Loading...
07-26-2011 (City Council) Agenda Packet Wylie City Council CITY F IATYLIE NOTICE OF MEETING Regular Meeting Agenda July 26, 2011 - 6:00 pm Wylie Municipal Complex — Council Chambers 300 Country Club Road, Building #100 Eric Hogue Mayor M. G. "Red" Byboth Mayor Pro Tern David Goss Place 1 Kathy Spillyards Place 3 Bennie Jones Place 4 Rick White Place 5 Diane Culver Place 6 Mindy Manson City Manager Richard Abernathy City Attorney Carole Ehrlich City Secretary In accordance with Section 551.042 of the Texas Government Code, this agenda has been posted at the Wylie Municipal Complex, distributed to the appropriate news media, and posted on the City website: www.wylietexas.gov within the required time frame. As a courtesy, the entire Agenda Packet has also been posted on the City of Wylie website: www.wylietexas.gov. The Mayor and City Council request that all cell phones and pagers be turned off or set to vibrate. Members of the audience are requested to step outside the Council Chambers to respond to a page or to conduct a phone conversation. The Wylie Municipal Complex is wheelchair accessible. Sign interpretation or other special assistance for disabled attendees must be requested 48 hours in advance by contacting the City Secretary's Office at 972-516-6020. CALL TO ORDER Announce the presence of a Quorum. INVOCATION & PLEDGE OF ALLEGIANCE PRESENTATION • Employee Milestones—Lynn Fagerstrom, HR Manager— 10 years; JD Pulley, Crewleader— 10 years; Candy Hawkins, CID Secretary— 10 years. • Wylie Tribute to Elvis Presley Proclamation. CITIZENS COMMENTS ON NON-AGENDA ITEMS Residents may address Council regarding an item that is not listed on the Agenda. Residents must provide their name and address. Council requests that comments be limited to three (3) minutes. In addition, Council is not allowed to converse, deliberate or takes action on any matter presented during citizen participation. July 26,2011 Wylie City Council Regular Meeting Agenda Page 2 of 3 CONSENT AGENDA All matters listed under the Consent Agenda are considered to be routine by the City Council and will be enacted by one motion. There will not be separate discussion of these items. If discussion is desired, that item will be removed from the Consent Agenda and will be considered separately. A. Consider, and act upon, approval of the Minutes of the July 12, 2011 Regular Meeting of the Wylie City Council. (C. Ehrlich, City Secretary) B. Consider and place on file, the Monthly Revenue and Expense Report for the City of Wylie as of June 30, 2011. (L. Bantz, Finance Director) C. Consider and place on file the City of Wylie Monthly Investment Report for June 30, 2011. (L. Bantz, Finance Director) D. Consider, and place on file, the Monthly Revenue and Expense Report for the Wylie Economic Development Corporation as of June 30, 2011. (S. Satterwhite, Executive Director WEDC) E. Consider, and act upon, approval of a proposal from Fire Training Structures, LLC in the amount of$54,685.00 for the purchase and installation of an open bay system fire training structure. (R. Corbin, Fire Chief) F. Consider, and act upon, award of a contract to Digital Resources, Inc., in the amount of $74,915.40 for the installation of audio-visual equipment in selected conference rooms and meeting rooms located in the Smith Public Library, Recreation Center, and City Hall. (C. Kelly, Public Information Officer) REGULAR AGENDA General Business 1. Consider and act upon award of a contract to Tiseo Paving Company in the amount of $7,918,059.07 for the reconstruction of Brown Street from SH 78 to Wylie East Drive. (C. Holsted, City Engineer) Executive Summary The Brown Street East paving project includes reconstructing approximately 11,100 linear feet of 4-lane concrete pavement section with sidewalks on Brown Street from SH 78 to Stone Road. On June 24, 2011, the City opened seven bids with the low bid being submitted by Tiseo Paving Company. The project includes approximately 70,850 square yards of concrete paving, 9,100 square yards of concrete sidewalk, and approximately 5,000 linear feet of 24-inch, 12-inch, and 8-inch water line relocation. Two alternates were bid with the project. The bid for roadway illumination was $371,957.64 and the bid for median irrigation was$52,052.29. WORK SESSION • WEDC presentation of the 2011-2012 Budget. • Finance Department Annual Overview • 2011-2012 Budget Overview Follow-Up July 26,2011 Wylie City Council Regular Meeting Agenda Page 3 of 3 ADJOURNMENT CERTIFICATION I certify that this Notice of Meeting was posted on this 22nd day of July 2011 at 5:00 p.m. as required by law in accordance with Section 551.042 of the Texas Government Code and that the appropriate news media was contacted. As a courtesy, this agenda is also posted on the City of Wylie website: www.wylietexas.gov. Carole Ehrlich,City Secretary Date Notice Removed , . 7 Wylie City Council CITY OF WYLIE q Minutes Wylie City Council Meeting Tuesday, July 12, 2011 — 6:00 p.m. Wylie Municipal Complex — Council Chambers 300 Country Club Road, Bldg. 100 Wylie, TX 75098 CALL TO ORDER Announce the presence of a Quorum. Mayor Eric Hogue called the meeting to order at 6:00 p.m. City Council members present included: Mayor Pro Tem Red Byboth, Councilwoman Kathy Spillyards, Councilwoman Diane Culver, Councilman Rick White, Councilman David Goss, and Councilman Bennie Jones. Staff present were: City Manager, Mindy Manson; Assistant City Manager, Jeff Butters; Police Chief, John Duscio; Fire Chief, Randy Corbin; Finance Director, Linda Bantz; Planning Director, Renae' 011ie; Public Services Director, Mike Sferra; Library Director, Rachel Orozco; City Engineer, Chris Hoisted; Wylie Economic Development Director, Sam Satterwhite; Human Resources Manager, Lynn Fagerstrom; City Secretary, Carole Ehrlich; Public Information Officer, Craig Kelly, and various support staff. INVOCATION & PLEDGE OF ALLEGIANCE Fire Chief Corbin gave the invocation and Boy Scout Troop#302 led the Pledge of Allegiance. PRESENTATION • Heat Awareness Month/July Mayor Hogue presented a proclamation declaring the Month of July as "Heat Awareness Month." Chief Corbin asked all citizens to be vigilant for signs of heat exhaustion, drink plenty of liquids, and never leave small children and animals in vehicles or outdoors for any period of time in this extreme heat. CITIZENS COMMENTS ON NON-AGENDA ITEMS Residents may address Council regarding an item that is not listed on the Agenda. Residents must provide their name and address. Council requests that comments be limited to three (3) minutes. In addition, Council is not allowed to converse, deliberate or take action on any matter presented during citizen participation. Ken Lovett, residing at 806 Memorial Drive, Wylie, addressed council with concerns regarding a new Wylie business called Purple Haze. Minutes July 12, 2011 Wylie City Council Page 1 Matthew Butschek, residing at 1755 FM 1378, Wylie, addressed council with concerns about the new concession stand to be built at Community Park and the type of food they would be selling. DeDe Burke, residing at 1301 Aspen Lane, Wylie, addressed council thanking staff and council for their assistance during the July Jubilee Event sponsored by the Wylie Downtown Merchants Association on July 9th Sam Satterwhite, Wylie Economic Develop Corporation Executive Director, addressed council stating that the WEDC project on Martinez Road has been completed. He stated that there was not one time that the contractor was not able to smoothly complete permitting and inspections for the project. He thanked the Fire Department, City Engineer, and Building Inspections Department for working seamlessly with the contractor to complete the project. CONSENT AGENDA All matters listed under the Consent Agenda are considered to be routine by the City Council and will be enacted by one motion. There will not be separate discussion of these items. If discussion is desired, that item will be removed from the Consent Agenda and will be considered separately. A. Consider, and act upon, approval of the Minutes of the June 28, 2011 Regular Meeting of the Wylie City Council. (C. Ehrlich, City Secretary) B. Consider, and place on file, the Monthly Revenue and Expense Report for the Wylie Economic Development Corporation as of May 31, 2011. (S. Satterwhite, Executive Director, WEDC) C. Consider, and act upon, Wylie is H.O.P.E. vendor registration to sell crafts at the Olde City Park September 17, 2011 (or November 12, rain date) for Wylie Rodeo Weekend to fundraise for Wylie is H.O.P.E. (R. Diaz, Parks & Recreation Superintendant) D. Consider, and act upon, Wylie Women's League vendor registration to host the Wylie Women's League Fall Festival to sell crafts in Olde City Park on October 22, 2011 (or November 5tn rain date), to fundraise for WWL scholarships. (R. Diaz, Parks &Recreation Superintendent) Council Action A motion was made by Councilman White, seconded by Councilwoman Spillyards to approve the consent agenda as presented. A vote was taken and the motion passed 7-0. REGULAR AGENDA 1. Consider, and act upon the acceptance of the resignation of Jeremy Jordan and the appointment of a new member to the Planning and Zoning Commission for the unexpired term of July 2011 to July 2012. (R. 011ie, Planning Director) Council Discussion Minutes July 12, 2011 Wylie City Council Page 2 Mayor Hogue asked the 2011 Interview Panel if they had any suggestions regarding a replacement for Mr. Jordan on the Planning and Zoning Commission. Councilwoman Culver stated that she would like to see Matthew Kirk appointed to replace Mr. Jordan. Council Action A motion was made by Councilwoman Culver, seconded by Councilman Jones to accept the resignation of Jeremy Jordan and to appoint Matthew Kirk to the Planning and Zoning Commission for the unexpired term of July 2011 to July 2012. A vote was taken and the motion passed 7-0. Mayor Hogue convened into Executive Session reading the exception below at 6:40 p.m. EXECUTIVE SESSION Recess into Closed Session in compliance with Section 551.001, et.seq. Texas Government Code, to wit: §§ 551.087 —Economic Development Negotiations (SB1851) • Clark Street Development Discussion (S. Satterwhite, WEDC Executive Director) Mayor Hogue reconvened into Open Session at 7:05 p.m. RECONVENE INTO REGULAR SESSION There was not action taken as a result of Executive Session. WORK SESSION • CWD Green Initiatives Assistant City Manager Butters explained that CWD was now in the business of recycling. He presented a proposal for two events by CWD to take place on City property for one full day, twice per year to collect hazardous waste from utility users. He explained that the proposal included a slight increase in sewer rates. CWD was proposing to charge 15 cents per month for each customer in year one, 30 cents in year two, and 40 cents in year three. The services would include: household hazardous waste, electronics, household metal appliances, automotive tires, and document shredding. The proposed events would be called the "X-treme Green Event." Community Waste Disposal representative J. B. Sweeney explained that the proposal included the three steps to ease customers into the additional rate. He stated that the events had been scheduled for other communities and had been very successful. Each city provided the location in which to hold the event. Assistant City Manager Butters recommended, due to administrative staff time involved with each rate increase, that the rate be set at 40 cents in year one and continue at that rate. He noted that the current rate was $11.30 per month which was lower than all surrounding cities. He noted solid waste rates had not been raised since 2006. Minutes July 12, 2011 Wylie City Council Page 3 He asked for council direction regarding the proposed services stating that many citizens had requested the city provide the hazardous waste removal service since the termination of Clean up —Green up two years ago. Direction from council was to move forward with the proposed services to bring back to council at a later date. • 2011-2012 Budget Overview City Manager Manson reviewed the proposed budget for FY 2011-2012 with the Wylie City Council. She presented the General Fund including some requests made by individual departments for the next fiscal year. She noted that cuts were still required prior to final presentation in September due to the $1.2 million shortage in revenues to expenditures. Manson reviewed the General Fund, Utility Fund, the 4B Sales Tax Fund, Recreation Center Fund and other special revenue funds. Manson explained that as part of the budget she was recommending some form of salary increase, perhaps in the form of a onetime "lump sum" payment to each employee in lieu of the step plan. She noted that salaries had not been increased for two years. She also reported the recommendation, if possible, to slightly reduce the overall tax rate in the coming year. She explained that once the final certified values were received from the appraisal districts, staff would have a better idea of overall revenues to base recommendations upon. Council members asked City Manager Manson to review the possibility to provide options for drop-off/child care for older children (ages 7-12 years) at the Recreation Center. Mayor Pro Tem Byboth left the meeting at 8:50 p.m. ADJOURNMENT With no further business before the Wylie City Council, a motion was made by Councilman White, seconded by Councilman Jones to adjourn the meeting at 8:55 p.m. A vote was taken and the motion passed 6-0 with Mayor Pro Tem Byboth absent. Eric Hogue, Mayor ATTEST: Carole Ehrlich, City Secretary Minutes July 12, 2011 Wylie City Council Page 4 Wylie City Council CITY OF WYLIE AGENDA REPORT Meeting Date: July 26, 2011 Item Number: B. Department: Finance (City Secretary's Use Only) Prepared By: Finance Account Code: Date Prepared: July 15, 2011 Budgeted Amount: Revenue