Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
1999-160
F \shared\dept\LGL\Our Documents\0rdinances\99\Calvert Paving Contract ord doc ORDINANCE NO 9 9-14 0 AN ORDINANCE AMENDING ORDINANCE NO 98-378 BY CANCELING THE AWARD OF BID NO 2281 TO CALVERT PAVING CORPORATION AND IN LIEU THEREOF AWARDING THE PUBLIC WORKS CONTRACT FOR THE ANNUAL CONTRACT FOR CONCRETE WORK TO FLOYD SMITH CONCRETE, INC IN THE ESTIMATED AMOUNT OF $550,000, AND PROVIDING AN EFFECTIVE DATE WHEREAS, on November 17, 1998, per Ordinance No 97-378, the City awarded a contract to Calvert Paving Corporation ("Calvert") for miscellaneous concrete work in the estimated amount of $550,000, and WHEREAS, Calvert defaulted under such contract and Calvert and its surety, Amwest Surety Insurance Company, have agreed that such contract may be terminated and as a part of the settlement of this matter, $10,000 In damages will be remitted to the City, NOW, THEREFORE THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the contract with Calvert Paving Corporation regarding Bid No 2281 is cancelled and in lieu thereof Ordinance 98-378 is amended and such contract is awarded to Floyd Smith Concrete, Inc in the amount of $550,000 and the expenditure of funds is hereby authorized SECTION II That the City Attorney is directed to proceed with the preparation of a release for execution by Calvert that provides the payment of damages to the City In the amount of $10,000 and provides that Calvert will not bid on any public works contracts with the City for a three year period SECTION III That this ordinance shall become effective immediately upon its passage and approval ih PASSED AND APPROVED this the day of ' 1999 f� LER,MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY ATTACHMENT # 1 TABULATION SHEET BID # 2281 CALVERT FLOYD BID NAME CONTRACT CONCRETE WORK PAVING SMITH PAGE IOF4 CORP DATE 20.Oct-98 2115 EA RING AND COVER $208 00 $200 00 3-A 8Y REMOVE CONCRETE PAVEMENT $16 85 $16 20 3-B LF REMOVE CONCRETE CURB & GUTTER $6 24 $6 00 3-C SY REMOVE CONCRETE DRIVEWAY & SIDEWALK $16 85 $16 20 33 CY UNCLASSIFIED EXCAVATION $9 36 $9 00 3 7 CY COMPACTED FILUEMSANKMENT $20 80 $20 00 3 9 SY SOD $7 80 $7 50 S 7-B SY 2-ASPHALT PAVE(TYPE D PATCH MATERIAL) $78 00 $75 00 a 8Y 0 TO 50 SQ YD8 $31 36 $32 85 b SY 51 TO 100 SQ. YDS $31 36 $32 85 c $ 101 TO 500 SQ. YDS E30 06 $31 60 a SY 0 TO SO SQ YDS $3510 $30 45 b SY Si TO 100 SQ YDS $3510 $36 4S c SY 101 TO 500 8Q YD8 $32 40 $35 00 a SY 0 TO 100 SQ YDS $5616 $60 75 b SY 101 & UP SQ YDS $5616 $60 7S a SY 0 TO 50 SM YDS $30 42 $31 50 b 8Y 51 TO 100 SQ YDS $30 42 $31 50 c SY 101 TO am SQ YDS E2912 $30 25 a SY 0 TO 50 SQ. YDS $38 04 $37 80 b SY 51 TO 100 SQ YDS $38 04 $37 80 c SY 101 TO 500 SQ. YDS $33 34 $36 35 ATTACHMENT#1 TABULATION SHEET BID # BID NAME DATE 210C 2281 CONTRACT CONCRETE WORK PAGE 2OF4 20.Oct48 CY ONE SACK CONCRETE 13ACKFILL EA ADJUST MANHOLE AND INLETS CALVERT PAVING CORP $52 00 FLOYD SMITH $a 50 7 2-A $572 00 $550 00 7 4 5.1 LS TYPE A HEADWALLS 15"T030"/PIP $1 040 00 $1 050 00 7 4 5.1 LS TYPE A HEADWALLS 39"TO72"/PIPE 92 080 00 $3150 00 7 4 5-2 1 LS TYPE B HEADWALLS 15"TO38"IPIPE $1 560 00 $1 150 00 7 4 5.2A LS TYPE B HEADWALLS 39"T072"IPIPE $3120 00 83 50 00 ?SA-1 EA 4' ID MANHOLE 0' TO 5'DEPTH $1 248 oo $1 300 90 7 5.A-1 1 VF EXTRA DEPTH 8104 00 $100 00 7 8 A-2 EA 575' JUNCTION BOX 0' TO V DEPTH $1,500 00 i1 500 00 7 GA-2(1)1 VF EXTRA DEPTH $104 00 $100 00 BA-3 I EA 4' ID MANHOLE 0' TO 8'DEPTH 91 00 $1450 00 7 0 A-30d VF EXTRA DEPTH $104 00 $100 00 7.8.A-4 I EA 8' ID MANHOLE 0' TO 8'DEPTH $1,812.00 $1,850 00 7 .A 1 VF EXTRA DEPTH $156 00 8150 00 7 8.A-5 I EA V INLET IW TO 8' DEPTH $1,716 00 E1,750 00 7 B.A-5 1 VF EXTRA DEPTH 5758 00 $150 00 7.5 A-5 I EA 10' INLET 0' TO 8' DEPTH $2.080 00 $1 850 00 7 .A$ 1 a VF EA EXTRA DEPTH 4' INLET $208 00 $150 00 $728 00 $700 00 b