Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2003-177
ORDINANCE NO. AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF SPENCER ROAD PAVING, DRAINAGE AND WATER IMPROVEMENTS; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING AN EFFECTIVE DATE (BID 3028-SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS AWARDED TO JAGOE-PUBLIC COMPANY IN THE AMOUNT OF $2,794,719.25). 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. 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 3028 Jagoe-Public Company $2,794,719.25 SECTION 2. 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 famishing of performance and payment bonds, and insurance certificate after notification of the award of the bid. SECTION 3. 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 4. 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 5. That this ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the /117d day of QA&Z2003. Z"4tt--, &Ci— EULINE BROCK, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM: HERBERT L. PROUTY, CITY ATTORNEY BY: 9XII o 0013111> CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 17 day of Iune A.D., 2003, by and between City of Denton County of Denton and State of Texas, acting through Mirhael A Cnndi ff thereunto duly authorized so to do, hereinafter termed "OWNER," and of the City of Denton , County of and State of 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: in the amount of R.7941719 9i 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 Ay.w accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by: 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. TEST: j JCity of nPntnn C' BY• V � ATTEST: (SEAL) Jagoe-Public Company P.O. Box 250 Denton, TX 76202 CONTRACTOR MAILING ADDRESS qqo 3yL 2115/ PHONE NUMBER Clgo 3kL 973z FAX NUMBER BY: .SZ. - ✓� TITLE APPROVED AS TO FORM: PRINTED NAME (SEAL) CITY ATTORAY CA-3 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § Bond #SP3936 KNOW ALL MEN BY THESE PRESENTS: That IagnP-Riblir C..nmTn�✓ whose address is PO Rox'250 T)enrnn. TX 76909 hereinafter called Principal, and St. Paul Fire and Marine Insurance Company✓ a corporation organized and existing under the laws of the State of Minnesota , 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 ov- Two Millinn Seven Zn Ninety Fnur Tbnncand Seven Hundred Nineteen and 25/10 C)L LARS' ($ 9 79 71 Q _ 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 2003-177 —, with the City of Denton, the Owner, dated the 17 day of hine A.D.—7Q03\/ a copy of which is hereto attached and made / a part hereof, for Bid 1099-Speneer Rnsd Paving, Drainage and Water Tmr vementcb NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by the Owner; and, if the Principal shall fully indemnify and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. PB-1 PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas. AND PROVIDED FURTHER, that the said .Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 17 day of June ATTEST: PRINCIPAL VQ oe,le-��.LCoNe c BY: SECRETARY BY: i2!� VICE PRESIDENT ATTEST: SURETY St. Paul Fire and Marine Insurance ComDanv z AMID TO-Cu- p1m w-'WREWLA Plot, The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: Willis of Texas, Inc. 13355 Noel Road; Suite 400 STREET ADDRESS: Dallas, Texas 75240 (NOTE. Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) PB-2 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § Bond #SP3936 KNOW ALL MEN BY THESE PRESENTS: That Tagne-Public C omTan3✓' whose address is PO Rnx 950 Denim TX 7002 hereinafter called Principal, and St Paul Fire and Marine Insurance Company✓ a corporation organized and existing under the laws of the State of Minnesota 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 o Two Million Seven hundrej Ninety Fnur Thniiqqnd Seven Hundred Nineteen and 25/100 OLLARS ($? 794,719 25 m 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 , with the City of Denton, the Owner, dated the IZ day of Iune A.D. 2001 , a copy of which is hereto attached and made Vpart hereof, for Rid 3098 Spencer Rnad Paving, 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. PB-3 This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one 2f which shall be deemed an original, this the 1 7— day of June , 220 3 ATTEST: SECRETARY ATTEST: BY: L& PRINCIPAL / BY: I//6c- PRESIDENT SURETY St. Paul Fire and Marine `Insurance Company BY: ATTORNEY -IN -FACT Rosemary Weaver The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: Willis of Texas, Inc. 13355 Noel Road; Suite 400 STREET ADDRESS: nallas, Texas 75240 (NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) 3rjbuf 8Ur* SL Pad Flee and Medne Ioaonna Company