and Expenditure Exhibits: Monthly Report Subject Consider, and place on file, the City of Wylie Monthly Revenue and Expenditure Report for June 30, 2011. Recommendation Motion to accept and place on file, the City of Wylie Monthly Revenue and Expenditure Report for June 30, 2011. Discussion The Finance Department has prepared the attached reports for the City Council as required by the City Charter. Approved By Initial Date Department Director LB July 15 2011 City Manager I IM 12 Page 1 of 1 CITY OF WYLIE MONTHLY FINANCIAL REPORT June 30,2011 ANNUAL CURRENT YTD ACTUAL Benchmark BUDGET MONTH ACTUAL YTD ACTUAL AS A PERCENT 75.00% ACCOUNT DESCRIPTION 2010-2011 2010-2011 2010-2011 OF BUDGET GENERAL FUND REVENUE SUMMARY TAXES 16,489,668 308,802 15,457,093 93.74% A FRANCHISE FEES 2,260,000 889,388 1,898,773 84.02% B LICENSES AND PERMITS 287,030 48,505 423,942 147.70% C INTERGOVERNMENTAL REV. 602,992 89,787 527,450 87.47% SERVICE FEES 2,204,000 186,678 1,474,556 66.90% D FINES AND FORFEITURES 548,107 32,489 230,462 42.05% E INTEREST INCOME 30,000 1,056 14,840 49.47% F MISCELLANEOUS INCOME 322,646 10,922 297,069 92.07% OTHER FINANCING SOURCES 1,252,612 0 1,834,776 146.48% G REVENUES 23,997,055 1,567,627 22,158,961 92.34% USE OF FUND BALANCE 1,656,935 NA NA NA H TRANSFER FROM FLEET 742,500 TOTAL REVENUES 26,396,490 NA NA NA GENERAL FUND EXPENDITURE SUMMARY CITY COUNCIL 83,281 5,571 52,385 62.90% CITY MANAGER 780,333 34,807 535,958 68.68% CITY SECRETARY 241,365 10,137 164,357 68.09% CITY ATTORNEY 128,000 24,193 84,799 66.25% FINANCE 854,888 70,095 630,882 73.80% FACILITIES 286,800 15,748 141,115 49.20% MUNICIPAL COURT 318,850 12,307 203,762 63.91% HUMAN RESOURCES 194,693 9,851 139,079 71.44% PURCHASING 114,578 5,499 81,755 71.35% INFORMATION TECHNOLOGY 1,026,949 51,424 840,501 81.84% POLICE 5,338,970 243,649 3,637,966 68.14% FIRE 5,325,604 267,721 3,665,049 68.82% ANIMAL CONTROL 294,510 14,487 191,731 65.10% PLANNING 464,984 20,701 311,197 66.93% BUILDING INSPECTION 661,316 32,048 469,349 70.97% CODE ENFORCEMENT 190,686 9,458 116,766 61.23% STREETS 1,346,214 107,277 717,676 53.31% PARKS 1,624,723 84,029 950,758 58.52% RECREATION 207,350 22,804 27,728 13.37% J LIBRARY 1,217,952 98,909 925,432 75.98% COMBINED SERVICES 5,001,071 190,404 3,469,954 69.38% TOTAL EXPENDITURES 25,703,117 1,331,119 17,358,199 67.53% REVENUES OVER/(UNDER)EXPENDITURES 693,373 236,508 4,800,762 24.81% A. Property Tax Collections for FY10-11 as of June 30 are 99.60%,in comparison to FY09-10 for the same time period 97.94%. B. Franchise Fees:The majority of franchise fees are recognized in the third and fourth quarter with electric fees making up the majority. C. Licenses and Permits:Are recognized periodically,but we have seen an increase in plumbing,electrical and mechanical permits. New Dwelling Permits are on track to meet projected revenue. D.Service Fees:Trash fees are on track to meet projected revenue with the remaining fees coming from WAVE and other seasonal fees. E. Fines and Forfeitures: Municipal Court Fines are down slightly.With the addition of bailiff/warrant officer,these revenues are projected to rise. F. Interest Income: In relation to the last 12 months the current interest is in line with projections. G.Other Financing Sources consist of the Utility Fund transfer and WEDC transfer for services rendered.The transfer increase is due to the scheduled closing of the Fleet Fund. H. Use of Fund Balance:to supplement the Emergency Communications Tower, Debt Service,Streets and Alleys,and Municipal Complex Equipment. I. With new Municipal Complex coming online,overtime associated plus equipment purchases that were originally budgeted for in FY 2011. J.The majority of Recreation expenses come in the third and forth quarter that are associated with WAVE. CITY OF WYLIE MONTHLY FINANCIAL REPORT June 30,2011 ANNUAL CURRENT YTD ACTUAL Benchmark BUDGET MONTH ACTUAL YTD ACTUAL AS A PERCENT 75.00% ACCOUNT DESCRIPTION 2010-2011 2010-2011 2010-2011 OF BUDGET UTILITY FUND REVENUES SUMMARY SERVICE FEES 9,714,000 866,090 6,437,733 66.27% INTEREST INCOME 30,000 890 14,471 48.24% MISCELLANEOUS INCOME 35,000 3,610 33,638 96.11% OTHER FINANCING SOURCES 1,500,000 0 1,843,175 122.88% K TOTAL REVENUES 11,279,000 870,590 8,329,017 73.85% UTILITY FUND EXPENDITURE SUMMARY UTILITY ADMINISTRATION 334,430 11,071 226,529 67.74% UTILITIES-WATER 1,035,708 57,143 653,944 63.14% CITY ENGINEER 428,087 29,756 292,400 68.30% UTILITIES-SEWER 629,347 92,870 470,804 74.81% UTILITY BILLING 610,437 41,726 394,930 64.70% COMBINED SERVICES 9,808,495 474,837 6,608,656 67.38% TOTAL EXPENDITURES 12,846,504 707,403 8,647,263 67.31% REVENUES OVER/(UNDER)EXPENDITURES -1,567,504 163,187 -318,246 6.53% K.Other financing sources consist of a transfer from the Impact Fund into Utility Fund,as well as a transfer from the scheduled closing of the Fleet Fund. Wylie City Council CITY OF WYLIE AGENDA REPORT Meeting Date: July 26, 2011 Item Number: C. Department: Finance (City Secretary's Use Only) Prepared By: Finance Account Code: Date Prepared: July 15, 2011 Budgeted Amount: Exhibits: Investment Report Subject Consider, and place on file, the City of Wylie Monthly Investment Report for June 30, 2011. Recommendation Motion to accept and place on file, the City of Wylie Monthly Investment Report for June 30, 2011. Discussion The Finance Department has prepared the attached reports for the City Council as required by the City Charter. Approved By Initial Date Department Director LB July 15 2011 City Manager IMM1°;„ Page 1 of 1 rity 2010-2011 Investment Report June 30, 2011 Money Market Accounts: MMA Certificates of Deposit: CCD Treasury Bills: T-Bills Treasury Notes: T-Notes Government Agency Notes: AN Invest. Principal Type Of Interest Purchase Maturity Number Amount Security Rate Issuer Date Date 1 $51,796,126.78 MMA 0.0800% Texpool 12/31/2006 NA 2 $15,004,549.05 MMA 0.0889% TexStar 3/15/2011 NA $66,800,675.83 Total Weighted Average Coupon: 0.08% Money Markets: $66,800,675.83 Weighted Average Maturity(Days): 1.00 Certificates of Deposits: $0.00 $66,800,675.83 74/1 Wylie City Council CITY OF WYLIE AGENDA REPORT Meeting Date: July 26, 2011 Item Number: D. Department: WEDC (City Secretary's Use Only) Prepared By: Sam Satterwhite Account Code: Date Prepared: July 14, 2011 Budgeted Amount: Exhibits: 1 Subject Consider, and place on file, the Monthly Revenue and Expense Report for the Wylie Economic Development Corporation as of June 30, 2011. Recommendation Accept, and place on file, the Monthly Revenue and Expense Report for the Wylie Economic Development Corporation as of June 30, 2011. Discussion The Wylie Economic Development Corporation (WEDC) Board of Directors approved the attached financials on July 15, 2011. Approved By Initial Date Department Director SS 7-14-11 City Manager IMM 112 / Page 1 of 1 7-07-2011 d2:25 :?M CITY OF WYLIE PAGE: 1 BALANCE SHEET AS OF: NNE 30TH, 2011 111-WYLIE ECONOMiC DEVEL CORP ACCOUNTik TITLE ASSETS 1000-10110 CLA�M ON CASH AND CASH EQUIV. 1,039,886.59 1000-10115 CASfI - WEDC - INWOOD 0.00 1000-10135 INWOOD BANK - ESCROW 0.00 1000-10180 DEPOSITS 2,000.00 1000-10198 OTHF:R - M:SC CLEARING 295.26 1000-10341 TEXF>OOL 0.00 1000-I0393 LOGI:C 0.00 1000-10481 INTE;REST RECEIVP,BLE 0.00 1000-11511 ACCT'S REC - MISC 0.00 1000-11517 ACCT'S R�C - SALES TAX 0.00 1000-12996 LOAI6' REC - JACOBY 0.00 1000-12997 ACCT'S RF,C - JTM TECH 0.00 1000-12998 ACCTS REC - SAVAGE 301,030.72 1000-19112 INVENTORY - MATERIAL/ SUPPLY 0.00 1000-14116 INVENTORY - LAND 3,062,109.82 :000-14118 INVENTORY - BAYCO/ SANDEN BLVD 0.00 1000-14310 PREPAZD EXPENSES - MISC 0.00 1000-14410 DEFERRED CHARGES 669,332.80 5,074,655.19 TOTAL ASSETS 5,074,655.19 LIABILZTIES 2000-20110 FEDE:�AL INCOME TAX PAYABLE 0.00 2000-20111 MEDICARE PAYABLE 0.00 2000-20112 CHIL'J SUPPORT PAYABLE 0.00 2000-20113 CREDIT UNION PAYABLE 0.00 2000-20119 IRS ::EVY PAYABLE 0.00 2000-20115 NATIONWIDE DEFERRED COM? 0.00 2000-20116 HEAL'CH INSUR PAY-EMPLOYEE ( 262.62) 2000-20117 TMRS PAYABLE 1,007.72 2000-20:18 ROTH IRA PAYABLE 0.00 2000-20119 WORSCFiRS COMP PAYA3LE 0.00 2000-20120 FICA PAYABLE 0.00 2000-20121 TEC F?AYABLE 0.00 2000-20122 STUDEiNT LOAN LEVY PAYABLE 0.00 2000-20123 ALIMONY PAYABLE 0.00 2000-20124 BANICFtUPTCY PAYA3LE 0.00 2000-20125 VALIC DEFERRED COMP 0.00 Z000-20126 ZCMA PAYABLE 0.00 2000-20130 FLEX_'BLE SPENDING ACCOUNT 3,299.88 2000-20i51 ACCRL�ED WAGES PAYABi.E 0.00 2000-20180 ADDIP EMPLOYEE INSUR PAY ( 1.96) 2000-20199 MISC PAYROLL PAYABLE 0.00 2000-20201 AP PE,NDiNG 0.00 2000-20210 ACCOUNT.S PAYABLE ( 35,I08.37) 2000-20530 PROPERTY TAXES PAYABLE 0.00 2000-20540 NOTES PAYABLE 669,332.80 2000-208:0 DUE TO GENERAL FUND 0.00 7-07-2011 02:25 PNI CITY OF WYLIE PAGE: 2 BALANCE SHEET AS OF: JUNE 30TH, 2011 111-WYLIE ECONOMIC DEVEL CORP ACCOUNT# TITLE 2000-22270 DEFERRED REVENUE 202,113.52 2000-22915 RENTAL DEPOSITS 1,800.00 TOTAL LIABILITIES 842,181.47 EQUITY 3000-34590 FUND BALANCE-UNRESERV/UNDESIG 3,877,296.71 TOTAL BEGINNING EQUITY 3;877,296.71 TOTAL REVENUE 5,420,116.18 TOTAL EXPENSES 5,064,939.17 REVENUE OVER/(UNDER) EXPENSES 355,177.01 TOTAL EQUITY & OVER/(UNDER) 4,232,473.72 TOTAL LIABILITIES, EQUITY & OVER/(UNDER) 5,074,655.19 7-07-2011 02:25 PM CITY OF WYLIE PAGE: 1 BALANCE SHEET AS OF: JUNE 30TH, 2011 922-GEN LONG TERM DEBT (WEDC) ACCOUNT# TITLE ASSETS 1000-10312 GOVERNMENT NOTES 0.00 1000-18110 LOAN - WEDC 0.00 1000-18120 LOAN - BIRMINGHAM 0.00 1000-18210 AMOUNT TO BE PROVIDED 0.00 1000-18220 BIRMINGHAM LOAN 0.00 0.00 TOTAL ASSETS 0.00 LIABILITIES 2000-20310 COMPENSATED ABSENCES PAYABLE 36,069.88 2000-20311 COMP ABSENCES PAYABLE-CURRENT 2,830.57 2000-21410 ACCRUED INTEREST PAYABLE 0.00 2000-28205 WEDC LOANS - CURRENT 29,048.88 2000-28220 BIRMINGHAM LOAN 0.00 2000-28230 INWOOD LOAN 0.00 2000-28235 ANB LOAN 374,307.55 2000-28236 ANB CONSTRUCTION LOAN 3,874,533.00 2000-28240 HUGHES LOAN 189,068.10 2000-28250 CITY OF WYLIE LOAN 0.00 2000-28260 PRIME KUTS LOAN 0.00 2000-28270 BOWLAND/ANDERSON LOAN 0.00 2000-28280 CAPITAL ONE CAZAD LOAN 0.00 TOTAL LIABILITIES 4,505,857.98 EQUITY 3000-34590 FUND BALANCE-UNRESERV/UNDESIG( 800,265.05) TOTAL BEG::NNING EQUITY ( 800,265.05) TOTAL REVENUE ( 3,874,533.00) TOTAL EXPENSES ( 168,940.07) REVENUE OVER/(UNDER) EXPENSES ( 3,705,592.93) TOTAL EQUITY & OVER/(UNDER) ( 4,505,857.98) TOTAL LIABILITIES, EQUITY & OVER/(UNDER) 0.00 7-07-2011 02:26 PM CITY OF WYLIE PAGE: 1 REVENUE AND EXPENSE REPORT - (UNAUDITED) AS OF: JUNE 30TH, 2011 111-WYLIE ECONOMIC DEVEL CORP FINANCIAL SUMMARY CURRENT CURRENT PRIOR YEAR Y-T-D Y-T-D BUDGET % OF BUDGET PERIOD PO ADJUST. ACTUAL ENCUMBRANCE BALANCE BUDGET REVENUE SUMMARY TAXES 1,364,056.00 116,832.90 0.00 841,236.40 0.00 522,819.60 61.67 INTEREST INCOME 3,000.00 86.99 0.00 1,420.19 0.00 1,579.81 47.34 MISCELLANEOUS INCOME 727,050.00 7,638.63 0.00 702,926.59 0.00 24,123.41 96.68 OTHER FINANCING SOURCES 0.00 1,312,802.00 0.00 3,874,533.00 0.00 ( 3,874,533.00) 0.00 TOTAL REVENUES 2,094,106.00 1,437,360.52 0.00 5,420,116.18 0.00 ( 3,326,010.18) 258.83 EXPENDITURE SUMMARY DEVELOPMENT CORP-WEDC 7,666,954.00 1,378,258.80 0.00 5,064,939.17 9,176.44 2,592,838.39 66.18 TOTAL EXPENDITURES 7,666,954.00 1,378,258.80 0.00 5,064,939.17 9,176.44 2,592,838.39 66.18 REVENUE OVER/(UNDER) EXPENDITURES ( 5,572,848.00) 59,101.72 0.00 355,177.01 ( 9,176.44) ( 5,918,848.57) 6.21- 7-07-2011 02:26 PM CITY OF WYLIE PAGE: 2 REVENUE AND EXPENSE REPORT - (UNAUDITED) AS OF: JUNE 30TH, 2011 111-WYLIE ECONOMIC DEVEL CORP REVENUES CURRENT CURRENT PRIOR YEAR Y-T-D Y-T-D BUDGET % OF BUDGET PERIOD PO ADJUST. ACTUAL ENCUMBRANCE BALANCE BUDGET TAXES 4000-40210 SALES TAX 1,364,056.00 116,832.90 0.00 841,236.40 0.00 522,819.60 61.67 TOTAL TAXES 1,364,056.00 116,832.90 0.00 841,236.40 0.00 522,819.60 61.67 INTEREST INCOME 4000-46050 CERTIFICATE OF DEPOSIT 0.00 0.00 0.00 0.00 0.00 0.00 0.00 4000-46110 ALLOCATED INTEREST EARNINGS 3,000.00 86.99 0.00 1,420.19 0.00 1,579.81 47.34 4000-46140 TEXPOOL INTEREST 0.00 0.00 0.00 0.00 0.00 0.00 0.00 4000-46143 LOGIC INTEREST 0.00 0.00 0.00 0.00 0.00 0.00 0.00 4000-46210 BANK MONEY MARKET INTEREST 0.00 0.00 0.00 0.00 0.00 0.00 0.00 TOTAL INTEREST INCOME 3,000.00 86.99 0.00 1,420.19 0.00 1,579.81 47.34 MISCELLANEOUS INCOME 4000-48110 RENTAL :INCOME 87,800.00 7,200.00 0.00 61,900.00 0.00 25,900.00 70.50 4000-48310 RECOVERY - PRIOR YEAR EXPEN 0.00 0.00 0.00 0.00 0.00 0.00 0.00 4000-48410 MISCELLANEOUS INCOME 639,250.00 438.63 0.00 641,026.59 0.00 ( 1,776.59) 100.28 4000-48430 GAIN/LOSS SALE OF CAP ASSET 0.00 0.00 0.00 0.00 0.00 0.00 0.00 TOTAL MISCELLANEOUS INCOME 727,050.00 7,638.63 0.00 702,926.59 0.00 24,123.41 96.68 OTHER FINANCING SOURCES 4000-49160 TRANSFER FROM GENERAL FUND 0.00 0.00 0.00 0.00 0.00 0.00 0.00 4000-49325 BANK NOTE PROCEEDS 0.00 1,312,802.00 0.00 3,874,533.00 0.00 ( 3,874,533.00) 0.00 TOTAL OTHER FINANCING SOURCES 0.00 1,312,802.00 0.00 3,874,533.00 0.00 ( 3,874,533.00) 0.00 TOTAL REVENUES 2,094,106.00 1,437,360.52 0.00 5,420,116.18 0.00 ( 3,326,010.18) 258.83 7-07-2011 02:26 PM CITY OF WYLIE PAGE: 3 REVENUE AND EXPENSE REPORT - (UNAUDITED) AS OF: JUNE 30TH, 2011 111-WYLIE ECONOMIC DEVEL CORP DEVELOPMENT CORP-WEDC DEPARTMENTAL EXPENDITURES CURRENT CURRENT PRIOR YEAR Y-T-D Y-T-D BUDGET % OF BUDGET PERIOD PO ADJUST. ACTUAL ENCUMBRANCE BALANCE BUDGET PERSONNEL SERVICES 5611-51110 SALARIES 169,552.00 6,629.62 0.00 117,414.34 0.00 52,137.66 69.25 5611-51130 OVERTIME 0.00 0.00 0.00 0.00 0.00 0.00 0.00 5611-51140 LONGEVITY PAY 960.00 0.00 0.00 964.00 0.00 ( 4.00) 100.42 5611-51145 SICK LEAVE BUYBACK 1,924.00 0.00 0.00 1,764.62 0.00 159.38 91.72 5611-51160 CERTIFICATION INCENTIVE 0.00 0.00 0.00 0.00 0.00 0.00 0.00 5611-51170 PARAMED:C INCENTIVE 0.00 0.00 0.00 0.00 0.00 0.00 0.00 5611-51210 CAR ALLOWANCE 11,320.00 435.39 0.00 7,880.56 0.00 3,439.44 69.62 5611-51220 PHONE ALLOWANCE 3,456.00 132.92 0.00 2,405.85 0.00 1,050.15 69.61 5611-51230 CLOTHING ALLOWANCE 0.00 0.00 0.00 0.00 0.00 0.00 0.00 5611-51310 TMRS 20,792.00 0.00 0.00 13,631.87 0.00 7,160.13 65.56 5611-51410 HOSPITAL & LIFE INSURANCE 24,796.00 1,698.31 0.00 16,530.30 0.00 8,265.70 66.67 5611-51420 LONG-TERM DISABILITY 967.00 38.22 0.00 382.20 0.00 584.80 39.52 5611-51440 FICA 11,611.00 875.58 0.00 6,214.22 0.00 5,396.78 53.52 5611-51450 MEDICARE. 