HomeMy WebLinkAbout2000-276ORDINANCE NO 2000
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS
CONTRACT FOR THE CONSTRUCTION OF CORRECTIONS FOR WESTERN PECAN AND
COOPER CREEK, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND
PROVIDING AN EFFECTIVE DATE (BID 2531— INFLOW/INFILTRATION CORRECTIONS
FOR WESTERN PECAN CREEK AND COOPER CREEK AWARDED TO HENDERSON
CONSTRUCTION, LLP IN THE AMOUNT OF $683,930)
WHEREAS, the City has solicited, received and tabulated competitive bids for the
construction of public works or improvements in accordance with the procedures of STATE law and
City ordinances, and,
WHEREAS, the City Manager or a designated employee has received and recommended that
the herein described bids are the lowest responsible bids for the construction of the public works or
improvements described in the bid invitation, bid proposals and plans and specifications therein,
NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the following competitive bids for the construction of public works or
improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on
file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto,
are hereby accepted and approved as being the lowest responsible bids
BID
NUMBER CONTRACTOR AMOUNT
2531 Henderson Construction, LLP $683,930
SECTION II That the acceptance and approval of the above competitive bids shall not
constitute a contract between the City and the person submitting the bid for construction of such
public works or improvements herein accepted and approved, until such person shall comply with all
requirements specified in the Notice to Bidders including the timely execution of a written contract
and furnishing of performance and payment bonds, and insurance certificate after notification of the
award of the bid
SECTION III That the City Manager is hereby authorized to execute all necessary written
contracts for the performance of the construction of the public works or improvements in accordance
with the bids accepted and approved herein, provided that such contracts are made in accordance
with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms,
conditions, plans and specifications, standards, quantities and specified sums contained therein
SECTION IV That upon acceptance and approval of the above competitive bids and the
execution of contracts for the public works and improvements as authorized herein, the City Council
hereby authorizes the expenditure of funds in the manner and in the amount as specified in such
approved bids and authorized contracts executed pursuant thereto
SECTION V That this ordinance shall become effective immediately upon its passage and
approval
PASSED AND APPROVED this the 5th day of &-te&& r.> 2000
EULINE BROCK, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
BY 4A-11-V.14 .. J'47 1,74ze A
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
m
BID 2531 - CONTRACTUAL ORDINANCE 8.2000
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this _day of March
A D , 2001, by and between QV of Denton
of the County of _ Denton and State of Texas, acting through Michael W. I=
thereunto duly authorized so to do, hereinafter termed "OWNER," and
Henderson Construction i i P
ZLIL_F-M.i 2971 -
Ft. Worth- TX 76126
of the City of Ft Worth, County of Tarrant 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 9511 Inflow/Infiltration Corrections for Western Pecan Creek and (boner Creek
in the amount of R683 930 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 the plans, which includes all maps, plats, blueprints, and other
drawings and printed or written explanatory matter thereof,
CA - 1
and the Specifications therefore, as prepared by
Wastewater Department
all of which are referenced herein and made a part hereof and collectively evidence and
constitute the entire contract
Independent Status
It is mutually understood and agreed by and between City and Contractor that
Contractor is an independent contractor and shall not be deemed to be or considered an
employee of the City of Denton, Texas, for the purposes of income tax, withholding, social
security taxes, vacation or sick leave benefits, worker's compensation, or any other City
employee benefit City shall not have supervision and control of Contractor or any employee
of Contractor, and it is expressly understood that Contractor shall perform the services
hereunder according to the attached specifications at the general direction of the City Manager
of the City of Denton, Texas, or his designee under this agreement
Indemnification
Contractor shall and does hereby agree to indemnify and hold harmless the City of
Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of
injury to property or third persons occasioned by any error, omission or negligent act of
Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally
liable, with regard to the performance of this Agreement, and Contractor will, at its cost and
expense, defend and protect the City of Denton against any and all such claims and demands
Choice of Law and Venue
This agreement shall be governed by the law of the State of Texas and venue for its
construction and enforcement shall lie in the courts of Denton County, Texas
The CONTRACTOR hereby agrees to commence work on or after the date established
for the start of work as set forth in written notice to commence work and complete all work
within the time stated in the Proposal, subject to such extensions of time as are provided by
the General and Special Conditions
The OWNER agrees to pay the CONTRACTOR in current funds the price or prices
shown in the Proposal, which forms a part of this contract, such payments to be subject to the
General and Special Conditions of the Contract
CA-2
IN WITNESS WHEREOF, the parties of these presents have executed this agreement
in the year and day first above written
ATTEST
APPROVED TO FqRM
CITY ATTO
CA-3
City of Denton
MAILING ADDRESS
i1-7 oz /
PHONE NUMBER
FAX NUMBER
BY 'TrrL
E
PRINT>xD NAM
(SEAL)
PERFORMANCE BOND
BOND #115284
STATE OF TEXAS § BourOriginals
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That Henderson Construction, LLP
whose address is 970 F M 2871, Ft Worth, TX 76126
hereinafter called Principal, and Evergreen National Indemnity Company
a corporation organized and existing under the laws of the State of OHIO , 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 Six Hundred Eighty Three
Thousand Nine Hundred Thirty and no/100 DOLLARS ($ 683,930) 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 2000-276 , with
the City of Denton, the Owner, dated the 6 day of March A D 2001, a copy of which
is hereto attached and made a part hereof, for Bid 2531 - Inflow/Infiltration Corrections for
Western, Pecan Creek and Cooper Creek
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 indemmfy and save
harmless the Owner from all costs and damages which Owner may suffer by reason of failure
to so perform herein and shall fully reimburse and repay Owner all outlay and expense which
the Owner may mcur in making good any default or deficiency, then this obligation shall be
void, otherwise, it shall remain in full force and effect
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 6 day of March , 2001
ATTEST
BY
�.�
PRINCIPAL
Henderson Constr/CtIOWLLP
ATTEST SURETY
Evergreen National Indemnity Company
ATTORNEY -IN -FACT /Debi Moon
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME Alan Robinson
STREET ADDRESS 5201 S. Colony Blvd #545; The Colony, TX 75056
(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 § BOND #115284
Four Originals
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That Henderson Construction, LLP ,
whose address is 970 F M 2871 Ft Worth, TX 76126, hereinafter called Principal, and
Evergreen NAtional Indemnity Company I a corporation organized and
existing under the laws of the State of OHIO , 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
Six Hundred Eighty Three Thousand Nine Hundred Thirty and no/100 DOLLARS($
683,930) 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 2000-276 , with
the City of Denton, the Owner, dated the 6 day of March A D 2001, a copy of
which is hereto attached and made a part hereof, for Bid 2531 - Inflow/Infiltration
Corrections for Western Pecan Creek and Cooper Creek
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 tune, 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, thts instrument is executed in 4 copies, each one of
which shall be deemed an original, this the 6 day of March 2001
ATTEST PRINCIPAL
Henderson COnstr ctio , LLP
BY G�—.
