Loading...
HomeMy WebLinkAbout2000-421ORDINANCE NO�oZ/ AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF PAVING, DRAINAGE AND WATER DISTRIBUTION SYSTEM IMPROVEMENTS ON BRINKER ROAD, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING AN EFFECTIVE DATE (BID 2577 — BRINKER ROAD PAVING, DRAINAGE AND WATER SYSTEM IMPROVEMENTS AWARDED TO CONASTER CONSTRUCTION INC, IN THE AMOUNT OF $959,931 50) WHEREAS, the City has solicited, and received competitive sealed bids for the construction of public works or miprovements 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 herem described bids are the lowest respondent for the construction of the public works or unprovements described in the bid invitation, and plans and specifications therem, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the followmg competitive sealed bid for the construction of public works or improvements, as described in the "Sealed Bid Invitations", 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 2577 Conaster Construction Inc $959,931 50 SECTION II That the acceptance and approval of the above competitive sealed bid shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herem 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 fiumishing 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 Request for Sealed Bids, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein SECTION TV That upon acceptance and approval of the above competitive seated 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 they& day offQl_, 2000 EULINE BROCY, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY BY Q __ APPROVED AS TO LEGAL FORM BERBERT L PROUTY, CITY ATTORNEY Rot �| � R @ c w uj r S k / � a ° § ® n r § � ° / \ SIs k $ D® \ °2 § � r @ . ° ) K \ _ d �Lu § j ¢ ) m § k § ) / ) S $ 0 2 2 m § / § Q § \ z 7 § § oo £ = u § \ 7 ( = z ) z ) § r ) z k \ § \ § / co co c k\ \ \ j ( u K}\ \ co \ ( 2 , c ® . a z r g ® 2} ( _ \ \ $ �z @ c g p z % CD » } \ / / \ \ E / LO § t § 0) 0 _ \ » ) < \ / § ° r 2 § \ / 204 \ § E E § ® ) x } p 7 r § 0 2 / \ § E 2 2 @ \ ■ t = / _ ¥ § k 2 % j k Cl ■ CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 28 day of November A D , 2000, by and between City of Denton of the County of Denton and State of Texas, acting through Michael W..lez thereunto duly authorized so to do, hereinafter termed "OWNER," and P.O. BoA15R04 Fort Worth- TX 16119 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 in the amount of 1949 931.50 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, 3I: = and the Specifications therefore, as prepared by 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 in the year and day first above written 1 W14i - ._.3� OIs000 7W(q APPROVED AS TO CITY ATTORNEY MAILING ADDRESS CA-3 91-1) 53z4—/7q PHONE NUMBER (8l3) 53,q -`f55� FAX NUMBER BY TY LE r�Sl��n-}• PRINTED NAME (SEAL) Bond No S268938 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That Conatser Construction Inc.. whose address is m nsurance any o ovi e hereinafter called Principal, and Fmp Ai*� a corporation organized and existing under the laws of the State of Iowa 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 Nine Hundred Forty Nine Thousand Nine Hundred Thirty One and 50/100 DOLLARS ($ 949,931.50) 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 2000-421, with the City of Denton, the Owner, dated the 2,$_ day of November A D 2000, a copy of which is hereto attached and made a part hereof, for Bid U 2577 _ Bunker Road NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived, and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by