9 571.92
RCP or ASP
III-10
126
LF
36" Storm Drain @
5 79
$8,289.54
RCP or ASP
III-11
198
LF
48" RCP Storm Drain
105.06
20 801.88
8601 88
III-12
56
LF
8'x4' Concrete Box Culvert
288.66
16
III-13
496
LF
10'x10' Concrete Box Culvert
78.38
237 276.48
III-14
1
EA
36" Concrete Headwall Includes Apron and Win alls
2 218.50
2 218.50
III-15
3
EA
48" Concrete Headwall Includes A ron and Win alls
333 5.40
10 006.20
111-16
1
EA
8'x4' Concrete Headwall Includes Apron and Win alls
891.30
3 691.30
111.17
2
EA
4-10'z10' Concrete Headwall (Includes Apron and Wingwalls) @
206.00
92 412.00
111-18 4.344 LF Trench Safe System for Trench De th over 5-ft
.21
111-19 2 EA 24" Concrete Ca 63.00
912 24
1 912.24
III-20 560 SY 18" Grouted Rock Ri ra with Filter Fabric 7.72
9 123.20
III-21 3,792 LF CCTV Ins on 18"to 48" i e 102
86784
TOTAL AMOUNT BID FOR UNIT III: DRAINAGE IMPROVEMENTS
$726.032 28
UNIT IV: SIGNING AND PAVEMENT MARKINGS
ITEM,
EST. ?';
UNITS
_
NO..
QTY.DESCRIPTION
;:.
-'--.UNIT3�jD '�
AI�VIOUNT,.,-�
IV-1
_
28
EA
....:.,.
Small Signs (Including pole, foundation, and sleave)(AII Types)
-"' PRIG.E':.*.'.
367.50
$10290.00
IV-2
1
LS
Eliminating Existing Pavement Markings (Spencer Road and
Brinker Road) (Blasting Method)
$2,625.00
$2,625.00
IV-3
16
EA
Flexible delineator posts CcD
52.50
0.00
IV-4
430
EA
4" Reflective Button a II-CR-4
2.63
1 130.90
IV-5
68
EA
4" Reflective Button T e II-YY�
2.63
178.84
IV-6
1,220
LF
4" Solid White StripeT e I hereto lastic
0.69
$M1.80
IV-7
3,850
LF
4" Broken White Stripe e I hereto lastic
0.69
2 656.50
IV-8
700
LF
4" Solid Yellow Stripe e 1 Thermo lastic
0.69
83.00
IV-9
1,910
LF
8" Solid White Stripe e I Thermo lastic
1.53
2 92 _0
IV-10
260
LF
8" Dotted White Stripe (Type 1)(Thermoplastic)(2' Stripe, 6'
a
1.53
$397.80
IV-11
840
LF
24" Solid White Stripe (Type I hereto lastic
5.25
410.00
IV
40
LF
24" Solid Yellow Stri e I hereto lastic
.25
210.00
IV-13
18
EA
Pavement Symbols (Type-1)(Thennoplasic)(AII Types)(includes
field s mbol
105.00
1 890.00
TOTAL AMOUNT BID FOR UNIT IV: SIGNING AND PAVEMENT MARKINGS
$28,876 14
Project Name: Shady Oaks and Brinker
Paving and Drainage Improvements Work Days 240
BASE BID OPTION No. 2 Bid No. 3897
BID TABULATION SHEET P.O. No.
UNIT I: GENERAL
ITEM'._
NO.
EST `,
QTY.