S CRETARY BY
P EN
ATTEST SURETY
Evergreen National Indemnity Company
BY
ATTORNEY -IN -FACT /De i Moon
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME Alan Robinson
STREET ADDRESS 5201 S. Colony Blvd #545; The Colony, TX 75056
(NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a
corporation, give a person's name )
2531 Inflow/Infiltration Corrections for Western Pecan Creek and Cooper Creek
EVERGREEN NATIONAL INDEMNITY COMPANY
CLEVELAND,OHIO
POWER OF ATTORNEY
PRINCIPAL Henderson Construction LLP FFIECTIVEDATE March 6, 2001
CONTRACTAMOUNT $683,930.00 AMOUNTOFBONDS 683,930.00
POWERNO 115284
KNOW ALL MEN BY THESE PRESENTS That the Evergreen National Indemnity Company a corporation in the State of Ohio does hereby
nominate, constitute and appoint
---- Judy Boozer, Debi Moon, Alan C Robinson, Elvin Salazar, Steven L Thomas ----
its true and lawful Auomey(s) In Fact to make execute, attest seal and deliver for and on its behalf as Surety and as its act and deed where required
any and all bonds undertakings recogmzances and written obligations in the nature thereof PROVIDED hove% er that the obligation of the Company
under this Power of Attorney shall not exceed One Million Five Hundred Thousand Dollars (SI 500 000 00)
This Power of Attomey Is granted and is signed by facsimile pursuant to the following Resolution adopted by its Board of Directors on the 23rd day of
February 1994
RFSOLVED That any two officers of the Company shall have the authority to make execute and deliver a Power of Attorney constituting as
Anomey(s) in fact of such persons firms or corporations as may be selected from time to time
FURTHER RESOLVED that the signatures of such officers and the Seal of the Company may be affixed to any such Power of Attorney or any
certificate relating thereto by facsimile and any such Power of Attorney or certificmc bearing such facsimile signatures or facsimile seal shall be
valid and binding upon the Company and any such powers so executed and certificate by facsimile signatures and facsimile seal shall be valid and
binding upon the Company in the future with respect to any bond or undertaking to which It is attichcd
IN WITNESS WHEREOF the Evergreen National Indemnity Company has Caused its corporan, seal to be afhxcd hereunto and these presents to be
signed by its duly authorized officers this 23rd day of February 1994
EVERG FN NATION DFMNITY COMPANY
'11011111111,11,,
_
L Stout, President
�OPPORATf 1f�'=
7
s 1a. ioev v3
Roswell P Ellis Treasurer
Notary Public)
State of Ohio) SS
On this 23rd day of February, 1994 before the subscriber a Notary for the State of Ohio duty commissioned and qualified personally came Craig L
Stout and Roswell P Ellis of the Evergreen National Indemnity Company to me personally known to be the individuals and officers described herein and
who executed the preceding instrument and acknowledged the execution of the same and being by me duly sworn deposed and said that they are the
officers of said Company aforesaid and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate
Seel and signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of said Corporation and that the
resolution of said Company, referred to in the preceding instrument, is now in force
D' TESTIMONY WHEREOF I have hereunto set my hand and affixed my official seal at Cleveland Ohio the day and year above written
State of Ohio ) SS
L the undersigned Secretary of the Evergreen Nalhaa ;l
the foregoing Power of Attorney remains in full force and has
herein above, is now in force
Signed and sealed in Cleveland, Ohio this _
II IIIII IIIII IIIII IIIII IIIII IIIII III
115284 +1310719*
Fo�ory—N—M—ua—cle—A�tto—m'ey
Notary Public State of Ohio
My Commission has no expiration date Section 147 03 R C
If mpany a stock corporation of the State of Ohio DO HEREBY CERTIFY that
been revoked, and furthermore that the Resolution of the Board of Directors set forth
6th d yef March
2001
�2
Anne eyers Seem
Any reproduction a fawmule ofthas form u void and invalid
RIDER
To be attached to and form a part of
Performance and Payment
a
dated the 6th day of March
Evergreen National Indemnity Company
, as Surety, on behalf of
Henderson Construction, LLP
Bond No 115284
20 01 issued by the
as Principal
in the penal sum of Six Hundred Eighty Three Thousapd Nine Hundred Thirty and No Dollai s ($ 683,93000)
and in favor of City of Denton
In consideration of the premium charged for the attached bond it is hereby agreed that the attached bond be amended as follows
Amend the bond to acknowledge Kebo Services, Inc as an additonal pimcipal
Provided However that the 2ttached bond shall be subject to all its agieements Imnttions and conditions except as herein expressly
modified and further that the liability of the Surety under the attached bond and the ittached bond is miended by this rider shall not be
cunudatrve
This rider shall become effective as of the 6th
6th
Signed sealed and dated this
ATTEST
` c
ACCEPTED
day of
Match 20 01
day of
March 20 01
Hendetson Constiuctio LLP
PRINCIPAL
Bryan Henderson/ Owner
By
Debt Moon ttorney In Fact
.