2,716.00 204.77 0.00 1,843.58 0.00 872.42 67.88 5611-51470 WORKERS COMP PREMIUM 628.00 0.00 0.00 486.69 0.00 141.31 77.50 5611-51480 UNEMPLOYMENT COMP (TWC) 540.00 0.00 0.00 144.00 0.00 396.00 26.67 TOTAL PERSONNEL SERVICES 249,262.00 10,014.81 0.00 169,662.23 0.00 79,599.77 68.07 SUPPLIES 5611-52010 OFFICE SUPPLIES 14,200.00 99.00 0.00 11,024.32 0.00 3,175.68 77.64 5611-52040 POSTAGE & FREIGHT 1,220.00 0.00 0.00 201.50 0.00 1,018.50 16.52 5611-52130 TOOLS/ EQUIP - UNDER $100 0.00 0.00 0.00 0.00 0.00 0.00 0.00 5611-52810 FOOD SUPPLIES 3,600.00 260.31 0.00 2,519.61 15.00 1,065.39 70.41 5611-52990 OTHER 0.00 0.00 0.00 0.00 0.00 0.00 0.00 TOTAL SUPPLIES 19,020.00 359.31 0.00 13,745.43 15.00 5,259.57 72.35 MATERIALS FOR MAINTENANC 5611-54630 TOOLS & EQUIPMENT 0.00 0.00 0.00 0.00 0.00 0.00 0.00 5611-54810 COMPUTER HARD/SOFTWARE 2,000.00 67.50 0.00 1,632.23 0.00 367.77 81.61 5611-54990 OTHER 20,000.00 1,908.49 0.00 13,036.50 1,121.16 5,842.34 70.79 TOTAL MATERIALS FOR MAINTENANC 22,000.00 1,975.99 0.00 14,668.73 1,121.16 6,210.11 71.77 CONTRACTUAL SERVICES 5611-56030 INCENTIVES 782,388.00 0.00 0.00 144,325.39 0.00 638,062.61 18.45 5611-56040 SPECIAL SERVICES 25,845.00 1,175.00 0.00 21,150.92 0.00 4,694.08 81.84 5611-56080 ADVERTISING 39,590.00 2,099.00 0.00 8,944.00 765.00 29,881.00 24.52 5611-56090 COMMUNITY DEVELOPMENT 47,915.00 1,860.00 0.00 22,004.88 0.00 25,910.12 45.92 5611-56110 COMMUNICATIONS 4,340.00 313.20 0.00 3,073.93 0.00 1,266.07 70.83 5611-56180 RENTAL 27,000.00 2,342.41 0.00 20,690.87 0.00 6,309.13 76.63 5611-56210 TRAVEL & TRAINING 40,677.00 1,831.76 0.00 15,581.31 0.00 25,095.69 38.30 5611-56250 DUES & SUBSCRIPTIONS 7,813.00 0.00 0.00 2,280.00 3,368.00 2,165.00 72.29 5611-56310 INSURANCE 303.00 0.00 0.00 0.00 0.00 303.00 0.00 5611-56510 AUDIT & LEGAL SERVICES 20,900.00 5,581.89 0.00 16,766.09 0.00 4,133.91 80.22 5611-56570 ENGINEERING/ARCHITECTURAL 17,500.00 6,562.50 0.00 13,710.50 0.00 3,789.50 78.35 5611-56610 UTILITIES-ELECTRIC 4,800.00 39.61 0.00 1,338.48 157.28 3,304.24 31.16 TOTAL CONTRACTUAL SERVICES 1,019,071.00 21,805.37 0.00 269,866.37 4,290.28 744,914.35 26.90 7-07-2011 02:26 PM CITY OF WYLIE PAGE: 4 REVENUE AND EXPENSE REPORT - (UNAUDITED) AS OF: JUNE 30TH, 2011 111-WYLIE ECONOMIC DEVEL CORP DEVELOPMENT CORP-WEDC DEPARTMENTAL EXPENDITURES CURRENT CURRENT PRIOR YEAR Y-T-D Y-T-D BUDGET % OF BUDGET PERIOD PO ADJUST. ACTUAL ENCUMBRANCE BALANCE BUDGET DEBT SERVICE & CAP. REPL 5611-57110 DEBT SERVICE-BOND DEBT 402,738.00 12,131.11 0.00 279,506.39 0.00 123,231.61 69.40 5611-57710 BAD DEBT EXPENSE 0.00 0.00 0.00 0.00 0.00 0.00 0.00 TOTAL DEBT SERVICE & CAP. REPL 402,738.00 12,131.11 0.00 279,506.39 0.00 123,231.61 69.40 CAPITAL OUTLAY 5611-58110 LAND-PURCHASE PRICE 516,949.00 0.00 0.00 275,064.65 0.00 241,884.35 53.21 5611-58120 DEVELOPMENT FEES 0.00 0.00 0.00 0.00 0.00 0.00 0.00 5611-58210 STREETS & ALLEYS 0.00 0.00 0.00 0.00 0.00 0.00 0.00 5611-58810 COMPUTER. HARD/SOFTWARE 500.00 0.00 0.00 0.00 0.00 500.00 0.00 5611-58830 FURNITURE & FIXTURES 10,000.00 0.00 0.00 9,463.41 0.00 536.59 94.63 5611-58910 BUILDING'S 5,422,414.00 1,331,972.21 0.00 4,253,476.61 3,750.00 1,165,187.39 78.51 5611-58995 CONTRA CAPITAL OUTLAY 0.00 0.00 0.00 ( 225,514.65) 0.00 225,514.65 0.00 TOTAL CAPITAL OUTLAY 5,949,863.00 1,331,972.21 0.00 4,312,490.02 3,750.00 1,633,622.98 72.54 OTHER FINANCING (USES) 5611-59111 TRANSFER. TO GENERAL FUND 5,000.00 0.00 0.00 5,000.00 0.00 0.00 100.00 5611-59190 TRANSFER. TO THORUGHFARE IMP 0.00 0.00 0.00 0.00 0.00 0.00 0.00 5611-59990 PROJECT ACCOUNTING 0.00 0.00 0.00 0.00 0.00 0.00 0.00 TOTAL OTHER FINANCING (USES) 5,000.00 0.00 0.00 5,000.00 0.00 0.00 100.00 TOTAL DEVELOPMENT CORP-WEDC 7,666,954.00 1,378,258.80 0.00 5,064,939.17 9,176.44 2,592,838.39 66.18 TOTAL EXPENDITURES 7,666,954.00 1,378,258.80 0.00 5,064,939.17 9,176.44 2,592,838.39 66.18 REVENUE OVER (UNDER) EXPENDITURES ( 5,572,848.00) 59,101.72 0.00 355,177.01 ( 9,176.44) ( 5,918,848.57) 6.21- *** END OF REPORT *** Wylie Economic Development Corporation Balance Sheet Subiedger June 30, 2011 Inventory-Land Date of Pur. Address Acreage Improvements Cost Basis Value Sq. Ft. McMasters 7/12/05 709 Cooper 0.48 n/a 202,045.00 Heath 12/28/05 706 Cooper 0.46 32,005 3,625 186,934.22 Perry 9/13/06 707 Cooper 0.491 n/a 200,224.00 Bowland/Anderson 10/9/07 Cooper Dr. 0.372 n/a 106,418.50 KCS 8/1/08 Cooper Dr. 0.406 n/a 60,207.87 Hughes 7/25/06 211 -212 Industrial 0.74 209,801 10,000 420,361.21 R.O.W. 0.18 41,585.26 Prime Kuts 10/8/07 207 Industrial 0.20 182,223 4,550 229,284.00 R.O.W. 0.11 n/a 77,380.45 Cazad 3/17/08 210 Industrial 0.27 128,083 3,900 200,781.55 Ferrell 9/29/05 2806 F.M. 544 1.09 n/a 239,372.00 Sale of R.O.W. 2/14/07 -0.09 -20,094.48 Crossroads 6/12/09 2804 F.M. 544 0.44 24,696 4,750 171,842.02 Regency Pk. 6/4/10 25 Steel Road 0.65 n/a 25,170.77 Premier Plaza 8/26/05 Martinez Lane 25.00 n/a 639,000.00 Sale to Savage 5/28/08 -3.87 -98,917.20 SAF-Holland 12/14/10 Martinez Lane 1.33 n/a 225,514.65 ACE Martinez Lane 96,000 Premier Industrial Park 7/12/07 Hensley 3.2 n/a 155,000.00 Total 31.45 576,808 122,825 3,062,109.82 *A Journal entry was made by auditors to adjust the cost of the Hughes land by$4,638.79. This amount was for taxes owed and therefore not part of the land value. *Prime Kuts total purchase price was$306,664.45. The distribution between 207 Industrial and R.O.W. purchased was developed by Seller for tax purposes. Wylie Economic Development Corporation Balance Sheet Sub ledger June 30, 2011 Notes Payable Date of Rate of Purchase Payment Beginning Bal. Principal Interest Interest Principal Balance May 31, 2011 $602,010.89 Hughes(#59 of 120) 7/25/06 3,676.29 200,503.01 2,840.87 853.43 5.00 197,662.14 ANBTX (#8 of 60) 10/28/10 8,454.82 401,507.88 6,745.26 1,709.56 4.95 394,762.62 June 30, 2011 9,586.13 $2,562.99 $592,424.76 Note: Principal and Interest payments vary by date of payment. WYLIE ECONOMIC DEVELOPMENT CORPORATION SALES TAX REVENUE FOR THE MONTH OF JULY 2011 MONTH WEDC WEDC WEDC DIFF % DIFF 2009 2010 2011 10 VS 11 10 VS 11 DECEMBER $90,500 $81,014 $103,687 $22,673 27.99% JANUARY 101,531 91,593 100,999 9,406 10.27% FEBRUARY 145,246 153,281 158,204 4,923 3.21% MARCH 87,584 89,717 104,670 14,953 16.67% APRIL_ 86,040 89,119 98,463 9,344 10.48% MAY 130,966 144,953 158,379 13,427 9.26% JUNE 94,993 111,174 116,832 5,658 5.09% JULY 95,282 99,065 119,527 20,462 20.66% AUGUST 117,541 144,373 SEPTEMBER 104,015 98,102 OCTOBER 100,312 96,010 NOVE:MBER 144,326 145,337 Sub-Total $1,298,336 $1,343,739 $960,763 $100,847 11.73% AUDIT ADJ TOTAL $1,298,336 $1,343,739 $960,763 $100,847 11.73% WEDC SALES TAX ANALYSIS $180,000 $1 60,000 7$140,000 ;„ "- $1:20,000 T4 ', F $100,000 ,; $80,000 ''j t 4p '; g t 1 •2011 $60,000 r F -,,, ° r i • �w, u- Y 33y� } 8 °Y ,., A : li r-. 8 li 3 } I, $40,000 - 9 4' 3,- $20,000 i." , P '. ` M* rry E r 6 t ' ,- Ei = 2 Q - ' 3' E o E U 2 N Q tea) U N N - LL N o o 0 u Z Wylie City Council CITY OF WYLIE AGENDA REPORT Meeting Date: July 26, 2011 Item Number: E. Department: Purchasing (City Secretary's Use Only) Prepared By: Jim Holcomb Account Code: 132-5642-52130 Date Prepared: July 14, 2011 Budgeted Amount: $80,635.00 Exhibits: RFP & Proposal Subject Consider, and act upon, approval of a proposal from Fire Training Structures, LLC in the amount of$54,685.00 for the purchase and installation of an open bay system fire training structure. Recommendation Motion to approve a proposal from Fire Training Structures, LLC in the amount of$54,685.00 for the purchase and installation of an open bay system fire training structure. Discussion Competitive proposals have been solicited in accordance with Chapter 252 of the Texas Local Government Code for the purchase and installation of a fire training structure commonly known as a burn chamber or burn building. The live fire open bay system is designed to simulate fully engulfed structure fires, pre-flashover and rollover conditions. A proposal has been submitted by Fire Training Structures, LLC in the amount of $54,685.00 for the manufacture, delivery and installation of the specified burn chamber system. Approved By Initial Date Department Director HI 07/14/2011 City Manager I IM 12 / 11 Page 1 of 1 100010010 11p10,0 ovii 001101 010000011 00 1 11 1 010 1 1 11011010v „Hi, 111111111 11114140'100 loo11,01,„, ,1 , 10101000,0,1 011101 1111111 0011 ri 100, iiiiiiiiiill 1 hohoh 1111011 1 iiiiii II iii „ivy,iiiiiiii 0 hi ho ii I liviiiiii 00 1101 1.17 ii „I „I III 0,0, il0000Doohliiiiii...110001011111100 1010101101111101 Doi 0 „1 . 1 11 por, m 1 00i001,11,0vvv „ill,' 11110 011111 111000101111110011 3233 E.Corona Ave Date: 7-8-2011 Phoenix,AZ 85040 Quote Now: OB5212 Tel:(602)268-6156 Fax: (602)268-6149 da on v obilefireunits.co Mobile:(310) ..__. _ 497 6560- - To: EricOwens&Cory Claborn Ship� -.„ . -, � ,,,,,,,,, , .,,........._,.,,. .-ro..,,..-.-,,, ,,,,,, ,To: ,,,,same Wylie Fire Dept. Wylie,TX Phone: (214)697-7317 ric.o ens w lietexas. ov, Co .clab rn H;._.vlietexas.goy 1 iv, iii „„h i l � 11 1 1 �� 111111 00 0001000vhhoiiii 0011111110000L0010 11,001 111001110001 ,„1000000100 10. vi 0010101110,0010010010 001111111111 I $ItUiI11IIUII1&1 �� ii ii i 1 1 itvii,1111 0101 viiiiiii iiii III§IIevil 1111101 (1) Complete New Open Bay System $52,500.00 Installed at Customer'sprepared pre pared location. All Training Features listed on the Open Bay Spec Sheet are included and Ready to Use. OPTION: 40' ISO Chassis with Exterior $22,925.00 Stairs OPTION: Burglar Bar Window Prop I $875.00 OPTION: (2) Door Forcible Entry System i $6,875.00//$9,825.00 ke (Stationary)//(Mobile) I OPTION: (4) Door Forcible Entry System $9,875.00//$12,825,00 (Stationary)//(Mobile) OPTION: Steel Panel Cutting Prop $3,750.00 OPTION: Variable Angle Rebar Cutting Prop $2,375.00 1, OPTION: 8'x 12' Pitched Vertical $10,250.00 1 1 Ventilation Prop l OPTION: Active Roof top(320 sq ft.) 1 $17,490.00 including toe-kick, railing&interior stairway with Hatch OPTION: Flat Roof Ventilation Prop $2,375.00 OPTION: Signage: (2)48"x 76" Aluminum $885.00 Signs on side of Trainer w/Fire Dept. Name OPTION: Additional Fire Doors/ea $3,690.00 OPTION: Additional Windows/ea $1,490.00 /// OPTION: Void Space"Behind the Wall" $2,850.00 1 11Page Prop OPTION: Pivoting Heat Baffle $1150.00 OPTION: Interior Insulated Wall with Fire $3,090.00 Door OPTION: Interior Winch for Vent $490.00 OPTION: Remote Temperature Monitoring $395.00 System .. .OPTION: Rappel Tower. ...,, $15,900.00 OPTION: (1) Day Training with a C F.I. $2,850.00 Delivery and crane service to: Wylie, TX $2,185.00 Sales Taxes—Exempt,Out of State $.00 Total Quote without Options $54,685.00 ACCEPTANCE OF PROPOSED OFFER AND TERMS: Printed Name: FTS Salesperson: Signature: Signature: Title: Date: Date: Continued on Page 3 21ag REQUEST FOR PROPOSALS The City of Wylie is soliciting proposals for an open bay system fire training structure. Proposals will be accepted until 2:00 p.m. July 13, 2011 at the Wylie Municipal Complex, Office of the Purchasing Agent, 300 Country Club Road Wylie, Texas 75098. The City reserves the right to reject any or all proposals and to award a contract based upon the best value for the City. Live Fire Open Bay System Manufacturing Specifications: This document outlines each of the components and features of the Live Fire Open Bay System. All components will be constructed in manufacturer's fabrication shop according to agreed upon specs at time of contract. No fabrication work will be outsourced to any third parties. The final product will be produced and delivered within 60 to 90 days upon receipt of a Purchase Order. The cost of delivery and crane service will be included in proposals. Manufacturer will provide detailed drawings of the proposed System at the time of contract to determine with Purchaser all feature/prop locations. Manufacturer will warranty the entire System for a period of one year starting from the date of delivery (further warranty information provided at end of Proposal). An electronic copy of the User's Manual will be included with delivery of the System. The completed System will comply with NFPA 1403 Specs, as well as OSHA and DOT requirements (mobile system). All supervisors must be AWS (American Welding Society) Certified Weld Inspectors. A copy of the AWS certification for inspectors will be included with this proposal. A reference sheet will be included with this Proposal to provide the City with evidence of manufacturer's capability to construct the proposed System. Manufacturer's facilities and fabrication shops will be specifically suited for the construction of training systems. All production, testing, fabrication and coating work will be done at one of these facilities. General Specifications: 1. The Live Fire Open Bay System will consist of(1) one level structure with specified door, hatch and window openings. The System will be constructed from (1) new 8' x 8.5' x 40' ISO ocean cargo container. Total training space will be 320 sq ft. 2. The System will be constructed of 14 gauge corrugated corten steel with a continuous weld to the structural components. The undercarriage will be constructed of 5.75" x .125" channel with a weather resistant coating. 3. The System will have the original flooring removed from the entire unit (as required by NFPA to not have any combustible materials in a burn room) and replaced with non-slip diamond plate steel that is welded solid to the perimeter of the container and stitch welded to the floor joists, thus creating a permanent, non-warping floor. The sheets of diamond plate will also be welded together with a solid weld to maintain a flat and level floor. Fire Blocks will be installed over the diamond plate steel in the Burn Room floor. There will be a Clean-Out Hatch in the Burn Room end to facilitate the unloading or cleaning out of burn material after evolutions. 