UNITS
+ a DESCRIPTION-)
`:
PRIG
AMOUNT �s
, BID'` .,
1-1
1
LS
Contractor's Warranties and Understandings
0 828.00
$40,828.00
1-2
1
LS
Mobilization @27
500.00
27 500.00
-3
2
EA
Pro ect Sin
750.00
t 500.00
1-4
1
LS
Preparing Right -of -Way -
65426.00
5426.00
15
54,300
CY
Unclassified Excavation(Roadway and Channel
1.04
1Nk72.00
1-6
18,300
CY
Unclassified Excavation (Roadway and Channel)@
(Brinker Station 34+00 to 37+00)
$1.04
$19,032.00
1-7
81,700
CY
Embankment (Type D On -Site Material)(Final)
(Density Control) @
$1.04
$84,968.00
1-8
75,100
SY
Stockpile and Spread 4-Inch Depth Top Soil @
(On -site Source)
(Includes Brinker Sta 34+00 to Sta 37+00)
$0.65
$48,815.00
1-9
75,100
SY
Bermuda Hydromulch Seeding
(Fertilizer & Water are considered Subsidiary to this item) @
(Includes Brinker Sta 34+00 to Sta 37+00)
$0.50
$37.550.00
1-10
1
LS
Barricades, signs and traffic handling
12 000.0
$12.000.00
1-11
1
LS
SWPPP
5000. 00
=0000
1.12
14,300
SY
Erosion Control Blanket
0.75
10 725.00
1-13
1
LS
Temporary Erosion Control @
(Includes Brinker Ste 34+00 to Sta 37+00)
$16,138.50
$16,138.50
1-14
23,830
SF
4" Concrete Sidewalk
3.47
82 690.10
1-15
3
EA
Sidewalk Rams All Types)
750.00
$2,250.00
1.16
75
LF
Metal Beam Barricade (End of Road) @
(Brinker Station 37+00)
$45.00
375.00
1-17
1
LS
Remove and Dispose of Existing Concrete @000.00
15. 000.00
I-18
5
EA
Ad'ust Water valves to ro sed rade
250.00
$1,250.00
' 1-19
3
EA
Adjust Fire Hydrants to proposed grade
1 428.00
lIZ84.00
1-20
7
EA
Traffic Signal Ground Boxes (PENCELL PEM-1830-18PCX-10K-
TRA re , or approved equal)
735.�00_
$5,145.00
1.21
380
LF
3" Conduit Sch 40 PVC O en Cut
.40
192.00
1-22
380
LF
4" Conduit Sch 40 PVC (Open Cut
9.19
492 20
TOTAL AMOUNT BID FOR UNIT I: GENERAL -
$536.632.80
UNIT IIA: PAVING IMPROVEMENTS (Bid Alternate A - Concrete Paving)
ITEM
NO.
EST.
QTY.
UNITS
DESCRIPTION
UNIT381D -
AMOUNT ,
II-1
- 35,650
SY
b" Lime Stabilized Sub rade
1.88
7 022.00
II-2
540
TON
Lime for Stabilization 30 Ibs/SY
1 16.401
E§1856.00
II-3
32,360
SY
13" Concrete Pavement Class C
8.79
1 902 44440
Ild
55
SY
16" Concrete Pavement (Class C) (Color Texturized Concrete)
16 .75
-
$ 8. 95 1.25
115
550
SY
4" Concrete Pavement (Class A) (Median Pavement)
I(Stamped and Integral Colored Concrete
$56.05
$30.82T50
11.6
19,050
LF
6" Inte ral Curb @
2.00
38 100.00
II-7
650
LF
9" Integral Curb
2.50
t 625.00
115
120
LF
3" Mountable Curb
I .00
60.00
TOTAL AMOUNT BID FOR UNIT IIA: PAVING IMPROVEMENTS
$2 112 186 15
UNIT IIB: PAVING IMPROVEMENTS (Bid Alternate B - HMAC Paving)
ITEM.
NO. '
EST. :
QTY.
UNITS
DESCRIPTION
�. -:"
._".x..;az:+
rBID
A O_UNT ;'i
BID."�
II-1
1 35,650
1 SY
14" Lime Stabilized Subgrade
.48
159 712.00
11-2
1,250
1 TON
Lime for Stabilization 70 Ibs/SY
116.40
145 500.00
11-3
27,980
SY
6" Type C Surface Course
18.89
2854220
114
32,320
SY
6"TypeA Base Course
$18.14
18.14
86 284.80
2 .80
IIS
55
SY
16" Concrete Pavement (Class C) (Color Texturized Concrete)
.25
II-6
550
SY
4" Concrete Pavement (Class A) (Median Pavement) @
(Stamped and Integral Colored Concrete
56.05
$30,827.50
II-7
19,050
LF
6" Curb and Gutter @10.28
195 834.00
II-8
650
LF
9" Curb and Gutter 0
18.35
JIL927.50
11-9
120
LF
3" Mountable Curb
.00
60.00
A TOTAL MOUNT BID FOR UNIT IIB: PAVING IMPROVEMENTS -
$1,667 939 25
UNIT III: DRAINAGE IMPROVEMENTS
ITEM
NO.