United United States Fidelity and GuarantyCry �Y�r St. Paul Goarman Insurance Company Fidelity and Guaranty Imonme Company St. Pad Mercury inguma•• Company Fidelity ad Guaranty Insurance Underwriters, Im Seaboard Surety Company St. Pad Medial LlNdtly Insurance Company Bond No. SP3936 RIDER CONTAINING DISCLOSURE NOTICE OF TERRORISM COVERAGE This disclosure notice is required by the Terrorism Risk Insurance Act of 2002 (the "Act"). No action is required on your part. This Disclosure Notice is incorporated in and a part of the attached bond, and is effective the date of the bond. You should know that, effective November 26, 2002, any losses covered by the attached bond that are caused by certified acts of terrorism would be partially reimbursed by the United States under a formula established by the Act. Under this formula, the United States reimburses 90% of covered terrorism losses exceeding the statutorily established deductible paid by the insurance company providing the coverage. Under the Act, there is a cap on our liability to pay for covered terrorism losses 0 the aggregate amount of insured losses under the Act exceeds $100,000,000,000 during the applicable period for all insureds and all insurers combined. In that case, we will not be liable for the payment of any amount which exceeds that aggregate amount of $100,000,000,000. The portion of your premium that is attributable to coverage for acts of terrorism is 0.00. IMPORTANT NOTE: THE COST OF TERRORISM COVERAGE IS SUBJECT TO CHANGE ON ANY BONDS THAT PREMIUM IS CHARGED ANNUALLY. POWER OF ATTORNEY DeSlPhUl Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. 23335 Power of Attorney No. Certificate No. 1586863 KNOW ALL MEN BY THESE PRESENTS• hat Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that St. Paul Fire and Marine Insurance Company, t. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin Qterein collectively called the "Companies'), and that the Companies do hereby make, constitute and appoint / JeffMcIntosb, D. Gregory Stiffs and Rosemary Weaver/ of the City of Dallas , State eRas , their true and lawful AttorneY(s)m --Fact, each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and sealed this 191h day of November 2002 Seaboard Surety Company United States Fidelity and Guaranty Company St. Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Mercury Insurance Company �90N ON k,, e'..on.+aI 'L\vaZ&Lj O at autm �� ° PETER W. CARMAN, Vice President 1927 I^ two 1977 c �tlaa a ,\ssxa.�: 1951 s, sx AMt State of Maryland City of Baltimore THOMAS E. HUIBREGTSE, Assistant Secretary On this 1(01 day of November , 2002 , before me, the undersigned officer, personally appeared Peter W Carman and Thomas E. Huibrell se, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of said Companies; and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the tat day of July, 2006. °°" Yn `�WAA-4ia#-� ¢gym NOrgRF m �BVC r REBECCA EASLEY-ONOKALA, Notary Public �qE Cn`I 86203 Rev. 7-2002 Printed in U.S.A. This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force and effect, reading as follows: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed executed, and acknowledged by persons or entities appointed as Attomey(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company maybe affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey(s)-in-Fact for purposes only of executing and 'attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Companymith respect to any bond or undertaking to which it is validly attached; and RESOLVED FURTHER, that Attomey(s)-in-Fact shall have the power and authority, and in any case, subject to the terms and limitations of the Power of Attorney issued them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by such Attomey(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I, Thomas E. Huibregtse, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I hereunto set my hand this —Z_7t6day of /J\\ 67 *Y 6 (o\M_x1p e.ixxue44 �gry,yb /x Y 27 .F� atiEAL ^ +S\gBdLjR o. L.�. A" 444"` � p! Thomas E. Huibregtse, Assistant Secretary To verify the authenticity of this Power of Attorney; call I-800421-3880 and ask for the Power ofAttorney clerk. Please refer to the Power ofAttorney number, the above -named individuals and the details of the bond to which the power is attached. srPhvi stray 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: I-800-252-3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, TX 78714-9104 FAX# 1-512-475-1771 Your notice of claim against the attached bond may be given to the surety company that issued the bond by sending it to the following address: Mailing Address: St. Paul Surety Claim P.O. Box 4689 Federal Way, WA 98063-4689 Physical Address: St. Paul Surety Claim ^� 31919 First Avenue South Suite 100 Federal Way, WA 98003 You may also contact the St. Paul Surety Claim office by telephone at: Telephone Number: 1-253-945-1545 PREMIUM OR CLAIM DISPUTES: If you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document. 