EA V INLET $780 00 $750 00 c EA V INLET $832 00 $800 00 d a EA EA 10' INLET 4' INLET $884.00 $1 560 00 $850 00 $1 500 00 b. EA 8' INLET $1,884 00 51,600 00 c EA V INLET 81 872 00 $1 800 00 d EA 10' INLET $2 080 00 $2.000 00 81 LS BarricadesWsming Signs $ Detours DOWEL -ON INTEGRAL CURB $200 00 $350 00 82 LS $8 24 $8 00 8 21 LF DOWEL -ON INTEGRAL CURB (WITH FIBERS $718 $7 00 ATTACHMENT #1 TABULATION SHEET BID # 2281 CALVERT FLOYD BID NAME CONTRACT CONCRETE WORK PAVING SMITH PAGE 3OF4 CORP DATE 20.Oat-98 a LF 0' TO 250' $8 OB $8 35 b LF 251' TO 1,000 $8 OB $8 35 c LF 1 000 - UP $7 28 $7 80 a LF 0' TO 25W $9 00 $8 85 b LF 251' TO 1 000' $9 00 $8 85 c LF 1,001 - UP $8 22 $810 8.2 A-2 LF 30" SURMOUNTABLE CURB $10 92 $11 35 82A-21 BY 30"SURMONTABLECURBIFIBERS $1186 $1185 a SY 0 TO 50 80 YDS b BY 51 TO 100 SO YDS =12$30 c BY 101 TO 500 SO. YDS & BY 0 TO 50 SO YDS $30 42 $32 85 b BY 51 TO 100 SO YDS $30 42 $32 85 a SY 101 TO 500 SO YDS $2912 $31 80 �a wl : ,, a 0 TOSO SO YDS $28O8 $2880 b ;sy 51 TO 100 SO YDS $28O8 $2880 c 101 TO 1000 SO YDS $2600 $2780 a 0 TO 50 80 YDS $29 02 $29 70 b SY 51 TO 100 SO YDS $29 02 $29 70 c BY 101 TO 500 SO YDS E28 91 $28 70 84 SY CONCRETE MEDIANS $23 40 $27 00 86 BY CONCRETE STEPS $10 40 $10 SO 815 SY CONCRETE RIP -RAP AND DRAINAGE FLUMES $30 42 $31 00 ATTACHMENT #1 TABULATION SHEET BID # 2281 CALVERT FLOYD BID NAME CONTRACT CONCRETE WORK PAVING SMITH PAGE 4OF4 CORP D TE 20.Oat-98 SPA LF SAW CUT EXISTING ASPHALT) $1 56 $1 50 SP•2 LF SAW CUT EXISTING CONCRETE $312 $3 00 SP-3 CY STRUCTURAL CONCRETE CLASS A $364 00 $365 00 SP-4 Cy CONCRETE FOR LIGHT STANDARD BASES $234 00 $225 00 SP-6 EA CONCRETE FOR TRAFFIC CONTROL PULL BOX $312 00 $300 00 SP•7 SY CONCRETE PAD FOR SPAN SHELTERS $3510 $33 75 SP-8 EA WATER SERVICE ADJUSTMENTS $260 00 $250 00 SP•9 LS MISC SPRINKLER SYSTEM ADJUSTMENTS $260 00 $250 00 CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 18 day of MAY A D , 1999, by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through MICHAEL W. JEZ, City Manager, thereunto duly authorized so to do, hereinafter termed "OWNER," and FLOYD SMITH CONCRETE, INC. P0.BOX 1781 DENTON, TX 76202 of the City of DENTON County of DENTON and State of TEXAS, hereinafter termed "CONTRACTOR" WITNESSETH That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below BID # 2281- ANNUAL CONTRACT FOR CONCRETE WORK in the amount of $ 550,000 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement, and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in CA-1 accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by ENGINEERING AND TRANSPORTATION DEPARTMENTS all of which are made a part hereof and collectively evidence and constitute the entire contract Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract CA-2 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That FLOYD SMITH CONCRETE, INC , whose address is P.O BOX 1781, DENTON, TX 76202, hereinafter called Principal, and ��F/rs'g,, Vic A/r6OLH a corporation organized and existing under the laws of the State of TEXAS, 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 FIVE HUNDRED FIFTY THOUSAND and no/100 DOLLARS ($550,000) 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, adrimustrators, 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 99-160, with the City of Denton, the Owner, dated the 18 day of MAY A.D. 1999, a copy of which is hereto attached and made a part hereof, for BID # 2281 - ANNUAL CONTRACT FOR CONCRETE WORK 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 18 day of MAY 1999. ATTEST LIL SECRETARY ATTEST PRINCIPAL SURETY SCc2 f3m�v,�� BY BY ATTO EY-I -FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME jLmF -4 jl�/N 4 STREET ADDRESS Aid So 1 ..fir S7�c ni7nNy 'T 1C %/>�O� (NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give a person's name) 19 m] IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written ATTEST �1 �11�i11►.