EST.
QTY.
UNITS
'DESCRIPTION
...y
:--UNIT3BID -
PRICE
AMOUNT;'
rBID!>, .{
III-1
12
FA
10' Recessed Curb Inlet
2 611.20
$31,334.40
III-2
3
FA
14' Recessed Curb Inlet
223.20
9 669.60
III-3
3
FA
20' Recessed Curb Inlet
774.0
$11,322.00
III-0
2
FA
4'x4'T e-Y Drop Inlet
2193.00
386.00
IIIS
6
FA
4'x4' Junction Box manhole
743.00
22 460.40
III-6
3
FA
5k5' Junction Box manhole
411.50
13 234.50
III-7
168
LF
18" Storm Drain @
RCP or ASP
2.
$5,483.52
III-8
918
LF
21" Storm Drain @
RCP or ASP
$37.23
$34.177.14
111-9
846
LF
24" Storm Drain @
RCP or ASP
08
$34,516.80
111-10
540
LF
W'Storm Drain @
RCP or ASP
$54.06
$29,192.40
III-11
84
LF
36" Storm Drain @
RCP or ASP
$65.79
$5.526.36
III-12
198
LF
48" RCP Storm Drain
105.06
20 801.88
III-13
56
LF
8'x4' Concrete Box Culvert @
88.66
16 164.96
III-14
1 496
LF
10'x10' Concrete Box Culvert
99.78
247 890.88
III.15
3
FA
48" Concrete Headwall Includes A ron and Win walls
335.40
10 006.20
III-16
1
FA
8'x4' Concrete Headwall Includes A ron and Win walls
891.30
891.30
111-17
2
FA
4-10'x10' Concrete Headwall Includes A ron and Win walls
6206.00
92 412.00
III-18
3,306
LF
Trench Safety System for Trench De th over 5-ft94.26
III-19
2
FA
24" Concrete Ca
63.00
1 326.00
III-20
530
SY
18" Grouted Rock Ri ra with Filter Fabric
7.72
491.60
111-21
2,754
LF
CCTV Inspection 18" to 48" i e
1.02
2809.08
TOTAL AMOUNT BID FOR UNIT III: DRAINAGE IMPROVEMENTS
$643 791 28
UNIT IV: SIGNING AND PAVEMENT MARKINGS
ITEM-:.
NO. "
EST
QTY '
UNITS
DESCRIPTION .
;UNITv, ff .-
14?
AMO.U4N4
.,,a w>
IV-1
16
FA
Small Signs (includingpole, foundation, and sleave
7.50
5 880.00
IV-2
16
FA
Flexible delineator osts
2.50
840.00
IV-3
240
FA
4" Refledive Button T e II-CR�i
2.63
631.20
Nit
68
FA
4" Reflective Button T e II-YY-0
2.63
178.84
IV-5
1,220
LF
4" Solid White Stri e T e I Thermo lastic
.69
1.80
IV-6
2,400
LF
4" Broken White Stripe (Type 1)(Thermoplastic)
$0.69
1 656.00
IV-7
700
1 LF
4" Solid Yellow Stripe (Type I hermo lastic
0.69
83.00
IV-8
950
LF
8" Solid White Stn e I Thermo lastic
1.53
$1.453.50
IV-9
180
LF
8" Dotted White Stripe (Type I)(Thermoplastic)(2' Stnpe, 6'
1.53
$275.40
IV-10
200
LF
24" Solid White Stripe e I Thermo lastic
.25
1 050.00
IV-11 -
40
LF
24" Solid Yellow Stripe (Type I Thermo lastic
.25
210.00
IV-12
9
EA
Pavement Symbols (Type-1)(Thermoplasic)(All Types)(includes
fields mbol
105.0
$945.00
TOTAL AMOUNT BID FOR UNIT IV: SIGNING AND PAVEMENT MARKINGS $14,444.74
Project Name: Shady Oaks and Brinker
Paving and Drainage Improvements Work Days 290
BASE BID OPTION No. 3 Bid No. 3897
BID TABULATION SHEET P.O. No.
