Loading...
Contract - Patin Construction - 5/28/2015 City of Round Rock, Texas Contract Forms Standard Form of Agreement: Section 00500 City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor AGREEMENT made as of the e)day of in the year 20 , BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor Patin Construction,LLC ("Contractor") 3800 W.2nd Street Taylor,TX 76574 The Project is described as: Dove Creek Drainage Improvements The Engineer is: Kasberg,Patrick&Associates LP 1008 South Main Street Georgetown,TX 78626 (512)829-9478 For and in consideration of the mutual terms, conditions and covenants of this Agreement and all accompanying documents between Owner and Contractor, the receipt and sufficiency of which are hereby acknowledged,Owner and Contractor agree as follows: ARTICLE I THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement; these form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. An enumeration of the Contract Documents, other than Modifications,appears in Article 7. ARTICLE 2 THE WORK OF THIS CONTRACT Contractor shall fully execute the Work described in the Contract Documents, except to the extent specifically indicated in the Contract Documents to be the responsibility of others. 00500 8-2012 Page 1 of 5 Standard Form of Agreement 00196575 I ARTICLE 3 ®ATE OF COMMENCEMENT; IRATE OF SUBSTANTIAL COMPLETION; DATE OF FINAL COMPLETION 3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a Notice to Proceed issued by Owner. 3.2 The Contract Time shall be measured from the date delineated in the Notice to Proceed. 3.3 Contractor shall commence Work within seven ( 7 ) calendar days from the date delineated in the Notice to Proceed. 3.4 Contractor shall achieve Substantial Completion of the items of Work listed on Attachment A to this Agreement no later than n/a ( n/a ) calendar days from issuance by Owner of l� Notice to Proceed, and Contractor shall achieve Substantial Completion of the entire Work no later than sixty ( 60 )calendar days from issuance by Owner of Notice to Proceed,subject to adjustments of this Contract Time as provided in the Contract Documents. 3.5 If Contractor fails to achieve Substantial Completion of the Work(or any portion thereof) on or before the date(s) specified for Substantial Completion in the Agreement, Contractor shall pay to Owner, as liquidated l� damages,the sum of Five Hundred l and No/100 Dollars($500.00 )for each calendar day that Substantial Completion is delayed after the date(s) specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to achieve Substantial.Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement. It is agreed that the harm that would be caused by such failure, which includes loss of expected use of the Project areas, provision of alternative storage facilities and rescheduling of moving and occupancy dates,is one that is incapable or very difficult of accurate estimation. It is hereby agreed that if Substantial Completion of the Work(or any portion thereof)is not achieved on or before thirty(30)days after the date(s) specified for Substantial Completion in the Agreement, the Owner shall have the option to either collect liquidated damages as set forth herein or to thereafter rely on its remedies under the Contract Documents and at law and in equity, including without limitation, the recovery of actual damages. The date(s) specified for Substantial Completion of the Work(or any portion thereof) in the Agreement shall be subject to adjustment as provided in the Contract Documents. 3.6 Contractor shall achieve Final Completion of the entire Work no later than seventy-five ( 75 )calendar days from issuance by Owner of Notice to Proceed. ARTICLE 4 CONTRACT SUM 4.1 Owner shall pay Contractor the Contract Sum in current funds for Contractor's performance of the Contract.The Contract Sum shall be two hundred and ninety three thousand seven hundred and twenty-five dollars ($293,725.00 ),subject to additions and deductions as provided in the Contract Documents. 