�il. i CONTRACTOR Ala� "-r , Ti- i('ao'SL' MAILING ADDRESS gL(o- S6S-0(lq- PHONE NUMBER ♦ / NUMBERFAX BY ,/ �d TITLE �-fCestde*L�- Blau,Q SnA4� APPROVED AS TO FORM PRINTE NAME (SEAL) CITY ATTORNEY CA-3 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That FLOYD SMITH CONCRETE INC , whose address is P.O. BOX 1781, DENTON, TX 76202, hereinafter called Principal, and , a corporation organized and la existing under the ws o the State of TEXAS, 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 FIVE HUNDRED FIFTY THOUSAND and no/100 DOLLARS ($550,000) 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 99-160, with the City of Denton, the Owner, dated the 18 day of MAY A.D 1999, a copy of which is hereto attached and made a part hereof, for BID # 2281 - ANNUAL CONTRACT FOR CONCRETE WORK. 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 18 day of MAY 1999 ATTEST BY SECRETARY p ATTEST PRINCIPAL SURETY UNIV CirA BY _ BY ATTO EY N-FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME k6rnf �y +\ )I\j nisi. PAmnC STREET ADDRESS YAn S J73s- .5j�-e�_l�,y Q1 i k 76,2a-s' (NOTE Date of Payment Bond must be date of Contract !f Resident Agent is not a corporation, give a person's name ) 2281 CONTRACT & BONDS & INSURANCE JUN oe 99 (TUE) 11 45 CITY OF DENTON PURCHASING 940 949 7902 PAGE 2/2 USA WESTERN IN 9729W%" 06/08/99 09:27 N :02/02 NO:420 UNIVERSAL SURETY OF AMERICA P.O. BOX 1068 oumum, 7*= 77251.1065 O>2 MALPOW ROPA'PTOWSY-CRRMUDCO" iXSMM= XnewdoSmsoof7bxm%wd�ip�yYµomnIsl ,7 dn�p r opp=mo uq ,pp � mdart(mNMruwlaW.of coft Mir fts r and h &l Aftmq a 6fhfi , WO AN pater mod NM** hmbY e G*M d Is ill 011M Ph" and +t 4 In eaeeoq, wkwwW& mod pro** FbydtlplmCamruru,too Obkm aborolam%Tx Ammon: txaspoao0 and to bind dweoltg�W smMyaudloftmmirwlq soffspabloodommAWN bYdut�hwideN.rwwUAdmpx�swsinfth• eaalw0' a.d � MOW by no fir, bfw �(� t(td an OM pm so Apnmeyia ..bAp of do wH6B! Ipe +brava =vd IImNIpUiaa BaldrdPadA h aeade mdq anA by nq aftha�aY molWioe adgMad by dt+ Daudet of Unlvonol Atawy of •Bs H Na.alwA, 1lM Fwetdad. aal drp_Vlae AmddmA. NepMluy. - a wq A�Ilua y AMII be and i. haroby vaMwl ray . PoII power adalltHoriyto eayoptamm•w�igARrpeer(alasnUe�aY(�e}1aw`wlgmpaamtwdaeitbrempdrmbebaUotor ptllawlaGdraprly' powerptrparwefthhivopeffAlo% 111 Alrpd�nlWtl�Itmoodekdof maftM" OVAMal oroltlllae(.pomdaeatmllMlnenY pirmlobll(a•rdltimdtHY �� 3lpn4%^l,11 pMaHereMBrrraddwt,J.ahMmyarwesod lts UNIVYRBAL BI111RM OF AMSWCA dpp•r7luaa MI Collpty of Rlmer pam�eda r' M" M ."mar'' m mwbDdpmwdo wMhO: tr all ai eNui%�i r6w«e w�ia .dlaNlrl.OMrim.gwtgwaxal.eN. a RUM Now Pdmc Air OIV�1WtdumYNdrodtlMMdOfWdoorap•opyMfb�al,'hs.ytlde w'fRdprot. HG1Y IY 1N_, For radtlotpfnpo[tlq tatlhaeNy of qde powerya aaD' glnpbeoa l%17)7TZAMIG 1 FN DATB(awomm PRODUCER (940)382-9691 tamey 6 King Insurance 330 South I-3SE, Suite A Denton, TX 762OS-7829 INSURED Floyd Smith Concrete, Inc P.O. Box 1781 Denton, TX 76201 COMPANY Ext A COMPANY B COMPANY C COMPANY D Texas Work Comp Ins Fund THE 19 TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITFWANW O 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 m SUBJECT TO ALL THE TERMS EXCLUSION[ AND OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAMS Go LTTR TYPE a INSURANCE POLICY NUMBERPOLICYDATE Y) EFFECTIVE �( WNUINION LIMITS GOOPAL LIABILITY GENERAL AGGREGATE s 2,000,000 X COMMERCIAL GENERAL LIABILITY PRODUCTS COMPMP AM e S 2, 000, 000 cxi�Lle ' X OCCUR PERSONAL a AM PIAIRV S 1,0000000 A OWNER8SCONTRACTONGPROT P3044054 09/28/1998 09/28/1999 EACH OCCURRENCE s 1,000,000 ME DAMAGE (MyaM By s 50,000 MED EXP (Any I PAIAPII) s 5,000 AUPoMO- LABILITY COMBINED SINGLE LIMIT s i of pw P«.mP) BODILY INJURY L (P«.ocM.a PROPERTY DAMAGE s AUTOONLY EAACCWQIT i OTHER THAN AUTOONLY EACH ACCIDENT S c EXCESS LIABILITY EACH