Loading...
2008-013FILE REFERENCE FORM 2008-013 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] 07/10/08 JR Change Order 2 [copy is attached] 07/25/08 J R Change Order 3 [copy is attached] 10/07/08 J R Change Order 4 - Ordinance No. 2009-009 01/06/09 JR ORDINANCE NO. d W elJ AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF WESTERN BOULEVARD DRAINAGE PHASE I; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (BID 3929-WESTERN BOULEVARD DRAINAGE PHASE I AWARDED TO ED BELL CONSTRUCTION IN THE AMOUNT OF $4,699,337.85). 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 AMOUNT 3929 Ed Bell Construction $4,699,337.85 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 famishing 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 uL 2008. PERRY R. McNEILL, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: APPROVED AS TO LEGAL FORM: EDWIN M. SNYDER, CITY ATTORNEY BY: 3-O id 3929 CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 8th day of January 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 Ed Bell Construction 10605 Hann Hines Boulevard Dallas, Texas 75220 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 # 3929 - Western Boulevard Phase I Paving and Drainage Improvements in the amount of $4,699,337.85 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: Teague Nall and Perkins. 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 home 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: ATT ST: Citv of Denton t0WLrNE B Y: ~ 64 (SEAL) Lip BELL 4G j5TRUC-rwtJ Co. CONTRACTOR P•0. f3orc 5140-7% 7 DALLAS, -lx. -75,S544 -677 7 MAILING ADDRESS ,-Ziq-358 -6SI1 PHONE NUMBER APPROVED AS TO FORM: -352- 32 l (SEAL) CjTf ATTORNEY CA-4 STEVE PR vD PRINTED NAME PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § Bond No. 1030638 KNOW ALL MEN BY THESE PRESENTS: That Ed Bell Construction Co `v"~ whose address is 10605 Harry Hines Boulevard Dallas Texas 75220 hereinafter called Principal, and Arch Insurance Company ✓ , a corporation organized and existing under the laws of the State of Missouri 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 Four million six hundred ninety- nine thousand three hundred thirty-seven and 85/100v]JOLLARS ($4,699.337.854-f1us 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 2008-013, with the City of Denton, the Owner, dated the 8a day of January A.D. 2008 a copy of which is hereto attached and made a part hereof, for Bid #3929 - Western Boulevard Phase I Paving and Drainage Improvement ✓ 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. 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 8th day of January 2008 . A B ATTEST: BY: 0 "Ae PRINCIPAL Ed Bell Cons u 'on Co., BY: PRESID SURETY Arch Insurance Company BY: ~NL'JG ' `i4~ 1 V✓~- ATTORNEYJN-FACT Lisa M. Bonnot The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: STREET ADDRESS: P. Rose, Aon Risk Services of Texas, Inc. 2711 N. Haskell Avenue #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 6~ S~ PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § Bond No. 1030638 KNOW ALL MEN BY THESE PRESENTS: That Ed Bell Construction Co.v--*~ , whose address is 10605 Harry Hines Boulevard Dallas Texas 75220 hereinafter called Principal, and Arch Insurance Company✓ a corporation organized and existing under the laws of the State of Missouri , and fully authorized to transact business in the State of Texas, as Surety, are held and finely 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, fines, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to, in the penal sum of _ Four million six hundred ninety-nine thousand three hundred thirty-seven and 85/100, DOLLARS ($4,699,337.85~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 2008-013, with the City of Denton, the Owner, dated the 8 h day of January A.D. 2008,✓a copy of which is hereto attached and made a Bart hereof, for Bid #3929 - Western Boulevard Phase I Paving and Drainage Im rovements.