Loading...
2000-276 ORDINANCE NO ~-~0~)~ - ~ 7,~2 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF CORRECTIONS FOR WESTERN PECAN AND COOPER CREEK, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING AN EFFECTIVE DATE (BID 2531 - INFLOW/INFILTRATION CORRECTIONS FOR WESTERN PECAN CREEK AND COOPER CREEK AWARDED TO HENDERSON CONSTRUCTION, LLP 1N THE AMOUNT OF $683,930) WHEREAS, the City has sollmted, received and tabulated competitive b~ds for the construction ofpubhc works or improvements in accordance w~th the procedures of STATE law and City ordinances, and, WHEREAS, the City Manager or a designated employee has recmved and recommended that the herem described bids are the lowest responsible b~ds for the construction of the public works or improvements described m the b~d invitation, bid proposals and plans and spemficatlons therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competmve b~ds for the construction of pubhc works or improvements, as described m the "Bid Invitations", "B~d Proposals" or plans and specifications on file m the Office of the City's Purchasmg Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 2531 Henderson Construction, LLP $683,930 SECTION II 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 ~mprovements herein accepted and approved, until such person shall comply with all requirements specffied m the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certfficate after notification of the award of the bid SECTION HI That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the pubhc works or improvements ~n accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notme to B~dders and Bid Proposals, and documents relating thereto specifying the terms, condmons, plans and spemficatlons, standards, quant~tms and spemfied sums contmned thereto SECTION IV That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and ~mprovements as authorized hereto, the City Counml hereby authorizes the expenditure of funds m the manner and ~n the amount as spemfied in such approved b~ds and authorized contracts executed pursuant thereto SECTION V That th~s ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the ,.~-~--]~ day of ~)~/7~.t~ff-, 2000 EULINE BROCK, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY BID 2531 - CONTRACTUAL ORDINANCE 8-2000 CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 6 day of March A D , 2001, by and between C,ty of Denton of the County of Denton and State of Texas, acting through M,ehael W. Jez thereunto duly authorized so to do, hereinafter termed "OWNER," and Henderson Cnnstructmn: l,l.P 970 F.M. 2871 Ft. Worth, TX 76126 of the City of Ft Worth, County of Tarrant and State of Texas, hereinafter termed "CONTRACTOR" WITNESSETH That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed m the bonds attached hereto, CONTRACTOR hereby agrees w~th OWNER to commence and complete performance of the work specified below B~d 2531 - Inflow/Infiltration Corrections for Western Pecan Creek and Cooper Creek in the amount of $683:030 and all extra work ~n connecUon therewith, under the terms as stated m the General Cond~uons of the agreement, and at h~s (or their) own proper cost and expense to furmsh all materials, supphes, machinery, eqmpment, tools, supenntendence, labor, insurance, and other accessories and services necessary to complete the work specffied above, m accordance with the conditions and prices stated in the Proposal and the Performance and Payment Bonds, attached hereto, and m accordance w~th all the General Condmons of the Agreement, the Special CondlUons, the Notice to B~dders (Advertisement for Bids), and Instructions to Bidders, as referenced hereto and on file ~n the office of the Purchasing Agent, and m accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, CA- 1 and the Spec~fxcatlons therefore, as prepared by Wastewater Department all of which are referenced hereto and made a part hereof and collectively ewdence and constitute the entire contract Independent Status It ~s mutually understood and agreed by and between C~ty and Contractor that Contractor ~s an independent contractor and shall not be deemed to be or considered an employee of the C~ty of Denton, Texas, for the purposes of mcome tax, w~thhold~ng, social security taxes, vacation or s~ck leave benefits, worker's compensation, or any other C~ty employee benefit C~ty shall not have supervision and control of Contractor or any employee of Contractor, and ~t ~s expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general d~rect~on of the C~ty Manager of the C~ty of Denton, Texas, or h~s designee under ttus agreement Indemnification Contractor shall and does hereby agree to mdemmfy and hold harmless the C~ty of Denton from any and all damages, loss, or habd~ty of any k~nd whatsoever, by reason of ~njury to property or third persons occasioned by any error, omission or neghgent act ot Contractor, ~ts officers, agents, employees, mwtees, and other persons for whom ~t ~s legally hable, w~th regard to the performance of this Agreement, and Contractor w~ll, at ~ts cost and expense, defend and protect the C~ty of Denton against any and all such claims and demands Choice of Law and Venue Th~s agreement shall be governed by the law of the State of Texas and venue for ~ts construcUon and enforcement shall he m the courts of Denton County, Texas The CONTRACTOR hereby agrees to commence work on or after the date estabhshed for the start of work as set forth m wrxtten not~ce to commence work and complete all work w~th~n the tune stated ~n the Proposal, subject to such extensions of t~me as are prowded by the General and Special Conditions The OWNER agrees to pay the CONTRACTOR ~n current funds the price or prices shown m the Proposal, wfuch forms a part of th~s contract, such payments to be subject to the General and Special Condtt~ons of the Contract CA - 2 IN WITNESS WHEREOF, the parttes of these presents have executed this agreement in the year and day first above written ~,.