UNIT I: GENERAL
ITEM.:
NO :.
EST. '
OTY
UNITS
DESCRIPTION k-..
UN1,1'/tMQ„�INT�
I-1
1
LS
Contractor's Warranties and understandings
1 338.00
$11,338.00
1-2
1
LS
Mobilization @-
0000.00
30000.00
1-3
2
EA
Project Sin @
750.00
11500.00
I-4
1
LS
Preparing Right -of -Way
5427.00
$65,427.00
15
79,600
CY
Unclassified Excavation(Roadway and Channel)
121
126 316.00
1-6
83,600
CY
Embankment (Type D On -Site Material)(Final)
(Density Control) @
$1.21
$101,156.00
1.7
83,400
SY
Stockpile and Spread 4-Inch Depth Top Soil
(On -site Source)
$0.65
$54.210.00
1-8
83,400
SY
Bermuda Hydromulch Seeding
(Fertilizer 8 Water are considered Subsidiary to this Item) @
0.50
$41,700 00
1.9
1
LS
Barricades, signs and traffic handling
12 000.00
12 000.00
1-10
1
LS
SWPPP
5 000.00
15jQ
1-11
16,100
SY
I Erosion Control Blanket
0.75
J12 775.00
1-12
1
LS
Temporary Erosion Control
17 892.0
$17,892.00
1-13
1 39,330
SF
4" Concrete Sidewalk
3.47
$136.475.10
1-14
3
EA
Sidewalk Rams All Types)
750.00
2 250.00
1-15
75
LF
Metal Beam Barricade (End of Road) @
(Brinker Station 21+50)
$45.00
$3,375.00
1-16
1
LS
Remove and Dispose of Existing Concrete
5 000.00
000.00
1-17
5
EA
Adjust Water valves to proposed grade
250.00
1 250.00
-18
3
EA -
Adjust Fire H drants to ro osed rade
1 428.00
284.00
1.19
7
EA
Traffic Signal Ground Boxes (PENCELL PEM-1830-18PCX-10K-
TRA re , or approved ual)a
735.00 �
5 145.00
1.20
380
LF
3" Conduit Sch 40 PVC (Open Cut
.40
192.00
1-21
380
LF
4" Conduit Sch 40 PVC (Open Cut
g.19
492 20
1-22
380
1 SF
lConcrete Se mental Retaining Wall Face of Wall
18.381q,9154.40
TOTAL AMOUNT BID FOR UNIT I: GENERAL
$650 061 70
UNIT IIA: PAVING IMPROVEMENTS (Bid Alternate A - Concrete Paving)
ITEM t
NO.'._
ESi
OTX
UNITS
r DESCRIPTION � ;� k ,'
h ,UN) +P "
r. `.':?_
gN NVP
11-1
45,560
SY
6" Lime StabilizedSub rade
1.80
82 008.00
II-2
690
TON
Lime for Stabilization 30 IbsISY
116.40
80 316.00
113
42,240
SY
13" Concrete Pavement Class C
D.8.54
RAll 729.60
11-4
55
SY
16" Concrete Pavement (Class C) (Color Texturized Concrete)
162.7
$8.951.25
115
600
SY
4" Concrete Pavement (Class A) (Median Pavement) @
Stam ed and Integral Colored Concrete
$56.05
S33,630.00
115
25,260
LF
6" In ral Curb
2.00
50 520.00
II-7
650
LF
9" Inte ral Curb
2.50
1 625.00
11-8
1 120
LF
3" Mountable Curb @
.00
120.00
TOTAL AMOUNT BID FOR UNIT IIA: PAVING IMPROVEMENTS
$0.00
UNIT 1113: PAVING IMPROVEMENTS (Bid Alternate B - HMAC Paving)
ITEM"
NO.