✓ 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 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 8th day of January 2008u A B ATTEST: BY: PRINCIPAL Ed Bell ConstdcAon Co. BY: SURETY Arch Insurance, Company ✓ BY:ti /\G TA TORNE ,iN-FACT Lisa M. Bonnot The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: Jerry P. Rose, Ann Risk Services of Texas, Inc. STREET ADDRESS: _ 2711 N. Haskell Avenue #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 ti~ 5 p POWER OF ATTORNEY Know All Men By These Presents: That the Arch Insurance Company, corporation organized and existing under the laws of the State of Missouri, having its principal office in Kansas City, Missouri (hereinafter referred to as the "Company") does hereby appoint Don E. Cornell, Lisa M. Bonnot,Cristine Davis, Jerry P. Rose, Robbi Morales, Ricardo J. Reyna, and Luke J. Nolan, Jr. of Dallas, TX (EACH) its true and lawful Attorney(s)-in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed Any and all bonds and undertakings,/ EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Kansas City, Missouri. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on March 3, 2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on March 3, 2003: VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on March 3,.2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. OOML0013 00 03 03 Page 1 of 2 Printed in U.S.A. ARCH Insurance Company ARCH Surety TEXAS CONSUMER NOTICE IMPORTANT NOTICE To obtain information or make a complaint: You may contact your agent at the telephone number provided on the Declarations page of your policy. You may contact Mike Pete, Surety, Arch Insurance Company, at the toll-free telephone number or address provided below: Arch Insurance Company Attention: Mike Pete 3 Parkway Suite 1500 Philadelphia PA 19102 1-866-472-8845 You may contact the Texas Department of Insurance to obtain information on companies' coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O, Box 149091 Austin, TX. 78714-9091 FAX# (512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. (Ed. 6/06) Printed in U.S.A. RCORD,R CER~TIFI"C•~ATE OAF LIABILIT Y INSS~UiRANC E N , DATE (MM/DD/W) . } 01/14/08 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Aon Risk Services Southwest, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE fka Aon Risk services of Texas, Inc. CityPlace Center East HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 2711 North Haskell Avenue ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. suite 800 COMPANIES AFFORDING COVERAGE Dallas Tx 75204 COMPANY American Zurich Ins co i PHONE- (214) 989-0000 FAX- (214) 989-2530 INSURED Ed Bell Construction Company COMPANY Zurich American Ins Co B e Ed Bell Investments, Inc. ,,fp, i P.O. Box 540787 6~4( COMPANY < ~ Dallas Tx 753540787 USA 7 [ C z 7 I ~ COMPANY D 'COVERAGES .t § a F~v y+ a - - THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDIT ION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LT TYPE OF INSURANCE POLICYNUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATE(MM/DDNY) DATE(MMIDD/YY) d