~.~ C~ty of Denton ~// - )r - OWNER. ATTEST ~ QONTRACTOR.// MAILING ADDRESS PHONE NUMBER P~T~ NAME CITY ATTO~ CA - 3 PERFORMANCE BOND BOND ~115284 STATE OF TEXAS § FourOrxgxnals COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That Henderson Construction, LLP whose address is 970 F M 2871, Ft Worth, TX 76126 hereinafter called Principal, and Evergreen National Indemnity Company a corporatmn organized and existing tinder the laws of the State of OHIO ., and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a mumcipal corporation orgamzed and existing under the laws of the State of Texas, hereinafter called Owner, m the penal sum of Six Hundred Eighty Three Thousand Nine Hundred Thu't¥ and no/100 DOLLARS ($ 683,930) plus ten percent of the stated penal sum as an addmonal sum of money representing additional court expenses, attorneys' fees, and hquidated damages arising out of or connected with the below identified Contract, m lawful money of the Umted States, to be paid m Denton County, Texas, for the payment of wfuch sum well and truly to be made, we hereby brad ourselves, our heirs, executors, adrmmstrators, successors, and assigns, jointly and severally, fu'mly by these presents This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement wluch increases the Contract price, but m 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, ldenUfied by Ordinance Number 2000-276 , with the C~ty of Denton, the Owner, dated the 6 day of March A D 2001, a copy of which ~s hereto attached and made a part hereof, for Bid 2531 - Inflow/Infiltration Corrections for Western Pecan Creek and Cooper Creek NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, condiuons and agreements of said Contract m accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof wluch 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, condmons 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 lndemmfy 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 reunburse and repay Owner all outlay and expense which the Owner may recur in making good any default or deficiency, then this obligation shall be votd, otherwise, it shall remain in full force and effect PB-1 PROVIDED FURTHER, that ff any legal action be filed upon th~s Bond, exclusive venue shall lie ~n Denton County, State of Texas AND PROVIDED FURTHER, that the saxd Surety, for value received, hereby stipulates and agrees that no change, extension of tune, alteration or addmon to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Spec~ficaUons, Drawings, ere, accompanying the same, shall m anywise affect ~ts obhgat~on on th~s Bond, and ~t does hereby waive not~ce of any such change, extension of tune, alteration or addmon to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Spec,ficatlons, Drawings, etc Tbas Bond xs gxven pursuant to the prows~ons of Chapter 2253 of the Texas Government Code, as amended, and any other apphcable statutes of the State of Texas The undersigned and designated agent ~s hereby designated by the Surety here~n as the Resident Agent m Denton County to whom any requm~te notices may be dehvered and on whom service of process may be had m matters arising out of such suretyslnp, as prowded by Article 7 19-1 of the Insurance Code, Vernon's Annotated C~wl Statutes of the State of Texas IN WITNESS WHEREOF, tlus mstrument ~s executed ~n 4 copies, each one of which shall be deemed an original, th~s the 6 day of March, 2001 ATTEST PRINCIPAL "'SECRETARY t B~~~l~ ATTEST SURETY _ ATTORNEY-IN-FACT/Debx Moon The Resident Agent of the Surety m Denton County, Texas for dehvery of not~ce and service of the process is NAME Alan Robinson STREET ADDRESS 5201 S. Colony Blvd #545; The COlony, TX 75056 (NOTE Date of Performance Bond must be date of Contract If Resident Agent cs not a corporation, g~ve a ~)¢1'$0n '$ name ) PB - 2 PAYMENT BOND STATE OF TEXAS § BOND #115284 Four Originals COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That Henderson Consumct,on, LLP , whose address is 970 F M 2871 , Ft Worth, TX 76126~ hereinafter called Principal, and Evergreen NAtional Indemnity Comnanv , a corporaUon orgamzed and existing under the laws of the State of OHIO , and fully authorLzed to transact business m the State of Texas, as Surety, are held and firmly bound unto the C:ty of Denton, a mumctpal corporauon orgamzed and ex~stmg under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furmsh mater,als for, or perform labor upon, the building or maprovements hereinafter referred to, m the penal sum of Slx I4un~dred Eighty Three Thousand Nme Hundred Thirty and