OCCURRENCE S UMBRELLA FORM AGGREGATE of OTHER THAN UMBRELLA FORM S WORKERS COMPENSATION AND x TORY LIMITS ER EMPLOYERS LIABILITY EL EACH ACCIDENT $ 100,000 B TSF0001082227 09/28/1998 09/28/1999 THE PRO R HCL ELDIeEAIE POLICY LIST 500,000 P cBExEWIWE OFFICERS ARE EXCL EL DISEASE EA EMPLOYEE os $ 100, 000 O'rD"ENTON,- dPfft ALA,—igEWrS, EMPLOYEES AND VOLUNTEERS ARE NAMED AS ADDITIONAL INSURED 30 NOTICE WILL BE PROVIDED FOR NOTICE OF CANCELLATION, NON -RENEWAL OR REDUCTION IN COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANOBLLED BEFORE THE EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL tY NAIL .DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT CITY OF DENTON 901E TEXAS STREET DENTON, TX 76201 Jun-02-99 04.30P ALLSTATE INS-114l AGCY 940 GGG G942 P.01 CERTIFICATE OF INSURANCE ❑ ALLSTATE INSURANCE COMPANY W ALLSTATEINUkMNIITCOMPANY ❑ ALLSTATETEXASLLOYD'S I Hlb L.tH I IHI.Ai t Ib IbbUtU Ab A MAI I tit OF INh UHMAI IUN ONLY ANU r.UNFEHS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CCRTin OATC DOES NOT AMEND, LK rLNO Olt ALrcn TI Ir OOvrnACC ArrORDCD BY TI IC POLICIE3 BELOW Name and Address of Party to Whom this Certificate is Issued CITY OF DENTON PURCHASING ULPI ATTN DENI5E HARPOOL TA—X (940)349-7302 rhiw . 1n nmefu vhnv MW.. of ineumnee hated bete. havn heen Narne and Address of Insured FLOYD SMITH PO BOX 1781 DENTON TX 76201 the inaurad named shove nubiart la the excitation date Indicated below. notwithalandin0 any requirement term or condition of any eonirarl of olhAr Ilcumment with rnapnrl In which Thin rcrtinrate uiay by lusued or may pertain The tributaries afforded by the policies described herein Is subjaul to all the terms, exclusions, and rondilions of such policies TYPE OF INSURANCE AND LIMITS OOMMCROIAL GENERAL LIABILITY Policy Effective Expiration Number Date Dale _ Limit Amount GENERAL AGGREGATE LIMIT Other than Products — Completed Operations) If _ PRODUCTS -- COMPLETED OPERATIONS AGGREGATE LIMIT S __ PERSONAL AND ADVERTISING INJURYLIMIT_ EACH OCCURRENCE LIMIT PHYSICAL DAMAGE LIMIT S ANYONELOSS MtUILAL tXPt=NSE LIMI I 5 ANY ONE PERSON WORKERS COMPENSATIONS, Policy Effective Expiration liMPLOVERS' LIABILITY Number Date _ OULU _ Core e WORKERS COMPENSATION STATUTORY — &PEllee only in the following states BODILY INJURY BY ACCIDENT _ a CACII ACCIDENT EMPLOYERS LIABILITY BODILY INJURY BY DISEASE V CA011cMr'LOYCC - BODILY INJURY BY DISEASE 3POLICY LIMIT AUTOMOBILE LIABILITY PUltcy Efrocilive 'J'"ation Numhor 649SS9711 Data _ 05/21/99 Data 06/11/00 _ Coverage Basis_ Limits _ UANYAUTO if OWNED AUTDC IXMIRWAUIUS Combined Single Limit of Liability en DODILV INJURY R PNUPMY DAMAGE S 1 i 000. 000. _ EACH ACCIDENT INSPECIFIEDAIITO9 XI NON OWNm AlIT05 Split Liability Men INtihly Injury _ Proparry Damage Wes _ ❑OWNED PRIVATE PASSENDER ALL IDS _ PERSON _ I )OWNED AUTOS OTHER THAN PRIVATF PAS%NITS S ArrinFNT UMBRELLA LIABILITY Policy Efieallvr Expiration Number Date Date EACH OCCURRENCE $ _ I GENERAL AGGREGATE PRODUCTS — COMPLETED OPE _ AGO GATE S OTHER (Show Policy Effective A��J Expiration type of Policy) Number DateApy�T� .�J +A F. �1gaJ�tiiH1 1 t DESCRIPTION OF OPERATIONSILOCATIONSNEHICLEGIRESTRIC11ONbISPECIAL ITEMS (SEE ATTACHED) CANCELLATION PJ� ANY REASON OTHER THAN NDNPAY Number TIC hellos D§/31/UU (1D DAYS NOTICE FOR NO.1PAYhENi OF PREIAIIM� / AmnnnrmAaoonnauve r n%." Should any of the abovedear.citind pnlirina be can oiled balure the axpiration data, the iaeuirig company will endeavor [on idd within the number of ndy4 entered above whiten nobc a to the certificate hind named bovo U106222 r - V - Jun-02-99 04.30P ALLSTATE INS-IIOLT AGCY S40 OGG 0942 P.02 You'res 1n good hands. Print Key nut put PM(]R 1 y1�il4Sl V3R2MU 9bU41I A0404A45 06/02/93 1f..14.1L D)Rpiny UovlLO - DSP21 user 8300001 Ineurerlf YI.OYU SMITH rol No . 