Loading...
2003-233ORDINANCE NO.,2? - 9-- AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF MAYHILL ROAD IMPROVEMENTS AT PECAN CREEK; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING AN EFFECTIVE DATE (BID 3035-MAYHILL ROAD IMPROVEMENTS AT PECAN CREEK AWARDED TO AUI CONTRACTORS L.P. IN THE AMOUNT OF $1,064,064.90). 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. That 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 3035 AUI Contractors L.P. $1,064,064.90 SECTION 2. That 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. That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein. SECTION 4. That 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. That this ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the 54 ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: //)/)Z&0 APPROVED AS TO LEGAL FORM: HERBERT L. PROJJTY, CITY ATTORNEY BY: day of 2003. 'G ~dL EULINE BROCK, MAYOR 3-ORD- Bid 3035 CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 5th day of August A.D., 2003, by and between City of Dentan of the County of Denton and State of Texas, acting through MichaPl A C ondnff thereunto duly authorized so to do, hereinafter termed "OWNER," and ATTT rnntrartnra T P Tnr 4nn Wect Ramsey Fnrt Wnrth TX 7Ci11f1 of the City of Denton , County of and State of 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: Rid 1015 - Ma_yhill Rnarl Tmz rnmementc at Peran Creek in the amount of $1 064 064 9n and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by: all of which are 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 shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA-2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. TEST:. U City of Denton OWN&2s- BY: (SEAL) ATTEST: AUI Contractors, L.P. CONTRACTOR AU Man ement, LLC, eneral Partner ~ ~t (4 1 V 300 West Ramsey Fort Worth, TX 76110 MAILING ADDRESS 817/926-4377 PHONE NUMBER 817/926-4387 FAX NUMBER BY: Executive Vice President TITLE B. Doug Alumbaugh APPROVED AS TO FORM: PRINTED NAME (SEAL) CITY ATTO Y CA-3 PERFORMANCE BOND STATE OF TEXAS § Bond #3-741-165 COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That ATTT C'nntractors L P .Tnr✓ose address is 100 Wf-..Rt RqTn.,zTL,,~;nrtb, TX 76110 hereinafter called Principal, and West American Insurance ompany a corporation organized and existing under the laws of the State of Indiana , 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 Ope Million Sixty Four Thnii.Rand Sixty Fnur DOLLARS,, 6d Ninety Cents ($1,064,064.90) us 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 9,003-9.33 with the City, of Denton, the Owner, dated the ith_day of Augim A.D. 2001 a copy of which is hereto attached and made a part hereof, for Rid '1035 _ Maybill Rand Imi rnvrmentc at Per= Creek ✓ NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by the Owner; and, if the Principal shall fully indemnify and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. PB - 1 PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one f which shall be deemed an original, this the x.51hday of August 2003 ATTEST: PRINCIPAL AUI ontra tors, P. BY: A41' 'I Z By: AUI f ag *t, C, a artner SECRETARY BY: Exec. V.PRESIDE T B. Doug Alumbaugh ATTEST: BY: SURETY BY: U".° TT RNEY-IN-FACT David C. Oxford The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: K & S Group, Inc. STREET ADDRESS: 9400 N. Central Expwy 11950, Dallas, Texas 75231 (NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) PB-2 ®k y OR v PAYMENT BOND STATE OF TEXAS § Bond #3-741-165 COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That AT TT Contractors T. P Tncl/whose address is 300 West Ra sey Fort Worth TX , hereinafter called Principal, and West American Insurance co. corporation organized and existing under the laws of the State of Indiana 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 hereinafterj~eferred to, in the penal sum of Onq Million Sixty Four Thmisand Sixty Fnnr DOLLARS rand Nib Cents, ($-],064,064 90)LIn 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 