the Owner, and, if the Principal shall fully indemnify and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligation shall be void, otherwise, it shall remain in full force and effect PB-1 PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc , accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7,19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this instrument is executed in 4_ copies, each one of which shall be deemed an original, this the _28—_day of November , 2000 ATTEST BY 611uu., M SECRETARY ATTEST PRINCIPAL Conatser Construction, Inc B G%�_— D NT, Jerry Conatser SURETY Union Insurance Canpany of Providence BY .� Carolyn Map Mapl B "ua ATTORNEY -IN -FACT Glenna S Davis The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is Howard Dogger NAME EW Insurance Cos 1702 North Collins Blvd , Suite 200 STREET ADDRESS Richardson, TX 75080-3571 Tel No 972 437 0100 (NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give a person's name ) PB-2 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That Conaster Construction Inc., whose address is PO Box 1-5804. , hereinafter called Principal, and 1 Haar e o Providee a corporation organized and existing under the laws of the State of Iowa 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 Nine Hundred Forty Nine Thousand Nine Hundred Thirty One and 5OLlOLDOLLARS ($ 949,931.50) 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 2000-421, with the City of Denton, the Owner, dated the _2H— day of November A D 2000, a copy of which is hereto attached and made a part hereof, for Bid 2577 - Brinker Road, NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void, otherwise it shall remain in full force and effect PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie in Denton County, Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc , accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc PB-3 This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the -21L day of November , 2000 ATTEST BY SECRETARY ATTEST PRINCIPAL Conatser Construction, Inc BY IDENT, Jerry Conatser SURETY Union Insurance Conpany of Providence (Ewl ers Mutual Casualt Cop an ) B A ORNEY-IN-FA T Glenna S Davis The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is Howard Digger NAME E' Insurance Cos. 1702 North Collins Blvd , Suite 200 STREET ADDRESS Richardson, TX 75080-3571 Tel NO 972 437.0100 (NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a corporation, give a person's name ) EMC Insurance Companies Na, 4 10 4 P O Box 712 a Des Moines, Iowa 50303 j� ;ERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT �RNOW ALL MEN 1 fill,t�E IMP 8ENT9, that, 1 Employera Mutual Caa�lal�y,1fl�o�pAb�, an'Iowa Corporation 5 Dakota Fire Insurance Company, a North Dakota Corporation 21 EACASCO Inaur ace Y �rrRkgny, alai �Yva Corporation 6 EMC Property & Casualty Company, an Iowa Corporation 0 Union lnsurartaa orn0gn "t! PdI�ftpos, an Iowa Corporation 7 The Hamilton Mutual Insurance Company, an Ohio Corporation 4 Illinois MCASCO 1 4Fanoh Do patty, anlillnols Corporation t)eretnafter referred to savio ltY as "Cotrlpaiii collectively as "Companies", each does, by these presents make, constitute and appoint CAll VINSON, VIC I9 A.,1401 AA, OWEN W BIEHLER, MICHAEL A DELABANO, RICK BONDUARNT, GLENNA S DAVIS, INDIVIDUALL,O�AS, Its true and Iawfulattormiro igfP4i; widl'(ullpowerand authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a skhllarigakgrasafollows, INAhIAM4UNTNOfi63C' ODI,hI YEN MILLION DOLLARS „ ($10,000,000,00) , obd Idbihd each Comparry il k� ss,7Milyy