A GE NERAL LIABILITY GL03495564-07 GENERAL LI B 10/31/07 10/31/08 GENERAL AGGREGATE $2,000,000 Q X COMMERCIAL GENERAL LIABILITY A IL TV PRODUCTS - COMP/OP ADS $2,000,000 or r. CLAIMS WOE FE OCCUR, PERSONAL B ADV INJURY $1,000,000 C- 0, NER'S B CO NT TOR'S PROT EACH OCCURRENCE $1,000,000 11 X CONTRACTUAL( FIRE DAMAGE(AOF one fire) $300,000 X PER PRO] AGG MED EXP(Anv One person) $10,000 z B AUTOMOBILE LIABILITY BAP3495565-07 10/31/07 10/31/08 C R X ANYAUTO✓ BUSINESS AUTO COVERAGE COMBINED SINGLE LIMIT $1,000,000 I' ALL OWNED AUTOS BODILY INJURY L SCHEDULED AUTOS ( Per person) X HIREDAUTOS BODILY INJURY X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE GARAGE LIABILITY AUTO ONLY - EA ACCIDENT ANY AUTO OTHER THAN AUTO ONLY EACH ACCIDENT AGGREGATE EXCESS LIABILITY EACH OCCURRENCE UMBRELLA FORM AGGREGATE OTHER THAN UMBRELLA FORM A WORKER'SCOMPENSATION AND / WC3495563-07 10/31/07 10/31/08 OTH- X WC STATU_ TORY LIMITS .iI°. sk -il EMPLOYERVLMBILITY WORKERS COMPENSATION EL EACH ACCIDENT ✓ THE PROPRIETOR) PARTNERSIEXECUTIVE X INCL EL DISEASE-POLICY LIMIT $1,000,000 OFFICERS ARE: EXCL EL DISEASE-EA EMPLOYEE $1,000,000 DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLEWSPECIAL ITEMS RE: BidN3929 - western Boulevard Phase I Paving and Drai ].Lo I us employees and volunteers are addi Ila re with reg nage Improvements-r City of~Denton, its officials,3gents, ard to all coverages except workers' compensation waivr ' of i f f th diti l i d i h ~ d - n avor o e a ona nsure s w t regar to workers compensation/ Policies shall not 6e CERTIF.ICATEIHOLDER :CANCELLATION" SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF DENTON ✓ EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVORTO MAIL y 901-B Texas St. 3015AVS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT Denton TX 76209 USA , BUTFAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NOOBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY. ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE -A J I a KSSSS w~e~u~ ~`ACpRD';25SY 1196 m .p _ CORVCORPORATION 988 Attachment to ACORD Certificate for Ed Bel I Construction Company The terms, conditions and provisions noted below are hereby attached to the captioned certificate as additional description of the coverage afforded by the insurer(s). This attachment does not contain all terms, conditions, coverages or exclusions contained in the policy. INSURED Ed Bell Construction Company Ed Bell Investments, Inc. P.O. Box 540787 Dallas TX 753540787 USA ADDITIONAL POLICIES If a policy below does not include limit information, refer to the corresponding policy on the ACORD certificate form for policy limits. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY DESCRIPTION POLICY EFFECTIVE DATE POLICY EXPIRATION DATE LIMITS DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESISPECIAL ITEMS cancelled, non renewed or materially changed without 30 days advance written notice being given to the city except when the policy ikbeing cancelled for nonpayment of premium in which case 10 days advance written notice is required Certificate No: 570026799134 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 disqual fed 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, if so 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. [XI 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 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 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. CI-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. 