YCORD.C9FI IICAT OLIAMILRTi
0e 71m4/0.0l
INVU■RNCppSRS2
PRODUCER
AIA Insurance Agency, Inc
P. 0 Box 2143
Denton TX 76202
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER THIS CERTIFICATE DOES NOT AMEND EXTEND OR
ALTER THE COVERAGE AkFORDED BY THE POLICIES BELOW
COMPANIES AFFORDING COVERAGE
AIA Insurance Agency, Inc
0 0 - 1 No -8 -12
6
INSURED
COMPANY
A New Hampshire Insurance Co
COMPANY
B National American Insurance Cc
COMPANY
Henderson Construction LLP
C
P 0 Box 12$593
COMPANY
Ft Worth TX 76121
D
COVERAGE$
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED NOTWITHSTANDINO ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
CO
LTfl
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MM/DD/YV)
POLICY EXPIRATION
DATE (MM/DDNY)
LIMITS
A
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE a OCCUR
OWNER S& CONTRACTOR S PROT
CP01537066
08/15/00
08/15/01
GENERAL AGGREGATE
$2,000,000
PRODUCTS COMP/OPAGG
$1,000,000
PERSONAL &ADV INJURY
$1,000,000
EACH OCCURRENCE
$1,000,000
FIRE DAMAGE (Any one fire)
$ 50,000
MED EXP IAnY one P.... M
B 5,000
A
AUTOMOBILE
LIABILITY
ANY AUTO
MLA9110549
08/15/00
08/15/O1
COMBINED SINGLE LIMIT
$1,000,000
X
ALL OWNED AUTOS
BODILY INJURY
IPe, Pareonl
$
SCHEDULED AUTOS
HIRED AUTOS
NON OWNED AUTOS
$2,500 PIP
BODILY INJURY
IPe, aaeitlenO
$
X
X
X
S C L
$1,000,000 CSL
UM/UIN
PROPERTY DAMAGE
B
X $500 Ded Coll
eAMGE LABILITY
ANY AUTO
AUTO ONLY EA ACCIDENT
8
OTHER THAN AUTO ONLY
EACH ACCIDENT
$
AGGREGATE
$
A
EXCESS LIABILITY
X UMBRELLA FORM
OTHER THAN UMBRELLA FORM
UL1537695
08/15/00
08/15/01
EACH OCCURRENCE
$1,000,O00
AGGREGATE
$1,0001000
WC STATU OTH
i
COMPENSATION AND
EMPLOYERS LIABILITY
EMPLOYERS
EL EACH ACCIDENT
$1,000,000
ELDISEASE POLICYLIMIT
$1,000,000
B
THE PROPRIETOR/ INCL
PARTNERSIEXECUTIVE
OFFICERS ARE X EXCL
NWC151942H
08/15/00
08/15/01
EL DISEASE EA EMPLOYEE
$1,000,000
A
OTHER
Equipment/EEP
CP01537066
08/15/00
08/15/01
Various Deductibles
Contents Per
Schedule Attached
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPBCAL ITEMS
**Agditional Insured is afforded to the Ci�typ of Denton it 4 Official ,A ents
ggmplo ee and Volunteer As Their Intterst Ma A ear aid olicy Is al � not
be CaTyyceiled,no reneTT��� or materia1l than wh�hout 0 d e advanced
written notice Being gmiVon to the City excelt when of c being can elled
for non a ent oY Ye 1um in which Case 10 a e writtten of ce is re red
CERTIFICATE HOLDER €
DENTONC
CANC54LATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATIOND REOF THE ISSUWG COMPANY WILL ENDEAVOR TO MAIL
City Of Denton**
30 D 8 WRITTEN OTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT
Tom D Shaw
901E Texas Street
Denton TX 76209
T F RE TO MAIL U H NOTICE SHALL IMP O OBLIGATION OR LIABILITY
p RIND UPON OMPANV Re gGENT OR RapgEBENTATRliB
AU REPRE
......,. �*.m,e,ess,
®AGCHC!.GOftPORATION 18$8
'AXXIL.M WW'� f �r^ter
MAR 29 01 (FRI) 10 16 CITY OF DENTON PURCHASING 940 349 7302 PAGE 2/2
��++�np/� r 1 �
DSLlls�u,,, nw+ xr«r .� t ri�$a',.x5s4«..:.�
NMOUMR
i ' 1 'i. �r � a r'��,dAnawnwml
EAS sin"x: 6 00
W .. ^6 A MATTER OF ffWUMMTHM
ONLY AND OONPERS NO BMWs UPON THE OERTHWATE
AIA Insurance 'Agency, Ina.