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. •• 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 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. 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: [X ] A. General Liability Insurance: General Liability insurance with combined single limits of not less than R7_ ono -non chall 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 1 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 "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. [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. ATTACHMENT 1 [X ] Worker's 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: (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. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom 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 (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. 7/15/03 Time: 11:39 AM TO: Payne, Scott Id `J4v-aea-Poly Page: 002-005 AC(2 CERTIFICATE OF LIABILITY INSURANCE 06/ 003' PRODUCER (940)38Z-9691 FAX (940)243-1050 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION !Ramey III King Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR i 510 North 1-35 F ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Denton, TX 76205 - / INSURERS AFFORDING COVERAGE I NAIC # Bill Cheek P 0 BOX 250 Denton, TX 76202 ers THE POLICIES OI- INSURANCE LISTED b4LOW HAVE BEEN ISSUEU 10 THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITNSTAINDINN 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 BEEN REDUCED BY PAID CLAIMS. MR TYPE OF MI6 POLICY NUMBER POLCT ECTNE POLICY TION LatR3 A GENEIMIJAMUTY aGNCLAI SGENEE ©IOCCU AB"CAP491D371 10/Ol/2002 10/01/Z003 EACHoccuRRENCE S 1 OOO _ DAMAGE TO RENTED MEDow(My en.pen1)) 305,00 6 PERSONAL EADVDDURY S 1 ON. O rENGRE0AT6pLLRRWp11T. GENERALAGGREGATE 6 2,000, APPLIES PM- CY JECT LOG PROGUCTS•COMPIOPAGG f j OON O A. AVMMOMU ANYAVTO WAU l AU.OWNWAUTOS SCHEOULEOAVTOS HIREDAVTOS NONOWWM ALTOS CAP491D2293� 10/01/02 10/01/03 IMIT aca a) L 11,000,000 BODILY INJURY (Per wim) S I B000.Y INJURY (Pere ddme f PROPERTY DAMAGE (Pm acdwnq f GARAGE LIABILITY ANYAUTO AUTO ONLY• SA ACCIDENT S OTHER TITAN EAACC AUTO ONLY; AGG S $ B EXCEsaumaauLIANUTr OCCUR CLAM MADE DEDUCTIBLE RETENTION S DNCAP492D370 10/01/2002 10/01/2003 EACH occumuwce $ 51000.00( AGGREGATE S s 5 000 00 S f woromRs'WPEroATONAND VMPLOYB& LIMY ANY PROPRETORIPARTNUTNE OPFICERIMEYBEREXCLUOIED? EDT M e 04uMN sd°°c�cwPROHsrorvseNM. U849ZD373 10/01/2002 10/01/2003 IUr EL. EACH ACCIDENT f 1 OOO ON EL DISEASE• EAEMPLO 6 1000 Tu.asEASE•POLICY Lunrt s 1,000.00 OTHER Ges NOF OPERA N6/LOCA /VENICLES! lO)IS DBYENOORSENBNT LPROYMIOM ert icate hoJder issted as a itTona insured. id#3028 Spencer Road Paving, Drainage and Water Improvements Waiver of subrogation in favor of City of Denton on Workers Comp � City of Denton, its Offici Agents, Employees and Volunteers 9018 Texas Street Denton, TX 76201 Said policy Shall not be cancelled, nonrenewed or materially changed without 301-da-ys advanced writ �Lotice being given to the owner (City) ex pt When the policy is being cancelled for ACORD 26 (2001(18) // GACORD CORPORATION 198R e: 11:39 AM To: Payne, Scott uo S4u 34a-ro(v Page: 003-005_�___..�.--------------.--_---._ .. IMPORTANT If the certificate holder Is an ADDITIONAL INSURED, the poHcy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endomement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing Insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or after the coverage afforded by the policies listed thereon. .ORD 25 (2001M) M ADDENDUM NO.2 SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS CITY OF DENTON Item Estimated Description of Items With Bid Unit Total No. Quantity Unit Prices Written in Words Price Amount Bid Paving Improvements 1 1 L.S. Prepare Right -of -Way, for the sum of -IL E& -4/--,-1 ollars and zv^ Cents per lump sum. $3o OtLBG $ 3o SGU.o° —� 2 15,300 C.Y. Unclassified Street Excavation, for the sum of -41 V. Dollars : F Cents and $ y so r b� $ 6p p 50 do per cubic ard. 3 4,200 C.Y. Borrow, complete in place, for the sum of Dollars and za/-a Cents per cubic yard. 4 4,200 C.Y. Earthen Embankment, complete in place, for the sum of �/'�✓o Dollars and Cents per cubic yard. $ o%. Og $ 93L, ao 5 2,158 L.F. Remove Conc. Curb & Gutter, for the sum of f'i a Dollars and Cents per linear foot. $ $ 6 7,870 S.F. Remove Concrete Driveway, for the sum of Or,L Dollars and ZvI Cents per square foot. $ �• o° $ P-3 SPENCER ROAD PAVING, DRAINAGE 8, WATER IMPROVEMENTS CITY OF DENTON Item Estimated Description of Items With Bid Unit Total No. Quantity Unit Prices Written in Words Price Amount Bid 7 6,379 S.F. Remove Concrete Sidewalk, for the sum of /--*LZ Dollars and 2erd Cents per square foot. $ 1.09 $ 8 4,206 S.F. Remove Asphalt Driveway, for the sum of o"-e- Dollars and 7-e/6 Cents per square foot. $ /' 60 $ 2010, r� 9 35,749 S.Y. 6" Stabilized Subgrade, complete in place, for the sum of 4-W o Dollars andCents per square yard. $ 11,YU-610 10 490 TON Lime for Stabilization, complete in place, for the sum of ic.J� Dollars and Rio Cents '/ per ton. $ %0.00 $ y /, /OD, 0o 11 34,330 S.Y. 8" Reinforced Concrete Pavement, complete in place, for the sum of fwe t. f a .l.r Dollars and er i t Cents per square yar . $'a.T . FfO $ g$ 7oyOv 12 12,855 L.F. 6" Integral Concrete Curb, complete in place, for the sum of Dollars and 2eia Cents per linear foot. $ S oD $ ivy 27 S oD P-4 SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS CITY OF DENTON Item Estimated Description of Items With Bid Unit Total No. Quantity Unit Prices Written in Words Price Amount Bid 13 13,977 S.F. 6" Reinforced Conc. Driveway Approach & Transition, complete in place, for the sum of Dollars and - Cents per squar foot. $3•S� $ �f�9/9.�� 14 3,214 S.F. 6" Asphalt Driveway Transition, complete in place, for the sum of two Dollars and Ft Cents per square -toot. $�.�y $ p�03S•bD 15 1,768 S.F. 6" Gravel Driveway Transition, complete in place, for the sum of Dollars and 7.el-6 Cents per square foot. 16 96,238 S.F. 8' Wide Reinforced Concrete Sidewalk, complete in place, for the sum of .Fwv Dollars and ci-j ✓2 Cents per squarg foot. 17 17 EA. A.D.A. Handicap Ramp Including Reinforcing Steel, complete in place, for the sum of 5: ck... 'C- f Dollars and L. Cents pereach. $ Ob, oo $ /D,abO,i� 18 7,632 S.Y. 6" HMAC Pavement Transition, complete in place, for the sum of Dollars and T1ir Cents per square yard. $ 0 o $ `/ psb , 00 P-5 SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS CITY OF DENTON, Item Estimated Description of Items With Bid Unit Total No. Quantity Unit Prices Written in Words Price Amount Bid 19 435 S.Y. Temporary 4" HMAC Paving, complete in place, for the sum of ywfez , Dollars and 7zio Cents $ /6,00 04 9G0. cx> per square yard. 20 1 L.S. Pavement Markings & Traffic Buttons, complete in place, for the sum of .Fc,.. 4k&,s, t Dollars and W. Cents per lump sum. $ O000.on $ /p boo. 21 11 EA. Furnish & Install Traffic Signs, complete in place, for the sum of . ut ' G,'A'Vak Sir, Dollars and Zcio Cents per each. $ $ �21 22 12 EA. Install Pull Box, complete in place, for the sum of hdsk. .lrycQ jtcw—t- Dollars and Z.eio Cents per each. $ aa0.00 $ 02. 23 378 L.F. 4" PVC Electrical Conduit, complete in place, for the sum of Fir/ L Dollars and icier Cents per linear foot. $ P,dv $i q, S36-1 W 24 1 L.S. Traffic Signal Modification @ Loop 288, for the sum of Dollars and 2.e . Cents per lump sum. $ 4 00>0-� $ °O°•� ww SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS CITY OF DENTON Item Estimated Description of Items With Bid Unit Total No. Quantity Unit Prices Written in Words Price Amount Bid 25 424 L.F. 6" Concrete Curb Along Ped/Bike Path, complete in place, for the sum of J-e� QW16,/6 Dollars and Cents per linear oot. $ /D.5o $ `'Lm>.oD 26 127 L.F. Sidewalk Fill Wall & Welded Steel Handrail, complete in place, for t e sum of &-& n'a- owe Dollars and Zc/d Cents per linear foot. pp $ 1 / S 6a $ 6u Sub -Total Paving Improvements $ /� �3k r99. 60 P-7 I SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS CITY OF DENTON Item Estimated Description of Items With Bid Unit Total No. Quantity Unit Prices Written in Words Price Amount Bid Storm Drain Improvements 1 10 EA. Uncover Exist. Utility Line to Verify Any Conflicts With Proposed Storm Drain Improvements, for the sum of .H✓ k. jr¢wo Dollars and zgra Cents per each. $ 300. oo $ j Doo. o:-� 2 1 EA. 20' Recessed Curb Inlet, complete in place, for the sum of - . r e. AA^.44? Dollars n-r and z.e% Cents pereach. $ 1b 0,1 $ 39o°•� —Y 3 2 EA. 15' Recessed Curb Inlet, complete in place, for the sum of luxa-eya, X Dollars and zuo Cents per each. 4 7 EA. 10' Recessed Curb Inlet, complete in place, for the sum of Dollars and Cents per each. L 5 30 L.F. 18" Wide Trench Drain, complete in place, for the sum of % u....