4. The System will have an insulated 8' x 8' x 20' Modular, Structure Fire Burn Room which will utilize class 'A' fuel. The walls and ceiling of the Modular Burn Room will be constructed with new heavy gauge corrugated steel high performance insulation built to withstand repeated evolutions up to 1100 degrees F. The interior corrugated steel is then coated with a High Temperature coating. The corrugated sheets are welded with solid welds and then constructed to prevent any smoke combustion in the void space between the interior corrugated steel and the exterior shell. The continuous solid welds between all the connecting areas of the Modular Burn Room will also provide for a completely sealed Burn Room. The Modular Burn Room may also be replaced after several years of usage, thus saving the expense of having to replace the entire container shell. 5. The Modular Burn Room will have a Ventilation Hatch operated by an exterior mounted winch & cable system. The heavily insulated Hatch is designed to create an interlocking seal when closed. 1r111 o III ll1r 4 f � any 11. �� JJIi Ali �uQ111,AHli X 6. The Modular Burn Room will have heavy gauge steel material suspension chains on the ceiling and walls. The placement of the chains is designed to allow material to be placed along the walls and suspended from the ceiling, thus creating the ability to advance the training to include extreme structure fire behavior. t A 1 11111 111111111 11 111111111111 11111111 1111111) �I , 7. The System will have Drainage Weeps placed underneath the brick lined floor to allow water to drain to the exterior. An additional floor drain is installed beyond the Burn Room to alleviate any standing water. A multi-functional pallet sized Burn Crib will be included, which will enable horizontal or vertical burning in order to create variable fire behaviors. 8. The System will have a (2) zone interior electronic Temperature Monitoring System that will read the ambient air temperature and relay the information to an exterior mounted data logger. The data logger can be removed and attached to a laptop computer to download the graphed results of each live fire evolution, (software included). (1) sensor will be placed within the ceiling level of the Burn Room, and (1) sensor will be placed at the middle of the container. iiIIIINrN�NNI11N11N�N�duo«, it ; 11,11 11 1,1 IhIo � 111111 lib I )1111,1 ui 111 ollll III l �l�l o iliol IIIlii IIIIIIII I" IIIIII uo ji of I Ileif,,, II ter' � Ill III II 9. The System will have (1) steel tube framed Fire Window with a locking hatch cover and steel wheel closure system. The Fire Window will have a steel wheel closure system, fabricated by manufacturer, which is designed to keep the Window shut during training operations. There is no need for a lock, latch or spring. A pull (from the exterior) or push (from the interior) will easily open or close the Window. The roller latches also serve as a safety mechanism in the event of an emergency egress from the System, whereby the trainees don't have to attempt to locate a latch, which could possibly warp and fail after repeated usage. Heavy Duty bullet hinges with zircon fittings are used on the Window. The Window will open to the exterior. 11111111111111 IIIIIIIIIIIIIIIIIIIIIII „ goo I, l 'r 00 11,1 illmoomoul IIII I Isnogo, goologo IIIIIIIIIIII I III, jl�l iilA�i° (IIII li Il11i wl IIoug III jll II 11 ° 1mm11111 1111111111111111111111111111111111111111111111111111111111111111,11111111111111111111111111111111111,1 l I hill „p,pl,l,l,l 141 II; mil 1111111111111 „Iv 1,11111111g „Ill M 9 VI IU......., A q �91m111,1 f l d �pWiuplullllllllllhN?IIUhY�9�Vhl IIII,IIII III � f flttaaaaaarlllaalll�loll II I Il�11l ull ffiffI I I I l++f l uumm �rd11111�IlIllllllllllllllllllliiil 10. The System will have (1) steel reinforced, non-latching Fire Door installed on the side of the System. The Fire Door is fabricated with insulated tube steel and reinforced corrugated corten steel. The Fire Door has a steel wheel closure system, fabricated by manufacturer, which is designed to keep the door shut during training operations. There is no need for a lock, latch or spring. A pull (from the exterior) or push (from the interior) will easily open or close the Door. The closure system also serves as a safety mechanism in the event of an emergency egress from the System, whereby the trainees don't have to attempt to locate a door latch, which could possibly warp and fail after repeated usage. The Fire Door will have (3) heavy duty hinges, fabricated in-house. The hinges will not warp and will also provide for a much longer lifespan than standard door hinges. The Fire Door will be able to be locked from the interior. . P vyY v., ors ofor, l k 1 # tr 1 1,1 I ii %/ �J)J I M 11. The Doors, Window and Hatches may be locked from the interior to prevent intrusion into the System when not in use. This also serves as a safety feature whereby these items may not be unintentionally locked from the exterior during training evolutions. The System wide locking set-up eliminates the need to purchase multiple padlocks. 12. The System will have the original cargo doors on the opposite end of the Burn Room. 13. The exterior finish of the System will be the Customer's choice of color with a quality DTM industrial coating. 14. The entire System will be inspected by an American Welding Society (AWS) Inspector. All fabricators will be certified for GMAW Fillet Weld applications and comply with AWS specs D1.1. System Options: 1. Chassis. The System will be mounted to a certified, DOT-rated tandem axle 40' ISO container chassis. The chassis will enable the System to be transported to the desired training location. The chassis will be used and fully refurbished (sandblasted, primed and painted) and will also include all new: brakes, tires, electrical components, reflective tape, and mechanical parts. The chassis will be inspected and certified by the DOT for over the road transport. The chassis will be titled to the name of the Purchaser. (2) sets of stairs will be included with this option—(1) set will lead to the side mounted Fire Door, the other set will contain a platform and lead to the rear cargo doors. w"tw!wovamtlimle),*110?%iv ss1")i)%Hi$,*ri, iiiii),001/000,904/10*OJAI/a*119. I� wi � i �00 �' 'M „ice �M a„ ' III �rir� � uro i rw r I S;7�t�1� »�ap h v ir 2. Burglar Bar Window Prop. This Prop is designed to house pieces of rebar placed into the Prop and used for cutting. The Prop includes a frame that will incorporate plexiglass or other material to be used for piercing exercises. mom . 1"7 i ' i 3. (2) Door Forcible Entry System. This Prop is designed with (2) exterior doors that may be fabricated with each door in a separate area. The Doors are fabricated with heavy duty steel tube and corrugated steel panels. (1) of the Doors is a spring loaded halogen pry door, and the other Door is a "sledge door" with a multi steel layered strike zone. This Prop is available only on the stationary System. ff ) 1 1 tr J, of D%%aaaoi IK /Daiaia00000000000��// �! 11,11 ���I�m„�omm�1lm�IlluN1m ��� 4. (4) Door Forcible Entry System. This Prop is designed with (2) exterior security doors and (2) interior doors. The exterior doors contain (2) vertical cutting sections, (2) horizontal cutting sections and (1) pry section. The trainee is required to cut all of these sections in order to access the interior doors. The interior doors are fabricated with heavy duty steel tube and corrugated steel panels. The interior right door is a spring loaded halogen pry door, and the interior left door is a "sledge door" system with a multi steel layered strike zone. This Prop is available only on the stationary System, or may be incorporated into a mobile System with an additional stair platform. puii J � ib i�. 4� YI 1111 �s '1) III �I �p' a1 IIIII; 1I u, 1111 1 111111 .. 11 I 111111,11,11 a � timlu�u�^ m 5. Steel Panel Cutting Prop. This Prop is designed with an adjustable hinge to allow the user to insert various types of materials including roll up doors, plywood, siding and garage door panels. This Prop may also be used for piercing nozzles as well as double door access into the System. This Prop is available only on the stationary System. l 1111111111 livo CjA lig!ffq,11;1111111,,�II IIrIf G r 1111, � 1,1 PI �N�rrH«Aniv %% lIP 6. Variable Angle Rebar Cutting Simulator. This Simulator has several steel rows where rebar is inserted such that each piece of rebar will extend outward in various directions. This forces the trainee to learn proper saw usage when faced with various angles of cutting. The Simulator also serves as an endurance trainer, as the trainee starts cutting rebar from the bottom row and makes his way upward to the top row. This Prop is available on both mobile and stationary Systems. it f fol000lloo !UIIII 1 Mom 11 jlj,rlli 1 11°1 1 1111 I 111 1111 11 1111 I 111 111 111!I!!1III Il 111 111 11111 I 11 lil Il 11 � t w % h ff 11110000000°°0 III 1 ii I MNlNA(1{I1IUA S11111111 7. Pitched Vertical Ventilation Prop & Ceiling Pull Prop. This Prop is an 8' x 7' vertical cutting Prop with a cutting area of 4' x 8'. The active cutting area is designed for quick loading of plywood. A Ceiling Pull Prop is also included and placed directly underneath the Pitched Vent. Inclusion of this Prop will require an active rooftop, OSHA compliant railing &toe kick, and interior mounted steel stairway. ir a u-1 I� ��" idW rvr� � III % 'l 111111,1 i,60 illop i 1 qY l �h�l�l (flll . I�IIIIIIII MI�,II I 1,m,i��1 e, ,// 1117:���� I „� , V � , wv IS I�Ii��uuiilillll1Yt0 II p I 1I 11 pn a/////lNru (Illlllllllllfllllfi auyllff(pl;l%i, t � �i/�aa//l null a/ii% ` !m y� I���"d���H1 iJl 1 a fxaunBUNY.iw'MOYiw'4Y1I �I !�A� r� iri�'!�VYIil�i�liiry�Y4^C��'i�M�d�l'��, 8. Active Roof top. The roof top will be 1/8" x 1" galvanized bar grating which will be attached to the roof top to provide for a non-slip working surface. A toe-kick will be built around the perimeter of the roof top. A drainage system is also included to alleviate any standing water. The roof top will have an OSHA compliant Guardrail System made of galvanized steel tubing. The Guardrail will surround the entire perimeter of the roof top and will be set into pre-fabricated pockets. A cotter-less hitch pin system is utilized to enable fast set-up or break-down of the Guardrail. (No wrenches needed). The interior stairs will be a steel bar grate that will handle extreme temperatures with no detrimental effects. The staircase and handrails will be OSHA compliant. A steel roof-hatch will be placed above the interior staircase. w"0�aw1l l�ua��I,14r1 eI'"I1 1.'W�;II{I1,rrBE"^yv�ltY r `1IP ) 'Ill �Il1 yl% '!41 II I,I Y AI„nN u VM�III Ipr Isr,I 11 'N'omol k,filt,,, �1I oI INflkIJI11,1�Nl II rv � + umuII m 1? '11d1111111 ��1 WIIpIU J1'�'11 11A/ � l o " „1 I ° il° PIII0yl q I IIf.y 1:1001000111 , , " 0 I 1 III �ll rw 000000001 1 1 I mom �I�I 0 III I � 1 �I ry i �Ill V IJ 0 00 lioir 00001100 i II IxaI I , � .., 9. Flat Roof Ventilation Simulator. This Prop is designed to hold 2" x 4" studs and allow for 2" x 6" studs spaced at 24" on center. This Prop will allow for placement of siding, plywood or other roof components for ventilation exercises. The Flat Roof Ventilation Simulator can also be used as an interior sheet rock pulling simulator. � o are m �1 oaf //� / I YIW ;, "'"�° w rl l o V III IIit 11' (/ ea 10. Signage. The System will include (2) exterior mounted signs affixed to either side with Fire Dept. name & logo. ` � !E ; ..................... FUNDING PROVIDED BY: 'f'a LY A d 5twt I A rdan 17mp r#manl 4F W mllumd Secu ky /(( / 2009 Aa paexmce 1n FlreHg Mars Gram1 M rnofa¢1urad by.FIIRB.TRAINING STRUCTURES,LLC ,,,m„ 11. Doors &Windows. Additional Fire Doors or Windows may be added to the System. 12. Void Space "Behind the Wall" Prop. A Void Space Prop can be fabricated to the interior of the System. This Prop is designed to create a live fire as would be found behind an interior wall, thus creating training for"behind the wall" fire operations. Iw il�V�/ loymmik 1IIId 111W a 1 IIIIIIIIII1P1111,111111111111;y IIIIIIIIIIIIiiii!,1111111111 0 11111111 j io 13. Pivoting Heat Baffle. The Modular Burn Room may have a Heavy Duty Pivoting Heat Baffle mounted on the ceiling. The Heat Baffle will change the accumulation of flammable particulates and create a greater degree of variations to the training evolutions. II�fiV4Ik1L I III k ill ,(410' 4 1(v 1 p III III gypi NU/ it il II 1 !1i' 1 1111111 i p' fl t 1 1 1111 1111 , 110111 11 ; 0 ,,,\ 1 14. Interior Fire Wall & Fire Door. The System may contain a heavy duty insulated steel Wall with a Fire Door located just outside of the Burn Room. 15. Interior Winch for Vent. The System may contain an interior (as opposed to an exterior Winch) Winch System to control the Vent Hatch above the Burn Room. 16. Interior and Exterior Winch for Vent. The System may contain a combined interior and exterior Winch System to control the Vent Hatch above the Burn Room. 17. Remote Temperature Monitoring System. The System may contain a remote RTD wireless Temperature Monitoring System with transponder and remote pendant. 18. Rappel Tower: The System may contain (1) Rappel Tower with (4) anchor rings, galvanized steel tube railing, caged submarine ladder, negative edge rappel, rappelling wall with built-in window breach & bailout, locking in-swing gate and a Bar Hitch System. The Tower will be detachable for transportation purposes. The System may also contain a confined space Crawl Tube (with manhole) that connects from the floor of the Rappelling Tower to a manhole in the roof top. f0 ,10 4***#0,0j1) 1 NO 11,11111"111'11411119,1' '000,1'41 j fe'il i,01 0000,,;21 1 /( i / , j „ p why r III 19. Connecting Vertical Tube. The Rappel Tower may contain a 10' tube piece that connects from the floor of the Rappel Tower to the roof top of the unit. 20. Interior Maze System. The System may contain 20' of interior Maze Panels. The Maze System will contain several reconfigurable, 360-degree pivoting steel panels. The System will allow the user to quickly layout and re-configure the Maze into several pathways. 