arld+to the same extent as If such Instruments were signed by the duly authorized officers of each such Company and all of the sets of sold attorney purJlu�rtttathd sui ronty hereby given are hereby ratified and confirmed "fhesuthodtyherebygrenteklaholl,pxp'lre, April 1,2002 unless sooner revoked AUTHORITY FOR POWER OF ATTORNEY This Power-ol-Attdmey rs d ,and,,Axagtiled pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Compsmes at a 9uladyschedUl@d anea{i 0*46ompsny,duiy called and hold in 1999 RESOLVED The Prasidangqimti t^,iirpl mputive Officer, any vice President, the Treasurer and the Secretary of Employers Mutual Casually Company shall have power and authority to (1) appolri4 0110 �aYs+6l and authorize them to execute on behalf of each Company and attach the seal ai fhe Company thereto bonds and undertakings, racogmzanco pAlr4lfdc► bf Ihdemhity and ether writings obligatory in the nature the and (2) to remove any such attorney m fad at any time and revoke the pgwerand authority glvA ,tob�m of h�, Aftptneys Intact shall have power and au suhied to the terms and limitations of the Deicer -of attorney issued to them, II ertaqua and doliver on dh ai�,df tha,dmpany, and to attach the seal of the Company thereto bonds and undertakings, recognizartcea, contracts of indemnity and th Xiiutma$ obligatory to i i aura dfdraY�f, and any such Instrument executed by any such attorney m fact shall be fully and In all respects binding upon the Company 00difgaapn ae to the valldlll df'pny i W�$Wf Otto authorized herein made by an officer of Employers Mutual Casualty Company shall bell and m ail respects binding upon this Company Tho TagaidniIts or in nlcelly reproduced signature of such officer whether made heretofore or hereafter, wherever appearing upon a certifiad coov of any Dowehhf�olkdk0ey'of +0 Company, shall be valid an binding upon the Company with the same force and affect as though manually affixed IN lsOTtiESS WHEREOF, the g0mQ9ktta$'have caused these pl soma to be signed for each by their officers as shown, and the Corpora* seats to be hereto affixed this day of Seals ��,,,,,, Bruce G Kelley, Chairman Donald L Codgh er y1sw; NSUggh i, '.6;" of Companies 2 3, 4 5 & 5 resident Assistant Secltary ofCompany 1 Vice Chairman and ,9#7r,SEAL P9'l�j2Bm�''=0 1953�•�, CEO ofCompany 7 ��yar'rNn,,,•`kk�`�j��J��%f,Mays+le^0� tied ,,,, �, '•�'`i iNA1°j�`v � err.. � .1d �'., ,'own , •nl,,, n„q• C„A„,t+� �' ' ' 28th Aril 1999 before me a •,,,o,,, , ,,, w, err„ On this — day of P AD anesUtNca, y`'6a°,',°, ; cy Notary Public in and for the State of Iowa, personally appeared Bruce G Kelley and Donald atiQ•oPeoA4ms� , L (,oughennower who being by me duly sworn, did say that they are, and are known to me to be the Chairman President Vice Chairman and CEO, andlor Assistant Secretary, E SEAL *t 1 t4i%+SEAML 4r ° ed to this instrument are = Es SEAL eve the eatseof said corporations, that said sinstrument was sthat the ggned and xsealed on behalf of each ryb, lowp,p•` 4, I�!r'�?�NnM P�r��+� r•.M��NEB��, of the Companies b author of their respective Boards of Directors, and that the said Bruce G Kelley and by L Coughennower, as such officers, acknowledge the execution of said instrument to be the voluntary act and deed of each of the companies My Commission Expires November 1, 2002 hIETH A SCAVO r Y 60 MI9910N EXPIRES i l+�Yembar 1, 2002 Notary Public in and for the State of Iowa ¢ CERTIFICATE I, David L Hixehbough,, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the companies, aid this owe pfA�`t0.mb)is��d pursuant thereto 