4.2 The Contract Sum is based upon the following alternates which are described in the Contract Documents and are hereby accepted by Owner: Base Bid: $138,050.00 Add Alternate Bid: $155,675-00 f Page 2 of 5 ARTICLE 5 PAYMENTS 5.1 PROGRESS PAYMENTS 5.1.1 Based upon Applications for Payment submitted to Engineer and Owner by Contractor,and Certificates for Payment issued by Engineer and not disputed by Owner and/or Owner's lender, Owner shall make progress payments on account of the Contract Sum to Contractor as provided below, in Article 14 of the City of Round Rock General Conditions,and elsewhere in the Contract Documents. 5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month. 5.1.3 Provided that an Application for Payment is received by Engineer and Owner, and Engineer issues a Certificate of Payment not later than the tenth(10th) day of a month, Owner shall make payment to Contractor not later than the tenth(10th)day of the next month. If an Application for Payment is received by Engineer and Owner after the application date fixed above,payment shall be made by Owner not later than one month after the Engineer issues a Certificate for Payment. 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work. The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as Engineer and Owner may require. This schedule, unless objected to by Engineer or Owner,shall be used as a basis for reviewing Contractor's Applications for Payment. 5.1.5 Applications for Payment shall warrant the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.1.6 Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as provided in Article 14 of the City of Round Rock General Conditions. 5.1.7 Except with Owner's prior written approval, Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. 5.2 FINAL PAYMENT 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by Owner to Contractor when: .1 Contractor has fully performed the Contract except for Contractor's responsibility to correct Work,and to satisfy other requirements,if any,which extend beyond final payment;and .2 a final Certificate for Payment has been issued by Engineer. 5.2.2 Owner's final payment to Contractor shall be made no later than thirty (30) days after the issuance of Engineer's final Certificate for Payment. In no event shall final payment be required to be made prior to thirty (30) days after all Work on the Contract has been fully performed. Defects in the Work discovered prior to final payment shall be treated as non-conforming Work and shall be corrected by Contractor prior to final payment, and shall not be treated as warranty items. ARTICLE 6 TERMINATION OR SUSPENSION 6.1 The Contract may be terminated by Owner or Contractor as provided in Article 15 of the City of Round Rock General Conditions. Page 3 of 5 6.2 The Work may be suspended by Owner as provided in Article 15 of the City of Round Rock General Conditions. ARTICLE 7 ENUMERATION OF CONTRACT DOCUMENTS 7.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated as follows: 7.1.1 The Agreement is this executed version of the City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor,as modified, 7.1.2 The General Conditions are the "City of Round Rock Contract Forms 00700," General Conditions, as modified. ' 7.1.3 The Supplementary, Special, and other Conditions ons of the Contract are those contained in the Project Manual dated May 2015 ' 7.1.4 The Specifications are those contained in the Project Manual dated.M4Y 2015 7.1.5 The Drawings, if any,are those contained in the Project Manual dated May 2015 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project May 2015 J t Manual dated 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda, if any,are those contained in the Project Manual dated May 2015 7.1.8 If this Agreement covers construction involving federal funds, thereby requiring inclusion of mandated contract clauses, such federally required clauses are those contained in the "City of Round Rock Contract Forms 03000,"Federally Required Contract Clauses,as modified. 7.1.9 Other documents, if any,forming part of the Contract Documents are as follows: R !