EST
OTY 3
UNITS
, s. _ x i
DESCRIPTION ,
E w
;. ,UNI�a ID
PR(.Cxt:.:#
AMOUNT
11-1
45,560
SY
L
$4.47
203 653.20
II-2
1,500
TON
Lime for Stabilization 70 Ibs/SY
116.40
186 240.00
II-3
36,470
SY
6" T C Surface Course
18.87
$688,188.90
II-0
42,200
SY
6" Type A Base Course
18.13
JZK 0 66.00
11-5
55
SY
16" Concrete Pavement (Class C) (Color Texturized Concrete)
162.75
$8,951.25
II-6
600
SY
4" Concrete Pavement (Class A) (Median Pavement) @
Stem ed and Integral Colored Concrete
56.05
$33,630.00
II-7
25,260
LF
6" Curb and Gutter
10.13
S255.883.80
II.8
650
LF
9" Curb and Gutter
18.35
11 927.50
II-9
120 -
LF
3" Mountable Curb
3.00
$360.00
60.00
TOTAL AMOUNT BID FOR UNIT IIB: PAVING IMPROVEMENTS
$2.15
UNIT III: DRAINAGE IMPROVEMENTS
ITEM:.
NO -.
1 ESTz, ]UNITS
OTY
_ ziDESCRIPTION
B K
III-1
14
EA
10' Recessed Curb Inlet
2 611.20
$36,556.80
111-2
6
EA
14' Recessed Curb Inlet
223.20
$19,339.20
111.3
5
EA
20' Recessed Curb Inlet
774.00
$18,870.00
111-4
8
EA
4'x4' Junction Box manhole
743.40
29 947.20
III.S
4
EA
5'x5' Junction Box manhole
411.50
17 646.00
111-6
168
LF
18" Storm Drain @
RCP or ASP
$32.64
483.52
111-7
1,074
LF
21" Storm Drain @
RCP or ASP
$37.23
9 985.02
111-8
1,158
LF
24" Storm Drain @
RCP or ASP
0.80
$47,246.40
III-9
732
LF
-
30"Storm Drain @ -
RCP or ASP
54.06
$39,571-92
III-10
-126
LF
36" Storm Drain @
RCP or ASP
$65.79
$8,289.54
III-11
198
LF
48" RCP Storm Drain @
05.06
$20,801.88
III-12
56
LF
8 x4' Concrete Box Culvert
288.6
$16,164.96
111-13
496
LF
10'x10' Concrete Box Culvert
78.38
$237,276.48 .
III-14
1
EA
36" Concrete Headwall Includes Apron and Win alls
2 218.50
2 218.50
III-15
3
EA
48" Concrete Headwall Includes Apron and Win walls
335.40
10 006.20
III-16
1
EA
8'x4' Concrete Headwall Includes Apron and Win walls
891.30
3891.30
III-17
2
EA
4-10'x10' Concrete Headwall Includes Apron and Win alls
206.00
$92,412.00
111-18
4,008
LF
Trench Safety System for Trench Depth over 5-ft
0.21
1.68
III-19
2
EA
24" Concrete Ca
67.00
$1.734.00
III-20
560
SY
18" Grouted Rock Riprap with Filter Fabric 0
;§7.72
9 123.20
III-21
3,456
LF
JCCTV Inspection 18" to 48"' pipe)
1.02
3 525.12
TOTAL AMOUNT BID FOR UNIT ...: DRAINAGE IMPROVEMENTS
$700,930.92
UNIT IV: SIGNING AND PAVEMENT MARKINGS
ITEM1�
.1.
NO `
EST*. «
s kn
OTY t
UNLfS
r+ an 'k i f Y.t snp .f "i
` t "f ESCRIPTI,ON ' �*
CF!J tile'
°i .+A
'�x"UN D�".'�'
aAN�QUN�
*Ttw,WR
IV-1
16
1 EA
Small Signs(including pole. foundation, and sleeve
7.50
880.00
IV-2
16
EA
Flexible delineator posts
2.50
840.00
IV-3
330
EA
4" Reflective Button (Type II-CR-4
2.63
867.90
Nd
68
EA
4" Reflective Button (Type II-YY-4
2.63
178.84
IV-5
1,220
LF
4" Solid White Stripe e I Thenno lastic
0.69
1 80
IV-6
3,300
. LF
4" Broken White Stripe (Type 1)(Therrnoplastic)
0.69
2 277.00
IV-7
700
1 LF
4" Solid Yellow Stripe e 1 hermo lastic
.69 69
83.0 0
IV-8
950
LF
8" Solid White Stripee I Thermo lastic
1.