no/100 DOLLARS($ 683,930) ,n lawful money of the Urn,ed States, to be paid ~n Denton, County, Texas, for the payment of wfuch sum well and truly to be made, we hereby brad ourselves, our he,rs, executors, adunmstrators, successors, and assigns, jointly and severally, fu'mly by these presents Tins Bond shall automaucally be ,ncreased by the amount of any Change Order or Supplemental Agreement winch increases the Contract pr,ce, but ~n no event shall a Change Order or Supplemental Agreement winch reduces the Contract pr,ce decrease the penal sum of th,s Bond THE OBLIGATION TO PAY SAME ,s conditioned as follows Whereas, the Pr,nc,pal entered into a certain Contract, identified by Ordinance Number 2000~276., w,th the C,ty of Denton, the Owner, dated the 6 day of March A D 2001, a copy of which ~s hereto attached and made a part hereof, for B,d 2531 - Inflow/Infiltration Correcu0ns for Western Pecan Creek and Cooper Creek NOW, THEREFORE, ff the Principal shall well, truly and faithfully perform ~ts duties and make prompt payment to all persons, firms, subcontractors, corporauons and claunants supplying labor and/or material m the prosecution of the Work prov,ded for m smd Contract and any and all duly authorized modifications of smd Contract that may hereafter be made, not,ce of which modifications to the Surety being hereby expressly wa,ved, then tins obhgaUon shall be void, otherw,se xt shall remain in full force and effect PROVIDED FURTHER, that ff any legal act,on be filed on tins Bond, exclus,ve venue shall he ~n Denton County, Texas AND PROVIDED FURTHER, that the said Surety, for value recewed, hereby snpulates and agrees that no change, extens,on of tune, alteration or add,Uon to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, SpecWlcatlons, Drawmgs, etc, accompanymg the same, shall in anyw,se affect ,ts obhgat,on on th~s Bond, and ~t does hereby waive notice of any such change, extension of tune, alteration or add~Uon to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, SpeclficaUons, Draw,rigs, etc PB - 3 Ttus Bond is given pursuant to the prowsions of Chapter 2253 of the Texas Government Code, as amended, and any other apphcable statutes of the State of Texas The undersigned and designated agent ~s hereby designated by the Surety hereto as the Resident Agent ~n Denton County to whom any requisite not~ces may be delivered and on whom service of process may be had m matters arising out of such suretyship, as prowded by Article 7 19-1 of the Insurance Code, Vernon's Annotated C~wl Statutes of the State of Texas IN WITNESS WHEREOF, tins ~nstmment ~s executed m 4 copies, each one of which shall be deemed an original, th~s the 6 day of March., 2001 ATTEST PRINCIPAL BY "SECRETARY BY ATTEST SURETY Evergreen Natxonal Inflemnxty Company A~TORNEY-IN-FACT /D~-~iffx MOO The Resident Agent of the Surety m Denton County, Texas for dehvery of not~ce and service of the process m NAME Alan Robinson STREET ADDRESS 5201 S. Colony Blvd #545; The Colony, TX 75056 (NOTE Date of Payment Bond must be date of Contract If Restdent Agent ts not a corporatton, gtve a person's name ) PB - 4 2531 Inflow/Infiltration Corrections for Western Pecan Creek and Cooper Creek EVERGREEN NATIONAL INDEMNITY COMPANY CLEVELAND, OHIO POWER OF ATTORNEY PRINCIPAL Henderson Construction, LLP FFIECTIVEDATE March 6,. 2001 CONTI~CT^MOUNI $683,930.00 AMOUNT OF BOND $ 683,930.00 POWERNO 115284 KNOW ALL MEN BY THESE PRESENTS That thc Evergreen Nauonal Indemmty Company a corporation m the State of Ohio does hereby, nommate, consUtute and apppmt .... Judy Boozer, Debl Moon, Alan C Robinson, Elvin Salazar, Steven L Thomas ~ts true and lawful Attorney(s) In Fact to make execute, attest seal and dehver for and on its behalf as Surer) and as ~ts act and deed where reqmred any and all bonds undartakmgs recogmzances and wnttan obhgatlons m the nature thereof PROVIDED ho~e~ er that the obhgatlon of the Compan} under this Power of Attorney shall not exceed One Mdhon Five Hundred Thousand Dollars ($1 500 000 00) This Po,act of Attorney Is granted and ~s s~gned by facsimile pursuant to the follo~mg Resoluhon adopted by ~ts Board of D~rectors on the 23rd dav of February 1994 RFSOLVED That any two officers of the Company shall have the authority to make execute and dehver a Power of Attorney constituting as Attorney(s) in fact of such persons finns or corporations as may be selected from time to t~me FURTHER RESOLVED that the signatures of such officers and the Seal of the Company may be at'fixed to any such Power of Attorney or any certificate relating thereto by facsanfle and any such Power of Attorney or certlficatt, bearmg such facsimile s~gnatures or facsimile seal shall be vahd and b~ndmg upon the Company and any such powers so executed and certificate by facs~mdt s~gnature~ and facs~mde seal shall be vahd and bmdmg upon the Company in the future with respect to any bond or undertakmg to ~hlch it ~s attachtd IN WITNESS WHEREOF the Evergreen Natmnal lndemmty Company, has caust, d ~ta corporate seal to be afhxtd hereunto and these present~ to slgntdb) ltsdulyauthonzedofficersthls 23rddayofFebruary 1994 EVERGI~FNNA¥IONP~INDFMNITYCOMPANY ~.