Loading...
1999-160F \shared\dept\LGL\Our Documents\Ordmances\99\Calver t Paving Con~ract ord doc ORDINANCE NO gq--/~ AN ORDINANCE AMENDING ORDINANCE NO 98-378 BY CANCELING THE AWARD OF BID NO 2281 TO CALVERT PAVING CORPORATION AND IN LIEU THEREOF AWARDING THE PUBLIC WORKS CONTRACT FOR THE ANNUAL CONTRACT FOR CONCRETE WORK TO FLOYD SMITH CONCRETE, INC IN THE ESTIMATED AMOUNT OF $550,000, AND PROVIDiNG AN EFFECTIVE DATE WHEREAS, on November 17, 1998, per Ordinance No 97-378, the C~ty awarded a contract to Calvert Pawng Corporation ("Calvert") for mmcellaneous concrete work ~n the estimated mount of $550,000, and WHEREAS, Calvert defaulted under such contract and Calvert and ~ts surety, Amwest Surety Insurance Company, have agreed that such contract may be terminated and as a part of the settlement of th~s matter, $10,000 m damages will be remitted to the C~ty, NOW, THEREFORE THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAiNS SECTION I That the contract with Calvert Pawng Corporation regarding B~d No 2281 ~s cancelled and m heu thereof Ordinance 98-378 ~s amended and such contract ~s awarded to Floyd Smith Concrete, Inc ~n the amount of $550,000 and the expenditure of funds ~s hereby authorized SECTION II That the City Attorney ~s d~rected to proceed with the preparation of a release for execution by Calvert that provides the payment of damages to the City ~n the amount of $10,000 and prowdes that Calvert will not bid on any public works contracts with the C~ty for a three year period SECTION III That th~s ordinance shall become effective ~mmed~ately upon ~ts passage and approval PASSED AND APPROVED this the / ~® dayof L/~ff~. ,1999 ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY AI-I'ACHMENT # 1 TABULATION SHEET 2281 CALVERT FLOYD BID NAME CONTRACT CONCRETE WORK PAVING SMITH PAGE 1 OF 4 CORP 20-0ct.~8 2 1t 5 RING AND COVER $208 00 $200 00 3-A REMOVE CONCRETE PAVEMENT $t6 85 $t6 20 3-B REMOVE CONCRETE CURB & GUTTER $6 24 $6 00 3-C REMOVE CONCRETE DRIVEWAY & 81DEWALK $t6 85 $t6 20 3 3 UNCLASSIFIED EXCAVATION $9 36 S9 00 3 7 COMPACTED FILl/EMBANKMENT $20 80 $20 00 3 9 8OD $7 80 $7 50 8 T-B 2'ASPHALT PAVE(TYPE D PATCH $78 00 $75 00 0 TO 60 8Q YD8 $31 36 $32 85 5t TO 100 SQ. YD8 $3'1 36 $32 85 101 TO 500 SQ. YD8 $30 06 $3t 60 0 TO 50 8Q YD8 $35 10 $36 45 5t TO 100 SQ YD8 $35 t0 $36 45 10t TO 500 8Q YD8 $32 40 $35 00 0 TO 100 8Q YD8 $56 16 $60 75 101 & UP 8Q YDE $56 16 $60 75 0 TO 60 SQ. YD$ $30 42 $31 50 51 TO 100 8Q YD8 $30 42 $31 50 t0t YDE $29 12 $30 25 0 TO 50 SQ. YD8 $36 04 $37 80 51 TO 100 SQ YD8 $36 04 $37 80 101 TO 500 SQ, YD$ $33 34 $36 35 ATTACHMENT # 1 TABULATION SHEET BID # 2281 CALVERT FLOYD BID NAME CONTRACTpAGECONCRETE2 OF 4 WORK PAVINGcoRP SMITH 20-0ct~8 ONE SACK CONCRETE BACKFILL $02 O0 $49 SO ADJUST MANHOLE AND INLE'r8 $572 00 $550 00 }'45-1 TYPEA ! 740-1 TYPE A ! ? 4 ~-2 TYPE 7 4 0-2A TYPE B }' 6 A-1 4' ID MANHOLE ~ EXTRA DEPTH $t04 O0 $t00 O0 7 6 A-2 0'X5' JUNCTION BOX EXTRA DEPTH $t04 00 $100 00 4' ID MANHOLE EXTRA DEPTH $104 O0 $100 O0 7.0.A-4 1.012.00 $t,050 00 EXTRA DEPTH $t56 00 $150 00 7 S.A-S 8' INLET ~ $1.7t 0 00 $t,750 00 EXTRA DEPTH $156 00 $150 00 7.6 A-6 10' INLET $2.080 00 EXTRA DEPTH $_20_~ 00 S100 00 a 4' INLET $728 00 $700 00 b 6' INLET $780 00 $750 00 c 8' INLET $832 00 $800 00 d 10' INLET $884.00 $050 00 a 4' INLET b. 6' INLET ;1,664 00 $t,600 00 c 8' INLET d t0' INLET 8 1 $260 00 $350 00 8 2 DOWEL.ON INTEGRAL CURB $0 24 $6 O0 0 2 t DOWEL-ON INTEGRAL CURB $7 t8 $7 00 A'~'ACHMENT # 1 TABULATION SHEET BID # 228t CALVERT FLOYD BID NAME CONTRACT CONCRETE WORK PAVING SMITH PAGE 3 OF 4 CORP 20-0~t-98 a 0' TO 250' $8 06 $8 35 b 25t' TO 1 $8 06 $8 35 c $7 28 $? 60 a 0' TO 250' $9 00 $8 85 b 251' TO lr000' $9 00 $8 85 c $8 22 $8 10 8.2 A-2 30' SURMOUNTABLE CURB $10 92 $11 35 $11 86 $11 85 a 0 TO 50 8Q YDS $30 42 $31 50 b 5t TO 100 SQ YDS $30 42 $31 50 c 101 TO 500 SQ. YD8 $29 12 $30 25 a. 0 TO 50 8Q YDS $30 42 $32 85 b 5t TO t00 8Q YDS $30 42 $32 85 c. 101 TO 500 SQ YDS $29 12 $31 60 a 0 TO 50 SQ YDS $28 08 $28 80 b 5t TO t00 8Q YD8 $28 08 $28 80 c 101 TO 1000 SQ YD8 $26 00 $27 80 a 0 TO 50 8Q TOS $29 02 $29 ?0 b 51 TO t00 8Q YD8 $29 02 $29 70 c 101 TO 500 8Q YDS $26 91 $28 70 8 4 CONCRETE MEDIANS $23 40 $27 00 8 6 CONCRETE STEPS $10 40 $t0 50 8 15 CONCRETE RIP-RAP AND DRAINAGE FLUMES $30 42 $31 00 ATTACHMENT # 1 TABULATION SHEET BID # 2261 CALVERT FLOYD BID NAME CONTRACT CONCRETE WORK PAVING SMITH PAGE 4 OF 4 CORP DATE 204~=t40 SP-t LF SAW CUT (EXISTING ASPHALT) $I $6 $1 50 ,SP-2 LF SAW CUT (EXISTING CONCRETE) $3 12 $3 00 EP-3 CY STRUCTURAL CONCRETE (CLASS A) $364 00 SS-aX 00 SP-4 CY CONCRETE FOR LIGHT gTANDARD BASE8 $234 00 $~R 00 $P-6 EA CONCRETE FOR TRAFFIC CONTROL PULL BOX $312 00 $300 00 8P-7 8Y CONCRETE PAD FOR 8PAN SHELTER! $35 10 $33 75 SP~ FA. WATER SERVICE ADJUSTMENTS $260 00 $250 00 8P-9 LS MIEC SPRINKLER SYSTEM ADJUSTMENTS $260 00 $250 00 ~/ /', t ~ L CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 18 day of MAY A D, 1999, by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through MICHAEL W. JEZ, City Manager, thereunto duly authorized so to do, hereinafter termed "OWNER," and FLOYD SMITH CONCRETE, INC. P O. BOX 1781 DENTON, TX 76202 of the City of DENTON County of DENTON and State of TEXAS, hereinafter termed "CONTRACTOR" WITNESSETH That for and ~n consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed ~n the bonds attached hereto, CONTRACTOR hereby agrees wtth OWNER to commence and complete performance of the work specified below BID # 2281- ANNUAL CONTRACT FOR CONCRETE WORK tn the amount of $ 550,000 and all extra work m connecUon therewtth, under the terms as stated in the General Cond~tions of the agreement, and at hts (or their) own proper cost and expense to furmsh all materials, supplies, machinery, eqmpment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, m accordance w~th the cond~tions and prices stated m the Proposal attached hereto, and tn accordance w~th all the General Conditions of the Agreement, the Spectal Conditions, the Not~ce to B~dders (Advertisement for Bids), Instructtons to Bidders, and the Performance and Payment Bonds, all attached hereto, and m CA- 1 accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by ENGINEERING AND TRANSPORTATION DEPARTMENTS all of which are made a part hereof and collectively ewdence and constitute the entire contract Independent Status It ~s 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, w~thholdmg, social security taxes, vacation or s~ck leave benefits, worker's compensation, or any other Ctty employee benefit City shall not have supervision and control of Contractor or any employee of Contractor, and it ~s expressly understood that Contractor shall perform the serwces hereunder according to the attached specifications at the general direction of the City Manager of the C~ty of Denton, Texas, or his designee under this agreement Indemm fieatlon Contractor shall and does hereby agree to indemnify and hold harmless the C~ty of Denton from any and all damages, loss, or habthty of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, ~ts officers, agents, employees, mwtees, and other persons for whom it ~s legally liable, w~th regard to the performance of th~s Agreement, and Contractor will, at ~ts cost and expense, defend and protect the City of Denton against any and all such clauns and demands Choice of Law and Venue Tfus 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 not,ce to commence work and complete all work Wltfun the tune stated in the Proposal, subject to such extensions of t~me as are provided by the General and Special Condmons The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract CA - 2 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That FLOYD SMITH CONCRETE, INC, whose address Is P.O BOX 1781, DENTON, TX 76202, hereinafter called Principal, and b,Ni/t,c~,~/~ ,5'a~e~r~ o F/¢/r~a~ a corporation organhzed and ex~stmg under the laws df the State of TEXAS, and fully anthonzed to transact business ~n the State of Texas, as Surety, are held and firmly bound unto the Cay of Denton, a municipal corporation organized and ex~stmg under the laws of the State of Texas, hereinafter called Owner, m the penal sum of FIVE HUNDRED FIFTY THOUSAND and no/100 DOLLARS ($550,000) plus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and hquldated damages arising out of or connected with the below Identified Contract, m lawful money of tho Umted States, to be prod in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby b~nd ourselves, our heirs, executors, admamstrators, 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 whmh reduces the Contract prme decrease the penal sum of th~s Bond THE OBLIGATION TO PAY SAME ~s conditioned as follows Whereas, the Prlnmpal entered ~nto a certain Contract, ~dentlfied by Orthnance Number 99-160, w~th the C~ty of Denton, the Owner, dated the 18 day of MAY A.D. 1999, a copy of which is hereto attached and made a part hereof, for BID # 2281 - ANNUAL CONTRACT FOR CONCRETE WORK NOW, THEREFORE, If the Pnnclpal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, condmons 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 w~thout notice to the Surety, and dunng the life of any guaranty or warranty reqmred under th~s Contract, and shall also well and truly perform and fulfill all the undertakmgs, covenants, terms, conditions and agreements of any and all duly anthonzed modifications of smd Contract that may hereafter be made, notice of wfuch modifications to the Surety being hereby waived, and, ff the Pnnc~pal shall repmr 