�``J AA ARTICLE 8 MISCELLANEOUS PROVISIONS 8.1 Where reference is made in this Agreement to a provision of any document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 8.2 Owner's representative is: Lance Shellenber ,er,P.M. 2008 Enterprise Drive Round Rock,TX 78664 Ishellenbergernroundrocktexas gov(512)218-6609 8.3 Contractor's representative is: Jimmy Patin 3800 W.2nd Street Taylor,TX 76574 Lmmy(a)patincon com (512)269-1 8.4 Neither Owner's nor Contractor's representative shall be changed without ten (10) days' written notice to the other party. 8.5 Waiver of any breach of this Agreement shall not constitute waiver of any subsequent breach. Page 4 of 5 8.6 Owner agrees to pay Contractor from available funds for satisfactory.performance of this Agreement in accordance with the bid or proposal submitted therefor,subject to proper additions and deductions,all as provided in the General Conditions, Supplemental Conditions, and Special Conditions of this Agreement, and Owner agrees to make payments on account thereof as provided therein. Lack of funds shall render this Agreement null and void to the extent funds are not available. This Agreement is a commitment of City of hound Rock's current revenues only. 8.7 Although this Agreement is drawn by Owner, both parties hereto expressly agree and assert that, in the event of any dispute over its meaning or application,this Agreement shall be interpreted reasonably and fairly, and neither more strongly for nor against either party. 8.8 This Agreement shall be enforceable in Round Rock,Texas,and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein,exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 8.9 Both parties hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by an arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act(9 USC Section 1-14)or any applicable state arbitration statute. f8.10 The parties, by execution of this Agreement, bind themselves, their heirs, successors, assigns, and legal representatives for the full and faithful performance of the terms and provisions hereof. This Agreement is entered into as of the day and year first written above and is executed in at least three(3) original copies, of which one is to be delivered to Contractor, one to Engineer for use in the administration of the Contract,and the remainder to Owner. OWNER CONTRACTOR CITYJ ROUD ROCK,TEXAS Printed Name: y , �C"li _ Printed Name: J�/� Title i V,`T"I� Title: Date Signed: ��Zj/ �E7 Date Signed: ATTEST: City Clerk 4FORY,AP ROVE AS TO FORM: y Page 5 of 5 i L PERFORMANCE BOND BOND NO.: 70115661 THE STATE OF TEXAS § xt] § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § 10 That Patin Construction,LLC of the City of Taylor County of L���J111 Williamson , and State Of Texas , as Principal, and The Guarantee Company of North America USA authorized under the law of the State of Texas to act as surety on bonds for principals, are held 1, o andfirmly bound unto THE CITY OF ROUND ROCK,TEXAS,(Owns'),in the penal sum of Two Hundred and Ninety Three Thousand Seven Hundred and Twenty-Five Dollars and No Cents Dollars ($ 293.725.00 ) for the payment whereof, well and truly to be made the said o Principal and Surety bind themselves, and their heirs, administrators, executors, successors and ll �l assigns,jointly and severally,by these presents: WHEREAS,the Principal has entered into a certain written Agreement with the Owner dated the U �A?— day of VAU , 2015 to which the Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length (� herein consisting of: _Dove Creek Drainage Improvements I. l ' (Name of the Project); U NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Agreement and shall, in all respects, duly and faithfully 0 observe and perform all and singular the covenants, conditions and agreements in and by said Agreement, agreed and covenanted by the Principal to be observed and performed, including but not limited to, the repair of any and all defects in said work occasioned by and resulting from defects in materials furnished by or workmanship of, the Principal in performing the Work U covered by said Agreement and occurring within a period of twelve (12)months from the date of iFinal Completion and all other covenants and conditions, according to the true intent and (� meaning of said Agreement and the Plans and Specifications