~'%,,~,~_~f~$ Rosw¢ll P Elhs Treasurer Notary Pubh¢) State of Ohio) SS On th~s 23rd day of February, 1994 b~fur¢ th~ stth$¢nb~r a Notary for the State of Ohio duly comm~sswned and quahfied p~rsonally cam: C~alg L Stout and Rosw¢ll P Ellis of th~ EYergre~n Naho~al fudemm~y Company to me persoanlly kno~ to b~ the mdlVlduals slid of~rs descrlbe, d heroin and who executed the pr~mg insff,.lment and acknowledged tho ~x~utlon of the same and b~mg by me duly sworn d~posed and amd that they ar~ the offic~m of said Company aforesaid and that th~ seal affixed to the pre. lng instrument ~s tho Corporate Seal of said Company, and the sa~d Corporate Seal and signatures as of~m were duly a~xed and stths(~rlb~d lo tho said lnStrament by the authonty and dffe~tlOn of smd Corporation and thal the resoluUon of said Company, reforred to m lh~ prec~dmg m~mimen% is now in force D' TESTPMONY WHEREOF I have hereunto s~! my hand and a~xed my oflhclal s~al at Clewlalld Ohio the day and ye. at above wffcten / ~e~ory N Miracle Atlomey ~ tNotaryPubh¢ Stat~ °f Oh~° State of Ohm ) SS ~5~ ~mI My Commission has no ~xplrat~on dal~ Section 147 03 R C I, the undersigned S~r~tary of th~ Evergreen ~ any a stock corporation of the Stat~ of Ohm DO HEREBY CERTIFY that th~ foregoing Powar of Attorany r~mams tn full forc~ and has m be~n r~voked, and furthermore that the R~soluoon of th~ Board of l~r~ctors s~t forth h~r~lnabov~,lanowlnfor~ 6th~__dayof March, 2001 Signed and ~aled In Cl©wland, Ohao thru _ RIDER Performance and Payment Bond No 115284 To be attached to and form a part of dated the 6th day of March 20 01 issued by the Evergreen National Indemmty Company , as Surety, on behalf of Henderson Construction, LLP as Principal m the penal sum of Slx Hur/.dred Eighty Three Thousa0d Nine Hundred Thirty and No Dolla~ s ($ 683,930 00 ) and tn favor of City of Denton In cons~deranon of the premmm charged for the attached bond ~t Is hereby agreed that the attached bond be amended as follows Amend the bond to acknowledge Kebo Serwces, Inc as an addltonal plinctpal Provided However that the '~ttached bond shall be subject to all its agreements hnntatmns and cond~tmns except as hereto expressly modified and further that the habdlty of the Safety tinder the attached bond and thc tttached bond is m~ended by th~s rider shall not be 01 Th~s rider shall become effecUve as of the 6th da>, of Malch 20 6th March 01 Signed sealed and dated this day of 20 ATTEST '~ ~ ~~ PRINCIPAL Bryan Henderson/Owner ACCEPTEDBy ~~-x~~~ Debt Moon 7~orney In Fact ACoRD, CERTiFiCATE OF LiABiLITY iNSURANCE ,, eeODUCER ~"~HIS CERTIFICATE IS ISSUED A8 A MA~ER OF INFORMATION ONLY AND CONFER8 NO RIGHTS UPON THE CERTIFICATE ~ZA Insurance Agency, Inc HOLDER THIS CERTIFICATE DOES NOTAMEND ~TEND OR ALTER THE COVE~GE A~FORDED BY THE POLICIES BELOW P. 0 Box 2143 Denton TX 76202 COMPANIES AFFORDINGCOVERAGE COMPANY AIA Insurance Agency, Inc A New Hampshire Insurance Co PhO~ No 800-666-9551 ;=x ~o. 940-898-1252 INaU~D COMPANY B National ~erican Insurance Co COMPANY C Henderson Cons~ruction LLP P 0 Box 12~593 c0~P~ F~ Worth TX 76121 D THIS 18 TO ~ERTI~ ~AT ~E POLI~IE8 OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE ~OR THE POLIOY PERIOD INDIOATED NO~I~STANDIN~ ANY REQUIREMENT TERM OR OONDITION OF ANY ~ON~AOT OR OTHER DOCUMENT WITH RESPEOT TO WHICH THIS ~ERTIFIOATE MAY BE ISSUED OR MAY PERTAIN THE INSURANOE AFFORDED BY THE POU~IES DESORIBED HEREIN IS SUB3EOT TO ALL ~E TERMS EXCLUSIONS AND ~ONDITIONS OF 8U~H POLICIES LIMIT8 SHOWN MAY HAVE BEEN REDUOED BY PAID CLAIMS A ~ CO~MERCIALGENERALLIABIM~ CPO153T066 08/15/00 08/15/01 PRODUCTS COMPIOPAOG al,000,000 I CLAiMS MADE ~OCCUR PERSONAL&ADVINJURY '1,000,000 A ~ ANYAUTO ~A9110549 08/15/00 08/15/01 X NON OWNED AUTOS $2, S 00 PIP X, ~ C L ~[t000~000 C~L ~/U~M PROPER~DAMAGE X $500 Ded ~ L~BI~Y AUTO ONLY EA ACCIDENT EACH OCCURRENCE $ 1~ 000, 000 ~ UMBRELLA FORM UL1537695 08/15/00 08/15/01 AGGREGATE ,1,000,000 A I OTHER THAN UM.REL~A FORM WC STATU ~ THE PROPRIETOR/ ~ INCL ~C15Z9~2~ 08/iS/00 08/15/01 ELDISEASE POLICY LIMIT S 1, 000 ~ 000 PARTNERS~XECUTIVE~ ELDISEASE EAEMPLOYEE $1,000,000 ~ E~ipment/EEP CP01537066 08/15/00 08/15/01 Various Deductibles Con~en~s Per Schedule Atta~he~ )ESCRI~ION OF O~TIONSlLOOATIONS~HIOmala~O~L **Additional Insured ~s afforded to ~he Ci:v of Den~on~itS 0fficialp,Agen~s Denton TX 76 09 B 2821 ~!~ ~t. ~ ~ q~11~ D ~ *XfOOOfO00 ~*~o ~ OS 07 06/33/00 06/33/~1 ~m~NmULm~ .1,000,000.,, X. S~/~500, ~/~O~A~L~ .... . ..... ~,um ~152 76 40 06/~3/00 06/~3/01 .~w~?, -- ,~O00fO00 ~mr~/z~nd ~0153 49 S4 06/23/00 06/Z3/01 S~dulo ~ FIZo w/ -- CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Btdder's attentton ts dtrected to the insurance requtrements below It ts htghly recommended that bidders confer wtth thetr respecttve insurance carriers or brokers to determtne tn advance of Btd submtsston the avadabthty of tnsurance certtficates and endorsements as prescnbed and provtded hereto If an apparent low butder fads to comply stnctly with the tnsurance requtrements, that butder may be dtsqual~ed from award of the contract Upon btd award, all tnsurance requtrements shall become contractual obltgattons whtch the successful butder shall have a duty to rnatntatn throughout the course of thts contract STANDARD PROVISIONS. Wtthout hmtttng any of the other obltgattons or habtltttes of the Contractor, the Contractor shall provtde and matntatn unttl the