21 F-] 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 filing 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 fled 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 - I A er ed 01/132006 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 CIQ 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? E] Yes 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 govemmental entity? 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 Amend.d 01/13/2006 Do 6 Project Name: Western Boulevard Phase I Paving and Drainage Improvements BID TABULATION SHEET PAVING AND DRAINAGE Work Days 160 Bid No. 3929 P.O. No. Item Spec. Description Quantity Unit Unit Price Total BASE BID 1 1.21 Contractor's Warranties and Understandings 1 LS S 10,000.00 / LS S 10,000.00 Unit Price In Words Ten Thousand Dollars and No Cents 2 TxDOT 500 Mobilization 1 LS S 400,000.00 / LS s 400,000.00 Unit Price In Words - Four Hundred Thousand Dollars and No Cents 3 SC-1 Project Si 3 EA $ 500.00 / EA $ 1,500.00 Unit Price In Words Five Hundred Dollars and No Cents 4 3.1 Pre aration of Ri t-of-Wa 1 LS S 160,000.00 / LS S 160,000.00 Unit Price In Words One Hundred Sixty Thousand Dollars and Cents 5 3.3 Unclassified Excavation - Paving 63,570 CY $ 2.80 ICY S 177,996.00 Unit Price In Words Two Dollars and Eighty Cents 6 3.3 Unclassified Excavation - Drainage 65,380 CY $ 3.40 / CY S 222,292.00 Unit Price In Words Three Dollars and Forty Cents 7 3.1 Remove Abandoned Farm House 1 LS $ 5,000.00 / LS S 5,000.00 Unit Price In Words Five Thousand Dollars and No Cents 8 3.1 Remove Existing Propane Tank 1 LS $ 2,000.00 / LS S 2,000.00 Unit Price In Words Two Thousand Dollars and No Cents 9 SC-2 Sign Removal 7 EA S 100.00 / EA S 700.00 Unit Price In Words One Hundred Dollars and No Cents 10 8.14 5-Strand Barbed Wire Fencing 18,350 LF $ 2.28 / LF i s 41,838.00 Unit Price In Words Two Dollars and Tweary Eight Cents 11 8.14 Tem orary Fencing 9,800 LF $ 1.45 / LF S 14,210.00 Unit Price In Words One Dollarand Fo Five Cents 12 8.14 T e I Gate 4 TEA I s 213.00 / EA $ 852.00 Unit Price In Words Two Hundred Thirteen Dollars and No Cents P-3R3 Project Name: Western Boulevard Phase I - Paving and Drainage Improvements Work Days Bid No. BID TABULATION SHEET P.O. No. PAVING AND DRAINAGE 160 3929 Item Spec. Description Quantity Unit Unit Price Total 13 8.14 Type 3 Gate 8 EA 235.00 / EA S 1,880.00 Unit Price In Words Two Hundred Thi Five Dollars and No Cents 14 4.6 6" Lime Treatment (36 lbs/SY) 1,530 SY $ 3.00 / Sy $ 4,590.00 Unit Price In Words Three Dollars and No Cents 15 4.6 8" Lime Treatment (48 Ibs/S 4,363 SY IS 3.15 / SY $ 13,743.45 Unit Price In Words Three Dollars and Fifteen Cents 16 2.5 Hydrated Lime 128 TN $ 130.00 / TN $ 16,640.00 Unit Price In Words One Hundred Thirty Dollars and No Cents 17 8.2 6"Inte 1Curb 10,171 LF IS 1.00 /LF $ Io,, 71.00 Unit Price In Words One Dollar and No Cents TxDOT 18 340 2" Type'C' (PG 76-22) Asphalt SurFace Course 5,486 SY S 7.40 / SY $ 40,596.40 Unit Price In Words Seven Dollars and Forty Cents TxDOT T 19 340 8" T 'A' Asphalt Base Course 4,070 SY $ 23.70 / SY I S 96,459.00 Unit Price In Words Twenty Three Dollars and Seven Cents 1 1xDOT 20 340 5" T e'A' Asphalt Base Course 1,416 SY is 16.50 / SY $ 23,364.00 Unit Price In Words Sixteen Dollars and Fifty Cents 21 8.17 Segmented Block Retaining Wall 725 SF $ 44.00 / SF $ 31,900.00 Unit Price In Words Forty Four Dollars and No Cents 22 SC-11 Asphalt Drive Transition BI SY $ 22.20 / SY I S 1,798.20 Unit Price In Words Twenty