Loading...
2008-011FILE REFERENCE FORM 2008-011 X Additional File Exists Additional File Contains Records Not Public, According to the Public Records Act Other FILES Date Initials Change Order 1 [copy is attached] 07/29/08 ) R Change Order 2 [copy is attached] 11/21/08 ) R Change Order 3 - Ordinance No. 2009-008 01/06/09 ) R ORDINANCE NO. y ell AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF SHADY OAKS AND BRINKER PAVING AND DRAINAGE IMPROVEMENTS; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (BID 3897-SHADY OAKS AND, BRINKER PAVING AND DRAINAGE IMPROVEMENTS AWARDED TO JRJ PAVING, L.P. IN THE AMOUNT OF $2,884,059.98. WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of State law and City ordinances; and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The following competitive bids for the construction of public works or., improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids: BID NUMBER CONTRACTOR 3897 JRJ Paving, L.P. AMOUNT $2,884,059.98 SECTION 2. The acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved; until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid. SECTION 3. The City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein. SECTION 4. Upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto. SECTION 5. This ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the day of ,2008. PERRY R. McNEILL, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY BY APPRO ED AS O LEGAL FORM: EDWIN M. SNYDER, CITY ATTORNEY BY: 3-OR 897 CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 8th day of Januarv A.D., 2008, by and between City of Denton of the County of Denton and State of Texas, acting through George C. Campbell thereunto duly authorized so to do, hereinafter termed "OWNER," and 1805 Royal Lane, Suite 107 Dallas, Texas 75229 of the City of Dallas , County of Dallas 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 # 3897 - Shady Oaks and Brinker Paving and Drainage Improvements in the amount of $2,884,059.98 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 all local, state and federal laws; and plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by: Freese and Nichols, Inc. all of which are referenced herein and made a part hereof and collectively evidence and constitute the entire contract. CA-1 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 covenants and agrees to and does hereby indemnify, hold harmless and defend, at its own expense, Owner, its officers, servants and employees, from and against any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of the Work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers, servants, employees, of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner during the performance of any of the terms and conditions of this Contract, whether arising out of in whole or in part, any and all alleged acts or omissions of officers, servants, or employees of Owner. The provisions of this paragraph are solely for the benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise, to any other person or entity. 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 Right to Audit The OWNER shall have the right to audit and make copies of the books, records and computations pertaining to this agreement. The CONTRACTOR shall retain such books, records, documents and other evidence pertaining to this agreement during the contract period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents and other evidence shall be available, within 10 business days of written request. Further, the CONTRACTOR shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to this agreement, and to allow the OWNER similar access to those documents. All books and records will be made available within a 50 mile radius of the City of Denton. The cost of the audit will be borne by the OWNER unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the CONTRACTOR which must be payable within five business days of receipt of an invoice. Failure to comply with the provisions of this section shall be a material breach of this contract and shall constitute, in the OWNER'S sole discretion, grounds for termination thereof. Each of the terms "books", "records", "documents" and "other evidence", as used above, shall be construed to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document. CA-3 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: City of Denton OWNER BY: (SEAL) TR T Paving LP CONTRACTOR 1805 Royal Lane, Suite 107 Dallas, TX 75229 MAILING ADDRESS 214-466-8340 PHONE NUMBER 214-466-8354 BY: Manager/Egtimating Marty Murphy APPROVED AS TO FORM: ,CITY ATTO ER1~I Y l PRINTED NAME (SEAL) CA-4 MINUTES OF A SPECIAL MEETING OF THE MEMBER OF JRMJ HOLDINGS, L.L.C. BY UNANIMOUS WRITTEN CONSENT April 30, 2004 Pursuant to-the provisions of Article 2.23 of the Limited Liability Company Act, the undersigned being the sole member entitled to vote at the annual meeting of -JRMJ-Holdings, L.L.C., ("Limited Liability Company") for the following described actions, authorizes by his signature below, the following resolutions: RESOLVED, that the following named individuals, be and they hereby are, . elected to the offices set forth by their name, each to serve the Limited Liability Company until their respective successors are duly elected and qualified: John R. Marriott, Jr. Vickie Marriott Tery Chapman Marty Murphy Glenn Highland General Manager Manager/Operations Manager/Sales Manager/Estimating Manager/Finance FURTHER RESOLVED, that the General Manager or the Manager/Operations shall each be granted unlimited authority to bind the Limited Liability Company to any contract, agreement or other document subject to the Regulations of the Limited Liability Company and that the Managers/Sales or the Manager/Estimating shall each be granted authority to enter into construction contracts, agreements or change orders on behalf of JRJ Paving, LP (JRMJ Holdings, L.L.C. is the General Partner of JRJ Paving, LP), and that the Manager/Finance be authorized to sign financial and tax reporting documents of the Limited Liability Company. IN WITNESS WHEREOF, the undersigned has April 30, 2004. his name effective arriott, Jf., Sole SUBSCRIBED and SWORN TO before me, on this, , 2004. the.