21. Standpipe & Sprinkler Connection. The System may contain (1) built in two-level Standpipe Connection attached to the exterior of the System. The Standpipe will have a single snoot connection at ground level with an interior gate valve (globe valve) in the Burn Room, and an additional gate valve on the roof top. All threads will be National Standard Thread unless otherwise indicated. 22. Training with a C.F.I. An optional (1) day "Train the Trainer" course with a Certified Fire Instructor will be available. 23. 48' Unit. A 48' container may be used in place of the standard 40' container. A one year Warranty for all workmanship and materials shall be included. The one year period starts at the date of delivery. Manufacturer will repair any defects at its expense, provided that the City has complied with all User Manual instructions, recommendations, and maintenance requirements. Manufacturer will maintain Customer in its database for purposes of inclusion in any communications involving any product enhancements or upgrades made available to the System referenced herein. Wylie City Council CITY OF WYLIE AGENDA REPORT Meeting Date: July 26, 2011 Item Number: F. Department: Public Information Office (City Secretary's Use Only) Prepared By: Craig Kelly Account Code: Date Prepared: 07/15/2011 Budgeted Amount: $125,000 Proposal, TIPS Resolution, TIPS Interlocal Purchasing Exhibits: Agreement Subject Consider, and act upon, award of a contract to Digital Resources, Inc., in the amount of $74,915.40 for the installation of audio-visual equipment in selected conference rooms and meeting rooms located in the Smith Public Library, Recreation Center, and City Hall. Recommendation Motion to award a contract to Digital Resources, Inc., in the amount of$74,915.40 for the installation of audio- visual equipment in selected conference rooms and meeting rooms located in the Smith Public Library, Recreation Center, and City Hall. Discussion The City Council during the May 24, 2011, City Council Meeting, approved Resolution No. 2011-18(R) approving an Interlocal Agreement between the Region 8 Education Service Center and City of Wylie for participation in the contract for goods and services provided by the Interlocal Purchasing System (TIPS). TIPS is a cooperative purchasing program which was established to provide competitively bid contracts for goods and services to school districts and other government entities. The City routinely participates in such contracts through the State of Texas cooperative purchasing program, TASB Buy Board, HGAC, TCPN and others. The pricing for equipment and labor in Digital Resources proposal reflects TIPS competitively bid pricing for the installation of audio-video (AV) equipment. In fact, many of the items are priced below the TIPS rate. A line item in the construction budget of the Municipal Complex has been maintained for the additional AV equipment to be installed upon completion of the buildings. Digital Resources, Inc. installed the existing AV in the Council Chamber and Council Conference Room, along with the paging systems in the Library and Recreation Center. Staff feels there is value and consistency with quality of installation, service and execution of warranties by having all of the AV in the new Municipal Complex installed by a single vendor. We are also pleased with the quality of work of the existing AV. The selected rooms to receive AV are heavily used for programming, rentals or meetings. The rental rooms are marketed as having AV capabilities and the programming rooms rely heavily on AV capabilities. Page 1 of 2 Page 2 of 2 Library Story time Puppet Theatre (TV Monitor, Sound, Speaker Support) Meeting Room (rental) (Projection, Sound, Speaker Support) Computer Training Classroom (Projection and Sound) Recreation Center Combined Classrooms (rental) (Projection, Sound, Speaker Support) Additional Functionality for Paging System to Play Music Throughout the Building City Hall Planning/Engineering Conference Room (C230) (Projection and Sound) Parks Conference Room (Projections) Approved By Initial Date Department Director CK 07/15/2011 City Manager II .1.12 / Digi fI Fimm uri mm, lr=. Proposal Providing Media Solutionsand Integration services Quote# AAAQ10364-B 2840 Market Loop-Suite 100-Southlake, TX 76092 Date 08/16/10 Ph: 817-481-9300 Fx: 817-488-0595 www.digitalresources.corn Valid for 30 Days Quote To: Ship To: M•S Michael Relihan City of Wylie City of Wylie Craig Kelly Craig Kelly Country Club Rd' Country Club Rd Ship Via: Best Way Wylie, TX 75098 Wylie, TX 75098 Payment Terms: NET 30 United States of America United States of America (972) 442-8122 (972) 442-4302 (972) 442-8122 Delivery Terms: Shipping Point craig.kelly@wylietexas.gov craig.kelly@wylietexas.gov Itm Qt MFR PRT# Descri•tion Unit Price Ext. Price 1 TIPS/TAPS CONTRACT 204282011 2 3 VOLUME CONTROL FOR RECEPTION AREA 4 1 DIG RES DRI-CC&H Adapters/connectors/accessories $617.25 $617.25 5 SubTotal $617.25 6 7 ** C230 Large Conference Room Video 8 1 Christie 103-028101-01 LW555 WXGA 16:10 5500 lumens projector $4,688.01 $4,688.01 9 1 CHIEF RPA257 CHIEF CUSTOM MOUNT FOR ABOVE $136.35 $136.35 CHIEF DEDICATED CUSTOM MOUNT FOR ABOVE 10 1 Chief CMA440 Chief CMA440 drop tile ceiling mount kit $139.00 $139.00 11 1 Chief CMS006009 6"to 9" adjustable pipe for above $42.00 $42.00 12 1 Draper 102359L Access Series V Ceiling Recessed Motorized Screen w/Low $1,911.26 $1,911.26 Voltage Controller, 109", HDTV, M2500 16:10 57 1/2"x 92" viewing area 13 1 CRESTRON MPC-M10 Crestron MPC-M10 MPC Media Presentation Controlller $681.25 $681.25 14 1 Crestron DM-TX-201-C Crestron 8G DM-TX transmitter- $812.50 $812.50 15 1 Crestron DM-RMC-200-C Crestron 8G Room Media Controller $1,184.00 $1,184.00 16 1 Crestron PW2407RU Crestron PW2407RU power supply $100.00 $100.00 17 1 Crestron DM-CBL-8G-P Crestron cabling for above system- estimate 50'to 100' $120.00 $120.00 18 1 DIG RES DRI-CC&H Adapters/connectors/accessories $655.00 $655.00 19 1 DIG RES $731.71 $731.71 Quote#AAAQ10364-B Page 1 Itm Qt MFR PRT# Descri•tion Unit Price Ext. Price DRI-INSTALL Installation Labor 20 SubTotal $11,201.08 21 22 ** C230 Large Conference Room Audio 23 2 Innovox SL-2.1 US WHT Innovox SL-2.1 Slim line low profile surface mount speakers $314.10 $628.20 24 1 EXTRON 60-849-01 Extron 60WPC 8 Ohms stereo plenum mntd amp $442.31 $442.31 25 1 DIG RES DRI-CC&H Adapters/connectors/accessories $75.00 $75.00 26 1 DIG RES DRI-INSTALL Installation Labor $275.00 $275.00 27 SubTotal $1,420.51 28 29 ** R131.1 & R131.2 Classroom -Video 30 CUSTOMER TO PROVIDE LIFT 31 1 Christie 103-028101-01 LW555 WXGA 16:10 5500 lumens projector $4,688.01 $4,688.01 32 1 CHIEF RPA257 CHIEF CUSTOM MOUNT FOR ABOVE $136.35 $136.35 33 1 Chief CMA360 I-Beam clamp $176.34 $176.34 34 1 Chief CMS0911 7'-11' Aluminum adjustable mounting pipe $137.56 $137.56 35 1 Chief CMS0507 5'to 7'Aluminum adjustable mounting pipe $111.95 $111.95 36 1 Chief CMA270 Pipe coupler $20.00 $20.00 37 1 Chief CMA340 Stability bracket &cable assembly $130.00 $130.00 38 1 Draper 101656L Premier Motorized Screen, 123", HDTV, M2500 16:10 65"x $2,124.36 $2,124.36 104"viewing area - 39 1 Crestron MPC-MC25 CRESTRON MPC-M25 Control wall plate $1,000.00 $1,000.00 40 1 CRESTRON DM-TX-200G CRESTRON DM-TX-200 WALL PLATE TP TRANSMITTER $769.23 $769.23 41 1 CRESTRON DM-RMC-100-1 CRESTRON DM-RMC-100-1 TP Receiver $576.92 $576.92 42 1 CRESTRON HD-DA2 CRESTRON HD-DA2 HDMI CONVERTER $705.13 $705.13 43 1 Crestron PW2407RU Crestron PW2407RU power supply $100.00 $100.00 44 1 DIG RES DRI-CCH Adapters/connectors/accessories $408.82 $408.82 45 1 DIG RES DRI-INS Installation Labor $1,400.00 $1,400.00 46 SubTotal $12,484.67 47 48 ** R131.1 & R131.2 Classroom Audio 49 CUSTOMER TO PROVIDE LIFT 50 1 Sennheiser 503375 -X Sennheiser ew322G3 Bodypack transmitter, ME4 cardioid $743.89 $743.89 lavalier and rack mountable receiver with GA3 rack mount kit NOTE: DRI TO SPECIFY FREQ A, B OR C 51 1 Sennheiser 503133 -X Sennheiser SKM300-835G3 Handheld transmitter with e835 $316.67 $316.67 capsule and MZQ1 mic clip Quote#AAAQ10364-B Page 2 Itm Qt MFR PRT# Descri•tion Unit Price Ext. Price NOTE: DRI TO SPECIFY FREQ A, B OR C 52 2 Innovox SL-4.1 US WHT Innovox SL-4.1 Slim line low profile surface mount speakers $587.00 $1,174.00 53 1 QSC CMX300 QSC CMX300 Power Amp, 200W @ 8Ohms per ch $386.25 $386.25 54 1 Middle Atlantic EWR-10-22SD 10 SPACE (17 1/2") ECONO SECTIONAL WALL RACK WITH $331.45 $331.45 SOLID FRONT DOOR, FITS 20" DEEP EQUIP., BLACK FINISH 55 1 Middle Atlantic PD-915R 9 OUTLET, SINGLE 15 AMP CIRCUIT, SURGE/SPIKE $77.06 $77.06 PROTECTED RACKMOUNT POWER DISTRIBUTION W/9' CORD, BLACK POWDERCOAT FINISH 56 1 Sony BDPS380 Blu Ray/DVD player $144.71 $144.71 57 1 Extron 60-572-01 Extron MVC 121 Microphone Volume Control and Line Level $294.12 $294.12 Mixer 58 1 DIG RES DRI-CC&H Misc Cables, Connectors and Hardware $75.00 $75.00 59 1 DIG RES DRI-INS Installation Labor $400.00 $400.00 60 SubTotal $3,943.15 61 62 ** L126 AV Lounge Room / Computer Training Room 63 1 Christie 121-001102-01 LW400 - Black- WXGA 1280x800 includes 1.5-1.8:1 lens $2,242.00 $2,242.00 64 1 CHIEF RPA163 CHIEF CUSTOM PROJECTOR MOUNT FOR ABOVE $136.35 $136.35 65 1 Chief CMA360 I-Beam clamp $176.34 $176.34 66 1 Draper 102359L Access Series V Ceiling Recessed Motorized Screen w/Low $1,911.26 $1,911.26 Voltage Controller, 109", HDTV, M2500 16:10 57 1/2"x 92" viewing area 67 1 Crestron MPC-MC25 CRESTRON MPC-M25 Control wall plate $1,000.00 $1,000.00 68 1 CRESTRON DM-TX-200G CRESTRON DM-TX-200 WALL PLATE TP TRANSMITTER $769.23 $769.23 69 1 CRESTRON DM-RMC-100-1 CRESTRON DM-RMC-100-1 TP Receiver $576.92 $576.92 70 1 Crestron HD-DA2 CRESTRON HD-DA2 HDMI CONVERTER $705.13 $705.13 71 1 Crestron PW2407RU Crestron PW2407RU power supply $100.00 $100.00 72 1 DIG RES DRI-CCH Adapters/connectors/accessories $175.00 $175.00 73 1 DIG RES DRI-INS Installation Labor $731.71 $731.71 74 SubTotal $8,523.94 75 76 ** L126 AV Lounge Room / Computer Training Room - Audio 77 2 Innovox SL-2.1 US WHT Innovox SL-2.1 Slim line low profile surface mount speakers $314.10 $628.20 78 1 Extron 60-849-01 Extron 60WPC 8 Ohms stereo plenum mntd amp $420.73 $420.73 79 1 DIG RES DRI-CC&H Adapters/connectors/accessories $75.00 $75.00 80 1 DIG RES $275.00 $275.00 Quote#AAAQ10364-B Page 3 Itm Qt MFR PRT# Descri•tion Unit Price Ext. Price DRI-INS Installation Labor 81 SubTotal $1,398.93 82 83 84 ** L149 Storytelling Room Video 85 2 Crestron MPC-MC25 CRESTRON MPC-M25 Control wall plate $1,000.00 $2,000.00 86 1 CRESTRON DM-TX-200G CRESTRON DM-TX-200 WALL PLATE TP TRANSMITTER $769.23 $769.23 87 1 CRESTRON DM-RMC-100-1 CRESTRON DM-RMC-100-1 TP Receiver $576.92 $576.92 88 1 CRESTRON DM-MD6X1 Crestron DM-MD6X1 6x1 Digital Media Switcher $2,142.86 $2,142.86 89 1 DIG RES DRI-CC&H Adapters/connectors/accessories $863.13 $863.13 90 1 DIG RES DRI-INS Installation Labor $800.00 $800.00 DOES NOT INCLUDE MOUNTING OWNER FURNISHED (OFE) DISPLAY. CUSTOMER TO MOUNT DISPLAY- DRI WILL RUN CABLES, TERMINATE AND CONNECT TO SYSTEM 91 SubTotal $7,152.14 92 93 ** L149 Storytelling Room Audio 94 CUSTOMER TO PROVIDE LIFT 95 1 Sennheiser 503375 -X Sennheiser ew322G3 Bodypack transmitter, ME4 cardioid $743.89 $743.89 lavalier and rack mountable receiver with GA3 rack mount kit NOTE: DRI TO SPECIFY FREQ A, B OR C 96 1 Sennheiser 503133 -X Sennheiser SKM300-835G3 Handheld transmitter with e835 $316.67 $316.67 capsule and MZQ1 mic clip NOTE: DRI TO SPECIFY FREQ A, B OR C 97 1 QSC RMX1450 QSC RMX1450 audio amplifier- BIGGER AMP TO $625.00 $625.00 ACCOMODATE TANNOY SPEAKERS 98 1 Middle Atlantic EWR-10-22SD 10 SPACE (17 1/2") ECONO SECTIONAL WALL RACK WITH $331.45 $331.45 SOLID FRONT DOOR, FITS 20" DEEP EQUIP., BLACK FINISH 99 1 Middle Atlantic PD-915R 9 OUTLET, SINGLE 15 AMP CIRCUIT, SURGE/SPIKE $77.06 $77.06 PROTECTED RACKMOUNT POWER DISTRIBUTION W/9' CORD, BLACK POWDERCOAT FINISH 100 1 Sony BDPS380 Blu Ray/DVD Player $144.71 $144.71 101 1 Crestron IR-EMIT IR emitter for above $50.00 $50.00 102 1 DIG RES DRI-CC&H Adapters/connectors/accessories $150.00 $150.00 103 DRI to install Owner Furnished Tannoy Speakers 104 1 DIG RES DRI-INS Installation Labor $400.00 $400.00 105 SubTotal $2,838.78 106 107 ** L164 Multipurpose Room Video Quote#AAAQ10364-B Page 4 Itm Qt MFR PRT# Descri•tion Unit Price Ext. Price 108 CUSTOMER TO PROVIDE LIFT 109 1 Christie 103-028101-01 LW555 WXGA 16:10 5500 lumens projector $4,688.01 $4,688.01 110 1 CHIEF RPA257 CHIEF CUSTOM MOUNT FOR ABOVE $136.35 $136.35 CHIEF DEDICATED CUSTOM MOUNT FOR ABOVE 111 1 Chief CMA360 I-Beam clamp $185.38 $185.38 112 1 Chief CMS0911 7'-11' Aluminum adjustable mounting pipe $144.62 $144.62 113 1 Chief CMS0507 5'to 7'Aluminum adjustable mounting pipe $117.69 $117.69 114 1 Chief CMA270 Pipe coupler $20.00 $20.00 115 1 Chief CMA340 Stability bracket &cable assembly $136.67 $136.67 116 1 Draper 101656L Premier Motorized Screen, 123", HDTV, M2500 16:10 65"x $2,124.36 $2,124.36 104"viewing area CUSTOM -ADDITIONAL BLACK DROP NEEDED 117 1 Crestron MPC-MC25 CRESTRON MPC-M25 Control wall plate $1,000.00 $1,000.00 118 1 CRESTRON DM-TX-200G CRESTRON DM-TX-200 WALL PLATE TP TRANSMITTER $769.23 $769.23 119 1 CRESTRON DM-RMC-100-1 CRESTRON DM-RMC-100-1 TP Receiver $576.92 $576.92 120 1 CRESTRON DM-MD6X1 Crestron DM-MD6X1 6x1 Digital Media Switcher $2,142.86 $2,142.86 121 1 DIG RES DRI-CCH Misc Projector mount hardware $375.00 $375.00 122 1 DIG RES DRI-INS Installation Labor $1,200.00 $1,200.00 123 SubTotal $13,617.09 124 125 ** L164 Multipurpose Room Audio 126 CUSTOMER TO PROVIDE LIFT 127 1 Sennheiser 503375 -X Sennheiser ew322G3 Bodypack transmitter, ME4 cardioid $743.89 $743.89 lavalier and rack mountable receiver with GA3 rack mount kit NOTE: DRI TO SPECIFY FREQ A, B OR C 128 1 Sennheiser 503133 -X Sennheiser SKM300-835G3 Handheld transmitter with e835 $316.67 $316.67 capsule and MZQ1 mic clip NOTE: DRI TO SPECIFY FREQ A, B OR C 129 2 Innovox SL-4.1 US WHT Innovox SL-4.1 Slim line low profile surface mount speakers $587.00 $1,174.00 130 1 QSC CMX300 QSC CMX300 Power Amp, 200W @ 80hms per ch $386.25 $386.25 131 1 Middle Atlantic EWR-10-22SD 10 SPACE (17 1/2") ECONO SECTIONAL WALL RACK WITH $331.45 $331.45 SOLID FRONT DOOR, FITS 20" DEEP EQUIP., BLACK FINISH 132 1 Middle Atlantic PD-915R 9 OUTLET, SINGLE 15 AMP CIRCUIT, SURGE/SPIKE $77.06 $77.06 PROTECTED RACKMOUNT POWER DISTRIBUTION W/9' CORD, BLACK POWDERCOAT FINISH 133 1 Sony BDPS380 Blu Ray/DVD Player $144.71 $144.71 134 1 Extron 60-572-01 Extron MVC 121 Microphone Volume Control and Line Level $294.12 $294.12 Mixer 135 1 DIG RES $150.00 $150.00 Quote#AAAQ10364-B Page 5 Itm Qt MFR PRT# Descri•tion Unit Price Ext. Price DRI-CCH Adapters/connectors/accessories 136 1 DIG RES PD-Mic1 Podium mounted microphone holder for handheld wireless $325.00 $325.00 137 1 DIG RES DRI-INS Installation Labor $400.00 $400.00 138 SubTotal $4,343.15 139 140 Miscellaneous 141 1 DIG RES DRI-CC&H Adapters/connectors/accessories $1,311.43 $1,311.43 142 SubTotal $1,311.43 143 144 Third Floor Small Conference Room - Video 145 1 Christie 121-001102-01 LW400 - Black- WXGA 1280x800 includes 1.5-1.8:1 lens $2,242.00 $2,242.00 146 1 CHIEF RPA163 CHIEF CUSTOM PROJECTOR MOUNT FOR ABOVE $136.35 $136.35 147 1 Chief CMA360 I-Beam clamp $176.34 $176.34 148 1 Draper 102348L Draper Access Series V 50"x 80" 16:10 94"diagonal electric $1,776.00 $1,776.00 recessed ceiling screen tab tensions 149 1 Kramer WP-121 Kramer WP-121 VGA and audio wall plate cats transmitter $242.35 $242.35 150 1 Kramer TP-122 Kramer TP-122 Cat 5 VGA and audio receiver $210.59 $210.59 151 1 Kramer WP-561 Kramer WP-561 HDMI CatS wall plate transmitter $116.47 $116.47 152 1 Kramer WP-562 Kramer WP-562 HDMI CatS receiver $116.47 $116.47 153 1 DIG RES DRI-CC&H Adapters/connectors/accessories $315.00 $315.00 154 1 DIG RES DRI-INSTALL Installation Labor $731.71 $731.71 155 SubTotal $6,063.28 156 157 158 SubTotal $74,915.40 Sales Tax $0.00 Shipping $0.00 Unless otherwise stated in the total amount shown,Sales Tax or Shipping Charges are not included.Sales tax will be invoiced according Total $74,915.40 to point of delivery, unless a valid tax exemption certificate is provided.All shipping and insurance costs will be added to the invoice. " Flexible leasing options are available for this equipment. Contact us for a leasing application" Quote#AAAQ10364-B Page 6 Quote#AAAQ10364-B Client PO#: Authorized Signature Print Name Date Total amount of this proposal as listed above: $74,915.40 Sign above and complete the information to authorize Digital Resources to place this order. By signing,you agree to terms and conditions set forth in this proposal. Partial Shipments will be shipped and invoiced unless noted otherwise. Taxes and Shipping charges will be invoiced separately. Target Completion/Delivery Date: .This date allows DRI to clearly understand the desired time frame of completing the delivery or work to be performed. DRI will confirm the feasibility of completing the delivery and work as requested. Purchase will be taxable according to state/local tax laws for point of delivery. YES NO Tax ID# (A Sales tax Exempt Form Must Be On File) Quote#AAAQ10364-B Page 7 Fiesource9, Inc. Providing Media Solutions and Integration Services 2840 Market Loop Suite 100 Southlake,TX 76092 Phone (817)481-9300 Fax (817)488-0595 www.digitalresources.com Acceptance of Proposal By executing this Acceptance of Proposal I have reviewed the Quote and agree with the quantities and equipment listed therein. I acknowledge the Terms and Conditions set forth herein and specifically agree that the Terms and Conditions shall solely and exclusively govern the purchase and sale of equipment, software and/or services described herein. In addition, I acknowledge that I am qualified and authorized to accept this proposal on behalf of the organization listed below on this proposal. Company: City of Wylie Quote Number: AAAQ10364-B Phone #: (972)442-8122 Quote Dated: 8/16/2010 Fax#: (972)442-4302 Submitted By: Michael Relihan Address: Country Club Rd' Quote Total: $74,915.40 Wylie,TX 75098 Target Completion/Delivery Date: This date allows DRI to clearly understand the desired time frame of completing the delivery or work to be performed. DRI will confirm the feasibility of completing the delivery and work as requested. Partial Shipments are acceptable and will be invoiced/accepted according to the terms of this proposal. Yes No Initial Purchase will be taxable according to state/local tax laws for point of delivery. Yes No Tax ID# (A Sales Tax Exempt Form Must Be On File) Each Shipment to be insured by Digital Resources, Inc. unless otherwise specified on Customer Purchase Order. Yes No Initial 74( Wylie City Council CITY OF WYLIE AGENDA REPORT Meeting Date: July 26, 2011 Item Number: 1. Department: Engineering (City Secretary's Use Only) Prepared By: Chris Holsted Account Code: 447-5447-58210 Date Prepared: July 11, 2011 Budgeted Amount: $6,300,000 Exhibits: Bid Summary, Agreement Subject Consider, and act upon, award of a contract to Tiseo Paving Company in the amount of $7,918,059.07 for the reconstruction of Brown Street from SH 78 to Wylie East Drive. Recommendation Motion to award a contract to Tiseo Paving Company in the amount of$7,918,059.07 for the reconstruction of Brown Street from SH 78 to Wylie East Drive. Discussion The Brown Street East paving project includes reconstructing approximately 11,100 linear feet of 4-lane concrete pavement section with sidewalks on Brown Street from SH 78 to Stone Road. On June 24, 2011, the City opened seven bids with the low bid being submitted by Tiseo Paving Company. The project includes approximately 70,850 square yards of concrete paving, 9,100 square yards of concrete sidewalk, and approximately 5,000 linear feet of 24-inch, 12-inch, and 8-inch water line relocation. Two alternates were bid with the project. The bid for roadway illumination was $371,957.64 and the bid for median irrigation was $52,052.29. The 2005 City of Wylie Bond Program included $6,300,000 for the project. The water line construction is necessary for the relocation of Delivery Point #1 from the NTMWD plant site to the new site on Brown Street just west of Eubanks and is funded in the 2007 Water System Certificates of Obligation. Funding sources and expenses are shown below: Funding Sources 2005 City of Wylie Bond Program $6,300,000 2007 Water System CO's $871,200 Alanis Project Savings $1,370,000 Estimated FM 1378 Project Savings $2,000,000 TOTAL $10,541,200 Project Expenses Engineering $570,900 Right of Way Acquisition $151,250 Right of Way $450,000 Construction Base Bid $7,918,060 East Fork SUD water line relocation $215,000 TOTAL $9,305,210 Page 1 of 2 Page 2 of 2 Two of the projects included in the 2005 bond program were completed under budget. The Alanis Drive project from Ballard Avenue to FM 544 was under budget by approximately $1,370,000. The FM 1378 project from Brown Street to Parker road is projected to be under budget by approximately $2,000,000. Staff recommends using the excess funds from these projects to cover the $2,134,010 shortfall for the Brown Street East project. Approved By Initial Date Department Director CH 07/11/2011 City Manager II ,.12 I ( 6)75 Main Street,Suite 395 Frisco,Texas 75034 Ph 12141)619-1733 Fax {214)619-1833 1 r r H1 West Main Street-Allen,Texas 75013 , Ph (972)359-1733 Fax 19721 359-1833 (5(, July 15, 2011 Mr. Chris Hoisted, P.E. City of Wylie, Texas 300 Country Club Road Wylie, Texas 75098 RE: BROWN STREET RECONSTRUCTION SH 78 to Stone Road Wylie, Texas Dear Mr. Hoisted: Upon review of the bids received for the Brown Street Reconstruction project between SH 78 and Stone Road, RLK Engineering recommends award to Tiseo Paving Comany in the amount of $7,918,059.07, This amount includes incidental construction items which may be required to complete the project. Separate alternate bids were also received for illumination and irrigation improvements totaling $371„957.64 and $52,052,29 respectively. RLK Engineering recommends these alternates for consideration by the City of Wylie. In addition, alternate material items for water line and retaining wall construction were received; however, based upon the higher prices submitted for these items, we do not recommend them over the base bid ite .s,. RLK Engineering looks forward to working with the City of Wylie during the construction of this project, If you have any questions, or require any additional information, please contact me. Thank You, Chad f endley„ i ,E. Projec., anager BROWN STREET RECONSTRUCTION trill TSEO PAVING COMPANY LACY CONSTRUCTION MCMAHON CONTRACTING,L.P. ED BELL CONSTRUCTOR TRI CON SERVICES GLEN THURMAN INC. LONE STAR CIVIL CONSTRUCTION, State rngnway]b to Stone Road P.O.BOX 270040 1880 CROWN ROAD P.O.BOX 153086 P.O.BOX 540787 3010 W.MAIN STREET P.O.BOX 850842 INC. DALLAS,TEXAS 75227 DALLAS,TEXAS 75234 IRVING,TEXAS 75015-3086 DALLAS,TEXAS 75354-0787 ROWLETT,TEXAS 75088 MESQUITE,TEXAS 75185-0842 43FL EE MO CENTRE ASAIL 500 FLOWwER MOUND,TEXAS]6028 LOW BIDDER 2ND LOW BIDDER 3RD LOW BIDDER 4TH LOW BIDDER 5TH LOW BIDDER 6TH LOW BIDDER 7TH LOW BIDDER Earthwork S Paving Prty4a CaSepeY astlut CLrtPeY CLrtAeY CaSepeY a4fpef Cbsep.t hmtk f aeDes�rjaYi'ort :QuaMRi^ that Ur# FaNfltem Cart t FoIffte,CvSt Um} TatoJk,r,Cast th.t FatafPem Cast U Y FotoJk,r,Case. tb* Th tem CvSt Ued F th,reCast P1 Preparation of Right of Way 109 STA $ ],79500 $ 849,65500 $ 5,87000 $ 639,83000 $ 4,2]5.51 $ 466,03059 $ 4,03].00 $ 440,03300 $ ],31224 $ 79],034.16 $ ],73000 $ 842,57000 $ 11,893.13 $ 1,296,351.1] P2 Undassidled Roadway Excavaton 35040 CY $ 055$ 220,57095 $ 003 $ 340,]3002 $ 5.04 $ 1]0,04000 $ 0]2 $ 235,52023 $ 300 $ 105,14]00 $ ]00 $ 245,34300 $ 4]] $ 107,133]3 P3 Embankment(Oensiry Control) 16740 CY $ 275$ 46,03500 $ 175 $ 29,29500 $ 273 $ 45,70020 $ ].90 $ 132,24600 $ 200 $ 33,48000 $ 200 $ 33,48000 $ 205 $ 34,3,00 P4 Sawwt,Remove,Dispose Concrete Paving 7843 SY $ 375 $ 2941125 $ 602 $ 5348926 $ 4.19 $ 32862.1] $ 6.84 $ 53646.12 $ ]00 $ 5490100 $ 600 $ 4705800 $ 570 $ 44705.10 P5 Lime Treatetl Subgatle(]"J 76439 SY $ 145$ 11083655 $ 206 $ 157464 34 $ 1.6] $ 127 65313 $ 2.55 $ 194,91945 $ 200 $ 15287800 $ 150 $ 114,65850 $ 3.15 $ 24078285 PO Lime(Est 48#/SYJ 1835 TON $ 15200 $ 278,92000 $ 14]53 $ 270,7,55 $ 149.00 $ 273,41500 $ 165.00 $ 302]]500 $ .100 $ 295,43500 $ 15000 $ 275,25000 $ 15721 $ 288,48035 P] 2"Ty"C HMAC(Surface) 711 SY $ 1845$ 131,95 $ 11.18 $ 794898 $ 1172 $ 833292 $ 11.39 $ 809829 $ 1100 $ 782100 $ 1200 $ 853200 $ 1936 $ 1376496 PB 4"Ty"B"HMAC(Base) 782 SY $ 2300 $ 1]98600 $ 2178 $ 1703196 $ 22.84 $ 1]80008 $ 22.21 $ 1]36822 $ 2200 $ 1]20400 $ 2350 $ 183]]00 $ 24.16 $ 18893.12 PO Reinforeetl Concrete Paving(B"J 70858 SY $ 2945$ 2,086,768.10 $ 3048 $ 2,159,75104 $ 28.80 $ 2,040,71040 $ 2].25 $ 1,930,88050 $ 3800 $ 2,692,60400 $ 32.10 $ 2,274,54100 $ 3600 $ 2,593,40280 P10 Concrete Cum(0"MonolitlriG 38499 LF $ 150 $ 5],]4850 $ 100 $ 38,49900 $ 1.00 $ 38,49900 $ 0.81 $ 31,184.19 $ 000 $ 30,79920 $ 125 $ 48,12375 $ 000 $ 30,79920 P11 Concrete Street Header 589 LF $ 1000 $ 5,89000 $ 800 $ 4,71200 $ 8.50 $ 5,00650 $ 8.01 $ 4,7,89 $ 2000 $ 11,78000 $ 1000 $ 5,89000 $ 1589 $ 9,35921 P12 Reinforced Concrete Sdewalk(4") 8199 SY $ 2]00 $ 226,29240 $ 2809 $ 230,30991 $ 29]4 $ 243,83826 $ 28.09 $ 230,30901 $ 3000 $ 245,97000 $ 3100 $ 254,16900 $ 29]3 $ 243,75627 P13 Reinf Concrete Stlewalk(w/In[Var H[Re[Wal1J 595 SY $ 3245$ 19,30]]5 $ 3308 $ 19,68260 $ ]4]5 $ 44,47625 $ 33.08 $ 19,68260 $ 4900 $ 29,15500 $ 6500 $ 38,67500 $ 6422 $ 38,21000 P14 Reinf Concrete Stlewalk(w/In[Var H[CumJ 257 SY $ 2900 $ ],45300 $ 2940 $ ],55500 $ 4]]5 $ 12,27175 $ 2940 $ ],55580 $ 4400 $ 11,30800 $ 4000 $ 10,28000 $ 3302 $ 8,64034 P15 Venable Height Retaining Wall 258 LF $ 6200 $ 15,99600 $ 11433 $ 29,49].14 $ 43.00 $ 11,09400 $ 125.00 $ 32,25000 $ 17000 $ 43,86000 $ 10000 $ 25,80000 $ 1]301 $ 44,79138 P10 Petlestiian Hantlail(PR608J(type"E"J 253 LF $ 7000 $ 18,06000 $ 8901 $ 23,11938 $ 115.00 $ 29,67000 $ ]0.35 $ 18,15030 $ 10500 $ 2],09000 $ 9000 $ 23,22000 $ 8433 $ 21,75714 P1] Bamer Free Ramp 57 EA $ 82500 $ 4],02500 $ 82400 $ 46,96800 $ 650.00 $ 3],05000 $ 840.00 $ 4],88000 $ 62500 $ 35,62500 $ 90000 $ 51 300 00 $ 1,00303 $ 57,271 P18 Monolithic Median Nose 20 EA $ 65000 $ 13,00000 $ ]]250 $ 15,45000 $ ]50.00 $ 15,00000 $ 788.00 $ 15,76000 $ 30000 $ 6,00000 $ 40000 $ 8,00000 $ 1,57920 $ 31,58400 P19 Landscape Maintenance Ramp 25 EA $ 35000 $ B,]5000 $ ]]250 $ 19,31250 $ 3]5.00 $ 9,37500 $ 788.00 $ 19,70000 $ 40000 $ 10,00000 $ 60000 $ 15,00000 $ 88020 $ 22,00500 P20 Median Nose Pavers 1157 SY $ ]2.10 $ 83,41970 $ 59]2 $ 69,09604 $ ]9.80 $ 92,32860 $ 60.00 $ 69,42000 $ 7000 $ 80,99000 $ 9000 $ 104,13000 $ 3947 $ 45,66679 P21 Street Pavers 446 SY $ 4000 $ 1],84000 $ 3152 $ 14,05792 $ 66.82 $ 29,80172 $ 32.15 $ 14,33890 $ 5]00 $ 25,42200 $ 3800 $ 16,94800 $ 3947 $ 1],60362 P22 (OMITTED ITEM) - - - - - - - P23 Relocate Existing Mailbox(remp WorkZoneJ 33 EA $ 10000 $ 3,30000 $ 1.36 $ 3,83908 $ 100.00 $ 3,30000 $ 150.00 $ 4,95000 $ 5000 $ 1,65000 $ 15000 $ 4,95000 $ 16458 $ 5,431.14 P24 Fumish&Install New Standard Mailbox Unit 24 EA $ 25000 $ 6,00000 $ 16643 $ 3,99432 $ 125.00 $ 3,00000 $ 1]5.00 $ 4,20000 $ 10000 $ 2,40000 $ 20000 $ 4,80000 $ 19348 $ 4,64352 P25 Fumish&Install New Bnck M ailbox Unit 9 EA $ 1,00000 $ 9,00000 $ 82400 $ ],41600 $ 1,000.00 $ 9,00000 $ ]35.00 $ 6,61500 $ 70000 $ 6,30000 $ 60000 $ 5,40000 $ 1,73390 $ 15,605.10 P26 Adjust Existing NTMWO Blow Off 4 EA $ 2,60000 $ 10,40000 $ 96144 $ 3,84576 $ 2,200.00 $ 8,80000 $ 1,575.00 $ 6,30000 $ 