Loading...
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