- i ''%L.;'. day of Commission Expires /l ID, r` NOTARY PUBLIC ] , Xr 'i CGn;,r,513510N Eil'rIS 4i iL Bond No. 08919311 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That JRJ Paving, L.P. hose address is 1805 Royal Lane, Suite 107, Dallas Texas 75229 hereinafter called Principal, and SEE BELOW a corporation organized and existing under the laws of the State of Maryland , 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 Two million eight hundred eighty- four thousand fifty-nine and 98/100,KOLLARS ($2,884,059.98 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 2008-011, with the City of Denton, the Owner, dated the 8a day of January A.D. 2008a copy of which is hereto attached and made a part hereof, for Bid #3897 - Shady Oaks and Brinker Paving and Drainage Imnrovements.✓ 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 two (2) years 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. COLONIAL AMERICAN CASUALTY AND SURETY COMPAN and FIDELITY AND DEPOSIT COMPANY OF MARYLAND 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 four copies, each one of which shall be deemed an original, this the 14th day of January , 2008 ATTEST: BY: ~ot I,V-t A, (7 0 SECRETARY PRINCIPAL BY: 4ager/Estimating ATTEST: BY: J ~/l/'~" SURETY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY and FIDELITY AND DEPOSIT COMPANY OF MARYLAND BY: QORR NE Y-IN-FACT Christine Davis The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: Aon Risk SPrvi r f Texas InE STREET ADDRESS: 2711 N. Haskell Avenue, Suite 800, Dallas, TX 75204 (NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name) PB-2 Bond No. 08919311 PAYMENTBOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That JRJ Paving L.P.✓whose address is 1805 Royal Lane, Suite 107, Dallas, Texas 75229 hereinafter called Principal, and SEE BELOW a corporation organized and existing under the laws of the State of Mnrvl nnr9 , 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- ($2,884,059.98yin 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 2008-01,x, with the City of Denton, the Owner, dated the 8 h day of . January A.D. 2008,1 copy of which is hereto attached and made apart hereof, for Bid #3897 - Shady Oaks and Brinker Paving and Drainage Improvements.✓ 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. COLONIAL AMERICAN CASUALTY AND SURETY COMP - and FIDELITY AND DEPOSIT COMPANY O)IffAIYLAND. 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 surety, 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 four copies, each one of which shall be deemed an original, this the 14th day of January , 2008 . ATTEST: BY. 9-4A SECRETARY PRINCIPAL JRJ Paving, BY: PRE-RDENT a*,ge~/Estimating ATTEST: ` BY: SURETY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY and FIDELITY AND DEPOSIT COMPANY OF MARYLAND BY: ATTORNEY-IN-FACT," V ChristineDavis The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: Aon Risk Services of Texas Inc. STREET ADDRESS: 2711 N. Haskell Avenue Suite 800, Dallas TX 75204 (NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) PB-4 4 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, orporations of the S • vyland, by M. P. HAMMOND, Vice President. and ERIC D. BARNES, Assistant Secretary, in put -a~ (tql ,ranted by Article VI, Section 2, of the By-Laws of said Companies, which are set forth on t Iterto ntf- "t reby certified to be in yV full force and effect on the date hereof, does hereby nomina t t pot (l'b on E. CORNELL, Robbi MORALES, Lisa M. BONNOT, Ricard A i ulce stine DAMS, all of Dallas, Texas, EACH its true and lawful agent., o ° act"~qtnbj}~~ , seal and deliver, for, and on its behalf as surety, and as its act and de s"k' ds{an~yu 11~'n XCEPT bonds on behalf of Independent Executors, Comm i vok and-Go r tuns. and the execution of such bonds or undertakings in pursuance of these pTiescmts, s .II a ~ " In, pon said Companics,:as fully and amply, to all intents and purposes, as it' they had been duly e v twledgcd by the regularly elected officers of the Company at its office in Baltimore, Md., in their own prci r rsons. This power of attorney revokes that issued on behalf of Jerry P. ROSE, Don E. CORNELL, Robbi MORALES. Lisa M. BONNOT, Chris J. KUTTER, Luke J. NOLAN, JR., Christine DAVIS. dated March 30, 2006. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 20th day of March, A.D. 2007. ATTEST: y ro. 'np Dtvps` 0&9AXtOp F o Q --.4° ~ tIM i State of Maryland ss: City of Baltimore FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Eric D. Barnes Assistant Secretan' By: Hj M. P. Hammond Vice President On this 20th day of March, A.D. 2007, before the subscriber, a Notary Public of the Slate of Maryland, duly cornmissioncd and qualified, came M. P. HAMMOND. Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn Nolan' Public My Commission Expires: July 14, 2(X)7 POA-F 168-0589 Fidelity and Deposit Companies ~ ~ ~f 140nie Ofrice 39101(e.s"ck Road OalGmore. MD ( Z v`v `~v~ [(11POIZTAN`CNOTIC'F I'o ob(ain in(orma(ion (Irmake a complriinf 1'ou ma)' calf fhe Pirlclili' and Ueposi' Company of Maryland, Colonial Atucrican Casualf Surety Company, and/or Zurich American Insurance Com ran irrfonnation or Io make a coulplainf a(: )and t } s toll-free telephone number far 1-800-654-5155 You may contact (he Texas Depa'imenf o coverages, rights, or co mplains at ffnsurance to obtain infomiaGun on companies, : 1-800-252,-3439 'You 'nay write the Texas Departmenf offnsurance P.o. Dox 149104 Austin, TX 78714-9104 CAX # (512) 475-1771 ME'.611M TIUM OR CLAIM DISPUTES Should you have a dispute concerning the premium or about a claim, you should first contact Fidelity and Deposit Company ofMary(and or Colonial American Casualty and Surety Company. Department offnsurance If the dispute is notresolved, you may contact the Texas . (,of b co 8 aEIaS oN0 o duo TO Yo aRaPl ed doc anent. This notice is for infonnatiou only and does 8543((TX) (08/01) ACORD CERTIFICATE OF LIABILITY INSURANCE 1/14/2008 PRODUCER Phone: 972-455-1400 Fax: 972-387-8637 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Allied North America Insurance ONLY AND CONFERS NO RIGHTS UPON THECERTIFICATE Brokerage of Texas, LLC HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR -12770 Coit Road, Suite 750 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Dallas TX 75251 ! jINSURERS AFFORDING COVERAGE NAIC# INSURED 3 JRJ Paving, LP 1/ IfNSUHERAOld Renubll¢_Generaj, InS. r 241_.~ P~-- P. O. Box 59934 i'NSURER6 Grea Am@rlcan Ins Qce Co. (1669} Dallas, TX 75229 11y~~ (INSURER C 'jA ~ INSURER O: j COVERAGES 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 BEET: REDUCED BY PAID CLAIMS. INSR aDD'I, POLICYEFFECTIVE POLICY EXPIRATION T f POUCYNUMBER LIMITS A GENERAL LIABILITY !A2CG48830701 8/29/2007 18/29/2008 ACH OCCURRENCE Is~QQO 00 ILINSILITY X COMMERCIALGENER ! DAMAGETORENTED i PREMISEB(Eaoccus gs) _ ! S50Q QQQ ~ I 1 CWMS MADE (xJ OCCUM~" 1 - MEO EXP(MY orm wr 1 I S ~0, ~OQ~~ I PERSONALAADVfNJURY IS> O QQ QQ 1 ~ , I I _ GEN[RAL AGGREGATE 32rOQ0, 000„_ CE N1 AGGREGATE LIMIT APPLIES PER: I PROOVC75-COMP,OPAGG ( .9 Q0,QQQ~ POLICY PRO- F LOG ( 1 AUT OMOBILE DAM It IA2CA48830701 8/29/2007 8/29/2008 COMBINED SINGLE LIMIT ANY AUTO lEa acpeeml X31, 000, 000 I - ALLOWNEDAUTO$ I DOOILY INJURY 3 1 SCHEDW.EDAUTOS 11Per xenon) X 'MIREDAUTOS 1 f BOOILYINJURY NON-0WNEDAUTOS I 3 4PeramUanO I r ~ PROPERTY DAMAGE 13 j (Pe(aubeml 1 GARAGE LMBRRY AUTO ONLY. EA ACCIDENT Is ANY AUTO EAACCIE_ OTHER THAN AUTO ONLY: ADDIS B I EXCESSAIMBRELLALIABILIT' !TUU6627691 8/29/2007 1 8/29/2008 EACH OCCURRENCE i. $ 1Q, QQQ.000..,-... OCCUR {El CLAIMSMAOE 1 AGGREGATE IS.1Q'QQ~(~0 I IS DEDUCTIBLE ' ( ( E RETENTION 3 I I S - A wORKER$COMPENSATION AND I ✓ ~ 2CW48830701 - 8/29/2007 8/29/2008 wC STAI X 103YLm1.I&.~ I EMPLOYERS LUBILNY I I ANY PROPRIETORTARTNEWEXECUTWE El EACH ACCIOEN( 3 I OFFICERRMEMBER EXCLUDED? ' if d 1 M E L DISEASE - EA EMPLOYEE S k Q Q_Q_QQ yes . ,II e w SPECIAL PROVISIONS a910P - EJ DISEASE. POLICY LIMIT IS OTHER I DESCRIPTION OF OPERATIONSI LOCATIONS I VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS ✓ roject: Shady Oaks and Brinker Paving and Drainage Improvements / Bid 8 38971 Zf required by written contract Signed by Named Insured, ci~n, its Officials, Agents, Employees and ' olunteers are named Add tional insured as Primary yff T General Liability and Automobile Liability and are provided for Wor ers Compensa tion.{/`Said policy shall not. be cancelled, non-renewed or materially r . anged wi Chout JO days advance written notice being given to the Owner, except when he policy is being cancelled for on-payment of premium in which case 10 days advance written notice is required. City of Denton Attention: Engineering Department 601 E. Hickory, Suite B Denton TX 76205 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 'THE EXPI ATION DATE: THEREOF, THE ISSUING INSURER WILL MAIL 3lYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. i 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. CI-9 • That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability. • All policies shall be endorsed to read: "SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED'. • Should any of the required insurance be provided under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. • Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate 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. CI-10 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, ifso noted: [X] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000,000.00 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 $500,000.00 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. CI-11 [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 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. Cl - 12 [ ] Commercial Crime Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this coverage should be written on a "blanket" basis to cover all employees, including new hires. This type insurance should be required if the contractor has access to City funds. Limits of not less than each occurrence are required. [ ] 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. Cl - 13 ATTACHMENTI [X] 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 401.011(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: CI-14 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. 1. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4) obtain from each other person with whom it contracts, and provide to the contractor: a) 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; CI-15 5) retain all required certificates of coverage on file for the duration of the project and . for one year thereafter; 6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. CI-16 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a person doing business with the governmental entity. OFFICE USE ONLY By law this questionnaire must be filed with the records administrator of the local Date Received government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1 Name of person doing business with local governmental entity. 2 ❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate fling authority not later than September 1 of the year for which an activity described in Section 176.006(a), Local Government Code, is pending and not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3 Describe each affiliation or business relationship with an employee or contractor of the local governmental entity who makes recommendations to a local government officer of the local governmental entity with respect to expenditure of money. 4 Describe each affiliation or business relationship with a person who is a local government officer and who appoints or employs a local government officer of the local governmental entity that is the subject of this questionnaire. CIQ - t Amended 01/1312006 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity Page 2 5 Name of local government officer with whom filer has affiliation or business relationship. (Complete this section only if the Answer to A, B, or C is YES.) This section, item 5 including subparts A, B, C & D, must be completed for each officer with whom the filer has affiliation or business relationship. Attach additional pages to this Form CID as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income from the filer of the questionnaire? Yes E:1 No B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local government officer named in this section AND the taxable income is not from the local governmental entity? 0 Yes 0 No C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? 0 Yes 0 No D. Describe each affiliation or business relationship. B Describe any other affiliation or business relationship that might cause a conflict of interest. 7 Signature of person doing business with the governmental entity Date CIQ - 2 Amended 01/138006 II Vrabl rmnre: anauy vans anu tsnn Ker Paving and Drainage Improvements Work Days 330 BASE BID OPTION N 1 o. Bid No. 3897 UNIT I: GENERAL ITEM. EST.: : UNITS NO QTY : . . - DESCRIPTION UNIT BID AMOUNT .~2 . , Bit) 1-1 1 LS Contractor's Warzanties and Understandings 9560.00 9 560 00 -2 1 LS Mobilization 5000.00 5000 00 1-3 3 EA Project Si n - 750.00 . 920 0 0 1.4 1 6 1 92 LS Preparing Ri htof-Wa 65426.00 - - 5426.00 - ,900 CY Unclassified Excavation Roadwa and Channel 1.18 109 622.00 1-6 83,900 CY Embankment (Type D)(Final) 1.18 99 00200 . (Density Control) @ 1-7 90,800 Sy Stockpile and Spread 44nch Depth Top Soil @ 0.65 59 020.00 (On-site Source) 1-8 90,800 SY Bermuda Hydromulch Seeding .50 5 400.00 (Fertilizer 8 Water are considered Subsidiary to this item) r@ 1.9 1 LS Barricades, si ns and traffic handling 12 000.00 12 000 00 1-10 1 LS SWPPP 000.00 . 5000 00 1-11 1 12 16,800 1 SY Co Erosion ntrol Blanket - .75 . $12.600.00 - LS Tem ora Erosion Control 00 $22,228.80 22 228.80 1-13 I 14 51,540 SF 4" Concrete Sidewalk (cD .47 176 843.80 - 5 EA Sidewalk Rams All Types 750.00 $3 750 00 1-15 1 16 1 2 LS Remove and Dispose of Eristin Concrete 000.00 , . 000.00 - 48 CY Concrete Retainin Wall 72.00 166 656 00 I-17 354 LF Retaining wall Handrail 136.50 . 8 321.00 1-18 5 EA Ad ust Water valves to ro osed rade 250.00 1 250.00 1-19 3 FA Adust Fire H drants to ro osed rade 11,42800 284 00 1-20 7 FA Traffic Signal Ground Boxes (PENCELL PEM-1830-18PCX-10K- . TRA Gre , or a roved ual 735.00 145.00 1-21 380 LF 3" Conduit Sch 40 PVC O en Cut) CED 8.40 192 00 . I-22 380 LF 4" Conduit Sch 40 PVC (Open Cut 9 19 492 20 -23 380 SF Concrete Segmental Retaining Wall Face of Wall 18.38 984 40 . TOTAL AMOUNT BID FOR UNIT is GENERAL $954.027.20 UNIT IIA: PAVING IMPROVEMENTS (Bid Alternate A - Concrete Paving) ITEM- EST: ' UNITS t , NO. ` QTY. DESCRIPTION ' UNR BID AMOUNT - -.rC PRICE 11-1 54,320 SY 6" Lime Stabilized Su rade a 1.79 97 232 80 II-2 820 TON Limefor Stabilization 301bs/SY 116.40 95448 00 . 11-3 49,260 SY 13" Concrete Pavement Class C 58.45 2 879 247 00 . II-4 55 SY 16" Concrete Pavement (Class C) (Color Texturized Concrete) 162.75 951.25 I (a) IIS 690 SY 4" Concrete Pavement (Class A) (Median Pavement) @ 6.05 8 674.50 Stam ed and Int ral Colored Concrete II-6 29,720 LF 6" Integral Curb 2.00 59440 00 11-7 650 LF 9" Inte ral Curb - 2.25 . 1 462 50 II.8 TOTAL 120 AMOUNT LF. BID F 3" Mountable Curb .00 . 60.00 OR UNIT IIA: PAVING IMPROVEMENTS - $3,180,816.05 UNIT IIB• PAVING IMPROV ' EMENTS (Bid Alternate B - HMAC Paving) ITEM : EST. ! .UNITS NO s QTY ~ . . ,DESCRIPTION , : UNIT Blp AMOUNT PRICE II-1 54,320 SY 14" Lime Stabilized Su rade 3.75 1203 700 00 II-2 1,910 TON Lime for Stabilizati on 70 Ibs/SY 116.40 . . 222 324 00 11-3 42,510 SY 6" Type C Surface Course 16.86 . 801 738 60 11-0 49,220 SY 6" Type A Base Course 18.12 . M91 866 0 4 11.5 55 Sy 16" Concrete Pavement (Class C) (Color Texturized Concrete) , . 162.75 951.25 II-6 690 Sy 4" Concrete Pavement (Class A) (Median Pavement) @ 56.05 8 674.50 (Stamped and Integral Colored Concrete II.7 29,720 LF 6" Curb and Gutter 10.07 299 280.40 11-8 650 LF 9" Curb and Gutter = 11 927 50 II-9 120 LF 3" Mountable Curb 00 $3 . 