2� A nl 28, 1999 on hahatfof Gathly VinSrtl1, Vl ei A hllouara, Gwen W tsl0 er, c ae eta ano, HICK on urant, tonne aVla ore uua and correct and are still in full lgiro and effect in Testimony Wnareofill1i suba014 my, name and affixed thefaosimde seal of each Company this 28th day ofNovember , 2000 � Vice President ACORD,a CERTIFICATE OF LIABILITY INSURANCE iz%omiz 00 PRODUCER (817)4S7-6700 FAX (817)4S7-7246 THE SWEENEY COMPANY 1121 E Loop 820 South P 0 Box 8700 Fort Worth, TX 76124-0700 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 AFFORDED BY THE POLICIES BELOW INSURERS AFFORDING COVERAGE INSURED Conatser Construction, Inc P 0 Box IS804 Fort Worth, TX 76119 INSURER Bituminous Casualty Corp INSURER Bituminous Fire & Marine Ins 1 INSURER Fireman's Fund/Nat'l Surety (Cas Mkt) INSURER D INSURER E COVERACrS THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS LTA TYPE OF INSURANCE POLICY NUMBER DD LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS MADE Q OCCUR LP 3 091 832 08/01/2000 08/01/2001 EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE (My one fire) $ 100,00 MED EXP (Any one person) $ 5,000 PERSONAL & AOV INJURY S 1,000,000 GENERAL AGGREGATE S 2,000,000 GEN L AGGREGATE LIMIT APPLIES PER POLICY 7 JECT F LOC PRODUCTS COMPIOPAGG $ 2,000,000 B AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON OWNED AUTOS CAP 3 091 824 08/01/2000 08/01/2001 COMBINED SINGLE LIMIT (Eaamdent) $ 1,000,000 X X BODILY INJURY (Per penion) $ X X BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTOONLY EAACCIDENT $ OTHER THAN EA ACC AUTO ONLY AGO $ S C EXCESS LIABILITY X OCCUR CLAIMS MADE DEDUCTIBLE RETENTION $ YZ-000-9637-9276 08/01/2000 08/01/2001 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,00 $ $ $ A WORKERS COMPENSATION AND EMPLOYERS LIABILITY dC 3 091 826 08/01/2000 08/01/2001 X I ToRV LIMITS I ER EL EACH ACCIDENT $ 500,000 EL DISEASE EA EMPLOYEE $ S00000 E L DISEASE POLICY LIMIT $ 500,000 OTHER DESCRIPTION OF OPERATIONSILOCATIONSNENICLES/EXCLUSIONS ADDED BY ENOORSEMENT/SPECIAL PROVISIONS E BRINKER ROAD, BID '1 2577 CERT HOLDER NAMED ADDITIONAL INSURED ON ALL POLICIES EXCEPT ON WORKERS' OMPENSATION, WITH WAIVER OF SUBROGATION ON ALL POLICIES AS REQUIRED BY WRITTEN CONTRACT 0 DAY CANC NOTICE AMENDED TO 10 DAY FOR NON-PAYMENT OF PREMIUM CITY OF DENTON 221 N ELM STREET DENTON, TX 76ZOI Said policy shall not be cancelled, non-ren or materially changed without 30 days advan written notice being given to the Owner, ex when the policy is being cancelled for non- payment or premium in which case 10 days advance written notice is required 4) ^ Y IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed A statement on this certificate does not confer nghts to the certificate holder in lieu of such endorsement(s) If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements) DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon ACORD 26 S (7/97) 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 maybe 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 ansmg during the contract term which give rise to claims made after expiration of the contract shall be covered • Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse 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 [X] Automobile Liability Insurance• Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than P ] _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 [X] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured For building or construction projects, the Contractor shall comply with the provisions of Attachment I in accordance