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, ff 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 here~n and shall fully reimburse and repay Owner all outlay and expense which the Owner may recur in making good any default or deficiency, then this obhgat~on shall be vmd, otherwise, ~t shall remain m full force and effect PB - 1 PROVIDED FURTHER, that ~f any legal action be filed upon this Bond. exclusive venue shall he m Denton County, State of Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby supulates and agrees that no change, extension of ume, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Spec~ficaUons, Drawings, etc, accompanying the same, shall m anywise affect its obhgat~on on th~s Bond, and ~t does hereby waive notice of any such change, extension of time, alteration or addmon to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawmgs, etc Th~s Bond ~s g~ven 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 herem as the Resident Agent m Denton County to whom any reqms~te notices may be delivered and on whom serwce of process may be had m matters arising out of such suretyship, as prowded by ArUcle 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, th~s instrument is executed In 4 cop~es, each one of which shall be deemed an ongmal, th~s the 18 day of MAY 1999. ATTEST PRINCIPAL SECRETARY PRE'glI~4qT ATTEST SURETY BY ' ATTO EY-I - ACT The Resdent Agent of the Surety m Denton County, Texas for dehvery of not~ce and service of the process ~s NAME .r~__ ~ ~ STREET ADDRESS (NOTE Date of Performance Bond must be date of Contract If Resident Agent ts not a corporatton, gtve a pemon's name ) PB-2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement m the year and day first above written ATTEST ~1 ~ BY 3 (SEAL) ATTEST CONT~CTOR MAILING ADDRESS PHONE NUMBER TITLE APPROVED AS TO FO~ P~NTE~ NAME CITY ATTORNEY CA - 3 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That FLOYD SMITH CONCRETE INC, whose address as P.O. BOX 1781, DENTON, TX 76202, hereanafter called Principal, and/~t,4/~/~L ,Stoe~_TV~ ,o,c ,0a~&~c~a a corporataon orgamzed and existing under the laws of the State of TEXAS, and fully authorized to transact business m the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporauon organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporauons who may furmsh matermls for, or perform labor upon, the building or maprovements hereanafter referred to, an the penal sum of FIVE HLrNDRED FIFTY THOUSAND and no/100 DOLLARS ($550,000) ~n lawful money of the United States, to be pa~d m Denton, County, Texas. for the payment of which sum well and truly to be made, we hereby band ourselves, our heirs, executors, administrators, successors, and ass:gns, jointly and severally, firmly by these presents This Bond shall automancally be increased by the amount of any Change Order or Supplemental Agreement whach 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 condltaoned as follows Whereas, the Prlnmpal entered into a certam Contract, ldennfied by Ordinance Number 99-160, with the City of Denton, the Owner, dated the 18 day of MAY A.D 1999, a copy of which is hereto attached and made a part hereof, for BID # 2281 - ANNUAL CONTRACT FOR CONCRETE WORK. NOW, THEREFORE, if the Principal shall well, truly and fmthfully perform its dunes and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work prowded for in saad Contract and any and all duly authorized modffiCatlons of smd Contract that may hereafter be made, notice of which modlficanons to the Surety being hereby expressly waived, then thas obhgauon shall be void, otherwase it shall remaan m full force and effect PROVIDED FURTHER, that ff any legal acuon be filed on this Bond, exclusive venue shall he m Denton County, Texas AND PROVIDED FURTHER, that the smd Surety, for value received, hereby snpulates and agrees that no change, extension of nme, alteration or addlnon to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Spemficauons, Drawings, etc, accompanying the same, shall an anywase affect ats obhgatmn on thas Bond, and it does hereby waive notice of any such change, extensaon of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc PB - 3 This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas The undersigned and designated agent is hereby designated by the Surety herein as the Resdent Agent m Denton County to whom any reqmslte notices may be dehvered and on whom service of process may be had m matters arising out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, Vernon's Annotated C1vll Statutes of the State of Texas IN WITNESS WHEREOF, this mstnunent ts executed m 4 eop~es, each one of which shall be deemed an original, th~s the 18 day of MAY 1999 ATTEST PRINCIPAL BY PREYS~D{~I~T .... ,~,~t/ ATTEST /~ SURETY The Resident Agent of the Surety in Denton County, Texas for dehvery of notme and service of the process ~s (NOTE Date of Payment Bond must be date of Contract If Restdent Agent ts not a corporatton, give a person ts name ) 2281 CONTRACT & BONDS & INSURANCE PB - 4 JUN 06 99 (TUE) ~.t 45 ~ITY OF DENTON PUR(~HASIN~. 