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