2003-?33 with the City of Denton, the Owner, dated the 5th day of August A.D.2003, a copy of which is hereto attached and made a part hereof, for Rid 3035 - Mayhill Rnad Tinprnvements at Pecan Creek 1/ 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. PB-3 AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each on~f AUI P ATTEST: which shall be deemed an original, this the 5th day of August 2003 ATTEST: PRINCIPAL _ By; (]AIL~ By: AUI M1 ge t, C G ral rtner S RETARY BY: Exec. V. PRESIDEN B. Do Alumbaugh SURETY^ / We BY: ATTORNEY-IN-F. David C. Oxford The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: K & S Group, Inc. STREET ADDRESS: 9400 N. Central Expwy 41950, Dallas, Texas 75231 (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 CERTIFIED COPY OF POWER OF ATTORNEY THE OHIO CASUALTY INSURANCE COMPANY AMERICAN FIRE & CASUALTY COMPANY WEST AMERICAN INSURANCE COMPANY No. 36-985 trnow All Men by These Presents: That THE OHIO CASU TY INSURANCE COMPANY and AMERICAN FIRE & CASUALTY COMPANY, each an Ohio Corporation, and WEST AMERICAN INSURANCE COMP Indiana Corporation, in pu mance of authority granted by Article VI, Section 7 of the By-Laws of The Ohio Casualty Insurance Company and ~roerican Fire & Casualty Company and Article VI, Section 1 of West American Insurance Company, do hereby nominate, constitute and appoint: David C. Oxford eve Rickenbacher, Rudolph Norris or Clinton Norris of Dallas, Texas its no and lawful agent (s) and attorney (s)-in-fact, to make, execute, seal and deliver for and on its behalf as surety, and as its m d deed any and at BONDS, UNDERTAKINGS, and RECOGNIZANCES, not exceeding in any single instance FIFTEEN MILLION ($15,000,000.00) DOLLAR standing, however, my bond(s) or undertaking(s) guaranteeing the payment of notes and interest thereon And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Companies at their administrative offices in Hamilton, Ohio, in their own proper persons. The authority granted hereunder supersedes my previous authority heretofore granted the above named attorney(s)-in-fact. In WITNESS WHEREOF, the undersigned officer of the said The Ohio Casualty Insurance Company, American Fire & Casualty Company and West American Insurance Company has hemanto subscribed his time and affixed the Corporate Seal of each Company this 30th day of May, 2003. x.ri ~~e ~astia4 Jiixau~ o. i SEAL cIS C+fSL!87 SEAL JJ %kbn xi~~w' Sam Lawrence, Assistant Secretary STATE OF OHIO, COUNTY OF BUTLER On this 30th day of May, 2003 before the subscriber, a Notary Public of the State of Ohio, in and for the County of Ruder, duly commissioned and qualified, came Sam Lawrence, Assistant Secretary of THE OHIO CASUALTY INSURANCE COMPANY, AMERICAN FIRE & CASUALTY COMPANY and WEST AMERICAN INSURANCE COMPANY, to me personally (mown to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn deposeth and saith, that he is the officer of the Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal at the City of Hamilton, State of Ohio, the day and year first above written. ~mra, ,pW111!1I!I11rrp~ is Notary Public in and for County of Butter, State of Ohio My Commission expires August 6, 2007. This pow" of attorney is granted under and by authority of Article VI, Section 7 of the By-Laws of The Ohio Casualty Insurance Company and American Fire & Casualty Company and Article VI, Section I of West American Insurance Company, extracts from which mad: Article VI. Section 7. APPOINTMENT OF ATTORNEYS-IN-FACT, ETC. "The chairman of the board, the president, my vice-president, the secretary or my assistant secretary of each of these Companies shall be and is hereby vested with full power and authority to appoint attomeys-in-fact for the purpose of signing the name of the Companies as surety to, and to execute, attach the corporate seal, acknowledge and deliver my and at bonds, mcognizances, stipulations, undertakings or other instruments of suretyship and policies of insurance to be given in favor of my individual, firm, corporation, or the official