940 ~4~ 7~02 PAG~ 2/2 USA gESTE~ ~ W~ M/~/~ ~:2~ ~ :~/~ NO:~O ~RS~ SU~~ OF ~~CA P.O. ~ 1~ '~, ~ C~ A~ ~or~mm~---~ ~ ~~AMi~ ~ ~b,, ~'/~/~,,, 05/19/1999 ~aODUC~ (940) ~ ~MA~ .... · . v~ ~. ~~ - ~ ONLY ~D C~FE~ ~ ~ S30 Souch Z-35E, Sutte A ~TER~EC~E~F~DBY~8~ Denton, ~ 76205-7829 COMPM8 ~F~ ~ Ext A ~ Floyd ~th ~ncrete, Znc ~ Texas ~ork C~p Sns ~und B P.o. Box Denton, ~ 76201 c D A ~ ~ X ~CLP~044054 09/28/~9~8 09/28/~999 ~s~ ~~) ~s 50~ B ~l~ ~ TSFO001082227 09/28/1998 09/28/1999 ~ S :~'¥'-Oi~'OENTON,~~EiVI'S, EMPLOYEES AND VOLUNTEERS ARE NAMED AS AOOTTTONAL TNSURED 30 )AY NOTZCE ~/~LL BE PROVTDED FOR NOTTCE OF CA. NCELLAT'T'ON, NON-RENEWAL OR REDUCTTON TN COVEIL~GE CERTIFICATE OF INSURANCE [] ALLSTATE INSURANCE COMPANY L~ ALLSTATE INUt;MNI! Y GUMPANY [] ALLSTATETEXAS LLOYD'S HIb L,t=H I It-IL, Al I: lb IbbU~=LI Ab A MAI I t'lt Ut- IN~" UHMAI IUN UN LY AN!J C~L1NI- I=H ~, NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIF~ DATE OOr~ NOT AM END, LX rE.ND Oil ALt'CO TI Ir OOv['nAor AffORDED DY T~ ;c POLICIE3 BELOW OER1]FICATE HOLDER NAMED IN6URED Name and Address Ot ~,...a r_l¥ 4o Whom thlu Certificate ts Issued Name and Address ot Insured CITY OF DENTON FLOYD SM%TH PURCHASING D~'Pi PO BOX 1781 Al'TN O£N[$E HARPOOL DENTON TX 76201 Ai~( 940 ) 349-7302. ps, lain The mburence afforded by the poIIcioa described herein ia subJeut to all Ihs lerme, oxclumona, and con(hUons of such TYPE OF INSURANCE AND LIMITS Policy Effective Expiration Limit Afnounl GrNERAL AGGR E(~ATE,LIMIT ~O[he! thee Produc. t.s -- Completed Operations) PROD_.UC_TS -- COMPLETED OPERATIONS AGGREGATE LIMIT PERSONAL AND ADVERTISING INJURY LIMIT_ _ $ EAOH OCCURRENCE LIMIT _ _ . $ PHYSICAL_O_AMAGE LI MIT ,Ii ANY ONE LOSS LIABILITY AUTOMOBILE LIABILITY N,,mhpr 649559731 Date 05/21/99 Daro 06/1 ]/00 Cove~Bo Ea~l~. Limits -DODILV INJURY & ~_~DP~RIV DAMAGE 1 $ 1,000,000. [ EACH ACCIDENT r~SPECI~'IEB AtllfI~ XI .nH nwNrn AIITD~ ~lll LIebIlI~ t. lmde Ibtrfily Inlury - Prepertf Dima~_e . r-~0WNEO PRIVATE PASS~[N~t:R AU t()~ $ PERSON I JOY/NED AUTOS OTHER TH~N PRIVATF f'A~'~rNb~ $ $ A~'~'II1FNT EACH OCCURRENCE GENERAL AGGREGATE. PRODUCTS -- COMPLETED OPE~GATE $ IIi . s --,~'~'~" ~ ' OTHER (Show Policy EIle~tive ' ~.~'~,*"~'"' Expirallon lype o, Pol,cy, Number DESCRIPTION OF OPERATIONS/LOCATIONS~EHICLESIRESTRIC 1 IONblSPECIAL ITEMS '-- -~" ATTACHED) ./ ./ _ ............................ ........................ Allstate* ¥ou'~ in food hands. u~er ~0000 1 % ] qR1 ~RD /~l Aq'B~I) 4181 4 lqq7 PORI~ /250 XLT 444~ ', Iqq~ ~)RU T~U~/F250 8972 LAST %-: CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Btdder's attentton ts dtrected to the tnsurance reqmrements below It ts htghly recommended that btdders confer wtth thetr respecttve tnsurance carrters or brokers to determine tn advance of Btd submtsston the avadabdtty of tnsurance certificates and endorsements as prescribed and provtded heretn If an apparent low btdder fads to comply strictly wtth the tnsurance reqmrements, that btdder may be dtsquahfied from award of the contract Upon btd award, all tnsurance requtrements shall become contractual obhgattons, whtch the successful bulder shall have a duty to matntatn throughout the course of this contract STANDARD PROVISIONS Wtthout ltmtttng any of the other obltgattons or ltabtltttes 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 insurance coverage as tndtcated heretnafler As soon as practtcable after nottficatton of btd award, Contractor shall file wtth the Purchastng Department sattsfactory certtficates of tnsurance, contatntng the btd number and tttle of the project Contractor may, upon wrttten request to the Purchastng Department, ask for clartficatton of any tnsurance requirements at any ttme, however, Contractors are strongly advtsed to make such requests prtor to btd opentng, stnce the tnsurance requtrements may not be mo&fled or watved after bid opentng unless a wrttten exceptton has been submttted wtth the btd Contractor shall not commence any work or dehver any material unttl he or she receives nottficatton that the contract has been accepted, approved, and stgned by the Ctty of Denton All tnsurance pohctes 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 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 m the bid proposal If requested by the City, the insurer shall reduce or eliminate such deductibles or self-msured 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, claun administration and defense expenses · Liability policies shall be endorsed to provide the following · ,, Name as addit~onal ~nsured the C~ty of Denton, ~ts Officials, Agents, Employees and volunteers · * That such ~nsurance is primary to any other ~nsurance available to the addmonal insured with respect to claims covered under the policy and that th~s ~nsurance apphes separately to each insured against whom claun ~s made or suit is brought The mcluslon of more than one insured shall not operate to increase the msurer's limit of habd~ty 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 I0 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED" ,, Should any of the reqmred ~nsurance be prowded under a clanns-made form, Contractor shall maintain such coverage continuously throughout the term of th~s 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 clanns made after exp~rataon of the contract shall be covered · Should any of the reqmred insurance be provided under a form of coverage that includes a general annual aggregate lumt prowdlng for claims mvesUgat~on or legal defense costs to be ~ncluded m the general annual aggregate hmlt, 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 or~gmatmg after such lapse shall not be processed until the C~ty receives satisfactory evidence of reinstated coverage as reqmred by th~s contract, effective as of the lapse date If Insurance is not reinstated, City may, at ~ts sole option, ternunate this agreement effective on the date of the lapse SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS All tnsurance poltctes proposed or obtatned tn sattsfactton of thts Contract shall addtttonally comply wtth the followtng marked spectficattons, and shall be matntatned tn comphance wtth these addtttonal spectficattons throughout the duratton of the Contract, or longer, tf so noted IX] ^ General Llablhty Insurance: General L~ablhty insurance w~th combined s~ngle bmlts of not less than $1,000,000 shall be provided and maintained by the Contractor The pohcy shall be written on an occurrence bas~s e~ther m a single pohcy or in a combination of underlying and umbrella or excess pohc~es If the Commermal General L~abfl~ty form (ISO Form CG 0001 current edition) ~s used · Coverage B shall ~nclude personal injury · Coverage C, medical payments, is not required If the Comprehensive General Llablhty form (ISO Form GL 0002 Current Edltton 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 hablhty (preferably by endorsement) covering this contract, personal injury l,ablllty and broad form property damage hablhty IX] Automobile Liablhty Insurance' Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000 e~ther in a single policy or in a combination of basic and umbrella or excess policies The pohcy will include bodily injury and property damage llab,llty arising out of the operation, maintenance and use of all automob,les and mobile equipment used in conjunction with this contract Satisfaction of the above requirement shall be m 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, in addition to meeting the mmlmum statutory requirements for issuance of such insurance, has Employer's Llab~hty limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 pohcy hmlt 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 bmldmg 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 Commlss,on (TWCC) [ ] Owner's and Contractor's Protective Lmbllity Insurance The Contractor shall obtain, pay for and maintain at all tunes during the prosecution of the work under this contract, an Owner's and Contractor's Protective Llablhty insurance policy naming the C~ty 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 ~ssued by the same insurance company that carries the Contractor's habdlty ~nsurance Policy llrmts will be at least combined bodily injury and property damage per occurrence with a aggregate [ ] Fire Damage Legal L~abdity 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 bmldmg Limits of not less than each occurrence are required [ ] Professmnal Liabd~ty Insurance Professional liability insurance with lunltS not less than per claim w~th respect to neghgent acts, errors or omissions in connection with professional services is required under this Agreement [ ] Builders' Risk Insurance Bmlders' 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 [ ] Additmnal Insurance Other insurance may be required on an individual basis for extra hazardous contracts and speclflC service agreements If such additional insurance is required for a speclflC contract, that requirement w~ll be described in the "Specific Conditions" of the contract specifications ATTACHMENT I [x} Worker's Compensat,on Coverage for BuddEng or ConstructEon ProJects for Governmental Ent,tms A Deflmt~ons Certificate of coverege ("oert~f~cate")-A copy of a certificate of ~nsurence, a oertlflcete of authonty to self-insure ~ssued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation ~nsurance coverage for the person's or ent~ty's employees prowd~ng serwces on a project, for the duration of the project Duration of the project - ~ncludes the t~me from the beg~nmng 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 prowd~ng services on the project ("subcontractor" ~n §406 096) - includes all persons or ent~tles performing all or part of the serwces the contractor has undertaken to perform on the project, regardless of whether that person contracted d~rectly w~th the contractor and regerdless of whether that person has employees Th~s ~ncludes, w~thout hmltetlon, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furmshes persons to prowde serwces on the project "Services" include, w~thout hm~tat~on, prowd~ng, heuhng, or dehvenng equipment or matenals, or prowd~ng labor, transportation, or other service related to a project "$erwces" does not ~nclude activities unrelated to the project, such as food/beverage vendors, office supply del~venes, and dehvery of portable toilets B The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and flhng of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all employees of the Contractor prowd~ng serwces on the project, for the duration of the project C The Contractor must prowde a cert~hoate of coverage to the governmental entity pnor 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 per~od, file a new certificate of coverage w~th the governmental entity showing that coverage has been extended E The contractor shall obtain from each person prowd~ng serwces on a project, and prowde to the governmental entity (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity w~ll have on file certificates of coverage showing coverage for all persons prowdlng serwces on the project, and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, ~f 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 not~fy the governmental entity ~n writing by certified ma~l or personal dehvery, w~th~n 10 days after the contractor knew or should have known, of any change that mater~ally affects the prows~on of coverage of any person prowdmg serwces on the project H The contractor shall post on each project s~te a notme, ~n the text, form and manner prescribed by the Texas Workers' Compensation Commission, ~nformmg all persons providing serwces on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage The contractor shall contractually require each person w~th whom ~t contracts to prowde serwces on a project, to (1) prowde coverage, based on proper reporting of class~fmabon codes and payroll amounts and flhng of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all of ~ts employees prowd~ng servmes on the project, for the duration of the project, (2) prowde to the contractor, prior to that person begmmng work on the project, a certificate of coverage showing that coverage is being prowded for all employees of the person prowdmg serwces on the project, for the duration of the project, (3) prowde the contractor, prior to the end of the coverage per~od, a new certificate of coverage showing extension of coverage, ~f the coverage penod shown on the current certificate of coverage ends during the duration of the project, (4) obtain from each other person w~th whom ~t contracts, and prowde to the contractor (a) a certificate of coverage, pnor to the other person beg~nmng work on the project, and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage per~od, ~f the coverage per~od 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) not~fy the governmental entity ~n writing by certified ma~l or personal delivery, w~thln 10 days after the person knew or should have known, of any change that mater~ally affects the prows~on of coverage of any person prowd~ng serwces on the project, and (7) contractually require each person w~th whom ~t contracts, to perform as required by paragraphs (1) - (7), w~th the certificates of coverage to be provided to the person for whom they are prowd~ng services J By slgmng th~s contract or prowd~ng or causing to be prowded a certificate of coverage, the contractor ~s representing to the governmental entity that all employees of the contractor who w~ll prowde serwces on the project w~ll be covered by workers' compensation coverage for the duration of the project, that the coverage w~ll be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements w~ll be filed with the appropnate insurance carrier or, in the case of a self-insured, w~th the commission's D~ws~on of Self- Insurance Regulation Prowd~ng false or mmleadmg ~nformat~on may subject the contractor to adm~mstrat~ve penalties, criminal penalties, penalties, or other mwl actions K The contractor's failure to comply w~th any of these provisions ~s a breach of contract by the contractor which ent~tles the governmental entity to declare the contract void ~f the contractor does not remedy the breach w~th~n ten days after receipt of not~ce of breach from the governmental entity Concrete Work BID TABULATION SHEET Work Days B~d No 2281 PO No Item Description Quantity Unit Price Total 11 $ (Inlets 16 $ 200 00 /EA Unit Pnce m Words Two hundred and 00/100 dollars 3-A Pavement 1 S0 $ 16.20 3 Umt Pnce m Words Szxteen and 20/100 doll ars -B Remove Concrete Curb & Gutter]. 