1 453.0
IV-9
200
LF
B53
Dotted White Stripe (Type 1)(Thermoplastic)(2' Stripe, 6'
a
1,53
$306.00
IV-10
200
LF
24" Solid White Stripe e 1 Thermo lastic
5.25
1 050.00
IV-11
40
LF
24" Solid Yellow Stripe e 1 hermo lastic
5.25
210.00
IV-12
12
EA
Pavement Symbols (Type-I)(Thermoplasic)(All Types)(includes
field symbol)
105.00
$1,260.00
TOTAL AMOUNT BID FOR UNIT IV: SIGNING AND PAVEMENT MARKINGS $15 648 04
Project Name: Shady Oaks and Brinker
Paving and Drainage Improvements Work Days 20
Alternate No. 1 Bid No. 3897
BID TABULATION SHEET -
P.O. No.
TRAFFIC SIGNAL IMPROVEMENTS
INTERSECTION .OFSPENCER '-ROAD AND BRINKER'ROAD - -
ITEM
EST
UNITS
NO. �
-
CITY
DESCRIPTION
- - -
'.UNIT $ID
AMOUNT ,
PRICEr-t"
A11-1
1
EA
Installation of Highway Traffic Signal (Isolated)
$17 661 00
17 661.00
(Includes Cabinet, Control, and complete signal setup)
Includes Concrete Foundation Pad for Cabinet
A1-2
4
EA
Illuminated Street Name Sign (ILSN)
90124
$15,604.96
(LED Slim Line Backlit Street Sign 19" X 72" double sided by
South em Manufacturin , or a oved equal)
Al-3
4
EA
Small Si n Su orts and Assmblies R10-12
210.88
3.52
A14
40
VF
48" Traffic Si nal Pole Foundations
237.24
IM89.60
A11-5
4
EA
Traffic Signal Pole Assembly (Includes Pole, mast arm, luminarie
and all hardware
1 054.39
217.56
At-6
3
EA
Traffic Signal Ground Boxes (PENCELL PEW1830-18PCX-10K-
TRA Gre , or a roved a ual
1,054.39
3,163.1
Al-7
80
EA
Vehicle Signal Section Head (All Type, All colors)Q
126.53
$10,122 40
(TCT, poly, with metal vented back plates & black visors)
(LED - Duralite Hi Flux, models JXG-300 and JXJ-300)
A11-8
6
EA
Pedestrain Signal Section Head (polypWbonate cam shell type)
(Pedestrian inserts - Duralite Countdowns, model JXM-400VIElL
$843.52
748.16
Electric
Al-9
8
EA
Pedestrain Sign, push buttons and Assembly
126.53
$1,012.24
Al-10
1
LS
Enforcement Lamps (Pelco Products SM-0286 or approved
equal, clear globe color)(complete 4 lamp setup with mounting
$553.56
$553.56
hardware and conductor cable
Al-11
1
LS
Spread Spectrum Radio Antenna, cable and setu
3 690.37
3 690.37
Al-12
1
LS
Radar(fonvard-fire Wavetronics smart sensor advance
Com lete 4 sensor acka e
$36.376.50
36 376.50
A1.13
1
LS
Emergency Eloe Detection Units (Opticom, or approved
e ual)(2 dual o ticom sensors
435.12
$8,435.12
Al-14
1
EA
VIVDS Processor S stem Fen olite Terra
-Assembly
853.54
853.54
A1.15
4
EA
VIVDS Camera
5271.95
21087.80
Al-16
605
LF
IVIVDS Communication CableCoaxial
3.17
1 917.85
A7-17
60
LF
2" Conduit Sch 40 PVC(Opel Cut
g qg
�y 40
Al-18
140
LF
3" Conduit Sch 40 PVC (Open Cut
10.55
1 477.00
Al-19
250
LF
4" Conduit Sch 40 PVC (Open Cut
11.60
2 900.00
Al-20
510
LF
Conductor Cable 10 Conductor 12 AWG
.22
215Z20
At-21
550