hereto annexed,then this obligation U shall be void; otherwise to remain in full force and effect; 1 PROVIDED, HOWEVER,that this bond is executed pursuant to the provisions of Chapter 2253, U p Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at (; length herein. I LJ D . Page 1 00610 7-2009 Performance Bond r� 00090656 LJ r � i---1 L PERFORMANCE BOND (continued) I_ Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition. to the term. of the Agreement, or to the Work performed thereunder, or the Plans, Specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement,or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Sure have signed and sealed this ' p ri g hls Instrument this 13th day of May , 20 15 . Patin Construction LLC The Guarantee Company of North America USA Princi a , Surety pe., ti Kenneth Nitsche Printed Name Printed Name By: By: Title: Title' Attorney-In-Fact �n JJ Address: 3800 W.2nd Street Address: One Towne Square, Suite 1470 Taylor,TX 76574 Southfield,Michigan 48076 Resident Agent of Surety: OFSignature Kenneth Nitsche Printed Name 143 E.Austin Street Address n Giddings,TX 78942 lul City, State &Zip Code l_J Ll ' I L Page 2 00610 7-2009 Performance Bond 00090656 � IJ ' J PAYMENTBOND BOND NO.: 70115661 THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: �n COUNTY OF WILLIAMSON § J That Patin Construction LLC of the City of Taylor Count > y of Williamson , and State of Texas as Principal, and The Guarantee Company of North America authorized under the laws of the State of Texas to act as Surety on Bonds for Pty&pals, are held and firmly bound unto THE CITY OF ROUND ROCK, (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have �a the right to sue upon this bond, in the penal sum of Two Hundred Ninety Three Thousand Seven Hundred Twenty-Five Dollars and No Cents Dollars ($ 293.725.00 ) for the payment whereof, well and truly be made the �D said Principal and Surety bind themselves and their heirs, administrators, executors, successors, and assigns,jointly and severally,by these presents: WHEREAS, the Pr* ipal has entered into a certain written Agreement with the Owner, dated the '2-}j day ofM , 20_LCj, to which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: Dove Creek Drainage Improvements (Name of the Project); NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall well and truly pay all subcontractors,workers, laborers,D mechanics, and suppliers,all monies to them owing by said Principals.for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of the improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and �-, effect. PROVIDED, HOWEVER,that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. U U Pa ' ge 1 111217-2009 Payment Bond 00090656 i t_ i t l kL.. PAYMENT BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement, or to the Work performed thereunder, or the plans, specifications or drawings accompanying the same shall in anywise affect it's obligation on this bond, and it does hereby waive notice of any such, change, extension of time, alteration or �n addition to the terms of the contract, or to the work to be performed thereunder. l IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument �a this 13th day of May ,20 15 Patin Construction,LLC The Guarantee Company of North America USA Prince�al�_H / Surety Kenneth Nitsche DPrinted Name Printed Name By: By: Ll Title: 1 Title: Attorney-In-Fact Address: 386o W.2nd Street Address: One Tower Square,Suite 1470 -Taylor,TX 76574 Southfield,Michigan 48076 U Resident Agent of Surety: Aignatre Kenneth Nitsche Printed Name — 143 E.Austin U Street Address Giddings-TX 78942 u FI iJ � l J Page 2 00620 7-2009 Payment Bond 00090656 Client#:46421 PATINCON ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATDIYYYY) 5/113/203/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: The Nitsche Group PHONE 979 542-3666 FAx A/C,No,Exit): A/C,No 143 East Austin E-MAIL Giddings,TX 78942-3299 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# 979 542-3666 INSURER A:Cincinnati Insurance Company 10677 INSURED INSURER B:Texas Mutual Insurance Company 22945 Patin Construction LLC 3800 W.2nd Street INSURER