64961.9711 097821 Phuua ( n17 ) 067 0114 "IT81M LIWPIDIC" Ae)pnt n4 Iua Line( AUTO-COMM LEL YEAR NAYS/MODEL v1N 1 1999 VORD /8XPF111 I fom P Olt),, 2 l4AR NnNli /FlSO FTATHND 3945 1 19R1 FnRn /FIATHNU 4181 A 1997 FnRl) /250 XLT 4446 (. 1999 IK)RO TRUCK/P250 8972 v©hlcle Selerl(an (KNI,bR) LONTINUE Gb2 1 To Sedruh Blnter Last 4 D.g.fr or vin LAST (FII HhLP (Ni) 4jUll (B4) BALX Sr"P 4N PyNs U@�. rw� CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract Upon bid award, all insurance requirements shall become contractual obligations, which the successful bidder shall have a duty to maintain throughout the course of this contract STANDARD PROVISIONS Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time, however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted Each policy shall be issued by a company authorized to do business in the State of Texas with an A M Best Company rating of at least A Any deductibles or self -insured retentions shall be declared in the bid proposal If requested by the City, the insurer shall reduce or eliminate such deductibles or self -insured retentions with respect to the City, its officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses Liability policies shall be endorsed to provide the following •• Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers •• That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claun is made or suit is brought The inclusion of more than one insured shall not operate to increase the insurer's limit of liability • All policies shall be endorsed to read "SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED" • Should any of the required insurance be provided under a claims -made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered • Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate 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 B shall include personal injury • Coverage C, medical payments, is not required If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least • Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability [XI Automobile Liability Insurance - Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000 either in a single policy or in a combination of basic and umbrella or excess policies The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract Satisfaction of the above requirement shall be in the form of a policy endorsement for • any auto, or • all owned, hired and non -owned autos [XI Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406 096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensation Commission (TWCC) [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all tunes during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under this contract Coverage shall be on an "occurrence" basis, and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance Policy 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 [xi Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A Definitions Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity Persons providing services on the project ("subcontractor" in §406 096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets B The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 01 1(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 mad 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 (11 provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 01 1(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 mad or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project, and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services J By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self - Insurance Regulation Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions K The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity Concrete Work BID TABULATION SHEET Work Days Bid No 2281 PO No Item Description Quantity