LF
Electrical Conductor No. 6 are
1.06
583.00
Al-22
20
LF
Electrical Conductor No. 6 Insulated
1 0
$21.20
Al-23
1,200
LF
Electrical Conductor No. 8 Insulated
1.06
$1.272.00
Al-24
1
LS
Closed Circuit Television (Pelco Spectra 3 PTZ color camera
s stem, or a roved a ual
10 543.90
$10,543 90
At.25
1
EA
Electrical Service (TxDOT TYD (120/240)100
(NS)AL(E)PS(U))(Meter Pedestal - Electrol Systems, or appoved
271.95
271.95
equal)
TOTAL AMOUNT BID ALTERNATE NO. 1:TRAFFIC SIGNAL IMPROVEMENTS-
$172.568 00
Project Name: Shady Oaks and Brinker
Paving and Drainage Improvements Work Days 0
Alternate No. 2 Bid No. 3897
BID TABULATION SHEET P.O. No.
TRAFFIC SIGNAL IMPROVEMENTS
INTERSECTION OFSHADY OAKSDRIVE AND BRINKER ROAD
THIS: BID ALTERNATE ONLYJNCLUDES THE COST FOR THE MATERIALS AND DELIVERY TO THE CITY '
SERVICE
CENTER
REM"
NO..':
EST
OTY
UNITS
'UNITBID
AMOUNTa ;
DESCRIPTION + n
PRICE a}
A2-1
1
I EA
Controller and Cabinet
17 661.00
$17,661.00
A2-2
3
EA
Illuminated Street Name Sign (ILSN)
$3,901.24
11 703.72
(LED Slim Line Backlit Street Sign 19" X 72" double sided by
Southern Manufacturing, or a oved a ual
A2.3
3
EA
Small Si n Su orts and Assmblies R3-8 MOD
210.88
32.64
A2.4
2
EA
Traffic Signal Pole Assembly (Includes Pole, mast arm, luminarie
and all hardware) @
$23724
$474.48
A2-5
4
EA
lSinqle Pole Assembly Includes pole and hardware
843.52
374.08
A2-6
42
EA
Vehicle Signal Section Head (All Type, All colors)@
$126.53
$5,314.26
(TCT, poly, with metal vented back plates 8 black visors)
(LED - Duralite Hi Flux, models JXC-300 and JXJ-300)
A2-7
4
EA
Pedestrain Signal Section Head (polycarbonate clam shell type)
(Pedestrian inserts - Duralite Countdowns, model JXM-400VIElL
843.52
3 374.08
Electric
A2-8
4
EA
Pedestrain Sign, push buttons and Assembl P
1126.53
$506.12
A2-9
1
LS
Enforcement Lamps (Peloo Products SM-0286 or approved
equal, clear globe color)(complete 3 lamp setup with mounting
$553.56
$553.56
-
hardware and conductor cable
A2-10
1
LS
Spread Spectrum Radio Antenna, cable
690.37
3 690.37
AZ-11
1
LS
Radar (forward -fire Wavetronics smart sensor advance
Com lete 3 sensor package))
$36 376 50
$36,376.50
A2-12
1
LS
Emergency Vehicle Detection Units (Opticom, or approved
ual)(1 dual and 1 sin le o ticom sensors
8 435.12
435.12
A2-13
1
EA
VIVDS Pro a 'or S stem Econolite Terra
962.32
962.32
A2.14
4
EA
VIVDS Camera Assembly5271.95
21087.80
A2-15
1
LS
Closed Circuit Television (Pelco Spectra 3 PTZ color camera
system, ora roved ual
$10,543.90
$10,54390
TOTAL AMOUNT BID ALTERNATE NO. 2:TRAFFIC SIGNAL IMPROVEMENTS
$132.689 95
Project Name: Shady Oaks and Brinker
Paving and Drainage Improvements Work Days 10
Alternate No. 3 Bid No. 3897
BID TABULATION SHEET P.O. No.