representative thereof, or to my county or state, or my official board or boards of county or state, or the United States of America, or to my other political subdivision." Article VI, Section 1. APPOINTMENT OF RESIDENT OFFICERS. "The Chairman of the Board, the President, my Vice President, a Secretary or my Assistant Secretary shall be and is hereby vested with full power and authority to appoint attomeys in fact for the purpose of signing the name of the corporation as surety or guarantor, and to execute, attach the corporate seal, acknowledge and deliver any and at bonds, recognizaaces, stipulations, undertakings or other instruments of surety-ship or guarantee, and policies of insurance to be given in favor of an individual, firm, corporation, or the official representative thereof, or to my county or state, or my official board or boards of any county or state, or the United States of America, or to my other political subdivision." This instrument is signed and sealed by facsimile as authorized by ire following Resolution adopted by the respective directors of the Companies (adopted May 27, 1970-The Ohio Casualty Insurance Company; adopted April 24, 1980-West American Insurance Company; adopted May 21, 1998-American Fire & Casualty Company): "RESOLVED that the signature of my officer of the Company authorized by the By-Laws to appoint attorneys in fact, die signature of the Secretary or any Assistant Secretary certifying to the correctness of my copy of a power of attorney and the seal of the Company may be affixed by facsimile to my power of attorney or copy thereof issued on behalf of the Company. Such sigmtmesand seal are hereby adopted by the Company as original signatures and seal, to be valid and binding upon the Company with the same force and effect as though manually affixed." CERTIFICATE I, the undersigned Assistant Secretary of The Ohio Casualty Insurance Company, American Fire & Casualty Company and West American Insurance Company, do hereby certify that the foregoing power of attorney, the referenced By-Laws of the Companies and the above Resolution of their Boards of Directors are true and correct copies and _ us in full tome and effect on this date. IN WITNESS WHEREOF, I have hereunto set my hand and the seals of the Companies this 5th day of August 2003 SEAL •~~S SAL)-A SEAL .tt jaw jay s. Assistant Secretary The member companiesof Ohio Casualty Group O H I O C A S U A L Y Y G R O U P 9450 Seward Road, Fairfield, Ohio 45014 www.ocas.com BOND NUMBER: 3-741-165 DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE After the September 11, 2001 collapse of the World Trade Center, some insurance and reinsurance companies excluded coverage for terrorist events from their policies. The economy was affected, to the extent that $15 billion dollars of new construction was cancelled or delayed. As an economic aid, the Federal Government has enacted the Terrorism Risk Insurance Act of 2002. As part of the act, we are required to notify you that subject to the terms and conditions as stated in your applicable bond forms, coverage for losses sustained by acts of terrorism is already included in your current bond. Effective November 26, 2002, under your existing bond, losses caused by certified acts of terrorism as defined in the Terrorism Risk Insurance Act of 2002 would be partially reimbursed by the Federal Government under a formula established by federal law. Under this formula, the Federal Government pay 90% of covered terrorism losses exceeding the statutorily established deductible paid by the insurance company providing the coverage. Under the current bond, that portion of your premium that is attributable to coverage for acts of terrorism is s0. We strongly urge you to contact your independent insurance agent if you have any questions regarding this matter. NP 72 64 01 03 Page 1 OF 1 . A Member of OHIO CASUALTY GROUP The Ohio Casualty Insurance Company 136 N. Third Street, Hamilton, Ohio 45025 . 