� Dollars and 71./o Cents per linear foot. $ C�-bo, oD $ 0bo, 0� 6 2 EA. 4' x 4' Drop Inlet w/Concrete Apron, complete in place, for the sum of Dollars and zara Cents per each. $ S 60 V. or, P-8 SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS CITY OF DENTON Item Estimated Description of Items With Bid Unit Total No. Quantity Unit Prices Written in Words Price Amount Bid 7 1 L.S. Three Barrel 10' x 7' Cast -in -Place Reinforced Concrete Box Culvert, Including Skewed Parallel Wings, Excavation & Backfill, complete in place, for the sum of f I - Dollars an Zci, Cents per lump sum. $ bbD. n0 $ ob 8 1 L.S. Four Barrel 8' x 8' Cast -in -Place Reinforced Concrete Box Culvert, Including Non -Skewed Parallel Wings, Excavation & Backfill, complete in place, for the su¢ of Pveit�G.d1GI0�.L.Flwuse�-E'� UO� and 9A,/6 Cents per lump sum. $�D/,Sao. $ pl Soo•oD 338 L.F. Install PVC Coated Chainlink Fence on Box Culvert Headwall, complete in place, for the sum of e-/f,..e Dollars and Z,PI/0 Cents p per linear foot. $ /, Vt> $ 3, G�/,.[� 10 70 C.Y. Install Reinforced Concrete Apron with Toewalls, Including Excavation and Backfill, compl. In pl., for the sum of tee,-t;I-r,eDollars and Z y/ Cents per cubic yard. $ a-,j5, bD $ 11 64 L.F. 54-Inch Class III Reinforced Concrete Pipe Including Excavation, Backfill and Type I Embedment, complete in place, for the sum of one AAA," ,ewd-1'liars and Leis Cents per linear foot. $ SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS CITY OF DENTON Item Estimated Description of Items With Bid Unit Total No. Quantity Unit Prices Written in Words Price Amount Bid 12 631 L.F. 48-Inch Class III Reinforced Concrete Pipe Including Excavation, Backfill and Type I Embedment, complete in place, for the sum of 6P-CA.0.44/5) oti2 Dollars and 7_z/e> Cents per linear foot. $lbl.Oo $ 63.73/.10 13 1,016 L.F. 42-Inch Class III Reinforced Concrete Pipe Including Excavation, Backfill and Type I Embedment, complete in place, for the sum of e✓e.t — Dollars an -L i. - Cents per linear foot. $ i7 o o $ 14 29 L.F. 36-Inch Class III Reinforced Concrete Pipe Including Excavation, Backfill and Type I Embedment, complete in place, for the sum of Srx4z' 5%x Dollars and Z,eid Cents per linear foot. $ (,db $ 91�1.60 15 297 L.F. 30-Inch Class III Reinforced Concrete Pipe Including Excavation, Backfill and Type I Embedment, complete in place, for the sum of �Fd v /L✓o Dollars and 2Qia Cents per linear foot. 16 709 L.F. 27-Inch Class III Reinforced Concrete Pipe Including Excavation, Backfill and Type I Embedment, complete in place, for the sum of Xfi/llL'__ Dollars and 7_eib Cents per linear foot. $ yt_ b D P-10 SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS CITY OF DENTON Item Estimated Description of Items With Bid Unit Total No. Quantity Unit Prices Written in Words Price Amount Bid 17 237 L.F. 24-Inch Class III Reinforced Concrete Pipe Including Excavation, Backfill and Type I Embedment, complete in place, for the sum of pia Dollars and QE/o Cents �! per linear foot. $ l 6.4)0 18 899 L.F. 18-Inch Class III Reinforced Concrete Pipe Including Excavation, Backfill and Type I Embedment, complete in place, for the sum of 4-ui4&A4..i�-G Dollars and zeifl Cents per linear foot. $ 33• oo $A7 &4 7' L 19 20 21 71 L.F 1 EA. 3 EA. 18-Inch Class IV Reinforced Concrete Pipe by Boring Including Pressure Grout, complete in place, for the sum of 411✓ae Dollars and 22/o Cents 3�b, ob per linear foot. $ $ 6' x 5' Reinforced Concrete Junction Box Including Excavation, Backfill and Embedment, complete in place, for the sum of Dollars and Ze% Cents per each. 6' x 6' Reinforced Concrete Junction Box Including Excavation, Backfill and Embedment, complete in place, for the sum of Dollars and a.¢�v Cents per each. $ 3 000. oo $ aoo. L $ ��. to $ boa DO P-11 SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS CITY OF DENTON Item Estimated Description of Items With Bid Unit Total No. Quantity Unit Prices Written in Words Price Amount Bid 22 2 EA. 5' x 5' Reinforced Concrete Junction Box Including Excavation, Backfill and Embedment, complete in place, for the sum of lAx/.F .(.