360 00 TOTAL AMOUNT BID FOR UNIT 1113 PAVING IMPROVEMENTS . $2.478.822.65 UNIT III: DRAINAGE IMPROVEMENTS ITEM' EST UNITS NO. OTY DESCRIPTION - UNR BID ; AMOUNT f' III.1 16 EA ' 10' Recessed Curb Inlet Ccq , , ( PRICE.. , SID, r ' III-1a 1 EA 10' Recessed Curb Inlet (Special) 2 611 20 621 00 1 779 20 6 111.2 6 EA 14' Recessed Curb Inlet . 223.20 21.00 19 339 20 III-3 III-0 5 EA 20' Recessed Curb Inlet ' ' $3.774.00 . 18 870.00 9 EA 4 x4 Junction Box (manhole) CZ) 743.40 3 690 60 1115 4 EA 5'x5' Junction Box manhole 411.50 . 17646 00 111.6 168 LF 118" Storm Drain @ 2.64 . $5,483.52 RCP or ASP III-7 1,410 LF 21" Storm Drain @ 7.23 $52.494 30 RCP or ASP III-8 1,158 LF 24" Storm Drain @ $40.80 7 246.40 RCP or ASP 111-9 732 LF 30"Storm Drain @ .06 P9,571.9 2 RCP or ASP III-10 126 LF 36" Storm Drain @ $6579 $8,289.54 RCP or ASP III-11 198 LF Storm Drain 48" M 105.06 20 801 88 III-12 56 LF on 8'x4crete Box Culvert 288.66 . 16 164 96 III-13 496 LF 10x10 Concrete Box Culvert 78.38 . 237 276 48 III-14 III 15 1 3 EA 36" Concrete Headwall Includes Apron and Win ails " R X-850 . 221850 - EA 48 Concrete Headwall Includes A ron and Win alls 11335 40 10 006 20 06 2 III-16 1 EA 8'x4' Concrete Headwall Includes A ron and Win ails 891.30 . 3 8_ 0 III.17 2 EA 4-10'x10' Concrete Headwall (Includes Apron and Wingwalls) @ 146,206.0 $92,412.00 111-18 4,344 LF Trench Safe S stem for Trench Depth over 5-ft 21 . III-19 2 EA 24" Concrete Cap (9 63.00 912 24 1 326 00 III-20 560 SY 18" Grouted Rock Ri ra with Filter Fabric 7.72 . M9 123 20 III-21 3,792 LF CCTV Inson 18"to 48" pipe) .102 , 86784 TOTAL AMOUNT BID FOR UNIT III: DRAINAGE IMPROVEMENTS $726.032 28 UNIT IV: SIGNING AND PAVEMENT MARKINGS ITEM : EST. UNITS _ NO QTY DESCRIPTION : ; --.UNIT3RjD ALVIOUN T:; IV-1 _ 28 EA Small Signs (Including pole, foundation, and sleave)(AII Types) PRIG.E':.*.'. - ' BID; ~ 367.50 $10290.00 IV-2 1 LS Eliminating Existing Pavement Markings (Spencer Road and Brinker Road) (Blasting Method) 2 625.00 2 625.00 IV-3 16 EA Flexible delineator posts CcD 52.50 0.00 IV-4 430 EA 4" Reflective Button (Type II-CR-4 2.63 V A2 0 9 0 IV-5 68 EA 4" Reflective Button T e II-YY~ " 2.63 - - - 178.84 IV-6 1,220 LF 4 Solid White Stripe T e I hereto lastic 0.69 1.80 IV-7 3,850 LF 4" Broken White Stripe (Typ e I hereto lasti c " 0.69 2 656.50 IV-8 700 LF 4 Solid Yellow Stripe (Type 1 Thermo lastic 0.69 83 00 IV-9 1,910 LF 8" Solid White Stripe (Type I Thermo lastic 1.53 . 2 922.30 IV-10 260. LF 8" Dotted White Stripe (Type 1)(Thermoplastic)(2' Stripe, 6' a 1.53 97.80 IV-11 840 LF 24" Solid White Stripe (Type I hereto lastic 5.25 410 00 IV-12 40 LF 24" Solid Yellow Stri (Type I hereto lastic .25 . 210 00 IV-13 18 EA Pavement Symbols (Type-1)(Thennoplasic)(AII Types)(includes . field s mbol 105.00 $1,890.00 SI TOTAL AMOUNT BID FOR UNIT IV: GNING AND PAVEMENT MARKINGS $28,876.14 I----- VI VJVUL na«uac onauy vacs ano unnKer Paving and Drainage Improvements Work Days 240 BASE BID OPTION No. 2 Bid No. 3897 BID TABULATION SHEET P.O. No. UNIT I: GENERAL ITEM'._ EST UNITS ` NO. i QTY. a DESCRIPTION-) UNIVBI ~D AMOUNT ~s PRIG 1-1 1 LS Contractor's Warranties and Understandings $40-828.00 $40,828.00 1-2 1 LS Mobilization 27 500.00 27 500.00 1-3 2 EA Project Sin 750.00 1 500.00 1-4 1 LS Preparing Right-of-Way - 65426.00 5426.00 15 54,300 CY Unclassified Excavation (Roadway and Channel 1.04 56 472.00 1-6 18,300 Cy Unclassified Excavation (Roadway and Channel)@ $1.04 $19.032.00 (Brinker Staton 34+00 to 37+00) 1-7 81,700 CY Embankment (Type D On-Site Material)(Final) 1.04 $84.968.00 (Density Control) @ 1-8 75,100 SY Stockpile and Spread 4-Inch Depth Top Soil @ $0.65 $48.815.00 (On-site Source) (Includes Brinker Sta 34+00 to Sta 37+00) 1-9 75,100 SY Bermuda Hydromulch Seeding 0.50 $37.550.00 (Fertilizer & Water are considered Subsidiary to this item) @ (Includes Brinker Sta 34+00 to Sta 37+00) 1-10 1 LS Barricades, signs and traffic handling $12,000.0 0 $12000.00 1-11 1 LS SWPPP 5000.00 000.00 1.12 14,300 SY Erosion Control Blanket 0.75 10 725.00 1-13 1 LS Temporary Erosion Control @ $16.138.50 $16.138.50 (Includes Brinker Ste 34+00 to Sta 37+00) 1-14 23,830 SF 4" Concrete Sidewalk 3.47 82 690.10 1-15 3 EA Sidewalk Rams All Types) 750.00 $2,250.00 1.16 75 LF Metal Beam Barricade (End of Road) @ - 5.00 375.00 (Brinker Station 37+00) 1-17 1 LS Remove and Dispose of Existing Concrete 000.00 $5.000.001 1-18 ' 5 EA Adjust Water valves to proposed grade 250.00 $125000 1-19 3 EA Adjust Fire Hydrants to proposed grade Ca) 1 428.00 284.00 1-20 7 EA Traffic Signal Ground Boxes (PENCELL PEM-1830-18PCX-10K- TRA Gre , or approved a ual 736.00 _ 145.00 1.21 360 LF 3" Conduit Sch 40 PVC O en Cut .40 192.00 1-22 380 LF 4" Conduit Sch 40 PVC (Open Cut 9.19 0 $34-92.2 TOTAL AMOUNT BID FOR UNIT I: GENERAL - $536.632.80 UNIT IIA: PAVING IMPROVEMENTS (Bid Alternate A - Concrete Paving) ITEM' EST. UNITS NO.'`- QTY. DESCRIPTION UNIT38(D - AMOUNT ' , . , « 4.«. ,:;sa PRICExS';s k1SID;ti,.' ~m II-1 - 35,650 SY 6" Lime Stabilized Sub grade 1.88 7 022.00 II-2 540 TON Lime for Stabilization 30 Ibs/SY 116.40 §§Z _8L56.00 II-3 32,360 SY 13" Concrete Pavement Class C 8.79 IL K2 444 40 Ild 55 SY 16" Concrete Pavement (Class C) (Color Texturized Concrete) 16~.75 _ $8.951.25 115 550 SY 4" Concrete Pavement (Class A) (Median Pavement) 6.05 $30.827.50 Stam d and Integral Colored Concrete) 1 115 19,050 LF 6" Integral Curb 2.00 38 100.00 11-7 650 LF 9" Inn ral Curb 2.50 $1,625.00 11-8 120 LF 3" Mountable Curb .00 60.00 TOTAL AMOUNT BID FO R UNIT IIA: PAVING IMPROVEMENTS $2,112,186.15 onu uo : rAVIN" imrK IZMrN I S (BIa Alternate B - HMAC Paving) ITEM. EST. : UNITS NO. ' QTY. DESCRIPTION -UNRrBID A O_UNT i B ID II-1 35,650 SY 14" Lime Stabilized Su rade .48 159 712.00 11-2 1,250 TON Lime for Stabilization 70 Ibs/SY 116.40 1115_500 00 II-3 27,980 SY 6" Type C Surface Course 18.89 28 542.20 114 32,320 SY 6" Type A Base Course 18.14 86 284.80 IIS 55 SY 15" Concrete Pavement (Class C) (Color Texturized Concrete) 162.75 951.25 II-6 550 SY 4" Concrete Pavement (Class A) (Median Pavement) @ 56.05 $30.827.50 (Stamped and Integral Colored Concrete II-7 19,050 LF 6" Curb and Gutter 10.28 195 834.00 II-8 650 LE 9" Curb and Gutter 18.35 11 927.50 11-9 120 IF 3" Mountable Curb .00 60.00 TOTAL AMOUNT BID FO R UNIT IIB: PAVING IMPROVEMENTS - $1,667,939.25 UNIT III: DRAINAGE IMPROVEMENTS ITEM ESL UNITS ' , NO. QTY: DESCRIPTION :--UNIT3BID - AMOUNT PRICE rBID!