1-800-843-6446 TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call The Ohio Casualty Group's toll• ree telephone number for information or to make a complaint at 1-800-843-6446 TEXAS AVISO IMPORTANTE Para obtener information o para someter una quej a: Usted puede llamar al numero de telefono gratis de Ohio Casualty Group's para information o para someter una queja al 1-800-843-6446 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 149104 Austin, TX 7871479.104 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 Ohio Casualty Group of Insurance Companies 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. Puede comunicarse con el Departamento de Seguros de Texas para obtener information acerca de companies, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de_ Seguros de Texas P. 0. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 DISPUTAS SOBRE PRIMAS O RECLAMOS: Si.tiena una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o la Ohio Casualty Group of Insurance Companies primero. Si no se resuelve.la disputa, puede entonces comunicarse con el departamento (TDI) UNA ESTE AVISO A.SU POLIZA: Este aviso es solo para proposito de information y no se convierte en parte o condition del documento adjunto. S-5149 12/98 ACORD CERTIFICATE OF LIABILITY INSURANCE I s/ 5/2200 PRODUCER (214)691-5721 FAX (214)691-4961 K & S Group, Inc. Southwest Assurance Group, Inc THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 9400 N Central Expwy., #950 Dallas, TX 75231-5044 INSURERS AFFORDING COVERAGE NAIC# INSURED AUI Contractors, LP INSURERA: Zurich American Insurance Co. PO Box 11586 U INSURERS: American Zurich Insurance Co. Fort Worth, TX 76110 INSURERG: Fireman's Fund Insurance Co. V` S\ NBURERD: Great American Insurance Co. INSURER E: COVFRAr..FS THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDIN( ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR O TYPEOFINSU CE POLICY NUMBER PO CY EFFECTIVE POUCYEXPIRATION LIMIT GENERALLUIBILI CP03991019 5/01/2003 05/01/2004 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 300,000 CLAIMSMADE OCCUR MED EXP(Any one person) $ 10,000 A PERSONALdADVINJURY $ 1,000,00 X Contractual Liab. GENERAL AGGREGATE $ 2,000 000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGO $ 2,000,000 POLICY X JER T LOC ALI MOBILELIABILTY TAP399102 05/01/2003 05/01/2004 COMBINED SINGLE LIMIT X ANYAUTO (Ea accident) $ 1,000,000 ALL OWNED AUTOS BODILY INJURY $ B SCHEDULED AUTOS (Per person) X HIRFDAUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANYAUTO OTHER THAN FA ACC $ A D ONLY: AGO $ EXCESS'UMBRELLALIAII ITY XYZ00085554921 05/01/2003 05/01/2004 EACHOCCURRENCE $ 10,000,000 X OCCUR CLAIMS MADE AGGREGATE $ 10,000,000 C $ DEDUCTIBLE $ X RETENTION E lO,O $ WORKERSCOMPENSATIONAND WC3391018 05/01/2003 05/01/2004 X wCyTt - GTH- EMPLOYERWUABILRY ANY PROPRIETORLPARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 1,000,000 B OFFICERIMEMBER EXCLUDED? E.L. DISEASE-EA EMPLOYE $ 1,000 00 SPECIAL PROVI6ONS hab E.L. DISEASE-POLICY LIMIT $ 1,000,00 nand Marine - TIM8938374 05/01/2003 05/01/2004 Any One Location-$6,000,000 D Builders Risk & $100,000 Transit Coverage Installation Floater $250,000 Limit-Flood & Quake DEBDRIPTIO OFOPERATIONS LLDo~~AT a VEHI LESI EXCLUSIONS ADDED BY ENDORSEMENTI PEC ROWSIONS ~ ~ ~ R oa Improvements @ Pecan CreeK e: Bi #3035 - h ayni ee Attached ageIof2 r CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRA;n ATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL City of Denton/ 30 DAYS WRITTEN NOTICE TOTHE CERTIFICATE HOLDER NAMED TO THE LEFT: BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LOSILITY 901B Texas Street OFANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. Denton, TX 76201 AUTHORIZED REPRESENTATIVE I~ _ ~ ' ~ ~ David Oxford SHEREL 6 ACORD 25 (2001/08) FAX: (940)349-7302 CACORD CORPORATION 1988 City of Denton Certificate issued to City of Denton 08/15/2003 K & 5 Group Inc. 08/15/2003 Named Insured: AUI Contractors, LP City of Denton, its Officials, Agents, Employees and Volunteers are all shown as additional insureds as