P. O. HOa: 2144
HOLDER THN I CERTIFICATE DOE• NOT AIMMND. EXTEND OR
ALTER THE COVERAGE APPOROBO BY THO POLIMS BELOW
COMP O"D01a C
Denton = 76902
AIA Insurance Ag•p0y, tna
000-6 6.9aB1 PrRr.940-898-,�,
COMPANY
A New Hampshire IasllraaaeMCC.
COMPANY
B
9.abo Services,Sne.
COMPANY
a _
2811 Laakland Hoad,luite 708
Pt. Worth TE 761y16y6
COMPANY
D
q
M�� n n'� ST Yr �iii:Ar li. ai Pk'�"a rg"'r :f Nr NixAMN Y#(r\l\ a9� M Yer�bii%� b $A3 ibAyr •Ai�I P' � I:Q4�ini: »xl. Ada, n� ix�w �
N.
THIN b To CERTIFY THAT THE POLICIES OF INSRNIAMOH LISTED allow HAVE BEEN NNBIMD TO THE INSURED NAM1D ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY RMUgtkNM TENM ON tMOITRNN OF ANY CONTRACT OR OTHER DOCUMENT WITH RENPECT TO WHICH THIN
CERTIFICATE MAY aE ISSUE/ ON MAV PERTAIN THE INSURANCE AFFORDED BY THE POLICIES 09SCRMM HEREIN N SUL1101TO ALL THE TERMS
04MUSIONe AMP CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCE) by PAID CLANKS
qqop
LTII LYREaFm.;wAPRa POuaYMNNMNI
"fin Mummmnm tams
venom
Law" I
ORNKRALAUGNIMTE
12 000 000
PRODUCT■ CGLIAMPA00
11 000 000
�►
OOMMIRMALNOMINAL LIA&LITY
CIADAI MApq® OC'm
CWMIpOa CON:YRACTOR's PROT
CPOl63 69 64
06/23/00
06/23/01
rt°
MINNOW R AMI PUURY
{1 000 000
BACH OOOIMNaNCE
$1,000,000
Eat OAMARE INN IIII"
I 500,060
-.
MW WAny mrpM,IN
1 10,000
A
AY1a1MIB1
LaE11M
ANY AUTO
INLA9ll OS 07
04/23/00
06/23/01
COMMM ID 01101111 LIMIT
01,000,000
_
1DOIL IURY
rvw
AU OWNED AUTO$
MCMOULIO Awns
I
JL
1ODR�IWV
I
WINO AMY"
NON*lMMWAOroa
$2,300 PIp
I
X
SCL/1500 Lad
$1, 000, 000 CUP UK/=
PIIorlRrvaAMAat
lii i.aD
apowaI Lou IN, UP :
ANY AVTC
AUTO CIAY LA M10MENT
{
CTH R TNAN AUYO 0NLY1
IRON Adde1NT
I
06153 76 40
06/23/00
MIOM"711
W
N
A
EICMaLLMMM
E w,,wLAAPORM
06/33/Ol
NUN OCCURRINCI
$2,900,000
AQM"l1
Ia 600 000
18
DTHMTMANUWMLIAPOfOA
1110RMN COMKIb11TION fie
n EACH ACCIDENT
BINOMMa' LIABILITY
{
anne M PDUCYLDBR
It
THE PROPRET= NNCL
PANTrAW RN[CYTNE
OPTIOIRBAMI NACL
LDIMAI[ 1A 1MK0'Y1f
{
0710101
A
praparty/Inland
Marine Ploatar
CPO133 69 64
06/23/00
06/23/01
Sobaduls On Pile a/
Company Various
OMMerraealrOPaaTsrM,D 1NMMwaaPSmAanMM►
+•Additloaal tas a ip silo ll Ci D! A•wtaD, E� 011�TAale A to
1�• �d Va un •ws'a As rt�#��:; T� aa�Q ar po o��l ELoe
Eloa��r�iolic
a
pasba1�g8�Eico♦a•Ynsgrgaa�ad
yy� wvMw(ronf�
'N �'F'� r' IRf"'MNEMN fw�Xn:s99w�<a �nYti'J
MI��l�yraay.'MA
nHR7'OHC
V� Ys1tv�Y:Sk%I k�NI'�AttaNY«xvWi��n t'[nR3.x lu: :e£'XrAb.✓.�Cki. Gf" �iw
M10WD11NY OP TNt AaCVOIY0N6O E000aa MCAM01Ma1OWON[Tli
BNPRATaNI DA PilM aauMr BII{PANr 1vNLEMenvORTe MAD.