>, III-1 12 FA 10' Recessed Curb Inlet $2611.2 0 $31.334.40 III-2 3 FA 14' Recessed Curb Inlet 223.20 J%669 60 111-3 3 FA 20' Recessed Curb Inlet 774.00 $11,322.00 111-4 2 FA 4'x4'T e-Y Drop Inlet 2193.00 386.00 IIIS 6 FA 4'x4' Junction Box manhole 743.40 22 460.40 111-6 3 FA 5S6' Junction Box manhole 411.50 13 234.50 III-7 168 IF 18" Storm Drain @ 2.64 $5,483.52 RCP or ASP III-8 918 LF 21" Storm Drain @ 37.23 $34.177.14 RCP or ASP 111-9 .846 LF 24" Storm Drain @ 0.80 516.80 RCP or ASP 111-10 540 LF W'Storm Drain @ .06 $29.192.40 RCP or ASP III-11 84 LF 36" Storm Drain @ 65.79 $5,526.36 RCP or ASP III-12 198 LF 48" RCP Storm Drain CED 105.06 20 801.88 III-13 56 LF 8'x4' Concrete Box Culvert r 288.66 $1616496 111-14 496 LF 10'x10' Concrete Box Culve t 99.78 247 890.88 111.16 3 EA 48" Concrete Headwall Includes Apron and Win walls 335.40 $10.006.20 III-16 1 FA 8'x4' Concrete Headwall Includes Apron and Win walls 891.30 891.30 111-17 2 FA 4-10'x10' Concrete Headwall Includes Apron and Win walls 6206.00 92 412.00 III-18 3,306 IF Trench Safe System for Trench Depth over 5-ft " 0.21 94.26 111-19 2 FA 24 Concrete Cap @ 63.00 12 $1.326.00 111-20 530 SY 18" Grouted Rock Ri ra with Filter Fabric 7.72 jig-191 111-21 2,754 LF CCTV Inspection 18" to 48" i e 1.02 2 809.08 TOTAL AMOUNT BID FOR UNIT III: DRAINAGE IMPROVEMENTS $643,791.28 UNIT IV: SIGNING AND PAVEMENT MARKINGS ITEM NO " . EST QT ' UNITS C y . Y DES RIPTION . ;UNR I . D''` ~O.U NTt4? U - 4 .,,a w> IVA 16 FA Small Signs (including pole, foundation, and sleave 7.50 $5,880.00 IV-2 16 FA Flexible delineator posts 2.50 840.00 IV-3 240 FA 4" Reflective Button (Type II-CR-4 2.63 631.20 IV-4 68 FA 4" Reflective Button T e II-YY-0 2.63 178.84 IV-5 1,220 LF 4" Solid White Stri e T e I Thermo lastic " .69 1.80 IV-6 2,400 LF 4 Broken White Stripe (Type 1)(Thermoplastic) 0.69 1 656.00 IV-7 700 LF 4" Solid Yellow Stripe (Type I hermo lasti c 0.69 83.00 IV-8 950 LF 8" Solid White Stn e (Type I Thermo lastic 1.53 $1.453.50 IV-9 IV-10 180 200 LF LF 8" Dotted White Stripe (Type I)(Thermoplastic)(2' Stnpe, 6' 24" Solid White Stripe (Type I Thermo lastic 1,53 .25 275.40 1 050.00 IV-11 - 40 LF 24" Solid Yellow Stripe (Type I Thermo lastic .25 210.00 IV-12 9 EA Pavement Symbols (Type-1)(Thermoplasic)(All Types)(includes field symbol) 105.00 94 5.00 TOTAL AMOUNT BID FOR UNIT IV: SIGNING AND PAVEMENT MARKINGS $14.444.74 ,ujv~t nansv. anauy waRS anu onnRer Paving and Drainage Improvements Work Days 290 BASE BID OPTION No. 3 Bid No. 3897 BID TABULATION SHEET P.O. No. UNIT I: GENERAL ITEM.: EST- ' UNITS NO : . QTY DESCRIPTION k-.. UNBID ;i /tMQ„~INT ~ I-1 1 LS Contractor's Warranties and understandings $41.338.00 $11,338.00 1-2 1 LS Mobilization - 0000.00 30000.00 1-3 2 EA Project Sin 750.00 1 500 00 I-4 1 LS Preparing Right-of-Way 5427.00 1 . 5427.00 15 79,600 CY Unclassified Excavation (Roadway and Channel) 121 96 316.00 1-6 83,600 CY Embankment (Type D On-Site Material)(Final) 1.21 $101.156.00 (Density Control) @ 1.7 83,400 SY Stockpile and Spread 4-Inch Depth Top Soil @ 0.65 $54.2 10.00 (On-site Source) 1-8 83,400 SY Bermuda Hydromulch Seeding 0.50 $41,700.0 0 (Fertilizer 8 Water are considered Subsidiary to this ftem) @ 1.9 1 LS Barricades, signs and traffic handling 12 000.00 12 000.00 1-10 1 LS SWPPP 5 000.00 000.00 1-11 16,100 SY Erosion Control Blanket 0.75 12 075.00 1-12 1 LS Temporary Erosion Control $17,892.0 0 $17,892.00 1-13 39,330 SF 4" Concrete Sidewalk 3.47 $136.475.10 1-14 3 EA Sidewalk Rams All Types) 750.00 2 250.00 1-15 75 LF Metal Beam Barricade (End of Road) @ 5.00 $3,375.0 0 (Brinker Station 21+50) 1-16 1 LS Remove and Dispose of Existing Concrete 5 000.00 000.00 1-17 5 EA Adjust Water valves to proposed grade j 250.00 $1-250.00 1-18 3 EA - Ad ust Fire H drants to ro osed grade R-428.00 284.00 1.19 7 EA Traffic Signal Ground Boxes (PENCELL PEM-1830-18PCX-10K- TRA Gre , or approved ual 735.00 $5,145. 00 1.20 380 LF 3" Conduit Sch 40 PVC (Open Cut .40 192.00 1-21 380 LF 4" Conduit Sch 40 PVC (Open Cut 9.19 492 20 1-22 380 SF Concrete Se mentaI Retaining Wall Face of Wall 18.38 984.40 TOTAL AMOUNT BID FOR UNIT I: GENERAL $650,061.7 0 UNIT IIA: PAVING IMPROVEMENTS (Bid Alternate A - Concrete Paving) ITEM, ESi UNITS - p NO-'._ OTY r DESCRIPTION ~ h ,UN) +P " gN NTr II-1 45,560 SY 6" Lime Stabilized Sub rade 1 1 80 008.00 82 II-2 690 TON Lime for Stabilization 30 IbsISY 1 . 