ADDITIVE ALTERNATE NO. 3
ITEM}UNITS
NO.
OTxY
-u
DESCRIPTION �`t�>
UN ID
O r�7 y
A3-1
113
LF
48" Steel Casing Pipe by open cut
$188.07
$21,251.91
Brinker Road Station 37+20
TOTAL AMOUNT
BID FOR
ALTERNATE No. 3
21 251 91
BID SUMMARY:
BASE BID OPTION 1
Shady Oaks (Station 1+25-to Station 48+90) and Brinker(Station 10+25 to Station 37+64)
UNIT I: GENERAL
$954,027.20
UNIT IIA: PAVING IMPROVEMENTS ALTERNATE A - CONCRETE PAVING
$3.180.816.05
UNIT IIB: PAVING IMPROVEMENTS ALTERNATE B - ASPHALT PAVING
$2,478,822.65
UNIT III: DRAINAGE IMPROVEMENTS
$726,032.28
UNIT IV: SIGNING AND PAVEMENT MARKINGS
$28,876.14
BASE BID OPTION 1A (I: GENERAL, IIA: PAVING, III: DRAINAGE, IV: MARKINGS)
Dollars And
$4,889,751.67
Cents
BASE BID OPTION 1B (I: GENERAL, IIB: PAVING, III: DRAINAGE, IV: MARKINGS)
Dollars And
$4,187,758.27
Cents
BASE BID OPTION 2-
Shady Oaks (Station 1+25:to Station 48+90)
UNIT I: GENERAL
$536,632.80
UNIT IIA: PAVING IMPROVEMENTS ALTERNATEA-CONCRETE PAVING
$2.112,186.15
UNIT IIB: PAVING IMPROVEMENTS ALTERNATE B - ASPHALT PAVING
$1,667,939.25
UNIT III: DRAINAGE IMPROVEMENTS
$643,791.28
UNIT IV: SIGNING AND PAVEMENT MARKINGS
$14,444.74
BASE BID OPTION 2A (l: GENERAL, IIA: PAVING, III: DRAINAGE, IV: MARKINGS)
Dollars And
$3,307,054.97
Cents
BASE BID OPTION 2B (I: GENERAL, IIB: PAVING, III: DRAINAGE, IV: MARKINGS)
Dollars And
$2,862,808.07
Cents
BASE_ BID OPTION 3
Shady Oaks (Station 1+25 to Station 48+g0) and Brinker (Station 21+50 to Station 37+64)
UNIT I: GENERAL
$650,061.70
UNIT IIA: PAVING IMPROVEMENTS ALTERNATE A - CONCRETE PAVING
0.00
UNIT IIB: PAVING IMPROVEMENTS ALTERNATE B -ASPHALT PAVING
$2,153,920.65
UNIT III: DRAINAGE IMPROVEMENTS
$700,930.92
UNIT IV: SIGNING AND PAVEMENT MARKINGS
$15.648.04
BASE BID OPTION 3A (l: GENERAL, IIA: PAVING, III: DRAINAGE, IV: MARKINGS)
Dollars And
$3,520,561.31
Cents
BASE BID OPTION 3B (I: GENERAL, IIB: PAVING, III: DRAINAGE, IV: MARKINGS)
Dollars And
$3.520,561.31
Cents
ADD -ALTERNATE No. 1
Traffic Signal Improvements at -Brinker Road and SpencenRoad
Al: Traffic Signal Improvements at Brinker Road and Spencer Road1
$172,568.00
J
The City of Denton reserves the right to award the contract to the responsive low bidder of the Project Base
Bid Option 1, Option 2, or Option 3. The City may or may not choose to incorporate any or all of the additive
alternate items list in the proposal
certifies that the unit prices shown on this complete computer print-out for all of the
bid items and a alternates contained in this proposal are the unit prices intended and that its bid will be
tabulate4thisrint-out
usingunit prices and
acknoleges and agrees that the total bid amount shown will be read as its total bid
and furtthe official total bid amount will be determined by multiplying the unit bid prices
shown iby the respective est