--- kz�d/Eti( Dollars and j71i0 Cents per each. 23 5 EA. 4' x 4' Reinforced Concrete Junction Box Including Excavation, Backfill and Embedment, complete in place, for the sum of �bxni�w✓L,, r Dollars and duo Cents per each. $ o1,�fS0. $ /�,%�o• 24 1 L.S. Reinforced Concrete Sloped Headwall for 2-18" RCP, compl. in pl., for the sum of pz� !ti_ /'o Dollars and zeio Cents per lump sum. $ ), fly 00 bD 25 1 EA. Type II Concrete Safety End Treatment for 2-24" RCP, compl. in pl., for the sum of �� �r.w�u atiaC Dollars and Z,�^ Cents per each. $ /, '16D, bO $ y60, CO 26 2 EA. Type II Concrete Safety End Treatment for 24" RCP, compl. in pl., for the sum of Sew++-�-� aPisef Dollars and Yt/e Cents per each. $ 766, bo $ y66, bo 27 380 L.F. Grade Ditch to Drain, complete in place, for the sum of, 'L,a/ c, Dollars and zeio Cents q,'S6p, ba per linear foot. $ o�,UD $ P-12 SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS CITY OF DENTON Item Estimated Description of Items With Bid Unit Total No. Quantity Unit Prices Written in Words Price Amount Bid 28 1 EA. Adjust Exist. Storm Drain Manholes to Final Grade, complete in place, for the sum of J_1_ r (111I.110 Dollars and Z 116 Cents per each. $ 306.00 $ 3 29 4,191 L.F. Trench Safety Systems for Storm Drain Line Installation (Greater than 5' deep), complete in place, for the sum of aN2 Dollars and 7a/o Cents per linear foot. 30 919 C.Y. Unclassified Channel Excavation, complete in place, for the sum of l i Dollars and zs✓o Cents per cubic yard. $ k'6� $ 3, 476.OP 31 254 C.Y. Furnish & Install Gabions, complete in place, for the sum of 6 .� Dollars and wio Cents per cubic yard. $ 96,OD $ o7,i,Kb4 ba 32 561 L.F. Remove & Dispose Existing Storm Drain Pipe and Culvert Pipe, for the sum of -Ye. Dollars and [ ¢/6 Cents per linear foot. $ /6,60 33 1 L.S. Remove & Dispose Existing Culvert Headwalls & Aprons, for the sum of Dollars and 2rro Cents per lump sum. $ oao° $ 4'sea oe> Sub -Total Storm Drain Improvements $ 6&3 306. 00 P-13 SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS CITY OF DENTON Item Estimated No. Quantity Unit Utility Improvements Description of Items With Bid Unit Total Prices Written in Words Price Amount Bid 1 2 EA. Remove & Salvage Existing Fire Hydrant & Gate Valve, for the sum of .r-,A,— Dollars and Laolo Cents per each. $ 5,00.00 $ / d DO, to 2 535 L.F. 8" PVC Water Pipe (DR18, Class 150), complete in place, for the sum of I- �y Dollars and v✓o Cents per linear foot. $ a0.00 $ %0 900, 0 0 3 129 L.F. 6" PVC Water Pipe (DR18, Class 150), complete in place, for the sum of 2rxn� Dollars and zc% Cents per linear foot. $ /B•ou $ ,I IF 4 4 EA. 8" Gate Valve and Valve Box, complete in place, for the sum of Se�kt Fah Dollars and zie Cents per each. $DSO oD $ 060. 0I> 5 3 EA. 6" Gate Valve and Valve.Box, complete in place, for the sum of �l a�,draQ Se✓e"ks Dollars and;Cents per each. $ 76, oa $ % 0, oO 6 1 EA. 8"x8" Tapping Sleeve & 8" Tapping Valve, complete in place, for the sum of Dollars and mid Cents per each. $ a,Doa,ac> $ -2 000, ob P-14 SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS CITY OF DENTON Item Estimated Description of Items With Bid Unit Total No. Quantity Unit Prices Written in Words Price Amount Bid 7 2 EA. 8"x6" Tapping Sleeve & 6" Tapping Valve, complete in place, for the sum of h aend-lr , L,e _deed Dollars and Zero Cents per each. $1100.0z� $ Y66-00 —r-- 8 1 EA. Furnish Fire Hydrant Assembly to be Installed by City, for the sum of rk.e Dollars and Cents per each. $ /.C> o a $ 05o • n� 9 2,477 LBS. Furnish & Install Ductile Iron Fittings, complete in place, for the sum of �o Dollars and X Cents / Sp perpoun . $v�•so $ l �4�• 10 30 EA. Adjust Exist. Water Valve to Final Grade, complete in place, for the sum of ./L ire. L. X-wf Dollars and Ze.ry Cents per each. $ 3oo,oO $ "( b0o, ou 11 1 EA. Adjust Exist. Fire Hydrant to Final Grade, complete in place, for the sum of -re,.e Dollars and 7aie> -Cents per each. $ so. so $ 55'0, oo 12 6 EA. Install New 1" Water Service & Transfer Water Service to Meter, c/omplete in place, for the sum of -/-� .r-(" L; dollars and Ze% Cents per each. $ SaS,uL $ 3,/S0.oc> P-15 SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS CITY OF DENTON Item Estimated Description of Items With Bid Unit Total No. Quantity Unit Prices Written in Words Price Amount Bid 13 6 EA. Relocate Exist. Water Meter & Install New Water Meter Box, complete in place, for the sum of e G all Dollars and 2e/o Cents per each. $ D D. uo $ 3, oUb ot�, 14 1 EA. Relocate Exist. Air Release Valve, complete in place, for the sum of af4e /wrdzed Dollars and 2z,-o Cents per each. $ ?6a o� $ a tY:,) 15 97 L.F. 2,000 PSI Concrete Encasement, complete in place, for the sum of 7a Dollars and Ze/o Cents per linear foot. $ /a•oo $ /&Y.DO 16 170 L.F. Trench Safety Systems for Water Line Installation (Greater than 5' deep), complete in place, for the sum of 6p--e Dollars and zuio Cents per linear foot. $ .60 $ ZD, oD 17 204 L.F. Lower Exist. Water Line 2' Below Proposed Structures, compl. in pl., for the sum of -14.;n. '/r e, Dollars and ze�19 Cents per linear foot. $ 35- bb $� 18 1 EA. Proposed Water Main Crossing per City Detail W301, compl. in pl., for the sum of .N-lef, J Dollars and Ze/tb Cents per each. $_3. 