Two Dollars and Twenty Cents 23 SC-12 Rock Driveway 601 SY $ 6.50 / SY $ 3,906.50 Unit Price In Words Six Dollars and Fi Cents 24 SC-13 Asphalt Driveway 645 Sy $ 25.90 / Sy I s 16,705.50 Unit Price In Words Twne Five Dollars and Nine Cents P-4R3 Project Name: Western Boulevard Phase I Paving and Drainage Improvements Work Days Bid No. BID TABULATION SHEET P.O. No. PAVING AND DRAINAGE 160 3929 Item Spec. Description Quantity Unit Unit Price Total 25 SC-14 Concrete Dumpster Pad 32 SY $ 150.00 /SY $ 4,800.00 Unit Price In Words One Hundred Fifty Dollars and No Cents 26 8.1 Barricades, Signs and Traffic Control 1 LS S 25,000.00 / LS IS 25,000.00 Unit Price In Words Twea Five Thousand Dollars and No Cents 27 SC-3 Small Roadside Signs (TxDOT) 9 EA S 411.00 / EA Is 3,699.00 Unit Price In Words Four Hudnred Eleven Dollars and No Cents 28 SC-3 Small Roadside Signs (City of Denton) 21 EA $ 360.00 / EA S 7,560.00 Unit Price In Words Three Hundred Six Dollars and No Cents 29 SC-0 Pavement Markings 1 LS $ 40,000.00 / LS I S 40,000.00 Unit Price In Words Forty Thousand Dollars and No Cents 30 SC-16 15".HOPE Storm Drain Pipe 206 LF IS 20.00 / LF $ 4,120.00 Unit Price In Words Twenty Dollars and No Cents 31 SC-16 18" HDPE Storm Drain Pipe 202 LF $ 25.00 / LF S 5,050.00 Unit Price In Words Twen Five Dollars and No Cents 32 SC-15 15" Nyloplast Drain Basin w/ Grate 5 EA $ 1,500.00 / EA $ 7,500.00 Unit Price In Words Fifteen Hundred Dollars and No Cents 'J3 7.6 3'x3'Jmction Box I EA $ 2,100.00 /EA $ 2,100.00 Unit Price In Words Twenty One Hmdmd Dollars and No Cents 34 2.12.3 18" Class IV RCP 292 LF S 29.00 / LF $ 8,468.00 Unit Price In Words Twenty Nine Dollars and No Cents 35 2.12.3 18" Class HI RCP 316 LF $ 28.00 / LF S 8,848.00 Unit Price In Words Twenty Ei t Dollars and No Cents 36 2.12.3 21" Class HI RCP 390 LF $ 3L00 / LF $ 12,090.00 Uni[ Price In Words Thi One Dollars and No Cents P-5R3 Project Name: Western Boulevard Phase I Paving and Drainage Improvements BID TABULATION SHEET PAVING AND DRAINAGE Work Days 160 Bid No. 3929 P.O. No. Item Spec. Description Quantity Unit Unit Price Total 37 2.12.3 24" Class III RCP 262 LF $ 39.00 / LF $ 10,216.00 Unit Price In Words Thi Nine Dollars and No Cents 38 2.12.3 27" Class III RCP 491 LF $ 43.00 / LF $ 21,113.00 Unit Price In Words Forty Three Dollars and No Cents 39 2.12.3 30" Class III RCP 122 LF S 49.00 / LF Is 5,978.00 Unit Price In Words Forty Nine Dollars and No Cents 40 2.12.3 42" Class III RCP 159 LF 82.00 / LF IS - 13,038.00 Unit Price In Words Eighty Two Dollars and No Cents 41 2.12.3 48" Class III RCP 217 LF $ 100.00 / LF $ 21,700.00 Unit Price In Words One Hundred Dollars and No Cents 42 2.12.3 72" Class III RCP 601 LF $ 205.00 / LF IS 123,205.00 Unit Price In Words Two Hundred Five Dollars and No Cents 43 2.12.3 30" Storm Drain(_ RCP or _XX_ ASP) 1,160 LF $ 55.00 / LF I S 63,800.00 Unit Price In Words Fifty Five Dollars and No Cents 44 2.12.3 33" Storm Drain C_ RCP or _XX_ ASP) 841 LF $ 61.00 / LF $ 51,301.00 Unit Price In Words Sixty One Dollars and No Cents 45 2.12.3- 36" Storm Drain(_ RCP or_XX_ ASP) 464 LF 68.00 / LF $ 31,552.00 Unit Price In Words Six Eight Dollars and No Cents 46 2.12.3 42" Stonn Drain RCP or_XX_ ASP) 598 LF 79.00 / LF $ 47,242.00 Unit Price In Words Seventy Nine Dollars and No Cents 47 2.12.3 18"-27" Plug for Storm Drain Stubout 17 EA $ 128.00 / EA I S 2,176.00 Unit Price In Words One Hundred Twen Eight Dollars and No Cents 48 2.12.3.2 4'x3' Concrete Box Culvert 1,588. LF I s 120.00 / LF I