I Unit Unit Price Total 2 11 5 Ring and Cover (Inlets 1 16 EA $ 200 00 BA $ 3 200.00 Unit Price in Words TWO hundred and 00/100 dollars Remove Concrete Pavement 180 SY Is 16.20 /SY IS 2 916.0 3-A Unit Price in Words Sixteen and 20 100 dollars 3-B Remove Concrete Curb & Gutter Unit Price in Words Six and 00/100 dollars 3-C Remove Concrete Driveway & Sidewalk 513 SY $ 16.20 /SY $ 8,310 6 Unit Price in Words Sixteen and 20/100 dollars Unclassified Excavation 413 Cy $ 9.00 /CY I $ 3, 717.0 33 Unit Price in Words Nine and 00/100 dollars Compacted Fill/Embankment 37 Unit Price in Words Twenty and 00/100 dollars Sod 1 SY $ 7.50 /sY I $ 7 39 Unit Price in Words Seven and 50/100 dollars 2" Asphalt Pave (Type D Patch Matenal) 1 SY $ 75.00 /SY $ 75 0 5 7-B Unit Price in Words Sevent f> ve and 00/100 dollars 5 8-A-2 4" Concrete Flatwork (colored/textured) a 0 to 100 Sq Yds 559 SY $ 60.73SY $ 33 959.25 Unit Price in Words Si-xty and 75 100 dollars b 101 Sq Yds To up I 1 I SY Is 60 75SY $ 60 75 Unit Pnce in Words Sixty and 75 100 dollars 5 8-A 6" Concrete Pavement (Radius, Etc) $ $ a 0 to 50 Sq Yds t SY $ 31.50SY $ 31 50 Unit Pnce m Words 'thirty one and 50/100 dollars 5 8-A b 51 to 100 Sq Yds I 1 I SY $ 31.5USY 1 $ 31 50 Unit Price in Words Thirty one and 50/100 dollars 5 8-A c 101 to 500 Sq Yds 1490 SY $ 30.2ySy $ 45, 072 50 9/22/98 P 3 Concrete Work BID TABULATION SHEET Work Days Bid No 2281 PO No Item Description Quantity Unit Unit Price Total Unit Price m Words Thirty and 25 100 dollars 5 8-A 1 6" Concrete Pavement (Radius, Etc with Fibers) Is 0 to 50 Sq Yds 1 SY $ 32.85/SY $ 32 8 Umt Price m Words 'Thirty two and 85/100 dollars b 51 to 100 Sq Yds 1 SY $ 32.85/SY $ 32.85 Umt Price in Words Thirty two and 85 100 dollars c 101 to 500 Sq Yds 1 1 SY $ /Sy $ Unit Price in Words Thirty one and 60 100 dollars 5 8-B 8" Concrete Pavement (Radius, etc) Is 0 to 50 Sq Yds 1 39 SY $ /Sy $ Unit Price m Words Thirty six and 45/100 dollars b 51 to l00 S Yds 1 SY $ 36.45/SY $ 36.4 Umt Pnce in Words Thirty six and 45 100 dollars c 101 to 500 Sq Yds 584 SY $ 35.00/SY $ 20 440.0 Unit Price in Words Thirtv five and 00 100 dollars 5 8-B 1 8" Concrete Pavement (Radius, etc with Fibers) a 0 to 50 Sq Yds 1 I SY $ 3 .80/SY $ Umt Price m Words "thirty seven and 80/100 dollars b 51 to 100 Sq Yds 1 1 1 SY $ 37 80/Sy $ 37 8 Umt Price m Words Thirty seven and 80/100 dollars 5 8-B 1 c 101 to 500 Sq Yds 1 SY $ 36.3%y $ 36 3 Umt Price in Words Thirty six and 35/100 dollars 6 2 10 (C) One Sack Concrete Backfill 1 5 1 CY $ 49.50 y $ 247.5 Unit Price m Words Forty nine and 50 100 dollars 7 2-A IAdlust Manhole and Inlets Price m Words 9/22/98 P 4 EA 1 $ Concrete Work BID TABULATION SHEET Work Days Bid No 2281 PO No Item Description Quantity I Unit Unit Price Total 7 4 5-1 IType A Headwalls (15" to 36" per pipe) 1 LS $ 1050.00 /LS $ 1 050.0 Umt Price In Words One thousand fifty and 00/100 dollars e A Headwalls (39" to 72" perpipe) 1 LS $ 3150.00 3,150 00 7 4 5-1 A UmtPnceIn Words 'three thousand one hundred fifty and 00/100 dollars 7 4 5-2 Type B Headwalls (15" to 36" per pipe) 1 LS $ 1150.00 /IS $ 1 150.0 Unit Pnce In Words One thousand one hundred fifty and 00/100 dollars B Headwalls (39" to 72" per pipe) I 1 I LS $ 3250 00/LS 7 4 5-2 A IType Umt Price In Words 'Three thousand two hundred fift and 00/100 dollars 7 6 A-1 4' ID Manhole (O' to 6' De th) 1 EA $ 1300 0O/EA $ 1 300. 