1)0o. Lo $ 3 000, vn P-16 SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS CITY OF DENTON Item Estimated Description of Items With Bid Unit Total No. Quantity Unit Prices Written in Words Price Amount Bid 19 2,322 L.F. 18" Reclaimed Water Pipe (DR-18, Class150), com lete in place, for the sum of �/.I'v Dollars and ZG/o Cents per linear foot. $ O.OD $ 80•bd 20 3 EA. 18" Double Disc Gate Valve & Valve Vault, complete in place, for the sum of �khe� f�, h.•! Dollars and te% Cents per each. $ 5pu0•Do $ �50o-x 60 T 21 1 EA. 6" Combination Air Valve & Valve Vault, complete in place, for the sum of &r Lr Dollars an two Cents $ � UO°•� 0 $ ho per each. o, o> 22 4,860 LBS. 18" Ductile Iron Fittings, for the sum of lk=lee Dollars and u/o Cents per pound. $ 102 $ ly, 580. oD 23 64 L.F. 2,000 PSI Concrete Encasement, complete in place, for the sum of 4-'�4u'v_ Dollars and Z.vo Cents linear foot. $ �e1, UU $ per 24 1 L.S. Abandon Exist. 18" Reuse Water Line, for the sum of S.w-H- VCR d Dollars and ZP/o Cents per lump sum. $ 006.CO Sub -Total Water Improvements $ P-17 SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS CITY OF DENTON Item Estimated No. Quantity Unit Miscellaneous Improvements Description of Items With Bid Unit Total Prices Written in Words Price Amount Bid 1 1 L.S. Parkway/Yard Restoration with Topsoil, complete in place, for the sum of .+.'r Dollars and z e/o Cents per lump sum. $ /!DoD, DJ 2 22,388 S.Y. Solid Sod with Bermuda and/or St. Augustine Grass, complete in place, for the sum of rc✓o Dollars and Cents $.2.39 $ 5� 7pesqua 3 625 S.Y. Hydromulch Seeding, complete in place, for the sum of zoo Dollars and Cents per squarelyard. $ , 56 $ /_a•'Sb 4 20 EA. Furnish & Install Two (2") Caliper Tree, complete in place, for the sum of 6..zF-cc..at�aQc,Lry.�..e Dollars —Cents andand per each. $ 5 3,741 L.F. Remove Exist. Fence, complete in place, for the sum of A- Dollars and F�y Cents per linear%ot. $'PSo $ Ste• SO 6 213 L.F. Install 6' High Chainlink Security Fence With 3-Strands of Barb Wire on Top, complete in place, for the sum of fe� Dollars and Cents per linear foot. $ �• /s $ �6 �� P-18 SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS CITY OF DENTON Item Estimated Description of Items With Bid Unit Total No. Quantity Unit Prices Written in Words Price Amount Bid 7 84 L.F. Install 5' High Chainlink Fence, complete in place, for the sum of Dollars and 7sio Cents per linear foot. $ 8 2,166 L.F. Install 5-Strand Smooth Wire Fence, complete in place, for the sum of =6 J. Dollars and - Cents per linea foo $ 9 125 L.F. Install 5' High Wire Fence With Wire Mesh & 2-Strands of Smooth Wire on Top, complete in place, for the sum of S: x. Dollars and -, Cents per linear foof. $ $ Wo-oo 10 1 L.S. Mobilization, for the sum of a e"—.!-/l"4.4 Dollars and 7,,a Cents per lump sum. $ Uu, 000. 0 $ /06' 000. b6 11 1 L.S. Barricades, Signage and Traffic Control, for the sum of, s»aok-C del/ is"Dollars and zee Cents per lump sum. $/!Jr%q!5' 60 $ /5-Ia'S60 12 1 L.S. Erosion Control, complete in place, for the sum of Fp F,.�G ;1,.��eibt ce.� Dollars and 7eio Cents per lump sum. $ /b.' 9,7 OD $ ) gf7-cv P-19 SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS CITY OF DENTON Item Estimated Description of Items With Bid Unit Total No. Quantity Unit Prices Written in Words Price Amount Bid 13 2 EA. Project Sign, complete in place, for the sum of 4_,,.a A-'Jvat Dollars and 7e�e-o Cents per each. $ p,00 $ Y66.0u 14 2,470 L.F. Install Temporary Fence, complete in place, for the sum of 4-wo Dollars and Zew Cents per linear foot. $-OD $ y. 9Y6.00 Sub -Total Miscellaneous Improvements $irow3, /J P-20 SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS CITY OF DENTON Item Estimated No. Quantity Unit Alternate Improvements Description of Items With Bid Unit Total Prices Written in Words Price Amount Bid The selection of the following Alternates shall be invoked at the sole discretion of the Owner. The materials and methods of construction involved shall be determined after the receipt, tabulation and evaluation of bids. 1 490 TON Cement for Stabilization, complete in place, for the sum of a,.c r_.._,.eJ lutr..?Ae Dollars and 'Lem Cents per ton. $ las• Oo / $ !