contracted work has been completed and accepted by the Ctty of Denton, Owner, the mtntmum tnsurance coverage as tndtcated heretnafler As soon as practtcable after nottficatton of btd award, Contractor shall file wtth the Purchastng Department sattsfactory certtficates of tnsurance, contatmng the btd number and tttle of the project Contractor may, upon wrttten request to the Purchastng Department, ask for clartficatton of any tnsurance requtrements at any ttme, however, Contractors are strongly advtsed to make such requests prtor to btd opentng, stnce the tnsurance requtrements may not be modtfied or watved after btd opemng unless a wrttten exceptton has been submttted wtth the btd Contractor shall not commence any work or dehver any material until he or she receives not~icatton that the contract has been accepted, approved, and signed by the City of Denton All tnsurance poltctes proposed or obtatned tn sattsfactton of these requtrements shall comply wtth the followtng general spectficattons, and shall be matntatned tn compltance wtth these general spectficattons throughout the duratton of the Contract, or longer, tf so noted · Each pohcy shall be issued by a company authorized to do business m the State of Texas w~th an A M Best Company rating of at least A · Any deductibles or self-~nsured retentions shall be declared in the b~d proposal If requested by the City, the insurer shall reduce or ehmlnate such deductibles or self-insured retentions w~th respect to the City, its officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related ~nvest~gatlons, claim administration and defense expenses · L~abdlty pohc~es 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 apphes separately to each insured against whom claim is made or suit is brought The mclusion of more than one insured shall not operate to increase the msurer's lumt of habthty · 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 clanns-made form, Contractor shall mamtam 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 hmlts or obtain Owners and Contractors Protective Llablhty 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 ,'1ll insurance policies proposed or obtained tn satisfaction of this Contract shall ad&ttonally comply with the following marked specifications, and shall be maintained tn comphance 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 hmlts of not less than $1,000,000 _shall be provided and maintained by the Contractor The pohcy 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 th~s 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 mjury 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) covenng this contract, personal injury habthty and broad form property damage habthty ~xl Automobile Lmbfl~ty Insurance Contractor shall provide Commercial Automobile Llabthty insurance with Combined Single Lanits (CSL) of not less than $1,000,000 either in a single pohcy or ~n a combination of basic and umbrella or excess pohcles The policy w~ll include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile eqmpment used m conjunction with th~s contract Satisfaction of the above reqmrement shall be in the form of a pohcy endorsement for · any auto, or · all owned, hired and non-owned autos IX] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, m adthtion to meeting the m~mmum statutory reqmrements for ~ssuance of such ~nsurance, has Employer's L~ab~hty lumts of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 pohcy la-mt for occupational thsease The C~ty need not be named as an "Additional Insured" but the msurer shall agree to waive all rights of subrogation against the C~ty, ~ts officials, agents, employees and volunteers for any work performed for the C~ty by the Named Insured For budding or construction projects, the Contractor shall comply w~th the prows~ons of Attachment 1 m accordance w~th §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 Liabihty Insurance The Contractor shall obtain, pay for and malntatn at all tunes during the prosecution of the work under th~s contract, an Owner's and Contractor's Protective Llabihty insurance policy naming the City as msured for property damage and bodily ~njury whmh may arise In the prosecution of the work or Contractor's operatlons under th~s contract Coverage shall be on an "occurrence" basis, and the pohcy shall be ~ssued by the same insurance company that carries the Contractor's habthty insurance Policy lmuts will be at least combined bodily injury and property damage per occurrence w~th a aggregate Fire Damage Legal Llabdlty Insurance Coverage is reqmred if Broad form General Liability is not provided or Is unavailable to the contractor or ff a contractor leases or rents a portion of a City budding Limits of not less than each occurrence are required Professional Liability Insurance Professional habthty insurance w~th lumts not less than per claun wtth respect to neghgent acts, errors or omissions in connectton w~th professxonal serwces is required under this Agreement Builders' Risk Insurance Builders' Risk Insurance, on an All-R~sk form for 100% of the completed value shall be provided Such pohcy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear Addmonal Insurance Other insurance may be reqmred on an individual bas~s for extra hazardous contracts