505 LF $ ~,00 /LF]$ 3,030.0{ Unit Price m Words SLX and 00/100 dollars 3-C IRemoveConcrcteDnveway&Sidewalk ] 513 ] SY ]$ 16.20 /SYIS 87310 61 UmtPnee m Words S~_xteen and 20/100 dollars 33 UnclA,g,fied Excavation [ 413 CY $ /CY $ 9.00 3,717.0C Unit Pnce m Words Nzne and 00/100 dollars ~'nm?cted Fill/EmbAnkment I 20 O0 /CY $ 20 Umt Price In Words arid 00/lO0 dollars 1 7.50/SY Umt Price m Words Seven and 50/100 dollars ; 7-B (Type D Patch Material) 1 75.00 /SY $ 75 Unit Price m Words Seventy f~.ve and 00/100 dol 1 ars Concrete Flatwork (colored/textured) 5 8-A-2 " ia 0to lOOSq Yds 559 60.75/SY $33~959.25 Umt Price in Words Szxt¥ and 75/100 dollars ~ 101 Sq Yds Toup I SY $ 60 75/SY $ 60 75 Unit Price in Words and dollars [ 5 8-A Concrete Pavement (Radms, Etc ) $ 0toSOSq Yds I $ 31.5(~SY $ 31 50 UmtPnce m Words Th~.rty one and 50/100 dollars 5 8-A 51 to 100 Sq Yds I $ 31.5(JSY 31 Umt Pnce m Words one and dollars 5 8-A 101 toS00Sq Yds 1490 $ 30.2~Sy 45,072 50 9/22/98 P 3 Concrete Work BID TABULATION SHEET Work Days B~d No 2281 PO No Item Description Quantity Unit Price Total Umt Price m Words and doll ars 1 6" Concrete Pave. re.hr (]~.d.,% Etc with Fibers) 0toSOSq Yds 1 $ 32.85/SY $ 32 Umt Pnce m Words Th~.rty two and 85/100 dollars 51 to 100 Sq Yds 1 32.85/SY $ Umt Pnce m Words two and doll ars 101 to 500 Sq Yds I $ 5 8-B 8" Concrete Pavem-nt (llath.% etc ) a 0toSOSq Yds ] 39 aY $ ~6.45/SY I $ 1,421.5 Unit Price m Words Th~rt s~.x and 45/100 dollars 51 to 100Sq Yds 1 $ 36.45 Umt Price m Words slx and dollars 101 to 500 Sq Yds 584 $ 35.00/SY UmtPnce rewords Thirty f~ve and 00/100 dollars 0toSOSq Yds 1 $ 37.80/SY $ 37.8( UmtPncemWords Thirty seven and 80/100 dollars 51tol00Sq Yds I $ 37 80/SY $ 37 Umt Price m Words Thirty seven and 80/100 dollars 8-B1 101toS00Sq Yds 1 $ 36,3~Sy $ 36 UmtPncemWords Thzrty szx and 35/100 dollars 2 10 (C) One Sack Conorete Backfill 5 49.5~t2Y $ Umt Price m Words nxDe and dollars 672-A Ad~ustManhnleandInlets I ]EA $ 550.00/BA $ 550.0t UmtPncemWords Five. budnrmd fqftv and OO/100 dollars 9/22/98 P 4 Concrete Work BID TABULATION SHEET Work Days B~d No 2281 PO No Item Description Quantity Unit Price Total 5-1 Headwal]s (15" to 36" I $ 1050. O0/LS 1,050 .C Umt Price In Words One thousand and 00/100 dollars 745-1A A Headwalls (39" to 72" 1 $ 3150.00 /LS Umt Pnce In Words Three thousand one hundred fxfty and 00/100 dollars l Umt Price In Words One thousand one hundred f~fty and 00/100 dollars UmtPnce In Words Three thousand two hundred f~ft¥ and 00/100 dollars l 76A-1 ]4' ID M~nhnl. (0' to 6' Depth) [ 1 [ Em ]$ 1300 00/BA]$ 1~300. Umt Price m Words One thousand three hundred and dollars 6A-! (1) ! 100. O0/VF 100 UmtPnce rewords One hundred and 00/100 dollars 6 A-2 x 5' Sunc~on Box (0' to 6' Depth) 3 $ 1600 UmtPncemWords One thousand sxx hundred and 00/100 dollars 1 $ 100.00/VF 100 iUm, P.cemWords One hundred and 00/100 dollars I 004^ 76A-3 4' Inlet (0' to 6' Depth) 8 EA $ 1450 $ 11 ~600.0( UmtPncemWords One thousand four hundred f~fty and 00/100 dollars ! $ 100 00NF $ 100 UmtPncemWords One hundred and 00/100 dollars 6A-4 to 6' Depth) 1 $ 1650.00/EA $ Umt Pnee m Words One tho,,s~nd slx dollars 1 $ 150 OOArF $ UmtPncemWords One hundred f~fty and 00/100 dollars '6A-5 2 1750 00/BA $ 3,500 UmtPncemWords One thousand seven hundred f~fty and 00/100 dollars 150 00/VF $ 9/22/98 P 5 Concrete Work BID TABULATION SHEET Work Days B~d No 2281 PO No Item Description Quantlt Unit Price Total Unlt Pnce m Words One hundred fxfty and 00/100 dollars 7 6 A-6 2 1850.OQEA One thousand hundred and 00/100 dollars 1 $ 150 UmtPnee m Words One hundred fifty and 00/100 dollars A-7 Rebmlt Inlet (Remove and Replace Top) 4' Inlet 2 700 00EA UmtPnce m Words Seven hundred and 00/100 dollars 6' Inlet I $ 750.00/EA $ UmtPnee rewords Seven hundred fzfty and 00/100 dollars 8' Inlet 1 $ 800.00/EA $ 800 UmtPnec rewords hundred and 00/100 dollars 10' Inlet I $ 850 0QrEA $ 850 UmtPncemWords E~?