with §406 096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensation Commission (TWCC) [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may anse in the prosecution of the work or Contractor's operations under this contract Coverage shall be on an "occurrence" basis, and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate [ ] Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building Limits of not less than each occurrence are required [ ] Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement [ ] Builders' Risk Insurance Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be provided Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications ATTACHMENT [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 performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets B The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all employees of the Contractor providing services on the project, for the duration of the project C The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract D If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended E The contractor shall obtain from each person providing services on a project, and provide to the governmental entity (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project, and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project F The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter G The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project H The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage 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 401011(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 mall 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 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 2577 —Brinker Road -CONTRACT & INS 11-00 BID SUMMARY TOTAL:u PRICE IN• •-1kyUS&r1ArJ In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final Unit and lump sum prices as shown for each item listed in this proposal, shall control over extensions CONTRACTOR BY Terri C4vta.�'3er, �rrsr'devrrt :o.%Zox 15810 Street Address For{- WoN-l�, TJI', 11,I rq City and State Seal & Authorization (If a Corporation) 817-S34-1-74.3 Telephone 9M BID SUMMARY PROJECT WORK DAYS 1 Brinker Road Paving and Drainage Improvements AddAI:Z oo 2 Brinker Road Water System Improvements 10 3 Brinker Road Paving and Drainage Alternate # 1 200 TOTAL (Project 1 + Project 2) The pavement and drainage portion of this project will be awarded to one contractor The award will be based on the total of Protect 1 (Brinker Road Paving and Drainage Improvements) and Project 2 (Brinker Road Water System Improvements) as listed above The paving and drainage has been separated from the water improvements for bookkeeping purposes only All or some of the items in the alternate bid (Project 3 as listed above) may be substituted for items in the standard bid Brinker Road Paving and Drainage Improvements BID TABULATION SHEET Work Days 200 Bid No Q5'1'1 PO No Item IDescription I Quantity I Unit I Unit Price Total 121 Contractors Warranties and Understandings LS 1 $ ! /LS $ Unit Pnce in Words Fi f4 Thru Iapllctrs no e-enf5. 2 1 3-A 4" Thick Crushi I Sy $ g 00 /SY 1 $ / w(V Unit Pnce in Words 19, add J)v&Ar no PCu�3 2 1 3-B 6" Thick Cement Stabilized Crush Rock Trail 1 16 1 Sy $ yo oo /SY 1 $ tago w Umt Pnce m Words S 2 11 5 Inlet Frame and Cover 32 1 EA $ go 0jo /EA $ i 540o co Unit Pnce in Words Ei S r10 C&Gh 2 12 3-A 18" Class III R C P 1 1,328 1 LF $ Z7 oo /LF $ 35 S5/o ao Unit Pnce in Words TWevt, sweet, col lgrs o d i7o c is . 