2,50000 $ 10,00000 $ 1,49500 $ 5,98000 $ 2,88903 $ 11,55932 P27 Adjust Existing NTMWO Valve ] EA $ 1,40000 $ 9,80000 $ 1,]]]41 $ 12,4410] $ ]50.00 $ 5,25000 $ ]8].50 $ 5,51250 $ 60000 $ 4,20000 $ 1,04000 $ ],28000 $ 1,56051 $ 10,92357 P28 Adjust E:isOng NTMWO Manhole 3 EA $ 1,60000 $ 4,80000 $ 2,53644 $ ],60932 $ 2,000.00 $ 6,00000 $ 1,83].50 $ 5,51250 $ 6,50000 $ 19,50000 $ 2,98500 $ 8,95500 $ 1,73390 $ 5,20170 P29 Adjust Existing Water Valves 38 EA $ 25000 $ 9,50000 $ 45]03 $ 1],36].14 $ 100.00 $ 3,80000 $ 4]2.50 $ 1],955 CM $ 30000 $ 11,40000 $ 35000 $ 13,30000 $ 20229 $ ],68702 P30 Relocate Existing Water Meter 25 EA $ 59500 $ 14,87500 $ 50301 $ 12,59]]5 $ ]5.00 $ 1,87500 $ 36].50 $ 9,18750 $ 50000 $ 12,50000 $ 45000 $ 11,25000 $ 66406 $ 16,61650 P31 Relocate Existing Fire Hydrant ] EA $ ]]500 $ 5,42500 $ 81804 $ 5,73258 $ 1,200.00 $ 8,40000 $ 1,575.00 $ 11,02500 $ 3,40000 $ 23,80000 $ 2,11000 $ 14,]]000 $ 86605 $ 6,06865 P32 Adjust Existing Sanitary Sewer Manholes B EA $ 1,10000 $ 8,80000 $ 96144 $ ],69152 $ 450.00 $ 3,60000 $ 1,312.50 $ 10,50000 $ 65000 $ 5,20000 $ 1,78500 $ 14,28000 $ 1,15593 $ 9,24744 To6fEaelhwork&PaWt,g xW.Amoeen£S F,264,P83A$ S 428L;ff4.38 $ 33SO64833 S e3,50&2G2.9s $ 4Stf,45336 S 4662,3fi.b5 S' 5,362,3ff46Q! Storm Drainage P_a COStPPY astlut CLrtPeY CLrtAeY Gast_ a4fpef CasepeY hmlfL fMaeDec sae :QwMRY t T On FaNfltem Case tb* Faafftemtmt Umt FaNt{tem Cast t FatafPem Cast U Y FaNt{tem Case U Y. Fat U,r,Cast Uttd Fa�fFiem Cax 01 Remove&Ospose Es stmq Dra nage PperHeadwalls 1 LS $ 21,20000 $ 21,20000 $ 53,65628 $ 53,65628 $ 63,900.00 $ 63,90000 $ 31,500.00 $ 31,50000 $ 75000 $ 75000 $ 56,95000 $ 56,95000 $ 6,35762 $ 6,35762 02 Remove&Dispose Existing Drainage Inlets 4 EA $ 51500 $ 2,06000 $ 24006 $ 96304 $ 550.00 $ 2,20000 $ 4]2.50 $ 1,89000 $ 10000 $ 40000 $ 57000 $ 2,28000 $ 5]]0] $ 2,31108 03 12"HOPE Pipe 370 LF $ 23]0 $ B,]6900 $ 3402 $ 12,92040 $ 28.50 $ 10,54500 $ 46.88 $ 1],34560 $ 2400 $ 8,88000 $ 3050 $ 11 28500 $ 2659 $ 9,83830 W 12"RCP 83 LF $ 3100 $ 2,57300 $ 3448 $ 2,86104 $ 3].00 $ 3,07100 $ 33.34 $ 2,76722 $ 3200 $ 2,65600 $ 3150 $ 2,61450 $ 3408 $ 2,87844 05 18"RCP 1067 LF $ 38.15$ 40,70605 $ 3600 $ 39,05220 $ 43.00 $ 45,88100 $ 3544 $ 3],81448 $ 3500 $ 3],34500 $ 3650 $ 38,94550 $ 42]] $ 45,63559 06 21"RCP 2748 LF $ 4532$ 124,53936 $ 42.18 $ 115,91004 $ 44.50 $ 122,28600 $ 39]4 $ 109,20552 $ 5000 $ 13],40000 $ 4100 $ 112,66800 $ 5006 $ 139,76328 07 24"RCP 759 LF $ 5050 $ 38,32950 $ 4]45 $ 36,01455 $ 51.00 $ 38,70900 $ 4442 $ 33,71478 $ 4800 $ 36,43200 $ 4450 $ 33,]]550 $ 5604 $ 42,98976 03 30"RCP 411 LF $ 6285$ 25,83135 $ 5424 $ 22,29264 $ 60.30 $ 24,78330 $ 56.39 $ 23,1]629 $ 6000 $ 24,66000 $ 5700 $ 23,42700 $ 7051 $ 28,97961 09 36"RCP 1]15 LF $ 8446 $ 144,84890 $ 7100 $ 123,13700 $ ]8.90 $ 135,31350 $ ]4.24 $ 127,32100 $ 10000 $ 1]1,50000 $ 7100 $ 12176500 $ 94]9 $ 162,56405 010 42"RCP 562 LF $ 10920 $ 61,37040 $ 8627 $ 48,48374 $ 10].10 $ 60,19020 $ 9].13 $ 54,58706 $ 10000 $ 56,20000 $ 9350 $ 52,54700 $ 12253 $ 68,86106 011 48"RCP 548 LF $ 12670 $ 6943160 $ 12605 $ 69 07540 $ 120.90 $ 66,25320 $ 113.14 $ 6200072 $ 11400 $ 6247200 $ III 00 $ 60,82800 $ 142.18 $ ]]91464 012 54"RCP 40 LF $ .000 $ 6,40000 $ 16000 $ 6,43600 $ 16540 $ 6,61600 $ 144.32 $ 5,]]280 $ 14300 $ 5,72000 $ 13600 $ 5,44000 $ 1]801 $ 7,12040 013 60"RCP 376 LF $ 18235$ 68,56360 $ 19042 $ ]159]02 $ 190.00 $ 7144000 $ 1]0.89 $ 64,25464 $ 16500 $ 62,04000 $ 15600 $ 58,65600 $ 20400 $ 76,92960 014 4k2'RCB 272 LF $ 11125$ 3026000 $ 10444 $ 28407O8 $ 111.00 $ 3019200 $ 11240 $ 3057280 $ 11000 $ 2992000 $ 10800 $ 2937600 $ 12404 $ 3395648 015 5x4'RCB 168 LF $ .330 $ 2],43440 $ 1]]32 $ 29,78976 $ 165.00 $ 2],]2000 $ 161.0] $ 2],05976 $ 17000 $ 28,56000 $ 15600 $ 26,20800 $ 18322 $ 30,78006 016 10$5'RCB 336 LF $ 334]5$ 112,47600 $ 41285 $ 138,7,60 $ 393.00 $ 132,04800 $ 401.68 $ 134,96448 $ 38500 $ 129,36000 $ 38100 $ 128,01600 $ 37568 $ 126,22848 0, 27k5'RCB 369 LF $ 44290 $ .3,430.10 $ 48948 $ 180,618.12 $ 552.00 $ 203,68800 $ 491.8] $ 181,50003 $ 50000 $ 184,50000 $ 46400 $ 1]121600 $ 49]05 $ 183,41145 018 10$6'SBC 13 LF $ 37100 $ 4,82300 $ 54337 $ ],06301 $ 414.00 $ 5,38200 $ 549.31 $ 7,14103 $ 45000 $ 5,85000 $ 42400 $ 5,51200 $ 416.14 $ 5,40902 019 10$8'SBC 72 LF $ 51000 $ 36,72000 $ 60568 $ 43,60896 $ 4]5.00 $ 34,20000 $ 46].93 $ 33,69006 $ 46000 $ 33,12000 $ 46200 $ 33,26400 $ 5]2.19 $ 41,197O8 020 27k5'MBC 32 LF $ 43000 $ 13,76000 $ 60131 $ 19,24192 $ 594.00 $ 19,00800 $ 1,016]0 $ 32,53440 $ 55000 $ 1],00000 $ 83500 $ 26,72000 $ 4]9]1 $ 15,35072 021 310'x5'MBC 122 LF $ 95275$ 116,23550 $ 1,12609 $ 13],38298 $ 1,112.00 $ 135,66400 $ 1,205.88 $ 147,1,36 $ 1,00000 $ 122,00000 $ 1,01500 $ 123,83000 $ 1,06924 $ 130,44728 022 410'x8'MBC 85 LF $ 1,32500 $ 112,62500 $ 1,65634 $ 140,788 00 $ 1,636.00 $ 139,06000 $ 171540 $ 145,80900 $ 1,50000 $ 12],50000 $ 1,44300 $ 122,65500 $ 1,47301 $ 125,27305 023 Stone Manhole-TypeA(3'x3'J 4 EA $ 1,92500 $ ],70000 $ 1,82320 $ ],29200 $ 1,835.00 $ ],34000 $ 1785.00 $ ],14000 $ 2,50000 $ 10,00000 $ 1,85000 $ ],40000 $ 213847 $ 8,55308 024 Stone Manhole-TypeB(5'x5'J ] EA $ 3,10000 $ 21,70000 $ 2,94929 $ 20,64503 $ 2,9]0.00 $ 20,79000 $ 2,887.50 $ 20,21250 $ 3,50000 $ 24,50000 $ 2,45000 $ 1],15000 $ 3,41000 $ 23,87000 025 Storm Manhole-Type B(6.11 2 EA $ 3,40000 $ 6,80000 $ 3,43190 $ 6,86300 $ 3,455.00 $ 6,91000 $ 3,360.00 $ 6,72000 $ 3,50000 $ ],00000 $ 2,67000 $ 5,34000 $ 3,81457 $ ],629.14 BROWN STREET RECONSTRUCTION r/tpTSEO PAVING COMPANY LACY CONSTRUCTION MCMAHON CONTRACTING,L.P. ED BELL CONSTRUCTOR TRI CON SERVICES GLEN THURMAN INC. LONE STAR CIVIL CONSTRUCTION, State rngnway]b to stone Road P.O.BOX 270040 1880 CROWN ROAD P.O.BOX 153086 P.O.BOX 540787 3010 W.MAIN STREET P.O.BOX 850842 INC. DALLAS,TEXAS 75227 DALLAS,TEXAS 75234 IRVING,TEXAS 75015-3086 DALLAS,TEXAS 75354-0787 ROWLETT,TEXAS 75088 MESQUITE,TEXAS 75185-0842 43FL EE MO CENTRE ASAIL 500 FLOWwER MOUND,TEXAS]6028 LOW BIDDER 2ND LOW BIDDER 3RD LOW BIDDER 4TH LOW BIDDER 5TH LOW BIDDER 6TH LOW BIDDER 7TH LOW BIDDER 028 Stone Manbole-TypeB(8'w57 1 EA $ 3,10000 $ 3,10000 $ 2,89567 $ 2,8950] $ 2,915.00 $ 2,91500 $ 2,835.00 $ 2,83500 $ 4,00000 $ 4,00000 $ 2,87500 $ 2,87500 $ 3,41000 $ 3,41000 02] Stone Manbole-TypeB Clk]1 4 EA $ 4,90000 $ 19,60000 $ 5,57684 $ 22,30736 $ 5,615.00 $ 22,46000 $ 5,460.00 $ 21,84000 $ 6,00000 $ 24,00000 $ 4,62000 $ 18,48000 $ 5,4900] $ 21,96268 028 Slone Junction Box(4,181 1 EA $ 6,10000 $ 6,10000 $ 13,19137 $ 13,19137 $ 13,285.00 $ 13,28500 $ 12,915.00 $ 12,91500 $ 9,00000 $ 9,00000 $ ],80000 $ ],80000 $ 6,79109 $ 6,79109 02g Stone Junction Bos(Bk147 1 EA $ 9,10000 $ 9,10000 $ 13,942.10 $ 13,942.10 $ 14,040.00 $ 14,04000 $ 13,650.00 $ 13,65000 $ 13,00000 $ 13,00000 $ 9,44000 $ 9,44000 $ 10,10283 $ 10,10283 030 Stone Junction Bos(gk187 1 EA $ 960000 $ 960000 $ 1662327 $ 1662327 $ 16740.00 $ 1674000 $ 16275.00 $ 1627500 $ 1300000 $ 1300000 $ 11 55000 $ 11 55000 $ 1069236 $ 1069236 031 15'x12"Inline Orin Basn 2 EA $ 1,35000 $ 2,70000 $ 58986 $ 1,1]g]2 $ ]00.00 $ 1,40000 $ 918]5 $ 1,83750 $ 1,00000 $ 2,00000 $ 92000 $ 1,84000 $ 1,50271 $ 3,00542 032 Sngle Gate Drop Inlet 3 EA $ 1,54500 $ 4,63500 $ 1,60870 $ 4,826.10 $ 1,620.00 $ 4,86000 $ 1,575.00 $ 4,72500 $ 2,00000 $ 6,00000 $ 2,36000 $ ],08000 $ 1,73390 $ 5,20170 033 Combinafion lnlet(4 Gate) 7 EA $ 4,40000 $ 30,80000 $ 3,75364 $ 26,27548 $ 3780.00 $ 26,46000 $ 3,6]5.00 $ 25,72500 $ 3,50000 $ 24,50000 $ 4,31000 $ 30,1]000 $ 4,91271 $ 34,3880] 034 8 Recessed Curb Inlet 7 EA $ 2,40000 $ 16,80000 $ 2,33262 $ 16,32834 $ 2,350.00 $ 16,45000 $ 2,283]5 $ 15,98625 $ 2,70000 $ 18,90000 $ 2,15000 $ 15,05000 $ 2,68754 $ 18,81278 035 10'Recessed Curb Inlet 18 EA $ 2,47500 $ 44,55000 $ 2,54].11 $ 45,84]08 $ 2,565.00 $ 46,1]000 $ 2,49375 $ 44,88750 $ 2,60000 $ 46,80000 $ 2,44000 $ 43,92000 $ 2,]]423 $ 49,936.14 036 12'Recessed Curb Inlet 14 EA $ 2,75000 $ 38,50000 $ 2,86885 $ 40,16390 $ 2,890.00 $ 40,46000 $ 2,808]5 $ 39,32250 $ 3,00000 $ 42,00000 $ 2,]]000 $ 38,78000 $ 3,06322 $ 42,88508 037 8'Standard Curb Inlet 2 EA $ 21000 $ 42000 $ 2,33262 $ 4,66524 $ 2,350.00 $ 4,70000 $ 2,283]5 $ 4,56750 $ 2,60000 $ 5,20000 $ 2,15000 $ 4,30000 $ 231.19 $ 46238 038 10'Standard Curb Inlet 2 EA $ 2,47500 $ 4,950 00 $ 2,54].11 $ 5,094 22 $ 2,565.00 $ 5,130 00 $ 2,493]5 $ 4,98]50 $ 2,600 00 $ 5,200 00 $ 2,440 00 $ 4,880 00 $ 2,]]4 24 $ 5,54848 03g Curb Inlet(rdJOT Type CJ 1 EA $ 2,73000 $ 2,73000 $ 2,46668 $ 2,46668 $ 2,485.00 $ 2,48500 $ 2,415.00 $ 2,41500 $ 3,00000 $ 3,00000 $ 2,56500 $ 2,56500 $ 3,06322 $ 3,06322 040 Curb Inlet E#enson(rs00T Type EJ 2 EA $ 60000 $ 1,20000 $ 85]08 $ 1,71596 $ 1,620.00 $ 3,24000 $ 840.00 $ 1,68000 $ 2,00000 $ 4,00000 $ 82000 $ 1,64000 $ 63576 $ 1,27152 041 3'Type Y Inlet 6 EA $ 185000 $ 1110000 $ 182320 $ 1093920 $ 1,835.00 $ 11,01000 $ 1785.00 $ 1071000 $ 250000 $ 1500000 $ 1,90000 $ 1140000 $ 202288 $ 1213728 042 4'TVPe Y Inlet 2 EA $ 1,85000 $ 3,70000 $ 1,93044 $ 3,86088 $ 1,945.00 $ 3,89000 $ 1,89000 $ 3,78000 $ 2,75000 $ 5,50000 $ 2,31000 $ 4,62000 $ 2,02288 $ 4,04576 043 5'Type Y Inlet 3 EA $ 2,15000 $ 6,45000 $ 2,03]09 $ 6,11307 $ 2,050.00 $ 6,15000 $ 1,995.00 $ 5,98500 $ 3,20000 $ 9,60000 $ 2,56500 $ ],69500 $ 2,36966 $ ],10808 044 Safety Entl Taatrnent-PSET-RP(18"RCPJ(g.1J 1 EA $ 1,03000 $ 1,03000 $ 1,0724] $ 1,0724] $ 1,08000 $ 1,08000 $ 848.56 $ 84856 $ 75000 $ 75000 $ 1,33500 $ 1,33500 $ 1,155 93 $ 1,155 93 045 Heatlwall-CH-FW-O(12"RCPJ(3.1J 1 EA $ 90000 $ ggg 00 $ ]50]3 $ ]50]3 $ ]55.00 $ 75500 $ ]35.00 $ 73500 $ 50000 $ 500 00 $ 1,02500 $ 1,02500 $ 98254 $ 98254 048 Heatlwall-CH-FW-O(54"RCPJ(k1J 1 EA $ 4,30000 $ 4,30000 $ 3,64639 $ 3,64639 $ 3,670.00 $ 3,67000 $ 3,570.00 $ 3,57000 $ 4,10000 $ 4,10000 $ 3,44000 $ 3,44000 $ 4,797.11 $ 4,797.11 047 WingwzlINPW(10 x6)(151 Skew)(3.1)(Hw=951 1 EA $ 20,60000 $ 20,60000 $ 26,81173 $ 26,81173 $ 27,000.00 $ 2],00000 $ 28,000.00 $ 28,00000 $ 29,93125 $ 29,93125 $ 24,18000 $ 24,18000 $ 23,11862 $ 23,11862 048 WingwallsPW(10'x87(15°SkewJ(3.1J(Hvr-1157 1 EA $ 30,38500 $ 30,38500 $ 41,07556 $ 41,07556 $ 41,365.00 $ 41 365 00 $ 40,000.00 $ 40,00000 $ 43,34700 $ 43,34700 $ 35,25000 $ 35,25000 $ 34,09996 $ 34,09996 04g WingwallsPW(2-]'w57(0°SkewJ(3.1J(Hw�01 1 EA $ 16,99500 $ 16,99500 $ 18,44647 $ 18,44647 $ 18,575.00 $ 18,57500 $ 25,000.00 $ 25,00000 $ 23,46800 $ 23,46800 $ 1],15000 $ 1],15000 $ 19,07286 $ 19,07286 050 WingwallsPW(2-]'w57(15°SkewJ(3.1J(Hvr-857 1 EA $ 19,20000 $ 19,20000 $ 25,63201 $ 25,63201 $ 25,810.00 $ 25,81000 $ 21,000.00 $ 21,00000 $ 28,80125 $ 28,80125 $ 16,27000 $ 16,27000 $ 21,50031 $ 21,50031 051 WingwallsPW(3-10k51(30°SkewJ(21J(Hvr-10.07 1 EA $ 19,10000 $ 19,10000 $ 28,42043 $ 28,42043 $ 28,620.00 $ 28,62000 $ 28,000.00 $ 28,00000 $ 36,33250 $ 36,33250 $ 29,33400 $ 29,33400 $ 21,38472 $ 21,38472 052 VVingwalISPW(3-10 x51(301 Skew)(3.1)(46,10.51 1 EA $ 29,35500 $ 29,35500 $ 40,86107 $ 40,86107 $ 41,150.00 $ 41 150 00 $ 39,000.00 $ 39,00000 $ 50,63650 $ 50,63650 $ 40,41000 $ 40,41000 $ 32,94403 $ 32,94403 053 WingwallsPW(4-10k81(15°SkewJ(3.1 J(Hvr-11.57 2 EA $ 32,50000 $ 65,00000 $ 44,72196 $ 89,44392 $ 45,035.00 $ 90,07000 $ 43,000.00 $ 86,00000 $ 57,13850 $ 114,2]]00 $ 43,32500 $ 86,65000 $ 36,41182 $ 72,82364 054 Rail Anchorage Curb 222 LF $ 12900 $ 28,63800 $ 69]1 $ 15,47562 $ ]0.20 $ 15,58440 $ 222.00 $ 49,28400 $ 10800 $ 23,97600 $ 1]500 $ 38,85000 $ 14449 $ 32,07678 055 Traffic Railing for Culvert 722 LF $ 9500 $ 68,59000 $ 9438 $ 68,14236 $ 95.00 $ 68,59000 $ 110.00 $ 79,42000 $ 6900 $ 49,81800 $ 7500 $ 54,15000 $ 10635 $ 76,78470 056 Pedestnan Railing for Culvert 722 LF $ 9200 $ 66,42400 $ 13835 $ 99,88870 $ 139.30 $ 100,57460 $ 9346 $ 6],478.12 $ 12500 $ 90,25000 $ 11000 $ 79,42000 $ 13293 $ 95,97546 057 Rlaster(Culvert Ends) 16 EA $ 2,21500 $ 35,44000 $ 3,75364 $ 60,05824 $ 3,480.00 $ 55,68000 $ 3,000.00 $ 48,00000 $ 2,00000 $ 32,00000 $ 1,50000 $ 24,00000 $ 2,48525 $ 39,76400 058 Stone Ripap(rs00T Common GroutetlJ 2000 SY $ ]2.10 $ 144,20000 $ 5]01 $ 115,82000 $ 58.30 $ 116,60000 $ 48.00 $ 96,00000 $ 6000 $ 120,00000 $ 5600 $ 112,00000 $ 8002 $ .1,84000 05g Gabion Mattress(18'1(PVC CoatetlJ 180 SY $ 8300 $ 14,94000 $ 8580 $ 15,44400 $ 14040 $ 25,27200 $ 84.00 $ 15,12000 $ 15000 $ 2],00000 $ 13900 $ 25,02000 $ .125 $ 29,02500 O80 Gabion Basket(3'xi1(PVC CoatetlJ 22 LF $ 20000 $ 4,40000 $ 20556 $ 4,52232 $ 1]0.00 $ 3,87200 $ 201.25 $ 4,42750 $ 15000 $ 3,30000 $ 1]500 $ 3,85000 $ 11559 $ 2,54298 061 Trench Excavafion Protection for Storm Sewer 10148 LF $ 103 $ 10,45244 $ 0.16 $ 1,62368 $ 0.10 $ 1,01480 $ 3.68 $ 3],34464 $ 005 $ 50]40 $ 0.10 $ 1,01480 $ 1.16 $ 11,]]168 TataF Sterm DXahaBe Bii AroXnt$ 2,064,571.20 $ 2258,396O5 5 2,32e,?E$OO $ 1,249,T64SO $ 2,256;e59.9e $ 2;Q9553e23e $: 2,326;742:56` Traffic Control P_a CaStpeY a5tyut CLctPeY CLctAeY CaStpeY a4fpe!