116.40 80 316.00 113 42,240 SY 13" Concrete Pavement Class C 8.54 RAZZ 729.60 11-4 55 SY 16" Concrete Pavement (Class C) (Color Texturized Concrete) 162.75 951.25 115 600 SY 4" Concrete Pavement (Class A) (Median Pavement) @ 6.05 S33,630.00 Stam ed and Integral Colored Concrete 115 25,260 LF 6"In m Curb 2.00 50520.00 II-7 650 LF 9" Inte Curb cib 2.50 1 625.00 11-8 120 LF 3" Mountable Curb .00 360.00 TOTAL AMOUNT BID FOR UNIT IIA: PAVING IMPROVEMENTS .00 UNI 1 ea : rA V INU IMYK V V tMtN I b (Bid Alternate B - HMAC Paving) ITEM" O EST UNITS , s. _ x i E w N . QTY 3 DESCRIPTION , ,UNI~a ID AMOUNT II-1 45,560 SY 14" Lime Stabilized Sub rade .47 203 653.20 II-2 1,600 TON Lime for Stabilization 70 Ibs/SY 116.40 186 240.00 II-3 36,470 SY 6" Type C Surface Course 18.87 $688188.90 II-0 42,200 SY 6" Type A Base Course 18.13 E§5_086 00 II-5 55 SY 16" Concrete Pavement (Class C) (Color Texturized Concrete) 16235 $8,951.25 II-6 600 SY 4" Concrete Pavement (Class A) (Median Pavement) @ 56.05 $33.630.00 Stamped and Integral Colored Concrete II-7 25,260 LF 6" Curb and Gutter 10.13 $255.883.80 11.8 - 650 LF 9" Curb and Gutter 18.35 111&27 .50 T9 1 120 - LF 3" Mountable Curb 3.00 60.00 TOTAL AMOUNT BID FO R UNIT IIB: PAVING IMPROVEMENTS $2.153.920.65 UNIT III: DRAINAGE IMPROVEMENTS ITEM:. UNITS . ~°arsA :s ' ~3^•snJn': NO ] QTY _ ziDESCRIPTION "1 ` ,;°UNI B I AMOUNT K III-1 14 EA 10' Recessed Curb Inlet $2-611.20 $365-5680 111-2 6 EA 14' Recessed Curb Inlet 223.20 933920 111-3 5 EA 20' Recessed Curb Inlet 774.00 11a&70 00 111-4 8 EA 4'x4' Junction Box (manhole) 0 743.40 $29,947.20 111.5 4 EA 5'x5' Junction Box manhole 411.50 $17.646-00 111-6 168 LF 18" Storm Drain @ 2.64 483.52 RCP or ASP III-7 1,074 LF 21" Storm Drain @ 7.23 $39,985.0 2 RCP or ASP 111-8 1,158 LF 24" Storm Drain @ 0.80 $47.246.40 RCP or ASP III-9 732 LF - 30"Storm Drain @ - 54.06 $39.571.92 RCP or ASP III-10 -126 LF 36" Storm Drain @ $65.79 $8,289.54 RCP or ASP III-11 198 LF 48" RCP Storm Drain 105.06 $20,801.88 III-12 56 LF 8X4' Concrete Box Culvert 288.66 $16.164.96 111-13 496 LF 10X10' Concrete Box Culvert 78.38 $237.276.48 . III-14 1 EA 36" Concrete Headwall Includes Apron and Win alls $2.218.50 2 218.50 111-15 3 EA 48" Concrete Headwall Includes Apron and Win walls 335.40 10 006.20 III-16 1 EA 8'x4' Concrete Headwall Includes Apron and Win walls 891.30 3 891.30 III-17 2 EA 4-10'x10' Concrete Headwall Includes Apron and Win ails 206.00 92 412.00 111-18 4,008 LF Trench Safe System for Trench Depth over 5-ft 0.21 1.68 III-19 2 EA 24" Concrete Cap (a) 67.00 $1,734.00 III-20 560 SY 18" Grouted Rock Ri ra with Filter Fabric - 7.72 9 123.20 III-21 3,456 LF CCTV Inspection 18" to 48" pipe) 1.02 3 525.12 TOTAL AMOUNT BID FOR UNIT 111: DRAINAGE IMPROVEMENTS $700.930.92 UNIT IV : SIGNING AND PAVEMENT MARKINGS ITEM. R EST. « i krv UNLfS r# in -_.t 1 fY.t .*4..i .f "i $`F ~J tiZlPSJ ' " NO . - A i 7 "'kESC " U N D ~ ' N~ a A N " Q U , * "P . ~ RIGQ '~Cp ~ *Ttw G ~ B l Q IV-1 t6 . . EA Small Si ns (including pole. foundation, and sleave 7.50 880.00 IV-2 16 EA Flexible delineator posts 2.50 840.00 IV-3 330 EA 4" Reflective Button (Type II-CR-4 2.63 867.90 Nd 68 EA 4" Reflective Button (Type II-YY-4 2.63 178.84 IV-5 1,220 LF 4" Solid White Stripe (Type I Thenno lastic 0,69 1 80 IV-6 3,300 . LF 4" Broken White Stripe (Type 1)(Therrnoplastic) 0.69 2 277.00 IV-7 700 LF 4" Solid Yellow Stripe (Type 1 hermo lastic .69 83.00 IV-8 950 LF Solid White Stripe (Type I Thermo lastic 1.53 1 453.50 IV-9 200 LF B Dotted White Stripe (Type 1)(Thermoplastic)(2' Stripe, 6' a 1,53 306.00 IV-10 200 LF 24" Solid White Stripe (Type 1 Thermo lastic 5.25 $1 050.00 IV-11 40 LF 24" Solid Yellow Stripe (Type 1 hermo lastic 5.25 , 210.00 IV-12 12 EA Pavement Symbols (Type-I)(Thermoplasic)(All Types)(includes field symbol) 105.00 $1,260.00 TOTAL AMOUNT BID FOR UNIT IV: SIGNING AND PAVEMENT MARKINGS $15,648.04 Project Name: Shad Oaks d B- k y an rn Q. Paving and Drainage Improvements Work Days 20 Alternate No. 1 Bid No. 3897 BID TABULATION SHEET - P.O. No. TRAFFIC SIGNAL IMPROVEMENTS INTERSECTION OF SPENCER ROAD AND BRINKER ROAD ITEM EST UNITS NO. ~ CITY DESCRIPTION - - - - ' .u14L I5IV AMOUNT PRICM t$'BID , A11-1 1 EA Installation of Highway Traffic Signal (Isolated) $17,661.00 $17,661.00 (Includes Cabinet, Control, and complete signal setup) Includes Concrete Foundation Pad for Cabinet A1-2 4 EA Illuminated Street Name Sign (ILSN) 90124 $15,604.96 (LED Slim Line Backlit Street Sign 19" X 72" double sided by South em Manufacturin , or a oved equal) M Al-3 4 EA Small Si n Mu and Assmblies R10-12 210.88 3.52 A14 40 VF 48" Traffic Si nal Pole Foundations 237.24 9 489.60 A11-5 4 EA Traffic Signal Pole Assembly (Includes Pole, mast arm, luminarie and all hardware $1,0543 9 217.56 At-6 3 EA Traffic Signal Ground Boxes (PENCELL PEW1830-18PCX-10K- TRA Gre , or a roved a ual $1,054.39 $3,163.1 7 Al-7 80 EA Vehicle Signal Section Head (All Type, All colors)Q 126.53 $10,122.40 (TCT, poly, with metal vented back plates & black visors) (LED - Duralite Hi Flux, models JXG-300 and JXJ-300) A11-8 8 EA Pedestrain Signal Section Head (polypWbonate cam shell type) (Pedestrian inserts - Duralite Countdowns, model JXM-400VIElL 3.52 748.16 Electric Al-9 8 EA Pedestrain Sign, push buttons and Assembly 126.53 $1 012.2 4 Al-10 1 LS Enforcement Lamps (Pelco Products SM-0286 or approved , equal, clear globe color)(complete 4 lamp setup with mounting 553.56 53.56 hardware and conductor cable Al-11 1 LS Sp read Spectrum Radio Antenna, cable and setup)P $3,690.3 7 13 690.37 Al-12 1 LS Radar(fonvard-fire Wavetronics smart sensor advance _ Com lete 4 sensor acka e E o $36.376.50 $36,376.5 0 A1.13 1 LS Emergency l Uni e Detection ts (Opticom, or approved e ual 2 dual o ticom sensors) 435.12 $8,435.12 Al-14 1 EA VIVDS Processor S stem Fen olite Terra - 853.54 853.54 A1.15 4 EA VIVDS Camera Assembly 5271.95 21087 80 Al-16 A7 1 605 LF VIVDS Communication Cable Coaxial " l 3.17 . §1,917.8 5 - 7 60 LF 2 Conduit Sch 40 PVC (Ope Cut g qg $569 40 At-18 140 LF 3" Conduit Sch 40 PVC (Open Cut 10.55 . 1 477 00 Al-19 250 LF 4" Conduit Sch 40 PVC (Open Cut 11.60 . 