City O! D•atCMI• •
�� Ya Tla THE C1RTWMT1 Inum NAMW To THU LENT
TOM D Bb•a
901E Tens 8trasE
Denton TS 76909
PNN Na40"M1IOMsiO TMIIICBWBNTY
ITS Mown an ATMt
:w •,."a��e11.R..6R.l w". M.d. «.e p�a"+�7d.+��^�I,ul'Puux
A00W:PA40.141481 °�...rrmra>_s.a—
a an 0.
uw ewn.n.�.ge a':""!:r xem""e :YY �,go�ig
g•ai 2997-668-0i6 aowdanswl uiu M25180 TO E@ 4aw
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 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 limn 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
[XI A General Liability Insurance
General Liability insurance with combined single limits of not less than $1,000,000
shall be provided and maintained by the Contractor The policy shall be written
on an occurrence basis either in a single policy or in a combination of underlying
and umbrella or excess policies
If the Commercial General Liability form (ISO Form CG 0001 current edition) is
used
Coverage A shall include premises, operations, products, and completed
operations, independent contractors, contractual liability covering this
contract and broad form property damage coverage
• Coverage B shall include personal injury
• Coverage C, medical payments, is not required
If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition
and ISO Form GL 0404) is used, it shall include at least
Bodily injury and Property Damage Liability for premises, operations,
products and completed operations, independent contractors and property
damage resulting from explosion, collapse or underground (XCU)
exposures
Broad form contractual liability (preferably by endorsement) covering this
contract, personal injury liability and broad form property damage
liability
[XI Automobile Liability Insurance
Contractor shall provide Commercial Automobile Liability insurance with Combined
Single Limits (CSL) of not less than $1,000,000 either in a single policy or in a
combination of basic and umbrella or excess policies The policy will include bodily
injury and property damage liability arising out of the operation, maintenance and use
of all automobiles and mobile equipment used in conjunction with this contract
Satisfaction of the above requirement shall be in the form of a policy endorsement for
any auto, or
all owned, hired and non -owned autos
[XI Workers Compensation Insurance
Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to
meeting the minimum statutory requirements for issuance of such insurance, has Employer's
Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a
$500,000 policy limit for occupational disease The City need not be named as an "Additional
Insured" but the insurer shall agree to waive all rights of subrogation against the City, its
officials, agents, employees and volunteers for any work performed for the City by the Named
Insured For budding 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)
[ I Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all tunes 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 limns will be at least combined bodily injury
and property damage per occurrence with a aggregate
[ I Byre 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
[ I Professional Liability Insurance
Professional liability insurance with lutists 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
[ I 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 Budding 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 perfortntng 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
Bid 2531 — Insurance
INFLOWIINFILTRATION CORRECTIONS FOR
WESTERN PECAN CREEK AND COOPER CREEK
WESTERN PECAN CREEK BID TABULATION SHEET
Spec
Item
Description of Item With
Approx
Unit
Unit
Total
Item
No
Unit Price Written In Words
Quantity
Price
NTCOG
1
Warranties and Understanding
1
LS
$.r—)= W
$�, OCZ,c-'�
121
ft�—rare�i�cr.�Aow-c� Dollars
and '-2A,4 0 Cents
Per Lump Sum
NTCOG
2
12-inch PVC Sanitary Sewer Pipe, Open
416
LF
$_
672
Cut (All depths)
'--iku i Dollarcomas
WS 25
and ��nJD Cents ,
Per Linear Foot
NTCOG
3
8-inch PVC Sanitary Sewer Pipe, Open
213
LF
$ r 01z'