required by written contract. The General Liability policy covrage is primary to any other insurance available to the additional insureds with respects to claims covered under the policy and that the insurance is applied separetely 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. Said policies shall not be cancelled, non-renewed or materially changed 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 advanced written notice is required. City of Denton, its Officials, Agents, Employees and Volunteers are afforded a waiver of subrogation / for any work performed for the city by the named insured with regards to the Workers' Compensation policy. D~\~7 Se CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below. It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract. Upon bid award, all insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid. Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted: Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A. Any deductibles or self-insured retentions shall be declared in the bid proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the City, its officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Liability policies shall be endorsed to provide the following: Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers. That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom 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 form of coverage that includes a general annual aggregate limit providing for claims investigation or, legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. • Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: IX I A. General Liability Insurance: General Liability insurance with combined single limits of not less than $11np.0,nnn 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. Ix 1 Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than 500 nnn either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for: any auto, or all owned, hired and non-owned autos. [x ] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 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. [ ) Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. ATTACHMENT 1 [ 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: (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) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified 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. U7 MAYHILL ROAD IMPROVEMENTS CITY OF DENTON Item Spec. Estimated Bid Item Description Total No. Item Quantity and Written Unit Price Bid Unit Price Bid Amount Bid MSSCELLANEOUS 1 SC-1 1 LS Contractor's Warranties and Understandings to the sum of: / / 6 AO[lrVe 41ta' dDollars and h0 Cents per unit bid. $ 30- 0000 /LS $ 30,640,00 2 SC-3 1 LS Erosion Control for the sum of: TV1 Aott5aAeV Dollars and 'r7 O Cents per unit bid. $ 10,000,00 /LS $ /0'000.0 0 PAVING IMPROVEMENTS SUBTOTAL MISCELLANEOUS: $ W0,50 0 - 0 0 3 3.1 4 STA Preparing Right-of-Way (as Indicated on plans) for the sum o~[f,~~ XjJ4t41 SeVe✓! ryurMptua4W /WD Aun~r{ Dollars and no Cents per unit bid. $ a,9 .00 /STA $ 1!7, / 88.00 4 3.3 3,263 CY Unclassified Street Excavation (as indicated on plans) for the sum of: . i!i 11 4- Dollars and no Cents ~1 per unit bid. $ ~~,.o /CY $ cu /0 0 5 4.6 100 TON Type B Hydratedp Lime Slurry for the sum of. 01Y AUnJ'rcY y-!VC . Dollars and n b Cants per unit bid. $ 05,00 /TON $ /0,500.00 6 4.6 6,244 SY 6" Lime Treatment at 32 Ibs/SY for the sum of: ` ~ - ~l re'e Dollars and 00 Cents per unit bid. $ 0. Op /SY $ 190`13a.000 7 SC-9 4,943 SY 12" Portland Cement Concrete Pavement for the urn of: Dollars and Cents per unit bid. $ OQ /SY $ / 77 800 O:\LDD\Den02192\Docs\Specs\91d Fom and OPCCxls P-3 MAYHILL ROAD IMPROVEMENTS Item Spec. Estimated Bid Item Description No. Item Quantity and Written Unit Price Bid Total Unit Price Bid Amount Bid 8 5.7 948 SY 6" Hot-Mix Asphaltic Concrete Base Course (Ty,4e'A'') for the sum of: J 14ee/1 Dollars and Cents per unit $ I/_ So /By $ ~S ~~a, o t7 9 5.7 948 BY 2" Hot-Mix Asphaltic