�� �50. bo 2 631 L.F. 48-Inch Type 2 Aluminized Pipe Including Excavation, Backfill & Type I Embedment, complete in place, for the sum of Ser— Jr Dollars and �� Cents per linear foot. $ 60 $ y ou —5 3 1,016 L.F. 42-Inch Type 2 Aluminized Pipe Including Excavation, Backfill & Type I Embedment, complete in place, for the sum of 5t224 Le. i Dollars and Cents per linear foot. $ 6Y'°� 4 29 L.F. 36-Inch Type 2 Aluminized Pipe Including Excavation, Backfill & Type I Embedment, complete in place, for the sum of -"4" _tu" Dollars and 2w Cents per linear foot. $ � oo _ $ � 6s. 5 297 L.F. 30-Inch Type 2 Aluminized Pipe Including Excavation, Backfill & Type I Embedment, complete in place, for the sum of Lost: Dollars and jeeb Cents yY ao 13 60, bc> per linear foot. $ $ P-21 I SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS CITY OF DENTON Item Estimated Description of Items With Bid No. Quantity Unit Prices Written in Words 709 L.F. 27-Inch Type 2 Aluminized Pipe Including Excavation, Backfill & Type I Embedment, complete in place, for the sum of Dollars and v'o Cents per linear foot. 237 L.F. 24-Inch Type 2 Aluminized Pipe Including Excavation, Backfill & Type I Embedment, complete in place, for the sum of ll �a i Dollars an'ui> Cents per linear foot. 899 L.F. 18-Inch Type 2 Aluminized Pipe Including Excavation, Backfill & Type I Embedment, complete in place, for the sum of t P Dollars and �o Cents per linear foot. 2,166 L.F. Install 5' High Welded Steel Pipe Rail Fence With Horse Wire Mesh, complete in place, for the sum of ..%z _ Dollars and Zi✓o Cents per linear foot. Unit Price $ R, oo Total Amount Bid $ __�&5x.oG> $ad,o71.U-) $A14,6NW 10 34,445 S.Y. 3" Thick Type "A" HMAC Incl. Prime Coat, complete in place, for the sum of �..� Dollars and •% «, er,Jd Cents per square y rd. $ , - $ /g�'FG % 6U 11 30,879 S.Y. 4" Thick Type "A" HMAC Incl. Tack Coat, complete in place, for the sum of 20-1 „ Dollars and Gw. Cents per square yard. $ 7 �y $0�16} 76, S$ P-22 SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS CITY OF DENTON Item Estimated Description of Items With Bid Unit Total No. Quantity Unit Prices Written in Words Price Amount Bid 12 30,879 S.Y. 2" Thick Type "C' HMAC Incl. Tack Coat, complete in place, for the sum of ./t✓se Dollars and t Cents kS per squa a yard. $ 3.55 $ 69, 13 11,968 L.F. 6" Curb and 18" Gutter, complete in place, for the sum of r Dollars a Cents c� per ,In earfo t. $ P-23 IN SPENCER ROAD PAVING, DRAINAGE & WATER IMPROVEMENTS CITY OF DENTON Item Estimated Description of Items With Bid No. Quantity Unit Prices Written in Words RECAPITULATION OF BIDS: Sub -Total Paving Improvements Sub -Total Storm Drain Improvements Sub -Total Utility Improvements Sub -Total Miscellaneous Improvements TOTAL AMOUNT BID Unit Total Price Amount Bid $ 1.-73- S-29. 66 $ 603i360. DO $ P-24 BID SUMMARY TOTAL BASE BID PRICE IN WORDS -1Z✓O 5e✓cam-- kyy ,d,-a Alternate Bid Items: The alternate bid items may be added to the total base bid prior to award of a contract. Award of the contract will be based on items actually included in the Project. The decision to add the alternate items listed will be solely at the discretion of the City. The lowest responsive Proposal for purposes of award shall be the conforming responsible Bidder offering the lowest aggregate amount for the base bid plus those alternate bid items providing the most features of the work as selected by the City. The City may or may not choose to incorporate any or all of the alternate items listed in the Proposal. Total Working Days: Time is of essence for this project; therefore, Phase 1 (Brinker Road to Loop 288) of Spencer Road shall be substantially completed and opened to traffic no later than September 30, 2003. The Bidder agrees to complete the remaining phases (Phase 2 through Phase 7) within an additional i�o Working Days. Project Site Visit: The undersigned has examined the location of the proposed work, the plan drawings, specifications, and all other parts of these documents and is familiar with the local conditions at the place where the work is to be performed. Acknowledged: Date Visited Site 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 proposed work shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Owner and Engineer. \\mpproj\projects\LDD\DEN02182\docs\specs\New Specs\Proposal.doc P-25 1. 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 in words as shown for each item listed in this Proposal, shall control over numeric prices and extensions. Receipt is hereby acknowledged of the following addenda to the plans and Addendum No. 1 dated -y3 Received —zlG Addendum No. 2 dated Received Addendum No. 3 dated Received Addendum No. 4 dated Received Addendum No. 5 dated Received Contra or By: d ilt C k, jr V c-e Iresidc'--r Printed Name & Title Street Address 1 City, State, Zip %Yo Asa-as�� Telephone Number Fax Number \\tnpproj\projects\LDD\DEN02182\dots\specs\New Specs\Proposal.doc P-26 Seal & Authorization (If a Corporation) \\tnpproj\projects\LDD\DEN02182\docs\specs\New Specs\Proposal.doc P-27