and specific serwce agreements If such addmonal insurance is required for a specxfic contract, that reqmrement wtll be described m the "Specific Conditions" of the contract specfficattons ATTACHMENT 1 IX] Worker's Compensation Coverage for Building or Construction ProJects for Governmental Entities A Def~mtions Certificate of coverage CcertIficate")-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 serwces on a project, for the duration of the project Duration of the project - includes the tune from the begmmng 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 Th~s includes, without lun~tation, independent contractors, subcontractors, leasing compames, motor carriers, owner-operators, employees of any such entity, or employees of any entity wluch furmshes persons to provide serwces on the project "Services" Include, without lnmtatlon, providing, hauling, or delivering eqmpment or materials, or providing labor, transportation, or other service related to a project "Services" does not include actiwties unrelated to the project, such as food/beverage vendors, office supply deliveries, and dehvery 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 prowding serwces on the project, for the dnrat~on 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 certdicate of coverage ends during the dnratlon 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 obtaan from each person promd~ng serwces on a project, and provide to the governmental entity (1) a cemficate of coverage, prior to that person beginning work on the project, so the governmental enUty wall have on file cemficates of coverage showing coverage for all persons prowdmg servaces on the project, and (2) no later than seven days after receipt by the contractor, a new cerUftcate of coverage showing extensaon of coverage, if the coverage period shown on the current cemficate of coverage ends durmg the duration of the project F The contractor shall retam all required certificates of coverage for the duration of the project and for one year thereafter G The contractor shall notify the governmental enmy ~n wrmng by certified marl or personal dehvery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person provxding servaces on the project H The contractor shall post on each project site a notice, m the text, form and manner prescribed by the Texas Workers' Compensanon Commission, ~nformang all persons provadang services on the project that they are reqmred to be covered, and staUng how a person may verify coverage and report lack of coverage I The contractor shall contractually require each person wath whom at contracts to provide services on a project, to (1) provade coverage, based on proper repomng of classlflcataon codes and payroll amounts and filing of any coverage agreements, which meets the statutory reqmrements of Texas Labor Code, Secnon 401 011(44) for all of ~ts employees prowding services on the project, for the duraUon of the project, (2) prowde to the contractor, prior to that person begxnnlng 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 duranon of the project, (3) prowde the contractor, prior to the end of the coverage period, a new certfficate of coverage showing extensaon of coverage, ff the coverage period shown on the current certificate of coverage ends dunng the duration of the project, (4) obtam from each other person with whom ~t contracts, and provide to the contractor (a) a cemficate of coverage, prior to the other person beglnmng work on the project, and (b) a new certfficate of coverage showing extension of coverage, prior to the end of the coverage period, ff the coverage period shown on the current cemficate of coverage ends during the duration of the project, (5) retain all reqmred certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity ~n writing by certified mail or personal dehvery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person promdmg serwces on the project, and (7) contractually reqmre each person with whom it contracts, to perform as reqmred by paragraphs (1) - (7), with the certificates of coverage to be prowded to the person for whom they are providing services J By s~gmng th~s contract or prowdlng 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 career or, in the case of a self-insured, with the commission's D1VlSlOn of Self-Insurance Regulation Prowding false or mislead~ng ~nformatlon may subject the contractor to adm~mstrauve penalties, criminal penalnes, civil penalties, or other clwl actions K The contractor's fadure 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 w~thin ten days after receipt of not~ce of breach from the governmental entity I~d 2531 - Insurance INFLOW/INFILTRATION CORRECTION8 FOR WESTERN PECAN CREEK AND COOPER CREEK WESTERN PECAN CREEK BID TABULATION SHEET Spec Item Description of Item With Approx Unit Unit Total Item No Unit Price Written In Words Quantity Price NTCOG 1 tNarrantms and Understanding 1 LS $_..~[~_ 21 ~ ~L~t~f=LDollars and ~ Cents Per Lump Sum NTCOG 2 12-tnch PVC Sanitary Sewer Pipe, Open 416 LF $ ~) 6 7 2 Cut (All depths) {~~ .Dollars WS 25 and ~' ~ r-[.~Cents Per L~near Foot NTCOG 3 ~-inch PVC Sanitary Sewer Pipe, Open 213 LF $ 6 7 2 ~.ut.(~ll depths) Per Unear Foot NTCOG 4 6-inch PVC Sanitary Sewer P,pe, Open 567 LF $ '~, C7'[3 $~~.