Concrete Surface Course (Type 'C') for the sum of: S 1 X Dollars and yt-0 Cents per unft bid. $ 6. Op /BY $ 5, 4 8 $ - C a 10 8.2 125 LF 6" Curb and Gutter (Asphalt Roadway Section) for the sum of: Two A'' 4 4l U tC Dollars and ,(10 Cents per unit bid. $ o2J j00 /LF $ 3, 1.2,5:00 11 8.3 1,609 LF 5' Concrete Sidewalk for the sum of: Slx Fe'e n Dollars and dlo Cents per unit bid. $ /LF $ 12 SC-10 1,075 BY Reinforced Concrete Driveway, Approach and Transition for the sum of: TW tM6 S! V ! ✓1 Dollars and VIVO Cents per unit bid. $ ~Q 70o /By $ e'Lg~ O z.s 00 13 SC-2 7,556 BY Hydromulch (within ROW) for the sum of: Ze ro Dollars and Cents per unit i $ L9.40 /By $ $-,3360 %'Y 14 SC-11 1 LS Pavement Markings & Signage for the sum of: 'r Sew v-, '*Ac,&&4,n,1 Dollars and .no Cents per unR bid. $ 000,00 /LS $ 6M.00 15 SC-12 1 LS Temporary Access Driveway for the sum of: TWe1\J! 'iA0L45anq Dollars and y1.0 Cents per unit bid. $ 000.06 ILS $ /Z 000, 00 ADDENDUM #2 0,,LLDD1Den021621Do615perslBid Fom, and OPCCAs P - 4 MAYHILL ROAD IMPROVEMENTS Item Spec. Estimated Bid Item Description Total No. Item Quantity and Written Unit Price Bid Unit Price Bid Amount Bid 16 SC-13 183 LF Chain Link and Barrier Fencing for the sum Of. TWtMw On le Dollars and IP, 4 4 Cents / per unit bid. $ AI. S ID /LF $ 3 31. f70 17 SC-14 6,429 CY. Install Embankment for thesumof: Sue V Dollars and ✓lo Cents per unit bid. $ '7 00 /CY $ S 03.00 18 SC-15 102 LF Segmental Block Retaining Wall for the sum Of., T [iGti~ Dollars and hg~ Cents ,p per unit bid. $ 6 f,'0/0 /LF $ $ IT rf(~ O0 SUBTOTAL PAVING IMPROVEMENTS: $ 4 /1, 14-3./ 0 WATER LINE RELOCATION 19 6.7.3 1 EA 8" Gate Valve for the sum of: Ne4o%ksavtd 44j)o 1 vfttrect Dollars and J'%O Cents per unit bid. $ 00/E4 $ agi7.00 20 6.7.3 304 LF 12" DR-18 PVC Water Line for the sum of, t hit r~ (te Dollars and JYZI Cents per unit bid. $ 3,U0 /LF $ /fl 03.1,00 21 6.7.3 2 CY Concrete Blocking for the sum of: One JkLA y ar cA Y~ y1 Dollars and VND Cents per unit bid. $ //0,06 /CY $ ;Z0.00 22 SC-5 304 LF Water Line Trench Safety for the sum of: (D VA e Dollars and YLO Cents per unit bid. $ 00 /LF $ 309(100 Q:XLDD1Den021621Dows Specs\Bld Form and 0PCC.xIs P-5 MAYHILL ROAD IMPROVEMENTS Item Spec. Estimated Bid Item Description Total No. Item Quantity and Written Unit Price Bid Unit Price Bid Amount Bid 23 SC-16 94 LF Concrete Encasement for the sum of: TV.)Q V~ Dollars and 1^IU Cents p per unit bid. $ .2o,oo /LF $ 1? 0.00 24 6.4 46 LF 18" Bore and Casing for the sum of, `CWo VkkAjred Dollars and y\Q Cents per unit bid. $ 25j9,0()_ /LF $ 0.00 SUBTOTAL WATERLINE RELOCATION: $ 51 I.T(~, Q0 SANITARY SEWER LINE RELOCATION 25 WS30 1 E4 Connect to Existing Manhole for the sum of. &YeA 6LvJr"J_ Dollars and rN o Cents per unit bid. $ Q .td 1E4 $ QO. 00 26 WS15. 3 . E4 Construct V Diameter Precast Manhole for the sum of `(AkCAAA u.t,g4We 6vtJr-e4 Dollars and n 0 Cents per unit bid. $ X0000 /EA $ ®Q 27 WS25 651 LF 24" SDR-26 PVC Sanitary Sewer Line for the sum of: Dollars and vxl~ Cents per unit bid. $ ( 0.00 !LF $ O O OO 28 WS25 10 LF 6" SDR-35 PVC Sanitary Sewer Line for the sum of., ,I - y o r T1 Dollars and Ao Cents per unit bid. $ 0 00 /LF $ //00. 00 29 WS26 1 E4 Abandon Existing Manhole for the sum of POUr 1&kkVJ✓'C J Dollars and M Cents per unit bid. $ VW,o o /EA $ 00. 00 Q:LL0DXDen02162\DoulSpecs\B1d Fom and OPCC.xIs P-6 MAYHILL ROAD IMPROVEMENTS Item Spec. Estimated Bid Item Description Total No. Item Quantity and Written Unit Price Bid Unit Price Bid Amount Bid 30 SC-5 661 LF Sanitary Sewer Line Trench Safety for the sum of., In J yt P Dollars and 11,0 Cents per unit bid. /LF $ ~r ~O 31 WS-27 2 EA Remove Existing Manhole for the sum of: i V2. 6rj,,-f4 Dollars and V1 o Cents per unit bid. $JrOQ•~~ /EA $ 000.0() SUBTOTAL SANITARY SEWER LINE RELOCATION: $ E4 5,21.Oc7 BRIDGE CONSTRUCTION (Spec. Item refers to TxDOT Specifications) 32 247 135 CY Flexible Base for the sum of: -11 r ~21 4 tit` Dollars and %y1 o Cents per unit bid. $5400 /CY $ 5-Q QO 33 416 115 LF 18" Diameter Drilled Shaft for the sum of: 7 I- i 4L, Dollars and no Cents per unit bid. $ So, 00 /LF $ 5,75_,9,0 34 416. 