~ht hundred fifty and 00/100 dollars 7 6 A-8 Rebuilt Exmtm~ Inlet (Specml) a 4 Inlet I 1 EA $ 1500.00EA $ 1,500 0( Umt Pnee m Words One thousand five hundred and 00/100 dollars lb 6'Inlet I I [EA $ 1600'00/EA $ 1,600'0( UmtPnce m Words One thousand s~x hundred and 00/100 dollars [c 8'Inlet I 1 Em [$ 1800.00~A[$ 1,800.0( UnltPnce m Words One tho,,~mnd eight hundred and 00/100 dollars d ' lO'Inlet ] 1 EA $ 2000.00EA I $ 2,000.0' UmtPneemWords Two thousand and 00/100 dollars 1 IBameades, Warning Slims & Detours [ 43 350.0~S tt Pnce m Words Three and dollars 2 259 6.0~LF 1,554 Slx and 00/100 dollars 9/22/98 P 6 Concrete Work BID TABULATION SHEET Work Days Bid No 2281 PO No, Item Description Quantity Unit Price Total 1 Dowel-On Integral Curb (WIth FIbcrs) 1 7.00 /LF $ 7.00 Umt Price m Words Seven and 00/100 dollars 2-A Co~ncrcte Curb & Gutter 0' to 250' 2876 8 35 Umt Pnce m Words Exit and 35/100 dollars Umt Pnce m Words El~ht and 35/100 dollars c 1,001'-up [ 8320 LF $ 7.69 /LF $ 63.232.0(~ Umt Price m Words Seven and 60/100 dollars 2-A 1 Concrete Curb & Cutter (With Fibers) a O'to250' I LF $ 8.85 /LF $ 8.85 UmtPncemWonis El and 85/100 dollars 251'to 1,000' 1 $ 8.85 /LF Umt Price m Words Ezght and 85/%00 dollars 1,001'-up ] I LF $ 8.10 /LF $ Umt Price m Words Ezght and 10/100 dollars UmtPnce m Words Eleven and 35/100 dollars A-2 1 Surrao,,ntahle Curb/Fxbers 1 11 85 /SY 11 85 Umt Price m Words Eleven and 85/100 dollars [6" Concrete Dnvewa¥ ]a Oto5OSq Yds I 671 $ 31.50 /SY UmtPnce rewords qlh~rt}t one and 50/100 dollars I b 51tolOOSq Yds I 1 SY l$ 31.50 /SY 31.50 Umt Price m Words 'Ihxr 101 to Yds 743 $ 30.25 /SY Umt Price m Words and 25/100 dollars 9/22/98 P 7 Concrete Work BID TABULATION SHEET Work Days B~d No 2281 PO No. 1 6" Conc~te ~nveway~]be~ U~t ~ce ~ Words ~zrty CWo and 85/100 dol Um~PncelnWor~ ~rgy ~Wo and 851100 dollar Hmt~celnWor~ ~rt7 one and 60/100 dollars 3-A14"Concrete S~dewa~ a 0toS0SqY~ I 771 I SY * 28.80/SY *22,204.80 Umt Price ~Wo~ ~ent7 e~t and 80/100 dollars b, ~ltol~Sq Y~ [ 184 SY $ 28 80/SY[$ 5,299.201 Umt~ce~Wor~ ~enCy e~[ and 80/100 dollars ~mt~ce~Wor~ ~Bgg sa~on and 80/100 dollars 3-A 1 ~4' Coner~t~ S~dewa~ber~ UmtPnce ~Wor~ ~ent7 n~ne and 70/100 dollars UmtPnce In Wor~ ~ont7 n~ne and 70/100 dollars Um~ ~c, In Wor~ ~ongg o~ gh~ and 701100 doliars ~mt~** ~Wor~ ~ent7 seven and 00/100 dollars Hint Phc, In Wor~ Ton and 501100 dollars 15 Icqncretemp-~pandDrama~eFl~es 3741 I SY $ 31.00 /SY g15~971.00, UmtPnceInWor~ ~[rty one ~d 00/100 dollars 9/2~98 P 8 Concrete Work BID TABULATION SHEET Work Days B~d No 2281 PO No Item Description Quantity Unit Price Total 80 $ 1.50 /LF $ Umt Price In Words One and 50/100 dollars 625 3 O0 /LF Pnce In Words Three and dollars Structural Concrete {Class A~ 127 365.00 /CY Unit Price In Words Three hundred s~.~ 5P-4 Concrete 1 Umt Pnee In Words Concrete for Traffic Control Pull Box 2 $ 300.00/EA $ Un~tPnce In Words Three hundred hundred and 00/100 dollars SP-7 Concrete Pa& for Span Sbe!~.rs [ 1 SY $ 33.75/SY $ 33.7-~ Unit Price In Words Thzrty three and 75/100 dollars UnitPnce In Words Two hundred £zft¥ and O3/100 dollars IM,sc Sp..kler System Adjustment. I I ILS 15 250 0c sl$ 2500( Umt Price m Words T~o hundred and dollars TOTAL $557,172 35 F~_ve hundred f~.fty seven thousand one hundred seventy two and 35/100 dollars AWARD OF THIS BID WILL BE BASED ON BIDS OF ESTIMATED ~ 9/22/98 P 9 Thls bid will be in effect for a period of one year from date of award, but may be extended for additional one year periods if agreed upon, in writing, by both parties with all prices and conditions remaining ~he same. In submitting this bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a reasonable period of time constitutes a contract. The completed Bid Proposal must be properly priced, signed, and returned. P.O. Box 1781 FLOYD SMITH CONCRETE INC. Mailing Address Bidder Denton? TX 76202 ~~ City State Zip Code Signature 940-565-0114 Secretary Telephone/Fax Title P - 11 Concrete Work B~d No 2281 For clanfication of Bid Items TypeA and Type B Headwalls Proposed Alternate B~d 7 4 5-1 Type A Headwalls (12",15",18"&21"per p~pe) LS $ 700 00 7 4 5-1 A Type A Headwalls (24" per p~pe) LS 750 00 7 4 5-1 B Type A Headwalls (30"per pipe) LS 850 00 7 4 5-1 C Type A Headwalls (36"per pipe) LS 1,050 00 7 4 5-1 D Type A Headwalls (42"per p~pe) LS 1,300 00 7 4 5-1 E Type A Headwalls (48"per pipe) LS 1,450 00 7 4 5-1 F Type A Headwalls (54"per pipe) LS 2,050 00 7 4 5-1 G Type A Headwalls (60"per pipe) LS 2,350 00 7 4 5-1 H Type A Headwalls (66"per p~pe) LS 2,750 00 7 4 5-1 I Type A Headwalls (72"per p~pe) LS 3,150 00 7 4 5-2 Type B Headwalls (12",15",18" & 21" per p~pe) LS 700 00 7 4 5-2 A Type B Headwalls (24" per pipe) LS 800 00 7 4 5-2 B Type B Headwalls (30" per pipe) L$ 950 00 7 4 5-2 C Type B Headwalls (36" per p~pe) LS 1,150 00 7 4 5-2 D Type B Headwalls (42" per pipe) LS 1,400 00 7 4 5-2 E Type B Headwalls (48" per pipe) LS 1,550 00 7 4 5-2 F Type B Headwalls (54" per pipe) LS 2,150 00 7 4 5-2 G Type B Headwalls (60" per pipe) LS 2,450 00 7 4 5-2 H Type B Headwalls (66" per pipe) LS 2,850 00 7 4 5-2 1 Type B Headwalls (72" per pipe) LS 3,250 00