2 12 3-B 21" Class III R C P 1 334 1 LF $ 3 /LF $ io 3t; co Unit Pnce in Words TkL ri 0 Dollarsand no cent 2 12 3-C 24" Class III R C P 1 364 1 LF $ 3 /LF $ I z co Unit Pnce in Words Thw+ tau r i no ceri f 5 2 12 3-D 27" Class III R C P 1 74 1 LF $ µp 00 /LF $ Unit Pnce in Words Fjr} ItXrS q,y 4d 00 ce.n+S 2 12 3-E 30" Class III R C P 1 27 1 LF $ cj /LF 1 $ / ZoCoo Unit Pnce in Words For-f ii' LDo)ict S a#td no c cKhF, 2 12 3-F 36" Class III R C P 1 61 1 LF 1 $ 5g Qp /LF $ Unit Pnce in Words F-ff gj` s and rio cuyfs. 2 12 3-G 18" Class IV R C P 68 LF $ 33 cap /LF $ Z zN Foo Unit Pnce in Words T h&Y-4- tree .DollaiS and t'ia C i-Z 2 12 3-H 24" Class IV R C P 1 52 1 LF $ /LF $ Z Z,g Unit Pnce in Words Th '/ 5 aAd no cents 2 12 34 Double 7' X 4' Box Culvert 84 1 LF $ /LF $33 Unit Pnce in Words Zp eeu� P-3 Brinker Road Paving and Drainage Improvements Work Days 200Bid No aS 1�1 BID TABULATION SHEET PO No Item Description Quantity Unit Unit Price Total 2 12 14-A 2" Dove Grey Schedule 40 P V C 1 321 LF $ /LF $ t 2`411 Unit Pnce in Words c Dove Grey Schedule 40 PVC 595 LF $ C.0 /LF I $ zq,?S 2 12 14-B 4" Unit P ce in Words S 2 12 14-C 6" Dove Grey Schedule 40 PVC 595 1 LF $ /LF $ 3 570 00 Unit Pnce in Words K cwtd 00 ce*V+ 2 12 14-D 3" Dove Grey Schedule 40 PVC 1 134 1 LF i $ */LF $ 53( 40 Unit Pnce in Words rour wiarg" 3-A Remove Existing 30" Type "B" Headwall I 1 I EA $ 2o0 00 /EA $ 200 00 Unit Pnce in Words rvvg &Agdyed Qqllars and ap ceaLg. 3 1 Pre aratton of Right -of -Way LS $ & /LS $ 3oo00. ao Unit Pnce in Words ?gym -1*h ru c IC .rS MA no A. 3 1-A Remove Existing Street Barricade l38 LF $ 5 0o /LF $ 640 Co Unit Pnce in Words F e, IUD la Oht.d vt a i5 3 1-B Remove Existing Barbed Wire Fence 1,055 LF $ /LF $ i,055.co Unit Price in Words Orte. Lk>liar 33 Unclassified Street Excavation 22,694 CY $ 2 TS /CY $&4' 7Y.90 Unit Pnce in Words T o -tvB tS 3 3 5 Controlled Density Excess Excavation Waste Site Fdl 12,481 CY $ wo /CY $ 1z'lal Co Unit,Pnce in Words Qde. Pellar YIO C t$ 3 7 Controlled Density Roadway Embankment 10,213 CY $ / 50 /CY $ 1 31q.6o Unit, Pnce in Words Q%e. r 4od -Al C -'S. 3 104 Broadcast Seed Excess Waste Excavation Site 3 5 AC $ t coo oo /AC $ 3 SRC Co Unit Pnce in Words D t 'fh s ivlxr4 no C fS 3 10 7 4" To soil and H dromulch 15,058 SY $ 135 /SY $ 3 Unit Pnce in Words Otte D21idr q&4LKLcrI �t CEvt15. Brinker Road Paving and Drainage Improvements BID TABULATION SHEET Work Days 200 Bid No PO No Item IDescription Quantity Unit Unit Price Total 3 12-A Silt Fence without reinforcing wire 1,620 LF $ /LF $y Unit Price in Words r 4vict ce4qfs 3 12-B Silt Fence with reinforcing wire 1 470 1 LF $ Z So /LF $ 1 17 5 co Unit Price in Words 'T" o g2l l6tr4 and rz Cevi 6 3 12-C 12" High Rock Berm / Silt Dam 20 1 LF $ 2.o oo /LF $ 4w Co Unit Price in Words I(w ✓ S c evil s. 3 12-D 18" High Rock Berm / Silt Dam 1 20 1 LF $ 3o oo /LF $ Unit Price in Words c s a4iA yv c nfs 3 12-E Inlet Treatment per Detail on Sheet 35 19 1 EA $ i5o o0 /EA $ 2450 00 UnitPrice m Words One 14WAjAkPA Fe 1 llars Gin no c 3 12-G Cinder Block Pipe Inlet Protection per Sheet 34 1 EA $ zoo oo /EA $ zoo oc, Unit Price in Words T N �11ars grid no cen+s 3 12-H Construction Entrance per sheet 34 1 2 EA $ 5o0 /EA $ I Unit Pnce m Words F e, 14Udadeect Cbl tars arxt rto c Cement Stabilized Subgrade 1 152 1 SY $ 1 coo /SY 1 $ zµ3 Unitit Pnce m Words QvtG Oolla ✓ sath, c 4 7-B 1 18,498 1 SY Is i, -to /SY $ 31 Unit Price in Words Onee 1�. R.tnd cejq4s.. Portland Cement 1 297 1 TON $ q6,00 rro $ z& za 5 00 Unit Price inWords Ni,vte 4'Ve. DOI1arS &-*qd ✓✓-o ce4-ii-5. 