331 LF (30" Diameter Drilled Shaft for the sum of: Qflt ~10.vt~ 4 F, t~4 Dollars and v1 Cents t per unit bid. $ !LF $ (p $O 40O 35 420 48.4 CY CL'C' Concrete for Abutments for the sum of: RVC 6AdfCA Gi'jiijj'Vt Dollars and QQ T-Cents pp per unit bid. $ Jam' ps d9O /CY $ .18 ,31 V00 36 420 51.2 CY CL'C' Concrete for Bents for the sum of: SKyevl huVV$r,4 Dollars and V10 Cents per unit bid. $ '/00. dw /CY $ 3S', 840.00 Q1LDD\Den02162\Docs\Spem\B1d Fonn and OPMAs P-7 MAYHILL ROAD IMPROVEMENTS. Item Spec. Estimated Bid Item Description Total No. Item Quantity and Written Unit Price Bid Unit Price Bid Amount Bid 37 422 8,517 SF Reinforced Concrete Slab for the.sum of: y 1 j A e Dollars and Qo Cents per unit bid. $ 9. QO ISF $ G 453.00 38 425 174 LF Prestressed Concrete Box Beams (Type 4B20) for the sum of: IOU NUV\fAr-ea 5RVt?✓1 Dollars and Vl,p Cents per unit bid. $ /07,00 /LF $ /80 4/8, 00 39 425 1,566 LF Prestressed Concrete Box Beams (Type 5/820) `for the sum of: 0Af- ~Undrt~ h Dollars and V10 Cents per unit bid. $ /LF $ /7,?ra(o0, 00 40 427 1,550 SF Surface Finishes for Concrete (Epoxy Waterproofing) for the sum of: TW o, Dollars and ~We'A~+n Cents 110.00 per unlt bla - $ /SF $ .31 1 41 432 281 CY Concrete Rip-Rap (Class A) for the sum of: \Wo\AU.rjtr l k-We,,. " Dollars and V\o Cents per unit bid. $ e?D QQ /CY $ ya0, 00 42 442 2,788 LB Structural Steel (Armor Joint) for the sum of: TV.) Q Dollars and N-2 n Cents per unit bid. $ ILB $ 6-r $Jy ?Z) 43 450 410 LF Traffic Rail (Type C201) for the sum of: , I / eAv Y~PV a Dollars and ✓10 Cents per unit bid. $ 93. 00 /LF $ 38,130. Q d 44 534 71 CY Structural Approach Slabs for the sum of: I* y\un Q~c a L vt Dollars and Y\o Cents per unit bid. $ 5.00 /CY $ /5 975.00 O:llDD\Den021e20ow\Spem\Bid Form and OPCCxls P-8 MAYHILL ROAD IMPROVEMENTS Item Spec. Estimated Bid Item Description Total No. Item Quantity and Written Unit Price Bid Unit Price Bid Amount Bid 45 540 400 LF Metal Beam Guard Fence for the sum of T_1a 2 Dollars and ✓\o , Cents per unit bid. $ x0,00 /LF $ S 000.00 46 540 50 LF Metal Beam Guard Fence Transition for the sum of., I S. Dollars and 4<1 Cents per unit bid. $ 50.00 /LF $ 9,600-00 47 540 4 EA Single Guardrail Terminal for the sum of: Two `kW b154,~ DAt 6(41`11 Dollars and Y )a Cents per unit bid. $ A /00000/EA $ 9 00.00 SUBTOTAL BRIDGE CONSTRUCTION: $ 53 Sf--7 6 r• O 0 RECAPITULATION OF BIDS SUBTOTAL MISCELLANEOUS: $ ~0j50o.co SUBTOTAL PAVING IMPROVEMENTS: $ ~f 0 f 3 , t,0 SUBTOTAL WATER LINE RELOCATION: $ .2S 131e, 00 SUBTOTAL SANITARY SEWER LINE RELOCATION: $ Sa/. 0 o SUBTOTAL BRIDGE CONSTRUCTION: $ 5 3 51 L/, go TOTAL AMOUNT BID: $ o k 0 9 0 D:\LDD\Den02162\Docs\Specs\Bid Fom and OPMAs P-9 MAYHILL ROAD IMPROVEMENTS BID SUMMARY TOTAL AMOUNT BID IN 79 ;xf -f-t) ur do Met All work included in this proposal and contract shall be completed by the Contractor within /?0 Total Working Days as defined by the NCTCOG Specifications and amended in the General Provisions contained herein. In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract. It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the City. The undersigned certifies that the bid prices contained in this proposal.have been carefully checked and are submitted as correct and final. Unit and lump sum prices as shown for each item listed in this proposal, shall control over extensions. Q: V.DD\DEN02162-Temp\PROPOSAL. dw P-10 Receipt is hereby acknowledged of the following addenda to the plans and specifications: Addendum No. Addendum No. Addendum No. 1 dated 6/12/03 Received 2 dated 7/01/03 Received 3 dated Received Addendum No. 4 dated Addendum No. 5 dated AUI Contractors, L.P. Received Received CONT CTO Y' AUI Management LLC anera ar BY B. Doug Alumbaugh, ec. Vice President 300 West Ramsey Street Address Fort Worth, TX 76110 City and State Seal & Authorization (If a Corporation) 817/926-4377 Telephone Q:\LDD\DEN02162-Temp\PROPOSAL.da P-11