~'0 § 7 2 Cut (All d~pths) ... and WS-25 r.)' Io~r~ Cents Per Linear Foot NTCOG 5 12-Inch Ductile iron Sanitary Sewer , . 25 LF $ 2 12 8 Pipe (3nRn Cut (All depths)~-~J,.(~ 6 7 2 and_.~....~=~ Cents Per L~near Foot ~ NTCOG 6 C-inch PVC Sanitary Sewer Service Line 140 LF 6 7 2 3pen Cut (All depths) ~V8-25 a Cents Per Lmear Foot NTCOG 7 Trench Safety System I 066 LF $ ~28 ~ Dollars SP 37 and -') ~L,~ Cents Per Linear Foot 8 8-inch to 8-~nch Sewer Pipe 1,557 LF Enla.~e~e.nt (AIl~de.pth, s) ~ WS-31 @ ~~,~ Della rs anti--Cents Per Linear Foot P-3 INFLOW/INFiLTRATION CORRECTIONS FOR WESTERN PECAN CREEK AND COOPER CREEK WESTERN PECAN CREEK BiD TABULATION SHEET Spec Item Description of Item With Approx Unit Unit Total item No Init Price Written In Words Quantity Price 9 ~-inch to 6-Inch Sewer Pipe I 436 LF $~ $~C~ Enlargement (All de~ths.) WS-31 ~[:~~Dollars and - Per L~near Foot 10 10-~nch Fold and Form Samtary Sewer 48 LF $~,1~1~ $~O~ Pi~L~ning (All depths) WS-33 {~ ~;~,~,.~__ Della rs a nd.__J,,~,~,,~ Cents Per Lm~r Foot 11 8-tach Fold and Form Sanitary Sewer 20 LF $ O~ W8-33 Doltsm and~ Cents Per Lineer Foot 12 6-inch Fold and Form San,tary Sewer 1 149 LF PIl:~...Lining (All ~hs) ~.~~_Dollars ~/S-33 and~Cents Per Linear Foot ITCOG 13 ~" Slip L,ne Ins,de Exlstmg 10" Sanitary 20 LF $ 32 ~~__Dollars and._.~[.J~ Cents Per Lmear Foot NTCOG 14 Point Repair of 10" Sanitary Sewer 5 EA $ '~, 01..~Ob $ ., ~ . '( ' otlam WS 35 and ~ Cents Per Each NTCOG 15 Polnt Repair of 8" Sanltary Sewer 5 EA $~_ ~O',~ 62 P~P..q _'~ @~ollam WS-35 and Per Each NTCOG 16 PomtRepalrof6"SanltarySewer 5 EA $ (~{~ $~(~ 6 2 P~~ ~ ollars WS-35 and u~ ./,,~,~3.~_____Ce n ts I Per Each P-4 INFLOW/INFiLTRATiON CORRECTIONS FOR WESTERN PECAN CREEK AND COOPER CREEK WESTERN PECAN CREEK BID TABULATION SHEET Spec Item Description of Item With Approx Unit Unit Total Item No Unit PHce Wfltten In Words Quentlt~ Price NTCOG 17 Extra Length for 10" Sanitsry Sewer 28 LF 6 2 Poiq[ Re~air. ~~Dollam WS-35 and~Cents Per Linear Foot ~ITCOG 18 Extra Length for 8' Sanitary Sewer 13 LF Oo 3 2 Poin,,J.,Repair ~NS 35 and~~' Cents Per Linear Foot NTCOG 19 Extra Length for 6' Sanitary Sewer 7 LF $._.~),O~:b$ /.....~"~:~=, § 2 Point Repair . WS-35 and ' Cents Per Unear Foot 20 Clean Sanitary Sewer Pipe (No,mai 723 LF $ Cl ~S-36 ~.~_ .Doilam and ' Cents Per Linear Foot NTCOG 21 Sanitary Sewer Serwce Connection 19 EA ~ ~{~) ,O~ $~_~ 672 (Op~.~Cut) _ ~ L @ ~ ~ ollam WS-18 and rJ~..4-~ Cents Per Each NTCOG 22 Sanitary Sewer Service Connection For 180 EA $~o~;~ ~ ~__~'~ 6 7 2 Pipe Enlargem, er~t or L~llngI ~_~..,~~Dollars WS-18 and Per Each ~ITCOG 23 3tsndard 5-foot D,a Precast Wastawatar 6 EA 5 7 2 Manhole, All Depths ~VS-15 and ~ Cents Per Each NTCOG 24 Standard 4-foot Die Precast Waatewater 41 EA § 7 2 Manhole, All Depths . , ~WS-15 and~Cents i Per Each P-5 INFLOW/INFILTRATION CORRECTIONS FOR WESTERN PECAN CREEK AND COOPER CREEK WESTERN PECAN CREEK BID TABULATION SHEET Spec Item Description of Item With Approx Unit Unit Total I~m No Unit Price Written In Words Quantity Price NTCOG 25 Standard 4-foot Dia Precast Wastewater 1 EA § 7 2 Drop Manhole, All Depths WS- 15 and~ Cents Per Each NTCOG 26 Ma,nline Clesnout, All [~eptl)s 2 EA $ ~),~ $ ['--¥~ 6 7 2 @~~.Jl3ollars and~,L/t.c> Cents WS-19 Per Each 27 Wastewater Access Dewce (WAD), 1 EA $ Comoleta, . t 3 7 2(J) ~c~,~~ollars and~ Cents Per Each NTCOG 28 Rellr~e...~.=_.-...._:..i..i-.-...i--- LExlstil~ Manl~ole12 EA 6 7 2 i~~oitars and ~ ~ Cents ~/S-27 Per Each ,ITCOG 29 Bre.,i~.,nto Ex,H,,ng Uar~hole~ 7 EA 6 7 2 @ ~[~7,..~,..t.~. ~ollars and "-'/_~ ~ Cents WS-30 Per Each NTCOG 30 RemoveExistlngSewerP~pe AllSizes 628 LF $ 6 7 2 & De~Eti~s.), _ @~ _Dollars and M ~ Cents =er L~near Foot NTCOG 31 Plug Existing 12" Sanitary Sewer Overflow 1 EA § 7 3 Pip.at Ditch , L I J @~ollars WS 21 and~Cents Per Each NTCOG 32 Plug Abandoned Sanitary Sewer Lines 5 EA ; ~ ~ $~_~_~O ~ 7 3 From_.[ns~de Man, t~ole (All S~es) WS-21 and '~ ~, Cents Per Each P-6 INFLOW/INFILTRATION CORRECTIONS FOR WESTERN PECAN CREEK AND COOPER CREEK WESTERN PECAN CREEK BID TABULATION SHEET 3pec Item I)escrtption of Item With Approx Unit Unit Item No Unit Pdce Written In Words Quantity Price & Gutter 3 B ~ Dollars and~Cents ~er Linear Foot 34 Remove Monohthlc Concrete Dnves and 100 SY $ Walks, Including Base Material 3-B ~..~;~Dollars and ~ Cents Per Square Yard 35 Remove Concrete Pavement, lncluding 184 SY $ [~'~.(~ Base Matenal and Integral Curb 3-A ~~Dollars ;md'~Cents Per Square Yard 36 Remove Asphalt Pavement Including 32 SY Base Material I'A ~nd~ DollarsCents Per Square Yard 37sewcut Concrete 020 ,F SP2 a '~d~ Do,la. Cents Per L~near Foot 38 Sawcut, Asphatt 232 LF $ SP2 a @~~ Dollars Cents Per L~near Foot 39 Monolithic Concrete Curb and Gutter 20 LF $ 8 2-A and~ - Cents Per Linear Foot 40 §"Integral Concrete Curb 10 LF ~ 2 ~~o[lars a nd_~.~..~.~ "' Cents Per L~near Foot P-7 INFLOW/INFILTRATION CORRECTIONS FOR WESTERN PECAN CREEK AND COOPER CREEK WEETERN PECAN CREEK BiD TABULATION SHEET Spec item De~criptlon of Item With Approx Unit Unit Total Item No Init PHce WHtten In Words Quantity Price 41 6" T~3j~k~Concrete Ddveway 25 SY $ 8 3 ~~Dollam and t~ O' ~'t.~) Cents Per Square Yard 42 4"2Thick Concrete S~de. walk 100 SY 8 3A ~ ~.