$ g,G4b
672
Cut II de a) _
Dollars
WS-25
ands Cents
Per Linear Foot
NTCOG
4
6-inch PVC Sanitary Sewer Pipe, Open
567
LF
1$ 3
$�1,.�1b_�
672
Cut (All depths)
Dollars
rVS-25
_
and Cents
Per Linear Foot
NTCOG
5
12-inch Ductile Iron Sanitary Sewer
25
LF
$�
$ i4 v
2 12 8
Pipe Onnn Cut (All depths)P,
672
andy/L49 Cents
Per Linear Foot O
NTCOG
6
4-Inch PVC Sanitary Sewer Service Line
140
LF
$ dl.J
$
672
Open Cut (All depths)
(off Dollars
WS-25
and Cents
Per Linear Foot
NTCOG
7
Trench Safety System
1 066
LF
1,
628
(>5 It Depth)
0'N'--0— Dollars
SP 37
and -i s>-,,ID Cents
Per Linear Foot
8
8-Inch to 8-inch Sewer Pipe
1,557
LF
$ OU
$y �
E.n..laar.9erpent All deptl s)
WS-31
9p Dollars
and th Cents
Per Linear Foot
P-3
INFLOWIINFILTRATION CORRECTIONS FOR
WESTERN PECAN CREEK AND COOPER CREEK
WESTERN PECAN CREEK BID TABULATION SHEET
Spec
Item
Description of Item With
Approx
Unit
Unit
Total
Item
No
Unit Price Written In Words
Quantity
Price
9
8-Inch to 6-Inch Sewer Pipe
1 436
LF
$p
$�p,
Enlargement (All de ths)
WS-31
[..Dollars
-
and- Cents
Per Linear Foot
10
10-inch Fold and Form Sanitary Sewer
48
LF
Pipe ming (All depths)
WS-33
Dollars
and Cents
Per Linear Foot
11
8-inch Fold and Form Sanitary Sewer
20
LF
$ OJ
$1, M
Pipe Lining All depths)
WS-33
a Dollars
and Cents
Per Linear Foot
12
6-Inch Fold and Form Sanitary Sewer
1 149
LF
$ a
$
PI Lining (AII¢@ ths)
WS-33
a I Dollars
I
and Cents
Per Linear Foot
NTCOG
13
8" Slip Line Inside Existing 10" Sanitary
20
LF
$ O(%
$
62
Sew Pipe
(off Dollars
and Cents
Per Linear Foot
NTCOG
14
Point Repair of 10" Sanitary Sewer
5
EA
$(�iv—
$ �
62
Pip
@ ollars
WS 35
and Cents
Per Each
NTCOG
15
Point Repair of 8" Sanitary Sewer
5
EA
OD
$�
C1 O�7
$ �a
62
Pip
ollars
and j 1 A Cents
WS-35
Per Each
NTCOG
16
Point Repair of 6" Sanitary Sewer
5
EA
$IWD 03
$ 41/.��� 01Z)
62
Pip
0 ollars
WS-35
and Cents
Per Each
M
INFLOW/INFILTRATION CORRECTIONS FOR
WESTERN PECAN CREEK AND COOPER CREEK
WESTERN PECAN CREEK BID TABULATION SHEET
Spec
Item
Description of Item With
Approx
Unit
Unit
Total
Item
No
Unit Price Written In Words
Quami
Price
NTCOG
17
Extra Length for 10" Sanitary Sewer
28
LF
$�'�
$ a d,
62
Poi Repair
gb Dollars
WS-35
and Cents
Per Linear Foot
NTCOG
18
Extra Length for 8" Sanitary Sewer
13
LF
$_]Qp
1
$ ub O
62
Poll n Repair
go Dollars
WS 35
and Cents
Per Linear oot
NTCOG
19
Extra Length for 6" Sanitary Sewer
7
LF
62
Point Repair
({� _Dollars
WS-35
and Cents
Per Linear Foot
20
Clean Sanitary Sewer Pipe (Normal
723
LF
$
$Y
Cl
WS-36
an Dollars
1
Cent
and Cents
Per Linear Foot
NTCOG
21
Sanitary Sewer Service Connection
19
EA
672
(Ope Cut)
ollars
WS-18
and Cents
Per Each
NTCOG
22
Sanitary Sewer Service Connection For
180
EA
$SCD.�
672
Pipe Enlarge� an't or LI�in9t
a rr. u �t t Y.�cLA1o1 Dollars
WS-18
and 1�1 D A m Cents
Per Each
NTCOG
23
Standard 5-foot Dra Precast Wastewater
6
EA
$C-L),6�
672
a�nhole, All Depths
a l�Ob YTI A.l_1GWbDoliars
WS-15
and `Zm Cents
Per Each
NTCOG
24
Standard 4-foot Dla Precast Wastewater
41
EA
�y����
$ \ �. 11 J
1T`
$W V•
672
Made, All Dept s
gap��ollars
WS-15
and `IQJ\�_ID Cents
Per Each
P-5
INFLOWIINFILTRATION CORRECTIONS FOR
WESTERN PECAN CREEK AND COOPER CREEK
WESTERN PECAN CREEK BID TABULATION SHEET
Spec
Item
Description of Item With
Approx
Unit
Unit
Total
Item
No
Unit Price Written In Words
Quantity
Price
NTCOG
25
Standard 4-foot Die Precast Wastewater
1
EA
�l
$_d,(W Cb
`�
$�{_.��
672
Drop Manhole,,, Ail Depths
0 1 i �tj"n,�Lollars
WS-15
and �4 n 10 Cents
Per Each
NTCOG
26
Mainline Cle,��r``o�ut, All R❑lapt s
2
EA
$_P
$
672
iiar
ann onus
and A� Cents
WS-19
Per Each
27
Wastewater Access Device (WAD),
1
EA
$�
��,� p�
$._
Coin'Rlate
6 7 20)
@) u-�. r)ollars
and -I Cents
Per Each
NTCOG
28
Ren¢e Exlstl Manh le
12
EA
$t�
$�
672
� r..t.i.t-C �(�n.tlolt.Fx�ollars
and `i LAJEY Cents
WS-27
Per Each
NTCOG
29
ere into Exis(ing Maqhole�
7
EA
$y]yb�
$�,yZtaL D
672
� (Jllu�clJte�boilers
and Zti LA:> Cents
WS-30
Per Each
NTCOG
30
Remove Existing Sewer Pipe All Sizes
628
LF
$ kS JO
/^�' '1 CC
$ `_A DD
672
& De tjla
(off _Dollars