00 Umt Price m Words One thousand three hundred and 00 100 dollars 7 6 A-1 (1) TExtra Depth 1 VF $ 100.00/VF $ 100 0 Umt Pace in Words One hundred and 00/100 dollars 7 6 A-2 5' x 5' Junction Box 0' to 6 Depth) 3 1 EA $ 1600 00/Ep Unit Price m Words One thousand six hundred and 00/100 dollars 7 6 A-2 1 Extra Depth 1 VF $ 100.00/VF $ 100 0 Umt Price m Words One hundred and 00 100 dollars 7 6 A-3 4' Inlet 0' to 6 Depth) 8 EA $ 1450 00/EA $ 11 600.0 UmtPnce m Words One thousand four hundred fifty and 00/100 dollars 7 6 A-3 1 Extra Depth 1 VF $ 100 OO/VF $ 100 0 Umt Pnce m Words One hundred and 00/100 dollars 7 6 A-4 6' Inlet V to 6' D th 1 1 EA $ 1650.00/EA $ 1 , 650 0 Umt Pnce m Words One thousand six hundred fifty and 00 100 dollars 7 6 A-4 1) 1 1 1 VF $ 150 00/VF $ 150.0 Umt Price in Words One hundred fifty and 00/100 dollars 7 6 A-5 8' Inlet 0' to 6' Depth) 2 EA $ 1750 OO/Ep $ 3 500 0 Unit Price m Words One thousand seven hundred fifty and 00/100 dollars F7 6 A-5 1 Extra De th 1 VF $ 150 00� $ 150.0 9/22/98 P 5 Concrete Work BID TABULATION SHEET Work Days Bid No 2281 PO No Item Description Quantity Unit Unit Price Total Unit price inWords One hundred fifty and 00/100 dollars 7 6 A-6 10' Inlet 0' to 6' D th 2 1 EA $ 1850.0QEA I $ 3,700.0 One thousand er ht hundred fifty and 00/100 dollars 7 6 A-6 1 Extra Depth 1 1 vF Is 150.00VF $ 150 0 Umt Price in Words One hundred fifty and 00/100 dollars 7 6 A-7 Rebuilt Inlet Remove and Replace T a 4' Inlet 2 EA $ 700 OOEA 1 $ 1 400. Unit Price in Words Seven hundred and 00/100 dollars b 6' Inlet ] EA $ 750.0011A $ 750.0 Umt Price m Words Seven hundred fifty and 00/100 dollars c 8' Inlet 1 EA $ 800.00 EA $ 800 0 Umt Price in Words Ei ht hundred and 00/100 dollars 77 nlet I 1 I EA $ 850 00/Ep Is 850 0 Umt Puce m Words Eight hundred fifty and 00/100 dollars 7 6 A-8 Rebuilt Existm Inlet (Special) a 4' Inlet I EA $ 1500.OQEA $ 1,500 0 Umt Price m Words One thousand five hundred and 00/100 dollars b 6' Inlet 1 EA $ 1600.0QEp $ 1,600.0( Umt Price in Words One thousand six hundred and 00/100 dollars c 8' Inlet I 1 I EA $ 1800.OQEA $ 1)800.01 Unit Price in Words One thousand ei ht hundred and 00/100 dollars d 10' Inlet I 1 I EA $ 2000.00EA I $ 2,000.0 Umt Price in Words Two thousand and 00/100 dollars 81 Eamcades, Warning Signs & Detours 1 43 1 LS $ 350.QQg $ 15,050.0 U t Price m Words 'Three hundred fifty and 00 100 dollars 82 Dowel -On Integral Curb 1 259 LF Is 6.00LF gat Price in Words Six and 00/100 dollars 9/22/98 P 6 Concrete Work BID TABULATION SHEET Work Days Bid No 2281 PO No Item Description Quantity Unit Unit Price Total 82 1 Dowel -On Integral Curb(With Fibers 1 LF $ 7.00 /LF Is 7.00 Unit Price in Words Seven and 00/100 dollars 8 2-A Concrete Curb & Gutter a U to 250' 2876 LF $ 8 35 /LF $2 Unit Price in Words E> t and 35 100 dollars b 250' to 1,000' 1 1162 LF Is 8.35 /LF $ Unit Price in Words Ei ht and 35 100 dollars c 1001' - up 1 8320 1 LF $ 7.60 /LF $ 610232.0 Unit Price in Words Seven and 60/100 dollars 8 2-A 1 Concrete Curb & Gutter With Fibers a 01to250' 1 1 1 LF Is 8.85 /LF $ 8.85 Unit Price in Words E> ht and 85/100 dollars b 251' to 1,000' 1 1 LF $ 8.85 /LF $ 8.85 Unit Price in Words Eight and 85/100 c 1,001'-up I 1 I LF $ /LF $ Unit Price in Words Eight and 10/100 dollars 8 2 A-2 30" Surmountable Curb 1 85 1 LF $ 11 35 /LF I $ 964.75 Unit Price in Words Eleven and 35/100 dollars 8 2 A-2 1 30" Surmountable Curb/Fibers 1 1 1 SY Is 11 85 /Sy Is 11 85 Unit Price in Words Eleven and 85/100 dollars 83 6" Concrete Driveway a 0 to 50 Sq Yds 1 671 1 SY Is 31.50 /sY Is 21 136 50 Unit Price in Words Thirty one and 50 100 dollars b 51 to 100 Sq Yds I 1 SY $ 31.50 /SY 1 $ 31.50 Unit Price in Words Thirty on 7777;Sq Yds 1 743 1 SY $ 30.25 /SY $ 22 475 75 Unit Price in Words Thirty and 25/100 dollars 9/22/98 P 7 Concrete Work BID TABULATION SHEET Work Days Bid No 2281 PO No Item 83 1 Description Quantity Unit Unit Price Total 6" Concrete /Dnvewa /Fibers a 0 to 50 Sq Yds 1 sY $ 32.85 /sY $ 32.85 U t Price In Words Thirt o a d 85 00 dollars b 51 to 100 Sq Yds 1 SY is 32.85 /SY $ 32 85 Unit Price In Words Th3.rty and 85 100 dollar c 101 to 5 0 OSq Yds 1 1 SY $ 3 /SY $-11.60 Unit Price In Words Thirty one and 60/100 dollars 8 3-A 4" Concrete Sidewalk a 0 to 50 Sq Yds 771 1 SY $ 28.80 /SY 1 $ 22 204.80 Unit Price In Words TWenty el&bt and 80/100 dollars b 51 to 100 Sq Yds 184 sY $ 28 80 /SY IS 5,299.20 Unit Price In Words TWenty eight and 80 100 dollars c 101 to 1,000 Sq Yds 1 1278 1 SY $ 27.80 /SY $ 35 528.40 Unit Price In Words 8 3-A 1 4" Concrete Sidewalk/Fibers a 0 to 50 Sq Yds 1 SY $ 29.70 /SY $ 29.70 Unit Price In Words Twenty nine and 70/100 dollars 8 3-A 1 b 51 to 100 S Yds I 1 I SY Is 29.70 /SY I $ 29.70 Unit Price In Words TWenty nine and 70/100 dollars c 101 to 500 Sq Yds l 1 SY Is 28.70 /SY I $ 28.70 Unit Price In Words TWenty eight and 70/100 dollars 84 Concrete Medians I SY $ 27 00 /SY $ 27 00 Unit Price In Words WentX seven and 00/100 dollars 86 Concrete Steps 1 10 SF $ 10 50 /sF $ 105 00 Unit Price In Words Ten and 50 100 dollars 8 15 Concrete Rip -Rap and Drainage Flumes 1 3741 SY I $ 31.00 /SY $115 971.00 Unit Price In Words irty one and 00 100 dollars 9/22198 P 8 Concrete Work BID TABULATION SHEET Work Days Bid No 2281 PO No Item Description I Quantity I Unit I Unit Price Total SP-1 Saw Cut (Exismig Asphalt) 80 1 LF $ 1.50 /LF $ 120.0 Umt Pnce In Words One and 50/100 dollars SP-2 Saw Cut(Existing Concrete 625 LF $ 3 00 /LF I $ 11875 0 Un t Pnce In Words Three and 00 100 dollars SP-3 Structural Concrete Class A 127 1 CY $ 365.00 /CY $ 46,355 0 Unit Pnce In Words Three hundred sixty five SP-4 Concrete for Light Standard Bases 1 1 1 CY $ 2 /CY $ 229.0( Unit Pnce In Words SP-6 Concrete for Traffic Control Pull Box 1 2 1 EA I $ 300.00/EA $ 600.0 Unit Pnce In Words Three hundred hundred and 00 100 dollars SP-7 Concrete Pads for Span Shelters 1 SY $ 33.75(SY $ 33.7 UnttPnceIn Words Thirty three and 75/100 dollars SP-8 Water Service Adjustments I 1 I EA Is 250.00/EA $ 250.0 Unit Pnce In Words Two hundred fifty and 00/100 dollars SP-9 Misc S nnkler System Adjustments I 1 I LS Is 250 Ofts $ 250 0 Una Pnce to Words Two hundred fifty and 00 100 dollars TOTAL I is $557,172 35 Five hundred fifty seven thousand one hundred seventy two and 35/100 dollars AWARD OF THIS BID WILL BE BASED ON BIDS OF ESTIMATEDQUANTITY'S 9/22198 P 9 This bid will be in effect for a period of one year from date of award, but may be extended for additional one year periods if agreed upon, in writing, by both parties with all prices and conditions remaining the same. In submitting this bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a reasonable period of time constitutes a contract. The completed Bid Proposal must be properly priced, signed, and returned. P.O. Box 1781 FLOYD SMITH CONCRETE INC. Mailing Address Bidder �% Denton, TX 76202 elt'4 I City State Zip Code Signature 940-565-0114 Secretary TelephonelFax Title P - 11 Concrete Work Bid No 2281 For clarification of Bid Items TypeA and Type B Headwalls Proposed Alternate Bid 7 4 5-1 Type A Headwalls (12",15",18"&21"per pipe) LS $ 70000 7 4 5-1 A Type A Headwalls (24" per pipe) LS 75000 7 4 5-1 B Type A Headwalls (30"per pipe) LS 85000 7 4 5-1 C Type A Headwalls (36"per pipe) LS 1,05000 7 4 5-1 D Type A Headwalls (42"per pipe) LS 1,30000 7 4 5-1 E Type A Headwalls (48"per pipe) LS 1,45000 7 4 5-1 F Type A Headwalls (54"per pipe) LS 2,05000 7 4 5-1 G Type A Headwalls (60"per pipe) LS 2,35000 7 4 5-1 H Type A Headwalls (66"per pipe) LS 2,75000 7 4 5-1 1 Type A Headwalls (72"per pipe) LS 3,15000 7 4 5-2 Type B Headwalls (12",15",18" & 21" per pipe) LS 70000 7 4 5-2 A Type B Headwalls (24" per pipe) LS 80000 7 4 5-2 B Type B Headwalls (30" per pipe) LS 95000 7 4 5-2 C Type B Headwalls (36" per pipe) LS 1,15000 7 4 5-2 D Type B Headwalls (42" per pipe) LS 1,40000 7 4 5-2 E Type B Headwalls (48" per pipe) LS 1,55000 7 4 5-2 F Type B Headwalls (54" per pipe) LS 2,15000 7 4 5-2 G Type B Headwalls (60" per pipe) LS 2,45000 7 4 5-2 H Type B Headwalls (W' per pipe) LS 2,85000 7 4 5-21 Type B Headwalls (72" per pipe) LS 3,25000