S 190,560.00 Unit Price In Words One Hundred Twenty Dollars and No Cents P - 6R3 Project Name: Western Boulevard Phase I Paving and Drainage Improvements BID TABULATION SHEET PAVING AND DRAINAGE Work Days 160 Bid No. 3929 P.O. No. Item Spec. Description Quantity Unit Unit Price Total 49 2.12.3.2 4'x4' Concrete Box Culvert 104 LF IS 140.00 / LF IS 14,560.00 Unit Price In Words One Hundred Fo Dollarsand No Cents 50 2.12.3.2 5k3' Concrete Box Culvert 1,163 LF $ 144.00 / LF S 167,472.00 Unit Price In Words One Hundred Fo Four Dollars and No Cents 51 2.12.3.2 5'x4' Concrete Box Culvert 79 LF $ 184.00 / LF S 14,536.00 Unit Price In Words One Hundred Ei&tty Four Dollars and No Cents 52 2.12.3.2 5'x5' Concrete Box Culvert 152 LF I S 182.00 / LF S 27,664.00 Unit Price In Words One Hundred Eighty Two Dollars and No Cents 53 2.12.3.2 6'x3' Cast-in-Place Concrete Box Culvert 270 LF $ 200.00 / LF S 54,000.00 Unit Price In Words Two Hundred Dollars and No Cents 54 2.12.3.2 10'x7' Cast-in-Place Concrete Box Culvert 546 LF $ 350.00 / LF $ 191,100.00 Unit Price In Words Three Hundred Fifty Dollars and No Cents 55 = 7 6-A Manhole for Box Culvert (MH-W 6 EA $ 1,700.00 / EA 7 [ $ 10,200.00 Unit Price In Words Seventeen Hundred Dollars and No Cents 56 1.24.3 Trench Safety 9,278 LF S 1.30 / LF $ 12,061.40 Unit Price In Words One Dollar and Thirty Cents 57 7.6 10' Recessed Curb Inlet 7 EA $ 2,600.00 / EA S 18,200.00 Unit Price In Words Twen Six Hundred Dollars and No Cents 58 7.6 12' Recessed Curb Inlet 1 EA S 2,900.00 / EA S 2,900.00 Unit Price In Words Twen Nine Hundred Dollars and No Cents 59 7.6 14' Recessed Curb Inlet - 1 EA $ 3,300.00 / EA S 3,300.00 Unit Price In Words Thi Threa Hundred Dollars and No Cents 60 7.6 16' Recessed Curb Inlet 2 EA S 3,500.00 / EA $ 7,000.00 Unit Price In Words Thirty Five Hundred Dollars and No Cents P - 7R3 Project Name: Western Boulevard Phase I Paving and Drainage Improvements Work Days Bid No. BID TABULATION SHEET P.O. No. PAVING AND DRAINAGE 160 3929 Item Spec. Description Quantity Unit Unit Price Total 61 7.6 18' Recessed Curb Inlet 10 EA $ 3,700.00 / EA $ 37,000.00 Unit Price In Words Thirty Seven Hundred Dollars and No Cents 62 7.6 20' Recessed Curb Inlet 4 EA 3,800.00 EA 15,200.00 Unit Price In Words Thi Ei t Hundred Dollars and No Cents 63 7.6 4'x4' Junction Box I EA $ 3,000.00 / EA I s 3,000.00 Unit Price In Words Three Thousand Dollars and No Cents 64 7.6 5'x5'Junction Box 12 EA I S 3,600.00 / EA I S 43,200.00 Unit Price In Words Six Hundred Dollars and No Cents 65 7.6 6'x6' Drop Inlet ] EA $ 2,300.00 / EA S 2,300.00 Unit Price In Words Twen Three Hundred Dollars and No Cents 66 SC-6 27" TxDOT SETP-CD 3 EA I S 1,200.00 / EA $ 3,600.00 Unit Price In Words Twelve Hundred Dollars and No Cents 67 SC-6 21"TxDOT SET?-CD 1 EA I S 1,200.00 / EA I S 1,200.00 Unit Price In Words Twelve Hundred Dollars and No Cents 68 SC-6 5'z4' S.E.T. for Culvert'A' 1 EA S 6,300-=0m0==/ EA 6,300.00 Unit Price In Words Six Three Hundred Dollars and No Cents 69 SC-6 Modified Flared Wings for Culvert'C' 2 EA $ 45,000.00 / EA $ 90,000.00 Unit Price In Words Forty Five Thousand Dollars and No Cents 70 SC-6 Headwall for Culven'D' 2 EA $ 12,300.00 / EA f$ 24,600.00 Unit Price In Words Twelve Thousand Three Hundred Dollars and No Cents 71 SC-6 Headwall for Culvert T' 2 FA $ 8,000.00 / EA $ 16,000.00 Unit Price In Words Ei ht Thousand Dollars and No Cents 72 SC-6 18" TxDOT SETP-PD 6 EA $ 1,100.00 / EA $ 6,600.00 Unit Price In Words Eleven Hundred Dollars and No Cents