and Cents
Per Linear Foot
NTCOG
31
Plug Existing 12" Sanitary Sewer Overflow
1
EA
$ SC�P3
�``� f�
$ r n °
6 7 3
Pip Ditch ,1�
all t�.WA"ollars
WS 21
and --I Q AA -Cents
Per Each
NTCOG
32
Plug Abandoned Sanitary Sewer Lines
5
EA
$�
$P
673
From nstde Manhole (All Si es)
WS-21
and Cents
Per Each
we
INFLOWIINFILTRATION CORRECTIONS FOR
WESTERN PECAN CREEK AND COOPER CREEK
WESTERN PECAN CREEK BID TABULATION SHEET
Spec
Item
Description of Item With
Approx
Unit
Unit
Total
Item
No
Unit Price Written In Words
Quantity
Price
33
Remove Monolithic Concrete Curb
15
LF
$ Mb
$ Let) 110
3 B
& Gutter
N%L" Dollars
and 2,n,Q:? Cents
Per Linear Foot
34
Remove Monolithic Concrete Drives and
100
SY
$ C1
$ �
Walks, Including Base Matenal
3-B
0 AQAOX Dollars
and Cents
Per Square Yard
35
Remove Concrete Pavement, Including
184
SY
$_��,�
$ c
Base tenal and Integral Curb
3-A
(dJ Dollars
and Cents
Per Square Yard
36
Remove Asphah Pavement Including
32
SY
$ OD
$S_I DiAo �
Base Material
-A
(a��Centss
and Cards
Per Square Yard
37
Sawcut Concrete
1 020
LF
$ �0 oz
1
$ l�
SP 2
(a� Dollars
and Cents
Per Linear Foot
38
Sawcut, Asphalt
232
LF
$ D 00
$_4�Qot)
SP 2
(a� -D Dollars
and Cents
Per Linear Foot
39
Monolithic Concrete Curb and Gutter
20
LF
$ ca�, OO
$_��
Q Dollars
8 2-A
and Cents
Per Linear Foot
40
6"._In,S59ral Concrete Curb
10
LF
�l�
$ �o 0-0
$�c�L
82
Q t� ollars
and Cents
Per Linear Foot
P-7
INFLOW/INFILTRATION CORRECTIONS FOR
WESTERN PECAN CREEK AND COOPER CREEK
WESTERN PECAN CREEK BID TABULATION SHEET
Spec
Item
Description of Item With
Approx
Unit
Unit
Total
Item
No
Unit Price Written In Words
Quantity
Price
41
6" w Concrete Driveway
25
SY
8 3
,T
��A Dollars
and Cents
Per Square Yard
42
4"JAIck Concrete Sidewalk
100
SY
$ 100
$ ,Da
8 3A
D I Dollars
and _Cents
Per Square Yard
43
6" Thi c Concrete Pavement
184
SY
$ 1 )t�V"
58
Dollars
and Cents
Per Square Yard
44
Televised Inspection of Sanitary Sewer
1 631
LF
r
I
Line (All Sizes)
WS 24
@O Dollars
and '1SL&M Cents
Per Linear Foot
NTCOG
45
Hydromulch Seeding Complete In Place
3,040
SY
$
3 10 7
(a3 _Dollars
and _Cents
Per Square Yard
NTCOG
46
Fertilizer, Compete in Plac
2
TON
$ppDD �
$ W00 ,0
311
cm oilars
and ._Cents
Per Ton
NTCOG
47
Barricades Warning Signs and Detour
1
LS
rv�
81
Stans
@ � Dollars
and Cents
Per Lump Sum
48
Pavement Markings I Buttons Complete
1
LS
o
$ SQ
'v�YvD
$ �
SP-55
In Pl�acQ
Dollars
and `1Qi1 V Cents
Per Lump Sum
. o
INFLOWIINFILTRATION CORRECTIONS FOR
WESTERN PECAN CREEK AND COOPER CREEK
WESTERN PECAN CREEK BID TABULATION SHEET
Spec
Item
Description of Item With
Approz
Unit
Unit
Total
Item
No
Unit Price Written In Words
Quantity
Price
D
on
NTCOG
49
Te��ppQprary Erosion Control
1
LS
$
$ '45M
312
fp2lr..lW'� Dollars
and 11AA-0, Cents
312
Per Lump Sum
SP 39
50
Pr Sign 1 1. � I '
(� Zu.-LA CW�CIAC�.1 Dollars
2
FA
'G,� 0,
$ TEMPI
$� a
and --LQAO Cents
Per Each
SUBTOTAL AMOUNT OF BID
WESTERN PECAN CREEK $
CU-o
(TRANSFER TOTAL TO BID SUMMARY PAGE 14)
INFLOWIINFILTRATION CORRECTIONS FOR
WESTERN PECAN CREEK AND COOPER CREEK
COOPER CREEK DID TABULATION SHEET
Spec
Item
Description of Item With
Approu
Unit
Unit
Total
Item
No
Unit Pries Written In Words
Quantity
Prim
NTCOG
1
Understandl
1
LS
oO$S.CM121
,.tv�
Item
jWrnjies�
and Cents
Per Lump Sum
NTCOG
2
104mh PVC Sanitary Sewer Pipe Open
12
LF
S �b
$�iL�
672
Cut II depths)
Dollars
WS 25
and l ants
Per Linear Foot
NTCOG
3
Trench Safety System
12
LF
$
$ 1 d Tv
6 2 6
(>5 _ ft Depth)
a(�SQ�Q. Dollars
SP 37
and�Cents
Par Llnear Foot
4
84noh to 8-Inch Saver Pipe
1 244
LF
$
$ a�
Ents smsM (AII de the)
WS 31
®n�y Item
Cents
end Conte
Per Linear Foot
5
6-inch to 6 Inch Sewer Plpe
902
LF
$ 0O
$
Enlargement (AM de thg)
WS 31
d:Dt DoIlaM
and Cents
Per Linear Foot
6
8 Inch Fold and Form Sanitary Sewer
644
LF
��
$ y5P°
$
Pipe Lining Liniin�g�(All
WS 33
ofd1'SQ--thgj
a,�,am
ftA Cents
and l Cents
Per Linear Foot
Per
7
8 inch Fold and Form Sanitary Sewer
181
LF
$ ��
$ �TO6
Pipe Lining (All 4 the
WS 33
® b Dollars
and Cents
Per Linear Foot
NTCOG
8
Point Repair of 8" Sanitary Sewer
7
EA
$
62