C:Cincinnati Insurance Company 10677 Taylor,TX 76574 INSURER D: INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDLSUBR POLICY EFF POLICY EXP LTR INSR WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS A GENERAL LIABILITY EPP0166349 10/25/2013 10/25/201 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES Ea occurrence $500,000 CLAIMS-MADE OCCUR MED EXP(Any one person) $10,000 X PD Ded:2,000 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG I$2,000,000 POLICY X PE� LOC $ C AUTOMOBILE LIABILITY EBA0166349 10/25/2014 10/25/201 EO COMBde INED SINGLE LIMIT $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE AUTOS Per accident $ X rive Oth Car $ A X UMBRELLA LIAB X OCCUR EPP0166349 10/25/2013 10/25/201 EACH OCCURRENCE s5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE s5,000,000 DED X RETENTION$A $ B WORKERS COMPENSATION TSF0001212733 6/03/2014 06/03/201 X WC ST TU- OTH- AND EMPLOYERS'LIABILITY TORY I ITS ER OFFICER/MEM ER EXCLUDEDXECUTIVE� N/A E.L.EACH ACCIDENT $1,000,000 I Mandatory in andNH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) Job: Dove Creek Drainage Improvements Owner: City of Round Rock Engineer: Kasberg, Patrick&Associates, LP As per policy provision,Certificate Holder is listed as additional insured in regard to the auto and general liability policies as provided by additional insured endorsement. A waiver of subrogation [(See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION City of Round Rock SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 221 E. Main st ACCORDANCE WITH THE POLICY PROVISIONS. Round Rock,TX 78664 AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 of 2 The ACORD name and logo are registered marks of ACORD #S582987/M544292 066 THE CITY OF ROUND ROCK BIDS EXTENDED AND CHECKED Utilities & Environmental Services 2008 Enterprise Drive BY: Danny Halden&Jorae Rosenthal " ��''�"'✓ Round Rock, Texas 78664 DATE: 5/5/2015 BID TABULATION SHEET: 1 of 2 CONTRACT:Dove Creek Drainage improvements Patin Construction Coyote Construction Aaron Concrete CRU,LTD JICB Construction LOCATION: 2008 Enterprise Drive Statement of Safety? Yes Statement of Safety?No Statement of Safety?Yes Statement of Safety?Yes Statement of Safety?No DATE: 5/5/2015 TIME:2:00 PM Addendum(s)? N/A Addendum(s)? N/A Addendum(s)? N/A Addendum(s)? N/A Addendum(s)?N/A PROJECT DURATION:75 Calendar Das jBid Bond? Yes I Bid Bond?Yes Bid Bond?Yes Bid Bond?Yes Bid Bond?Yes BASE BID APPROX. UNIT UNIT UNIT UNIT UNIT ITEM# ITEM DESCRIPTION QTY. UNIT PRICE COST PRICE COST PRICE COST PRICE COST PRICE COST I Mobilization 1 LS $15,000.00 $15,000.00 $16,000.00 $16,000.00 $15,000.00 $15,000.00 $12,000.00 $12,000.00 $19,000.00 $19,000.00 2 Trench Safety 1350 LF $2.00 $2,700.00 $1.50 $2,025.00 $13.00 $17,550.00 $2.00 $2,700.00 $5.00 $6,750.00 3 Barricade,Signing&Traffic Safety I LS $5,000.00 $5,000.00 $6,000.00 $6,000.00 $18,000.00 $18,000.00 $8,000.00 $8,000.00 $13,000.00 $13,000.00 4 15'x 3'Curb Inlet 4 EA $6,000.00 $24,000.00 $5,180.00 $20,720.00 $5,500.00 $22,000.00 $11,500.00 $46,000.00 $10,000.00 $40,000.00 5 10'x 3'Curb Inlet I EA $5,000.00 $5,000.00 $3,600.00 $3,600.00 $3,600.00 $3,600.00 $9,500.00 $9,500.00 $8,000.00 $8,000.00 6 Adjust Existing Wastewater Service I EA $5,000.00 $5,000.00 $1,750.00 $1,750.00 $5,800.00 $5,800.00 $3,000.00 $3,000.00 $7,500.00 $7,500.00 7 Adjust Existing Water Service 2 EA $5,000.00 $10,000.00 $2,400.00 $4,800.00 $5,000.00 $10,000.00 $3,000.00 $6,000.00 $7,500.00 $15,000.00 8 Y x 5'Concrete Junction Box 2 EA $4,500.00 $9,000.00 $4,300.00 $8,600.00 $4,200.00 $8,400.00 $12,500.00 $25,000.00 $7,800.00 $15,600.00 9 36"Outfall 1 EA $7,500.00 $7,500.00 $7,250.00 $7,250.00 $6,000.00 $6,000.00 $12,500.00 $12,500.00 $7,500.00 $7,500.00 10 2"HMAC Type D 82 TN $150.00 $12,300.00 $285.00 $23,370.00 $200.00 $16,400.00 $650.00 $53,300.00 $250.001 $20,500.00 11 Replace Concrete Sidewalk 60 SY $70.00 $4,200.00 $84.00 $5,040.00 $345.00 $20,700.00 $150.00 $9,000.00 $120.00 $7,200.00 12 Replace Concrete Curb&Gutter 25 LF $50.00 $1,250.00 $175.00 $4,375.00 $80.00 $2,000.00 $90.00 $2,250.00 $100.00 $2,500.00 13 8"- 12"Deep Rock Riprap 40 SY $50.00 $2,000.00 $125.00 $5,000.00 $95.00 $3,800.00 $125.00 $5,000.00 $200.00 $8,000.00 14 Replace Concrete Valley Gutter 10 SY $100.00 $1,000.00 $472.00 $4,720.00 $300.00 $3,000.00 $300.00 $3,000.00 $200.00 $2,000.00 15 Silt Fence 400 LF $3.00 $1,200.00 $5.30 $2,120.00 $4.00 $1,600.00 $6.00 $2,400.00 $4.00 $1,600.00 16 Rock Berm 25 LF $40.00 $1,000.00 $100.00 $2,500.00 $50.00 $1,250.00 $65.00 $1,625.00 $30.001 $750.00 17 Inlet Protection 5 EA $100.00 $500.00 $275.00 $1,375.00 $110.00 $550.00 $150.00 $750.00 $130.00 $650.00 18 Sod in-kind 40 SY $10.00 $400.00 $33.00 $1,320.00 $14.99 $599.60 $15.00 $600.00 $30.00 $1,200.00 19 Remove/dispose AC Water main 100 LF $20.00 $2,000.00 $25.00 $2,500.00 $125.00 $12,500.00 $150.00 $15,000.00 $300.00 $30,000.00 20 Adjust Existing Water Main 100 LF $250.00 $25,000.00 $125.00 $12,500.00 $150.001 $15,000.00 $200.001 $20,000.00 $200.00 $20,000.00 21 Water Main Fittings 0.5 TN $8,000.00 $4,000.00 $3,508.00 $1,754.00 $1,973.581 $986.79 $7,500.001 $3,750.00 $6,250.00 $3,125.00 TOTAL BASE BID: S138,050.00 $137,319.00 $184,736.39 $241,375.00 $229,875.00 *Corrected upon bid tabulation BID TABULATION Contract: Dove Creels Drainage Improvements(Continued) SHEET:2 oft Patin Construction Coyote Construction Aaron Concrete CRU,LTD JKB Construction ADD ALTERNATE NO.1 APPROX. UNIT UNIT UNIT UNIT UNIT ITEM# ITEM DESCRIPTION QTY. UNIT PRICE COST PRICE COST PRICE COST PRICE COST COST COST AI-1 36"Reinforced Concrete Pie 745 LF $163.00 $121,435.00 $225.00 $167,625.00 $200.00 $149,000.00 $235.00 $175,075.00 $242.00 $180,290.00 Al-2 30"Reinforced Concrete Pie 165 LF $145.00 $23,925.00 $210.00 $34,650.00 $160.00 $26,400.00 $205.00 $33,825.00 $220.00 $36,300.00 Al-3 18"Reinforced Concrete Pie 135 LF $125.00 $16,875.00 $132.00 $17,820.00 $135.00 $18,225.00 $155.00 $20,925.00 $177.00 $23,895.00 Al-4 36"RCP 22.5°Bend 3 EA $700.00 $2,100.00 $1,200.00 $3,600.00 $2,550.00 $7,650.00 $1,950.00 $5,850.00 $1,365.00 $4,095.00 Al-5 36" RCP 11.25°Bend 1 EA $700.00 $700.00 $1,460.00 $1,460.00 $2,900.00 $2,900.00 $1,950.00 $1,950.00 $1,365.00 $1,365.00 Al-6 36"x 18"RCP 45°Wye 3 EA $800.00 $2,400.00 $1,400.00 $4,200.00 $2,400.00 $7,200.00 $2,000.00 $6,000.00 $1,475.00 $4,425.00 Al-7 30"x 18"RCP 60°Wye 3 EA $600.00 $1,800.00 $1,270.00 $3,810.00 $3,000.00 $9,000.00 $1,750.00 $5,250.00 $1,330.00 $3,990.00 AI-8 Stopper/Plug 18" RCP 1 EA $500.00 $500.00 $250.00 $250.00 $1,300.00 $1,300.00 $300.00 $300.00 $950.00 $950.00 Al-9 Stopper/Plug 30"RCP 2 EA $500.00 $1,000.00 $250.00 $500.00 $1,850.00 1 $3,700.00 $375.00 $750.00 $1,000.00 $2,000.00 TOTAL ADD ALTERNATE NO.1: $170,735.00 5233,915.00 5225,375.00 $249,925.00 $257,310.00 ADD ALTERNATE NO.2 A2-1 36"Polypropylene Pie 745 LF $145.00 $108,025.00 $210.00 $156,450.00 $177.00 $131,865.00 $195.00 $145,275.00 $228.00 $169,860.00 A2-2 30"Polypropylene Pie 165 LF $135.00 $22,275.00 $206.00 $33,990.00 $160.00 $26,400.00 $190.00 $31,350.00 $224.00 $36,960.00 A2-3 18"Polypropylene Pie 135 LF $125.00 $16,875.00 $126.00 $17,010.00 $130.00 $17,550.00 $135.00 $18,225.00 $177.00 $23,895.00 A24 36"Polypropylene 22.5°Bend 3 EA $700.00 $2,100.00 $1,090.00 $3,270.00 $2,400.00 $7,200.00 $1,150.00 $3,450.00 $1,580.00 $4,740.00 A2-5 36"Polypropylene 11.25°Bend 1 EA $700.00 $700.00 $1,090.00 $1,090.00 $2,700.00 $2,700.00 $1,000.00 $1,000.00 $1,540.00 $1,540.00 A2-6 36"x 18"Polypropylene 45°Wye 3 EA $800.00 $2,400.00 $1,400.00 $4,200.00 $2,400.00 $7,200.00 $1,150.00 $3,450.00 $1,875.001 $5,625.00 A2-7 36"x 18"Polypropylene 60°Wye 3 EA $600.00 $1,800.00 $1,200.00 $3,600.00 $3,000.00 $9,000.00 $1,150.00 $3,450.00 $1,870.00 $5,610.00 A2-8 Stopper/Plug 18"Polypropylene 1 EA 1 $500.00 $500.00 $250.00 $250.00 $1,400.001 $1,400.00 1 1,175.00 $1,175.00 $1,085.00 $1,085.00 A2-9 Stopper/Plug 30" Polypropylene 2 EA $500.00 $1,000.00 $350.00 $700.00 $1,700.001 $3,400.00 $675.001 $1,350.00 $1,230.00 $2,460.00 TOTAL ADD ALTERNATE NO.2: $155,675.00 $220,560.00 $206,715.00 $208,725.00 $251,775.00 TOTAL BASE BID+ADD ALTERNATE NO.1: 5308,785.00 " $371,234.00 5410,111.39 $491,300.00 $487,185.00 TOTAL BASE BID+ADD ALTERNATE NO.2: $293,725.00 -` $357,879.00 $391,451.39 $450,100.00 $481,650.00 *Corrected upon bid tabulation