5 8-A 1 8" Class "C" (3,600psi) Concrete Pavement 1 17,207 1 SY $ az S /SY $ 397 i57 Unit Price in Words S gjaa 41L, c t 5 8-B 4" Bowmanite Median Cap 106 1 SY $ ro$ pp /SY $10840.00 Unit Price in Words S ' -Au no G 5 . 7 6-A-1 10' Standard Curb Inlet 1 I EA $ I Soo. /EA $ J,.yoo go Unit Price in Words Q e, 1t7 s and ULM P-5 Brinker Road Paving and Drainage Improvements BID TABULATION SHEET vvorK Uays env Bid No a5'1'1 PO No Item I Description Quantity Unit IUnit Price Total 7 6-A-2 1 10' Recessed Curb Inlet 4 EA $ ! 960, Co /EA $ 7 ,00 Unit Price in Words Qit e kJad µ UAI&d `j C 7 6-A-3 Double 8' Recessed Curb Inlet r 9 1 EA $ op /EA $ ,00 Unit Pnce m Words lure ` 14v"s T.)oKars a*Ld r)o ce4t+5 7 6-A-4 Double 10' Recessed Curb Inlet 2 EA $ gp , /EA $ 1 Unit Price in Words T✓'ivee -rk&uSgM E i cutC( !U_ceyttS, 7 6-A-5 4' Diameter Storm Drain Manhole 1 3 1 EA $1 /EA $ op Unit Price in Words T o Th s CL#W IV C S 7 6-A-6 5' Diameter Storm Dram Manhole 6 EA $ y 4ao ao /EA $ I µ Unit Price in Words 14u.&Ld rej a4r5 n Gen- 5, 7 6-A-7 5'X5' Storm Drain Junction Box I L I EA $ Z /EA $ g, $ Unit Price in Words c aAk4 aa-CSAI'� 7 6-B-1 24" TZE B Headwall (See Sheet 40 of fans) 3 1 EA $ '?oo,t7 /EA $ 7, ioo.cc Unit Price in Words s d rip rce44fs. 7 6-B-2 I Parapet Wall and Handrail 32 LF $ 3yo,� /LF $ io z4p.0 UnitPnceinWords Tkree% IAw*Ldv'ed TWen Dollars ri o c 81 Bamcades, Warning Signs, and Detours I LS 1 $ i,coo /LS $ i Coo p Unit Price in Words One- J'k S i; blurs aNL4;L rio c ts, 8 l t Metal Beam Guard Fence and 25 terminal sections 1 100 1 LF $ /LF 1 $ 5 cco, (00 Unit Price in Words ,- s QQ cevt 8 14 5-Strand Barbed Wire Fence 655 1 LF $ /LF 1 $ qµ-) Unit Pnce in Words F—t v- T:)=VL&,rs c fz 82 1 Integral Curb 1 11,658 1 LF $ 1 ZS /LF 1 $1 5 50 Unit Price in Words One, 'DvI1&road -htde,n .Ct ce i-tw 8 3A-1 4' Sidewalk 1,326 SY $ Zp,Zg !SY I $ 2ry gs1 Unit Price in Words en + s *-'Je-V -!? Oel c M Brinker Road Paving and Drainage Improvements BID TABULATION SHEET Work Days 200 Bid No PO No Item I Description Quantity I Unit Unit Price I Total 8 3A-2 4' Sidewalk - Accessible Rams 19 SY $ o, /SY 1 $ t U' tt Price in Words $i jkggia lag 122 c 8 3A-3 7", Class "A" Concrete Pavement 36 SY $ rmc,, /SY $ i Unit Price in Words ve DoVArs cttital rao c 8 15-A 6'1 Class "A" (3,000psi) Concrete Apron 1 13 1 SY Is iqlg /SY I $ -$SS pp U it Pnce in Words Op&Ls ✓10 cegft 8 15-B 6" Class "A" (3000psi) Concrete Flume 1 60 1 SY $ 52, 00 /SY $ Unit Price in Words Fji 8 153 Place S to 12" Hard Rock Rubble R[prap at Storm Dram Outlet 1 65 1 SY $ o!0 /SY $ Unit Price in Words i s aad no ceKIS SP-10 RockExcavation 50 CY $ /CY $ Unit Pnce in Words -T A, (,mr s ✓Lo c SP-16 8" to 18" Hi h Keystone Retai ing Wall 370 1 LF $ Unit Price in Words '-r '1;4011a rs SP-17 6' to 18" Hi h Keystone Toewall 1 156 1 LF $ Unit Price in Words AFi 4. ilars SP-18 Flared Concrete and Keystone Headwall 1 2 EA $ /EA $,V,DCO. afn Unit Pnce in Words i-- la s SP-19 8" Diameter Wood Bollard 5' Long 1 32 1 EA $ )oo co /EA $ 3 Unit Pnce in Words One 1-4wvLareel Do I tarts a 4da oy ecda±s. SP-20 5" Schedule 40 Steel Pipe Fold Down Bollard 1 3 1 EA $ /EA $ p nit Pnce in Words Q f lars agejna c % SP-37 Excavation Protection 1 1,316 1 LF $ 1 00 /LF 1 $ 1 Unit Pnce in Words ()Ke--Do I(cLt- no ce -+ts, SP-39 Project Si ns 1 2 1 EA 1 $ /EA 1 $ I ow oo Unit Pnce in Words F y dv'ed !b s CC4103. SP-55-A 4" Reflectonzed Type ll-C-R White Ceramic I Pavement Markers 1 151 1 EA $ (, oo /EA $ 9010.00 Unit Price in Words S no c -fs. P-7 t:51111nei nudU rdvnty ariU U1421110yt0 