P - 8R3 Project Name: Western Boulevard Phase I Paving and Drainage Improvements Work Days Bid No. BID TABULATION SHEET P.O. No. PAVING AND DRAINAGE 160 3929 Item Spec. Description Quantity Unit Unit Price Total 73 8.15 Rock Rip Rap 1,365 SY $ 45.00 /SY $ 61,425.00 Unit Price In Words Fo Five Dollars and No Cents 74 8.15 Concrete Rip Rap 350 SY $ 58.00 / SY is 20,300.00 Unit Price In Words Fi Eight Dollars and No Cents 75 3.8 Topsoil (On-Site Source) _ 11,801 CY Is .4.00 / CY $ 47,204.00 Unit Price In Words Four Dollars and No Cents 76 3.10.7 H dro Mulching 107,280 SY $ 0.60 / SY $ 64,368.00 Unit Price In Words No Dollars and Six Cents 77 3.9 Sodding 100 SY I s 11.00 / SY $ 1,100.00 Unit Price In Words Eleven Do11ars and No Cents 78 3.12 SWPPP 1 LS $ 7,000.00 / LS $ 7,000.00 . Unit Price In Words Seven Thousand Dollars and No Cents 79 3.12 Tern nary Erosion Control 1 LS $ 35,000.00 / LS $ 35,000.00 Unit Price In Words Thirty Five Thousand Dollars and No Cents BASE BID SUBTOTAL (Transfer to Bid S a e $ 3,017,650.45 P-9R3 Project Name: Western Boulevard Phase I Paving and Drainage Improvements Work Days Bid No. BID TABULATION SHEET P.O. No. PAVING AND DRAINAGE 160 3929 Item Spec. Description Quantity Unit Unit Price Total PAVING ALTERNATE A 80 TxDOT 360 16" Concrete Pavement 34,187 SY is 52.40 / SY S 1,791,398.80 Unit Price In Words Fifty Two Dollars and Forty Cents 81 4.6 8" Lime Treatment 36,523 SY $ 2.02 / SY i s 73,776.46 Unit Price In Words Two Dollars and Two Cents 62 2.5 Hydrated Lime @ 48 lbs/SY 877 TN S 100.00 /TN I t 87,700.00 Unit Price In Words One Hundred Dollars and No Cents PAVING ALTERNATE A SUBTOTAL Transfer to Bid Summ a e $ 1,952,875.26 PAVING ALTERNATE B 83 TxDOT 360 11" Concrete Pavement 34,187 SY I S 37.00 / SY S 1,264,919.00 Unit Price In Words- Thirty Seven Dollars and No Cents 84 SC - 7 S' Permeable Base 35,700 SY $ 5.74 /S Y $ 204,918.00 Unit Price In Words Five Dollars and Seven Four Cents 85 SC - 8 Geotextile for Pavement Stabilization 38,016 SY S 1.70 / SY S 64,627.20 Unit Price In Words One Dollar and Seven Cents 86 SC - 9 Geo 'd for Sail Stabilization 33, 3 = $ 2.40 / SY $ 80,119.20 Unit Price In Words Two Dollars and Forty Cents 87 SC - 10 Edge Drains 9,600 LF $ 6.99 / LF is 67,104.00 Unit Price In Words Six Dollars and Nine Nine Cents PAVING ALTERNATE B SUBTOTAL Transfer to Bid Summary page) $ - 1,681,687.40 P - 1 OR3 Project Name: Western Boulevard Phase I Paving and Drainage Improvements Work Days 160 Bid No. 3929 BID TABULATION SHEET P.O. No. PAVING AND DRAINAGE Item Spec. Description Quantity Unit Unit Price Totai BID SUMMARY Base Bid Subtotal Paving Altemate A Subtotal Paving Alternate B Subtotal Alternate A Total (1+2) $ 3,017,650.45 $ 1,952,875.26 $ 1,681,687.40 $ 4,970,525.71 Alternate B Total (1+3) $ 4,699,337.85 EI,I_ GOaST,~c t0 J (Company Name) certifies that the unit prices shown on this complete computer printout for all of the bid items and the alto t ntalned in this proposal are the unit prices intended and that its bid will be tabulated using these unit prices and no other info rkKatipry0from this printout 1a113 k (Date) ia~ QEt-L [SS tom (Company Name) acknowledges and agrees that the total bid amount shown will be read as its total bid and further agrees th h fficial total bid amount will be determined by multiplying the unit bid prices shown in this print-out by the respective estimated qu I shown In the proposal and then totaling all of the extended amounts. ignature uthorized Representative) (Date) P- 11R3