¢ ~;~_ D olla m and~ Cents Per Square Yard 43 6" This~ Concrete Pavement 184 SY 5 8 Dollars and~ Cents =er Square Yard 44 Televised Inspection of Sandary Sewer 1 631 LF $_ r~) ,O(~ $~__~(~ Line (All Sizes) ~VS 24 ~. ~ Dollam and ~ ~ Cents Per Linear Foot NTCOG 45 Hydromulch Seeding Complete In Place 3,040 SY $ ;107 a~~ DollarsCents Per Square Yard NTCOG 46 Ferttllze.r, Com.p[eteinP~tace~.__. _,, , ,, 2 TON $~__..,~(~ $ 3 11 @~ollars and__~_~=~:3. Cents Per Ton NTCOG 47 Barricades Warning Signs and Detour I LS 81 S~~D~~ oil ars and~ Cents Per Lump Sum 48 Pavement Markings / Buttons Complete 1 LS SP-55 In Place ~ ~L~.~.~ ~'~ ~q:~ DoIla rs and "")..~p~C e n t s Per Lump Sum P-8 INFLOW/INFILTRATION CORRECTIONS FOR WESTERN PECAN CREEK AND COOPER CREEK WESTERN PECAN CREEK BiD TABULATION SHEET Spec Item Deecriptlon of Item With Approx Unit Unit Total Item No Unit Price Written In Words Quantlt Price NTCOG 49 TeD~opmry Erpsion Cpntrql I LS $ 3 12 ~.~:~l~~Dollars and ~ Cents 3 12 Per Lump Sum ;P 39 ~ ['-~c.~..,~--e I."U,/t~Ut~_.d~ Dollam and -'~ Cents Per Each SUBTOTAL AMOUNT OF BID WESTERN PECAN CREEK $ (TRANSFER TOTAL TO BID SUMMARY PAGE t4) P-9 INFLOWIINFtLTRATION CORRECTIONS FOR WESTERN PECAN CREEK AND COOPER CREEK COOPER CREEK BID TABULATION SHEET ~pec Item De~ripUon of Item With Approx Unit Unit Total Ltem No Unit price Written In Words QuanE~ Price NTCOO 1 W~l;arlt~ies ~Understendli)g I LS -- and. ~ 1~...4.~) Cents Per Lump Sum NTCOG 2 10.inch PVC Sanitary Sewer Pipe Open 12 LF S WS 25 and~ Cents Per Linear Foot NTCOG 3 Trench Safety Sysmm 12 LF 6 2 8 (>5 ft Depth) ~_ _Dollars SP 37 and ' Per Linear Foot 4 8-1~oh to 8-,110h 8ewer Pipe 1244 LF and~cent8 Per Unear Foot I 5 6-inch to 6 inch Sewer Pipe 902 LF Enlargement (All de~th[~) WS31 ~~ents =er Lrnear Foot 6 ~inch Fold and Fern1 Sanitary Sewer 644 LF . L~ pipe Lining (All d~l~. A WS 33 and ~_____~Cents Per Linear Foot 7 ,nch Fold and Form Sanltary Sewer 181 LF $ ~.~"~ OO $~_~(~ P~pe Lining (All d~ot hs} WS 33 and ' Cents Per Linear Foot NTCOG 8 Point Repair of 8" Sanitary Sewer 7 EA $~__~ 6 2 ~~Dollars NS 35 and~ Cents Per Each P-10 INFLOWIINFILTRATION CORRECTION8 FOR WESTERN PECAN CREEK AND COOPER CREEK COOPER CREEK BID TABULATION SHEET 3pec Item Descflptlon of Item With Approx Unit Unit Total Item No Unit Price Written In Words Quantl~ Price ',ITCOG 9 Point Repair of 6 Samtary Sewer 7 EAA --~v ~ $~_~'~' =er Each NTCOG 10 Extra Length for 8" Samtary Sewer 50 LF $ $ 6 2 Po e. pair WS 35 and "" ~ .~Cents Per Linear Foot WS 36 a n d__~_.~.~.c~)~ce n t s Per Linear Foot ~ 7 2 PIp~lljarg_e[n~t or Lilting [ ~ . liars ~VS 18 and '~._ ~..~ Cents Per Each NTCOG 14 ~.tandard 4-foot Dla Precast Wastewater 5 EA WS 15 and ~J ~"~0...~ Cents .;co ,tan ar foot D.a P s W=.tew ter Per Each 16 Wastewater A~cess Device (WAD) 1 EA $~_ and ~ LiP..-{J~ Cents P-11 iNFLOW/INFiLTRATION CORRECTIONS FOR WESTERN PECAN CREEK AND COOPER CREEK COOPER CREEK BID TABULATION SHEET Spec Item Description of Item With Approx Unit Unit Total Item No Unit Price Written In Words Quanti~ Price NTCOG 17 RemoveExisti~_~ov.eExis?~gMar~lots[Ma ots 4 EA WS 27 Per Each '~TCOG 18 Remove Existing Sewer Pipe All S~zes 12 LF ~;~_ 6 7 2 & Depths) - ~~Dollam Per Linear Foot ~ 7 2 From I~slde M~nhele (,All Si~es) 3er Each 20 Remove Asphalt Pavement Including 18 SY $ Base Material 3 A ~3ollarSCents Per Square Yard s t .,t to2 ,F Per Linear Foot Lm~.~ll Sizes} WS 24 @~_~ _ too sY ,~ O° %1330::) Per Square Yard N~-COG 24 -lydmmulch Seeding Complete ~n Place 100 SY ~nd ~J~Cents NTCOG 25 Fertlhzer Complete in Place 1 TON $~_~_ $~=..,~L~_ 311 ~ ~'~ ~ ~ Doitsrs and '"~ Cents P-12 INFLOW/iNFILTRATiON CORRECTIONE FOR WESTERN PECAN CREEK AND COOPER CREEK COOPER CREEK BID TABULATION SHEET Spec Item Desgriptlon of Item WUh Approx Unit Unit Total Item No [Init Price Written In Words Quantlt Price 81NTCOG 26 ~~ .DollarsBamca es Warning $~g and Detours I LS $~ $ Per Lump Sum 27 PavementMark,ngs/Buttons Complete 1 LS $ and ~ ~ ~ Cents NTCOG 28 Te~mp~ral'~ E~slon C[;)nLroi 1 LS ~(~J0 ~' $_~._~_~ ~ 12 Per Lump Sum 29 Proect.SignoJ_ect.Sign ~t ~ ~ 2 F..A artd ~ [J,~ Cents SU''OTA'^"OU"T OF,,D COOPER CREEK $ ,~ (TRANSFER TOTAL TO BID SUMMARY PAGE P 14) P-13 BID SUMMARY SUBTOTAL BID FOR INFLOW INFILTRATION ~ ~Tr~/'-~ c_~~...__(__~~ CORRECTIONS FOR WESTERN PECAN CREEK $ SUBTOTAL BID FOR INFLOW INFLITRATION CORRECTIONS FOR COOPER CREEK $ TOTAL BID In the event of the award of a contract to the undersigned, the undersigned will furmsh a performance bond and a payment bond for the full amount of the contract, to secure proper comphance with the terms and prowslons of the. contract, to msure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful clauns for labor performed and materials fiu~ushed m the fulfillment of the contract It is understood that the work proposed to be done shall be accepted, when fully completed and finished m accordance with the plans and spemficataons, to the satisfaction of the Engineer The unders~gued certifies that the bid prices contained in this proposal have been carefully checked and are subrmtted as correct and final Unit and lump sum prices as shown for each item listed tn this proposal, shall control over extensions CONTRACTOR City and State Seal & Authorization.~ Ifa Co poratlon Telephone Eng/Blds/MASTER doc REVISED 5/99 P- 14