2 900 00 Al-20 510 LF Conductor Cable 10 Conductor 12 AWG .22 . $2 15Z20 At-21 550 LF Electrical Conductor No. 6 Bare 1.06 . 583.00 Al-22 Al 23 20 1 20 LF Electrical Conductor No. 6 Insulated $1.0 6 $21.20 - , 0 LF Electrical Conductor No. 8 Insulated 1.06 $1 272 00 Al-24 1 LS Closed Circuit Television (Pelco Spectra 3 PTZ color camera . . s stem, or a roved a ual $10,543.90 0 $10,543.9 At .25 1 EA Electrical Service (TxDOT TYD (120/240)100 (NS)AL(E)PS(U))(Meter Pedestal - Electrol Systems, or appoved 271.95 271.95 equal) TOTAL AMOUNT BID ALTERNATE NO. 1:TRAFFIC SIGNAL IMPROVEMENTS- $172.568 00 Project Name: Shady Oaks and Brinker Paving and Drainage Improvements Work Days 0 Alternate No. 2 Bid No. 3897 BID TABULATION SHEET P.O. No. TRAFFIC SIGNAL IMPROVEMENTS INTERSECTION OF SHADY OAKS 'DRIVE AND BRINKER ROAD ° THIS, BID ALTERNATE ONLYJNCLUDES THE COST FOR THE MATERIALS AND DELIVERY TO THE CITY SERVIC ' E CENTER ITEM" NO EST QTY UNITS - R hA" ' DESC IPTION + n UNITBID AMOUNTa ; A2-1 1 EA Controller and Cabinet $17,661.0 0 $17.661.00 A2-2 3 EA Illuminated Street Name Sign (ILSN) $3,901.2 4 $11.703.72 (LED Slim Line Backlit Street Sign 19" X 72" double sided by Southern Manufacturing, or a oved a ual A2.3 3 EA all Sign Supports and Assmblies R3-8 MOD 210.88 32.64 A2.4 2 EA Traffic Signal Pole Assembly (Includes Pole, mast arm, lummane and all hardware 23724 74.48 A2-5 4 EA Sin le Pole Assembly Incudes ole ad hardware 2 843.52 374.08 A2~ 42 EA Vehicle Signal Section Head (All Typ;. A l colors)@ 126.53 $5,314.2 6 (TCT, poly, with metal vented back plates 8 black visors) (LED - Duralite Hi Flux, models JXC-300 and JXJ-300) A2-7 4 EA Pedestrain Signal Section Head (polycarbonate clam shell type) (Pedestrian inserts - Duralite Countdowns, model JXM-400VIElL 843.52 13.L74 .08 Electric A2-8 4 EA Pedestrain Sign, push buttons and Assembly - 126.53 06.12 A2-9 1 LS Enforcement Lamps (Pelco Products SM-0286 or approved equal, dear globe color)(complete 3 lamp setup with mounting 553.56 553.56 - hardware and conductor cable A2-10 1 LS Spread Spectrum Radio Antenna, cable 690.37 3&0 37 AZ-11 1 LS Radar (forward-fire Wavetronics smart sensor advance Com lete 3 sensor package)) $36,376.50 $36,376.50 A2-12 1 LS Emergency Vehicle Detection Units (Opticom, or approved leaual)(Ldua' and 1 sin le o ticom sensors 8 435.12 435.12 A2-13 1 EA VIVDS Pre 'or S stem Econolite Terra 962.32 962.32 A2.14 4 EA VIVDS Camera Assembl 5271.95 21087 80 A2-15 1 LS Closed Circuit Television (Pelco Spectra 3 PTZ color camera . s tem, ora roved ual $10.543.90 $10.54390 TOTAL AMOUNT BID ALTERNATE NO. 2:TRAFFIC NAL IMPROVEMENTS SIG $132.689 95 Project Name: Shady Oaks and Brinker Paving and Drainage Improvements Work Days 10 Alternate No. 3 Bid No. 3897 BID TABULATION SHEET P.O. No. ADDITIVE ALTERNATE NO. 3 ITEM : ' EST } UNITS { x J h e 4-rt + 'n ilr x m vY r s a ,..t r! NO r • OTxY -u r DESCRIPTION ID O r~7 y ^ PRIG ~ w}'' ';B ~p4 i'e A3-1 113 LF 48" Steel Casing Pipe by open cut - . 188.07 $21,251.91 Brinker Road Station 37+20 TOTAL AMOUNT BID FO R ALTERNATE No. 3 $21.251.91 BID SUMMARY: . , r. ~ is BASE BID OPTION 1 Shady Oaks (Station 1+25-to Station 48+90) and Brinker(Station 10+25 to Station 37+64) UNIT I: GENERAL $954,027.20 UNIT IIA: PAVING IMPROVEMENTS ALTERNATE A - CONCRETE PAVING $3.180.816.05 UNIT IIB: PAVING IMPROVEMENTS ALTERNATE B - ASPHALT PAVING $2,478,822.65 UNIT III: DRAINAGE IMPROVEMENTS $726,032.28 UNIT IV: SIGNING AND PAVEMENT MARKINGS $28,876.14 BASE BID OPTION 1A (I: GENERAL, IIA: PAVING, III: DRAINAGE, IV: MARKINGS) Dollars And $4,889,751.67 Cents BASE BID OPTION 1B (I: GENERAL, IIB: PAVING, III: DRAINAGE, IV: MARKINGS) Dollars And $4,187,758.27 Cents BASE BID OPTION 2 . Shady Oaks (Station 1+25:to Station 48+90) UNIT I: GENERAL $536,632.80 UNIT IIA: PAVING IMPROVEMENTS ALTERNATE A - CONCRETE PAVING $2.112.186.15 UNIT IIB: PAVING IMPROVEMENTS ALTERNATE B - ASPHALT PAVING $1,667,939.25 UNIT III: DRAINAGE IMPROVEMENTS $643,791.28 UNIT IV: SIGNING AND PAVEMENT MARKINGS $14,444.74 BASE BID OPTION 2A (l: GENERAL, IIA: PAVING, III: DRAINAGE, IV: MARKINGS) Dollars And $3,307,054.97 Cents BASE BID OPTION 2B (I: GENERAL, IIB: PAVING, III: DRAINAGE, IV: MARKINGS) Dollars And $2,862,808.07 Cents BASE_ BID OPTION 3 Shady Oaks (Station 1+25 to Station 48+g0) and Brinker (Station 21+50 to Station 37+64) UNIT I: GENERAL $650,061.70 UNIT IIA: PAVING IMPROVEMENTS ALTERNATE A - CONCRETE PAVING 0.00 UNIT IIB: PAVING IMPROVEMENTS ALTERNATE B -ASPHALT PAVING $2,153,920.65 UNIT III: DRAINAGE IMPROVEMENTS $700,930.92 UNIT IV: SIGNING AND PAVEMENT MARKINGS $15,648.04 BASE BID OPTION 3A (l: GENERAL, IIA: PAVING, III: DRAINAGE, IV: MARKINGS) Dollars And $3,520,561.31 Cents BASE BID OPTION 3B (I: GENERAL, IIB: PAVING, III: DRAINAGE, IV: MARKINGS) Dollars And $3,520,561.31 Cents ADD-ALTERNATE No. 1 Traffic Signal Improvements at-Brinker Road and SpencerfRoad Al: Traffic Signal Improvements at Brinker Road and Spencer Road $172,568.00 J The City of Denton reserves the right to award the contract to the responsive low bidder of the Project Base Bid Option 1, Option 2, or Option 3. The City may or may not choose to incorporate any or all of the additive alternate items list in the proposal certifies that the unit prices shown on this complete computer print-out for all of the bid items and a alternates contained in this proposal are the unit prices intended and that its bid will be tabulate4thisrint-out using the unit prices and acknoleges and agrees that the total bid amount shown will be read as its total bid and furtthe official total bid amount will be determined by multiplying the unit bid prices shown iby the respective est