nuNiUvoinciiia Bid No�_ BID TABULATION SHEET PO No Item Description IQuantity I Unit I Unit Price Total 4" "on-retlectorized Type W White Ceramic ISP-55-B Pavement Markers 1 292 1 EA $ g Vp /EA $ i Unit Pnce in Words rt't/e. 1DP Ilars a,,AP A -P4L,c SP-55-C Thermoplastic paint street intersection stop bar 2 EA 1 $ /EA $ 1000.00 Unit Pnce in Words ; e, H cl ri t SP-55-D Thermoplastic paint left turn arrow only directional arrow including arrow and word 1 2 1 EA 1 $ 30o .Op /EA $ (,vW Unit Pnce in Words -Tjj roe, 4kdjdCgd j0okjarza xd ao c SP-55-E I Thermoplastic paint left turn and through directional arrow I 1 I EA $ /EA $ Unit Pnce in Words f acr r a6djdreA —J-)o11Ars cu&d no c SA6X" Sin 1-1 Stop EA $ vo o /EA $ 2 000*coo Unit Pnce in Words SP-60-B 24" X 30" Speed Limit Si n R2-1 4 1 EA $ y /EA $ I BQQ. Unit Pnce in Words F;V-e lea gWagf n c .3. SP-60-C 24" X 30" Kee Right Sign R4-7 3 EA $ /EA $ i 3 -cc oo Unit Pnce in Words .3Y 1 SP-60-D 30" X 30" Curve Sign W 1-2L and W 1-2R 2 EA $ 5 bo. /EA $ I Unit Pnce in Words rive N c SP-60-E 6" Extruded Street Sign I I I EA $ /EA $ Sw.po Unit Pnce in Words ( S cent SP-61 Pull Box Brooks Products Inc Brooks No 5 or equal 4 1 EA $ Zso, Q0 /EA $ 1 Unit Pnce in Words Tvvo 1} ✓7o C Is Is Unit Pnce in Words TOTAL $ R15 3. 50 TOTAL PRICE IN WORDS Wielt Plw4jreck PiPIVUS 'Chi;f a.rid 4,-F1-y cevtl-s. M. Brinker Road Water System Improvements Work Days 10 Bid No 'pi,4A_ BID TABULATION SHEET PO No Item IDescription I Quantity I Unit I Unit Pnce Total 12 Flowable Backfill Cap over existing 27" and 30' water 2 15 Imes per detail on Sheet 4 of the plans 180 1 SY $ /SY $ $ Unit Pnce in Words 'T k CjnEw 1a, 212 12" Water Main 1 1 368 1 LF $ /LF $ tl (p,co Unit Pnce in Words -MCs c Ductile Iron Fatting including Polywrap, locking and 2 128 accessones 1200 1 LB $ Z -cc /LB $ Z 400 co Unit Pnce in Words Jig DoWs 2 12 9A 15" Diameter 1/4" Thick Steel Casing 118 1 LF $ /LF $ Unit Pnce in Words 2 12 9-1321" Diameter 1/4" Thick Steel Casing 331 LF $ Z y /LF $ -1ZrZ, co Unit Pnce in Words T o CfMA 2 13 12" date Valve I 1 I EA $ / oao.,w /EA $ Unit Pnce in Words Owe 6 S S 5-A 2" Blow Off Valve and Meter Box 2 1 EA $ I.T00,00/EA $ to , Unit Pnce in Words One -ThjU t SP-14 Connect to ExistingWaterline End 1 EA $ Loo.co /EA $ Gen.®o Unit Pnce in Words !Wy- &f7c44t r a vt Gt SP-15 Ex ose and re-backfill existing waterline 1 I LS $ 60p,40/I $ 6w.00 Unit Pnce in Words ri / d q,Y,41 Unit Pnce in Words Unit Pnce in Words Is $ Unit Pnce In Words TOTAL of 1 8. on TOTAL PRICE IN WORDS /&vt e r ^i �Ob/QiS A.vt-d ✓l-0 Ui t -17S . 1= Brinker Road Paving and Drainage Alternate #1 BID TABULATION SHEET Work Days 0 Bid No. 25h`' PO No Item IDescription I Quantity I Unit I Unit Price Total 4 6-A 6" Lime Stabilized Sub rude 1 18,498 1 Sy Is /SY $ Uni Price In Words Owe ki IgIr a4ad s 46-13 Hydrated Lime 1 297 TON $ 4)!;.Crz2 fro $ ZTzrS. Unit Price In Words N c yW 'Cb KAlrs a vtot n o 2 12 24-A 18" ADS N-12 Type S HDPE 1 1,328 1 LF $ 2 /L.F $ Z Unit Pnce In Words TwW63 7" o,*Ld vi 2 12 24-B 24" ADS N-12 Type S HDPE 1 698 1 LF $ Z /LF $ 17& so Unit Price In Words 1" s a vial no emoth. 2 12 24-C 30" ADS N-12 Type S HDPE w 1 101 1 LF $ g 3, /LF $ 3 -Jw?.00 Unit Price In Words -MCeh, tkiloce 2 12 24-13 36" ADS N-12 Type S HDPE 1 61 1 LF $ /LF $ y Unit Price In Words ff -QD1 lurs 40A ✓U c 1'S . Is $ Unit Price In Words Is 1 $ Unit Price In Words $ $ Unit Price In Words Is Unit Pnce In Words Is 1 $ Unit Pnce In Words Is 1 $ TOTAL 112 , 100.by TOTAL PRICE IN WORDS 041e,-{ T 7h0uS r ZbllArs Ct+rtcl eaex-+c Ge4ttS . 2/3/00 P-10