Pipe
(� S�,�yk ((Dollars
WS 35
and Cents
Per Each
P-10
iE
INFLOWIINFILTRATION CORRECTIONS FOR
WESTERN PECAN CREEK AND COOPER CREEK
COOPER CREEK BID TABULATION SHEET
Spec
Item
Description of Item With
Approz
Unit
Unit
Total
Item
No
Unit Price Written In Words
Quantity
Price
NTCOG
9
Point Repair of 6 Sanitary Sewer
7
EA
$ Q7
$�
62
Pi g� ._
(pZ4'A'GMars
WS 35
antl D.1 Cents
Per Each
NTCOG
10
Extra Length for 8" Sanitary Sewer
50
LF
$ 'DPC
$
62
Pal ?pair
ep Dollars
WS 35
and LAd6Cents
Per Linear Foot
NTCOG
11
Extra Length for 6 Sanitary Sewer
50
LF
$ D
62
Po ?pair
Dollars
WS 35
and Cents
Per Linear Foot
12
Clean and DaRool Sanitary Sawer
918
LF
00
$
$�_!_uZ
Pipe (H evy Mechanical] Cleaning)
WS 36
®_Dollars
and 'J�Cents
Per Linear Foot
NTCOG
13
Sanitary Sewer Serowe Connection For
g0
FA
��!�--.y'''`1� DQ��
$-_
$
6 7 2
PI n)argem nt or LI ing
fd py�ollars
WS 18
and Cents
Per Each
OD
NTCOG
14
Standard 4-fool Dia Precast Wastewater
5
EA
$
$
6 7 2
Manhoje II Depth
M
llars
WS 15
and V UVAn Cents
Per Each
NTCOG
15
Standard 4 foot Dla Precast Wastewater
i
EA
$_�
6 7 2
DM5 anhol II Depths
b ollars
WS 15
and Cents
Per Each
16
Wastewater Access Device (WAD)
1
EA
$ OD
$ SCEIm
Cc m late
6 7 2UI
an qmta4t&IIars
an Cents
Per Each
P-11
INFLOWIINFILTRATION CORRECTIONS FOR
WESTERN PECAN CREEK AND COOPER CREEK
COOPER CREEK BID TABULATION SHEET
Spec
Item
Description of Item With
Approx
Unit
Unit
Total
Item
No
Unit Price Written In Words
Quantity
Price
NTCOG
672
17
Remove Exlsti Me Ole
�G - g Dollars
4
EA
$ po
$
and 'i tLj n Cents
WS 27
Per Each
NTCOG
18
Remove Existing Sewer Pipe All Sizes
12
LF
$ 00
It
6 7 2
S Depths) -
Dollars
®tl _Cents
Per Linear Foot
NTCOG
19
Plug Abandoned Sanitary Sewer Lines
2
EA
$ �D
$ 00(:3D
6 7 2
From Inside M nhole (All SI es)
® Wj, h M V44AAAA Dollars
WS 21
and Cents
Per Each
20
Remove Asphalt Pavement Including
18
BY
^�
$ OQO Pill
}�
$ 1pV 60
Base Material
3 A
Collars
and Cents
Per Square Yard
21
S t ohelt
`iDed�Celnts
102
LF
$ Oa
S a+✓'� 00
SP 2
an
and Cents
Per Linear Foot
Televised Inspection of Sanitary Sewer
472
LF
$—a CO
CID22
$�,7
Lin Sizes)
WS 24
erAII
@Dollars
and Cents
Per Linear Fcot
NTCOG
23
dm� Cpmplete in Place Dollars
100
SY
$_ I
$ SCo�
andCen(s
Per Square Yard
NTCOG
24
Hydromulch Seeding Complete in Place
100
SY
$
310
(Dollars
and_Uyub ents
Per Square Yard
NTCOG
25
Fertilizer Complete in Place
1
TON
$..�ydL_
$_
311
F. (� i i )..9 Dollars
and i_QJ4t+ Cants
Per Ton
P-12
INFLOW/INFILTRATION CORRECTIONS FOR
WESTERN PECAN CREEK AND COOPER CREEK
COOPER CREEK BID TABULATION SHEET
Spec
Item
Description of Item With
Appmx
Unit
Unit
Total
Item
No
Unit Price Written In Words
Quantity
Price
NTCOG
26
Bamca es Waming Sig"p and Detours
1
LS
$Q�
$_ :1 bM
81
®fir Dollars
and Cents
Per Lump Sum
27
Pavement Markings I Buttons Complete
1
LS
��--nn,,��pp
$�
$
In Place , a II
SP 55
Q • L N^�eL�ollars
and `iA JOI, Cents
Per Lump Sum
NTCOG
28
TempQra E sion C ntro
1
LS
$
$,��A,�
312
1pj�Dollars
and `l CA—ta Cents
312
Per Lump Sum
29
Pro eat Sign
2
EA
$
$, t as
SP 39
(MC-8
and .1A9 Cents
Per Each
SUBTOTAL COOPER CREEK UNT OF BID $ a01 3S 90�
(TRANSFER TOTAL TO BID SUMMARY PAGE P 14)
P-13
BID SUMMARY
SUBTOTAL BID FOR INFLOW INFILTRATION
CORRECTIONS FOR WESTERN PECAN CREEK
SUBTOTAL BID FOR INFLOW INFLITRATION
CORRECTIONS FOR COOPER CREEK
TOTAL BID
TOT
aG
o�
$'A3
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 clauns for labor
performed and materials furnished in the fulfillment of the contract
It is understood that the work proposed to be done shall be accepted, when fully completed and
finished in accordance with the plans and specifications, to the satisfaction of the Engineer
The undersigned certifies that the bid prices contained in this proposal have been carefully
checked and are submitted as correct and final
Unit and lump sum prices as shown for each item listed in this proposal, shall control over
extensions
�/
CONTRACTOR
BY
y
etGcm�.�>���/-2�
City and State
Seal Authorization C
(If a Corporation) Q
Telephone
Eng/Bids/MASTER doe
REVISED 5/99
P-14