• C"astpeY hmtk f aeDesmrjaYi'ort :QuaMRi^ that Uttd TaNfltem Cast Fo ffte,tmt Um} FotoJk,Cast th.t FatafPem Cast U Y FotoJk,Case. tb* ThSUmCmt Ued Fr+�fFieree Cast T1 Sgn&Sgn Post Assembly 25 EA $ 40000 $ 10,00000 $ 39655 $ 9,91375 $ 415.00 $ 10,37500 $ 341.25 $ 8,53125 $ 20000 $ 5,00000 $ 38500 $ 9,62500 $ 37568 $ 9,39200 T2 Sqn&Sqn Post Assembly AOStreet Name Blades 20 EA $ 46000 $ 9,20000 $ 45835 $ 9,16700 $ 480.00 $ 9,60000 $ 393]5 $ ],87500 $ 25000 $ 5,00000 $ 44500 $ 8,90000 $ 43347 $ 8,66940 T3 Remove Exis[Sgn&Post Assembly 1 LS $ 4,00000 $ 4,00000 $ 3,986.10 $ 3,986.10 $ 4,200.00 $ 4,20000 $ 2,362.50 $ 2,36250 $ 50000 $ 50000 $ 3,87000 $ 3,87000 $ 2,60084 $ 2,60084 T4 Remove Existing Guardrail/Bamcades 1 LS $ 4,20000 $ 4,20000 $ 5,40750 $ 5,40750 $ 5700.00 $ 5,70000 $ 2,205.00 $ 2,20500 $ 50000 $ 50000 $ 5,25000 $ 5,25000 $ 2,42745 $ 2,42745 T5 Relf Pay.Marker(CI B,Ty II-tYAJ 10 EA $ 2 75$ 27 50 $ 2 73 $ 27 30 $ 2.86 $ 2800 $ 2 78 $ 27 30 $ 330 $ 3300 $ 205 $ 26 50 $ 402 $ 46 20 TB Relf Pay.Marker(CI B,Ty II-GRJ 600 EA $ 275$ 1,65000 $ 273 $ 1,63800 $ 2.86 $ 1,71600 $ 278 $ 1,66800 $ 330 $ 1,98000 $ 205 $ 1,59000 $ 347 $ 2,08200 T] Fire Hydrant Marker 10 EA $ 300 $ 3000 $ 273 $ 2]30 $ 2.86 $ 2800 $ 278 $ 2]30 $ 550 $ 5500 $ 205 $ 2650 $ 1156 $ 11560 TB Refl.Pavemen[Marking(4'1MmiteJ(BrokenJ(rype lJ 20430 LF $ 031 $ 6,33330 $ 031 $ 6,33330 $ 0.32 $ 6,53]00 $ 0.32 $ 6,53]00 $ 0]2 $ 14,70960 $ 030 $ 6,12900 $ 1.10 $ 22,47300 Tg Refl.PavementMarking(4'1MmiteJ(OasbetlJ(Type lJ 205 LF $ 2.10 $ 43050 $ 206 $ 42230 $ 2.16 $ 44280 $ 2.10 $ 43050 $ 0]2 $ 14]00 $ 200 $ 41000 $ 231 $ 47355 T10 Refl.PavementMarking(4'1(YellowJ(SolitlJ(rype lJ 330 LF $ 105$ 34650 $ 103 $ 33900 $ 1.08 $ 35640 $ 1.05 $ 34650 $ 0]2 $ 23]00 $ 100 $ 33000 $ 1.10 $ 36300 T11 Refl.Pavemen[Marking(e'1MmiteJ(SolitlJ(rype lJ 1254 LF $ 144 $ 1,80576 $ 144 $ 1,80576 $ 1.51 $ 1,89354 $ 147 $ 1,84338 $ 143 $ 1,79322 $ 140 $ 1,75560 $ 202 $ 2,53308 T12 Refl.Pavement Marking(12')6ABLe)(Solid)(TVPe 17 3267 LF $ 232$ 757944 $ 232 $ ],57944 $ 243 $ ],93881 $ 2.36 $ ]]1012 $ 440 $ 1437480 $ 225 $ ],35075 $ 289 $ 944163 T13 Refl.PavementMarking(18'1MmiteJ(SolitlJ(rype lJ 418 LF $ 4.15$ 1,73470 $ 4.12 $ 1,722.16 $ 4.32 $ 1,80576 $ 4.20 $ 1,75560 $ 600 $ 2,75880 $ 400 $ 1,67200 $ 3]6 $ 1,57168 T14 Refl.PavementMarking(24'1MmiteJ(SolitlJ(rype lJ 145 LF $ 405$ 67425 $ 404 $ 67280 $ 4.86 $ ]04]0 $ 4]3 $ 68585 $ 900 $ 1,43550 $ 450 $ 65250 $ 604 $ 1,00630 T15 Reflectorizetl Pavemen[Marker(OnlyJ(rype lJ 2 EA $ 14000 $ 28000 $ 13905 $ 2]8.10 $ 146.00 $ 29200 $ 14175 $ 28350 $ 12100 $ 24200 $ 13500 $ 27000 $ 14449 $ 28808 T18 Reflectorizetl Pavemen[Marker(AnowJ(rype lJ 2 EA $ 13000 $ 26000 $ 128]5 $ 25750 $ 135.00 $ 27000 $ 131.25 $ 26250 $ 13]50 $ 27500 $ 12500 $ 25000 $ 11560 $ 23120 T1] Reflectonzed Pavement Marker(Anow,hru)(TVPe 17 6 EA $ .500 $ 99000 $ 16480 $ 98880 $ 1]3.00 $ 1,03800 $ 168.00 $ 1,00800 $ 24200 $ 1,45200 $ 16000 $ 96000 $ 22541 $ 1,35246 T18 Metal Beam Guard Fence(M BGF-OgJ 325 LF $ 2105$ ],03625 $ 2000 $ 6,69500 $ 16.20 $ 5,26500 $ 2179 $ ],08175 $ 2]00 $ 8,]]500 $ 2200 $ ],15000 $ 1]34 $ 5,63550 T1g Metal Beam Guard Fence Tan510on(MBGF(rL2}OgJ 16 EA $ 51500 $ 8,24000 $ ]6]35 $ 12,2]]00 $ 535.00 $ 8,56000 $ 813]5 $ 13,02000 $ 1,35000 $ 21,60000 $ 62500 $ 10,00000 $ 5]2.19 $ 9,15504 T20 Sngle Guardrail Terminal(SGT(]}OgJ 9 EA $ 2,55000 $ 22,95000 $ 2,07545 $ 18,67905 $ 2,000.00 $ 18,00000 $ 2,992.50 $ 26,93250 $ 3,00000 $ 2],00000 $ 2,95000 $ 26,55000 $ 2,13847 $ 19,24623 T21 Terminal Anchor Section 8 EA $ 55000 $ 4,40000 $ 67980 $ 5,43840 $ 520.00 $ 4,16000 $ 544.69 $ 4,35752 $ 1,50000 $ 12,00000 $ 57500 $ 4,60000 $ 55485 $ 4,43880 T22 Work Zone Traffic Control 1 LS $ 3],50000 $ 3],50000 $ 474,5]]09 $ 474,5]]09 $ 550,300.00 $ 550,30000 $ 872,052.90 $ 872,05290 $ 39],00000 $ 39],00000 $ 850,00000 $ 850,00000 $ 679,48262 $ 679,48262 T23 Traffic Sgnal Modiflca0ons 1 LS $ 60,80000 $ 60,80000 $ 60,]]000 $ 60,]]000 $ 52,500.00 $ 52,50000 $ 61,950.00 $ 61,95000 $ 50,03850 $ 50,03850 $ 65,00000 $ 65,00000 $ 68,19902 $ 68,19902 rnj.-1t BROWN STREET RECONSTRUCTIONPit TSEO PAVING COMPANY LACY CONSTRUCTION MCMAHON CONTRACTNG,L.P. ED BELL CONSTRUCTON TRI CON SERVICES GLEN THURMAN INC. LONE STAR CIVIL CONSTRUCTION, State rngnway Te m stone Road P.O.BOX 270040 1880 CROWN ROAD P.O.BOX 153086 P.O.BOX 540787 3010 W.MAIN STREET P.O.BOX 850842 INC. DALLAS,TEXAS 75227 DALLAS,TEXAS 75234 IRVING,TEXAS 75015-3086 DALLAS,TEXAS 75354-0787 ROWLETT,TEXAS 75088 MESQUITE,TEXAS 75185-0842 43FL WINDSOO CENTRE TRAIL x600 FLOWER MOUND,TEXAS 75028 LOW BIDDER 2ND LOW BIDDER 3RD LOW BIDDER 4TH LOW BIDDER 5TH LOW BIDDER 6TH LOW BIDDER 7TH LOW BIDDER T24 PVC Scb 40 Condi,(4")(Future llluminahon Sleeve) 3125 LF $ 490 $ 15,312 50 $ 489 $ 15,281 25 $ 690 $ 21,562 50 $ 488 $ 15,593 75 $ 700 $ 21,875 00 $ 550 $ ,,18750 $ 549 $ ,,15025 T25 PVC Scb 40 Cond.(0")(Future lmgabon Sleeve) 3,5 LF $ 660 $ 20,955 00 $ 592 $ 18,796 00 $ 1064 $ 33,782 00 $ 630 $ 20,002 50 $ 1100 $ 34,925 00 $ 1200 $ 38,100 00 $ 1387 $ 44,037 25 T26 Type"A"Ground Box(Future llluminaton) 52 EA $ 10300 $ 5,35600 $ 10300 $ 5,35600 $ 47500 $ 24,700 00 $ 10500 $ 5,46000 $ 50000 $ 26,000 00 $ 11000 $ 5,]2000 $ 11559 $ 6,01068 T27 Imgaton Valve Box(RaInbrd VB-STO or Eguly) 53 EA $ 1310 $ 69430 $ 2575 $ 1,36475 $ 4300 $ 2,27900 $ 1247 $ 66091 $ 4000 $ 2,12000 $ 16500 $ 8,]4500 $ ,383 $ 9,21299 Tutat TWA°,ControlBld Amount:$ 232,795.09:$ 689,802.7$:$ 7744403631:$ 1970,672R94 554927.52:$ 1,982120-35:$ 927,6465 Water Line Pm./?rx Cas£pPT .lut U+"iX,(aPT U+"iX,(aPT Cat£PPT lut U+"sFPPT IMma";, kemDesc£A£ii. [M-Ntd# P. WA FaMt/M Cott Um[Y Iamf£kmeos£ O. TotaiRmeos£ that TotNtturt Cott .. O. TotaiM Cos£ MOO ToMM.O2os£ NNd . Mmtt£umC t. W1 Furnish nstaWater Line by Open Cut with +Embedment 1960 LF $ 14010 $ 274,596 00 $ 11981 $ 234,827 60 $ 16850 $ 330,260 00 $ 14291 $ 280,103 60 $ 11000 $ 215,600 00 $ 9880 $ 193,648 00 $ 15721 $ 308,131 60 W2 Furnish nstaWater Line by Open Cut with teeEncasement Pipe(3/8"Thick) 931 LF $ 29500 $ 274,645 00 $ 25132 $ 233,978 92 $ 30150 $ 280,696 50 $ 25515 $ 237,544 65 $ 24500 $ 228,095 00 $ 23700 $ 220,647 00 $ 33060 $ 307,788 60 W3 Furnish nstaWater Line by Boring with 36"Steel Encasement Pipe(GB"Thick) 60 LF $ 54100 $ 32,460 00 $ 53702 $ 32,221 20 $ 51800 $ 31,080 00 $ 33537 $ 20,122 20 $ 77000 $ 46,20000 $ 56100 $ 33,660 00 $ 60686 $ 36,411 60 W4 Furnish nstaWater Line by Open Cut with oncrete Encasement 10 LF $ 14000 $ 1,40000 $ 12554 $ 1,25540 $ 15350 $ 1,53500 $ 23384 $ 2,33840 $ 18000 $ 1,80000 $ 15700 $ 1,57000 $ 15605 $ 1,56050 W5 Furnish&Install 12 Water Line by Open Cut with +Embetlment 528 LF $ 4650 $ 24,552 00 $ 4269 $ 22,540 32 $ 4475 $ 23,628 00 $ 5360 $ 28,300 80 $ 4100 $ 21,648 00 $ 3500 $ 18,480 00 $ 5202 $ 27,466 56 W6 Furnish nstaWater Line by Open Cut with teeEncasement Pipe(1/4"Thick) 70 LF $ 11450 $ 8,01500 $ 12867 $ 9,00690 $ 9500 $ 6,65000 $ 10196 $ 7,13720 $ 10100 $ 7,07000 $ 8550 $ 5,98500 $ 12831 $ 8,981]0 W] Furnish nstaWater Line by Boring with 20"Steel Encasement Pipe(1/4"Thick) 20 LF $ 23700 $ 4,]4000 $ 24026 $ 4,80520 $ 36700 $ 7,34000 $ 27631 $ 5,52620 $ 64000 $ 12,800 00 $ 27242 $ 5,44840 $ 26586 $ 5,3,20 W8 Furnish nstaWater Line by Open Cut with oncrete Encasement 10 LF $ 6200 $ 62000 $ 7020 $ 70200 $ 5800 $ 58000 $ 10211 $ 1,02110 $ 13000 $ 1,30000 $ 7000 $ 70000 $ 6936 $ 69360 Wg Furnish nstaWater Line by Open Cut with +Embedment 1360 LF $ 3300 $ 44,880 00 $ 2802 $ 38,107 20 $ 2885 $ 39,236 00 $ 3255 $ 44,268 00 $ 3100 $ 42,160 00 $ 2450 $ 33,320 00 $ 3699 $ 50,306 40 1.A10 Furnish&Install 6"Water Line by Open Cut with +Embetlment 63 LF $ 2900 $ 1,82700 $ 4510 $ 2,84130 $ 4200 $ 2,64600 $ 4804 $ 3,02652 $ 5000 $ 3,15000 $ 2300 $ 1,44900 $ 3237 $ 2,03931 R/11 Furnish Install ate Valve with Gene for 3 EA $ 25,750 00 $ 77,250 00 $ 19,563 93 $ 58,691 79 $ 24,500 00 $ 73,500 00 $ 23,821 35 $ 71,464 05 $ 28,500 00 $ 85,500 00 $ 23,300 00 $ 69,900 00 $ 28,898 27 $ 86,694 81 R/12 Furnish nsta ate Valve with aen e for 2 EA $ 2,42500 $ 4,85000 $ 2,38351 $ 4,]6702 $ 2,20000 $ 4,40000 $ 2,36145 $ 4,]2290 $ 2,25000 $ 4,50000 $ 2,22500 $ 4,45000 $ 2,]1644 $ 5,43288 R/13 Furnish nsta ate Valve with aen e for ] EA $ 1,45000 $ 10,150 00 $ 1,52418 $ 10,669 26 $ 1,37000 $ 9,59000 $ 1,45472 $ 10,183 04 $ 1,20000 $ 8,40000 $ 1,20000 $ 8,40000 $ 1,61830 $ 11,32810 W14 Furnish nsta ate Valve with aen e for 6 EA $ 1,03000 $ 6,18000 $ 98056 $ 5,88336 $ 97500 $ 5,85000 $ 1,05578 $ 6,33468 $ 90000 $ 5,40000 $ 1,05000 $ 6,30000 $ 1,15593 $ 6,93558 W15 Transfer Water Service Including p on Main,Corp&Copper Tubing 15 EA $ 77500 $ 11,625 00 $ 1,03172 $ 15,475 80 $ 79000 $ 11,850 00 $ 179970 $ 26,995 50 $ 60000 $ 9,00000 $ 1,97500 $ 29,625 00 $ 86695 $ 13,004 25 W10 Furnish nstaNew 3Meter 15 EA $ 8000 $ 1,20000 $ 57063 $ 8,55945 $ 40000 $ 6,00000 $ 36750 $ 5,51250 $ 20000 $ 3,00000 $ 48000 $ 7,20000 $ 8669 $ 1,30035 W17 ConstructCombination Air Release Valve with 4'Diameter Manhole 2 EA $ 6,59500 $ 13,19000 $ 10,013 75 $ 20,027 50 $ 9,10000 $ 18,20000 $ 9,15600 $ 18,312 00 $ 9,00000 $ 18,000 00 $ 12,700 00 $ 25,400 00 $ 7,39796 $ 14,795 92 W18 Furnish nsta isce aneous Fittings 1 LS $ 5,10000 $ 5,10000 $ 37,897 93 $ 37,897 93 $ 5870000 $ 58,700 00 $ 7,56000 $ 7,56000 $ 45,000 00 $ 45,000 00 $ 121]0000 $ 121]0000 $ 5,]2186 $ 5,]2186 W19 Construct,Blow OR Valve with 4'Diameter Manhole 3 EA $ 9,00000 $ 27,000 00 $ 4,94453 $ 14,833 59 $ 875000 $ 26,250 00 $ 9,18960 $ 27,568 80 $ 8,80000 $ 26,400 00 $ 8,]1800 $ 26,154 00 $ 10,056 60 $ 30,169 80 W20 Connect to Existing Water Line 3 EA $ 1,30000 $ 3,90000 $ 80768 $ 2,42304 $ 45000 $ 1,35000 $ 178500 $ 5,35500 $ 75000 $ 2,25000 $ 1,22000 $ 3,66000 $ 1,44491 $ 4,33473 W21 Furnish nsta tanard Fire Hydrant Assembly 6 EA $ 3,05000 $ 18,300 00 $ 2,39584 $ 14,375 04 $ 275000 $ 16,500 00 $ 3,07283 $ 18,436 98 $ 3,40000 $ 20,400 00 $ 3,02500 $ 18,150 00 $ 3,41000 $ 20,460 00 W22 Support ExistingAcross Trench 9 EA $ 2,06000 $ 18,540 00 $ 89176 $ 8,02584 $ 45000 $ 4,05000 $ 57750 $ 5,19750 $ 20000 $ 1,80000 $ 40000 $ 3,60000 $ 2,31186 $ 20,806 74 W23 Remove&Dispose of ExistingWater Line 1 LS $ 1,00000 $ 1,00000 $ 2,91602 $ 2,91602 $ 5,40000 $ 5,40000 $ 2,62500 $ 2,62500 $ 50000 $ 50000 $ 1,32000 $ 1,32000 $ 1,09813 $ 1,09813 W24 Design Trench Safety Plan&Provide Trench Safety Systems 4949 LF $ 103 $ 5,09747 $ 016 $ 79184 $ 010 $ 49490 $ 315 $ 15,589 35 $ 005 $ 24745 $ 010 $ 49490 $ 116 $ 5,]4084 Tote Water L9leBiid Amount 1$ 874117.471$ 785,623,52 $ 965,786.4g $ 865;245W $ 810,,22045T$ 84426t-30 $ 97E,521.06 Erosion Control&Landscaping Piajert CAstpev C Pee, .40ev 1 1 C P _ Ps }tam&:' FBmDbcepemN, $O+aN£&$+Mg.$ 1N3 744114448441 744M1 85444. tbmtttem Cast£_ tWat&em Cott MkT.,,,,tem Cast£_ tW,,,,,,Cott_ DNF ,),,,,tern Cott L1 SIIt Fence(Install/Malntaln/Remove) 5485 LF $ 134 $ 7,34990 $ 134 $ 7,34990 $ 200 $ 10,970 00 $ 400 $ 21,940 00 $ 200 $ 10,970 00 $ 165 $ 9,05025 $ 139 $ 7,62415 L2 Inlet Pmtenon 68 EA $ 6200 $ 4,21600 $ 5665 $ 3,85220 $ 4000 $ 2,]2000 $ 7500 $ 5,10000 $ 12500 $ 8,50000 $ 3300 $ 2,24400 $ 5780 $ 3,93040 L3 Rlter Dam 185 LF $ 2000 $ 3,]0000 $ 2627 $ 4,85995 $ 1650 $ 3,05250 $ 5500 $ 10,,500 $ 2500 $ 4,62500 $ 4300 $ 7,95500 $ 1618 $ 2,99330 L4 Construction E:I[ 4 EA $ 1,30000 $ 5,20000 $ 97850 $ 3,91400 $ 87000 $ 3,48000 $ 1,50000 $ 6,00000 $ 75000 $ 3,00000 $ 2,00000 $ 8,00000 $ 1,09929 $ 4,39716 L5 Tops.(4"Depth) 3625 CY $ 1500 $ 54,375 00 $ 541 $ 19,611 25 $ 4500 $ 163,125 00 $ 750 $ 27,187 50 $ 100 $ 3,62500 $ 800 $ 29,000 00 $ 187 $ 6,]7875 L6 Block Sod(Bermuda)(Common) 32615 SY $ 209 $ 68,165 35 $ 201 $ 65,556 15 $ 215 $ 70,122 25 $ 200 $ 65,230 00 $ 300 $ 97,845 00 $ 200 $ 65,230 00 $ 208 $ 67,839 20 L] Pmlect M owing&Landsape Maintenance 16 MO $ 55000 $ 8,80000 $ 97850 $ 15,656 00 $ 80000 $ 12,800 00 $ 60000 $ 9,60000 $ 10000 $ 1,60000 $ 2,50000 $ 40,000 00 $ 2,66269 $ 42,603 04 L8 Slonr Water Pollution Prevention Plan 1 LS $ 4,00000 $ 4,00000 $ 4,66075 $ 4,66075 $ 2,50000 $ 2,50000 $ 25,000 00 $ 25,000 00 $ 1,25000 $ 1,25000 $ 9,50000 $ 9,50000 $ 9,98724 $ 9,98724 s. ,. xotat EYnston-Control&Ean41448414,4 155,805,25 4 125,46O2O 4 268,759:75&$ 170,23230&$ 134415,00&$ 170;979_25 4 146:153.24 Incidental Construction Y'uy4,x Cas£pPT lut U+"sF,PPT U+sF,PPT eat lut Cost IMm,#:a tMmDeso31£Nm Oo,N, Rg Pea, flf IaM£ltecCas MOO Iamftkmeos£ O. . TotaiR mCa4£ us ToMMem Cott .. Mg . IaMttkmCos£ Umis TO410 Cost tMd . Iam11£em6-P, IC1 6'Cedar Fence 2400 LF $ 2640 $ 63,360 00 $ 2472 $ 59,328 00 $ 2765 $ 66,360 00 $ 2688 $ 64,512 00 $ 2700 $ 64,800 00 $ 1850 $ 44,400 00 $ 1914 $ 45,936 00 IC2 6'Chain Lnk Fence 1100 LF $ 1310 $ 14,410 00 $ 1545 $ 16,995 00 $ 1370 $ 15,070 00 $ 1334 $ 14,674 00 $ 1600 $ ,,00000 $ 1550 $ ,05000 $ 1637 $ 18,007 00 IC3 T%DOT Type"C"Fence 1200 LF $ 450 $ 5,40000 $ 448 $ 5,37600 $ 470 $ 5,64000 $ 457 $ 5,48400 $ 550 $ 6,60000 $ 400 $ 4,80000 $ 402 $ 4,82400 IC4 Lower EwsIng 8"Water Line 10 EA $ 3,]6000 $ 37,600 00 $ 1,91124 $ 19,112 40 $ 2,80000 $ 28,000 00 $ 4,15275 $ 41,527 50 $ 2,50000 $ 25,000 00 $ 5,95000 $ 59,500 00 $ 4,21915 $ 42,19150 IC5 Lower EwsIng 12"Water Line 5 EA $ 4,43000 $ 22,150 00 $ 3,30232 $ 16,511 60 $ 3,20000 $ 16,000 00 $ 6,49425 $ 32,471 25 $ 5,00000 $ 25,000 00 $ 8,52500 $ 42,625 00 $ 4,97050 $ 24,852 50 IC6 Concrete Cap for NTMWD Water Line 250 LF $ 4350 $ 10,875 00 $ 2940 $ 7,35000 $ 5700 $ 14,250 00 $ 4725 $ 11,812 50 $ 3000 $ 7,50000 $ 4500 $ 11,250 00 $ 4855 $ 12,137 50 IC] Project ConIngency 1 LS $ ,5,00000 $ ,5,00000 $ ,5,00000 $ ,5,00000 $ ,5,00000 $ ,5,00000 $ ,5,00000 $ ,5,00000 $ ,5,00000 $ ,5,00000 $ ,5,00000 $ ,5,00000 $ ,5,00000 $ ,5,00000 Total incittentaf Construct£bn Bid Amount,$ 328,795,0a4 299,673,044 320;32e004 346,48t,254 324500,004 354,625.004 322,948_59 Total Base Bid CansUztsdan Amnt4r+t;$' 7,91059-Q7;5 $42400.90 :5 8,45,t87839 ;5 $59 QQQ.QQ :$ 8;982476-33;5 094599-26;5 10,062.22461. BROWN STREET RECONSTRUCTION TSEO PAVING COMPANY LACY CONSTRUCTION MCMAHON CONTRACTING,L.P. ED BELL CONSTRUCTION TRI CON SERVICES GLEN THURMAN INC. LONE STAR CIVIL CONSTRUCTION, State rngnway Fe m stone Road P.O.BOX 270040 1880 CROWN ROAD P.O.BOX 153086 P.O.BOX 540787 3010 W.MAIN STREET P.O.BOX 850842 INC. Irilit DALLAS,TEXAS 75227 DALLAS,TEXAS 75234 IRVING,TEXAS 75015-3086 DALLAS,TEXAS 75354-0787 ROWLETT,TEXAS 75088 MESQUITE,TEXAS 75185-0842 43FL WINDSOO CENTRE TRAIL x600 FLOWER MOUND,TEXAS 75028 LOW BIDDER 2ND LOW BIDDER 3RD LOW BIDDER 4TH LOW BIDDER 5TH LOW BIDDER 6TH LOW BIDDER 7TH LOW BIDDER Illumination(Alternate Bid) Puy4,t ...N.T lut ha"i:P. ha"i:P. eat,. Pe!' Cost pbt It.. :. 1...0...1, ::.[twMdi ::.LT. £ma ' I++mf£temeavt ..1 P.I.N.Cost Tait...0 Iw..R.Cut £ANY ' T++mfltmCost .../ TM.,Cost ,. ' Iat1.,,Cost. IL1 PVC Sc640 Cond!t(2"((Illumination Cona!t) 12252 LF $ 404 $ 59,29968 $ 434 $ 59,29968 $ 410 $ 50,23320 $ 494 $ 60,52488 $ 390 $ 46,55760 $ 525 $ 64,32300 $ 545 $ 66,]7340 IL2 Illummakon Foundaton(W1lhout Apren)(O1Depth) 72 EA $ 90125$ 64,89000 $ 90125 $ 64,89000 $ 06000 $ 61,92000 $ 91975 $ 66,15000 $ 05000 $ 61,20000 $ 96500 $ 69,480 00 $ 1,01143 $ 72,82296 IL3 Illummaton Pole Assembly(Single Ann) 16 EA $ 2,163 HI $ 34,60800 $ 2,16300 $ 34,60800 $ 2,38000 $ 38,08000 $ 277400 $ 44,38400 $ 2,40000 $ 38,40000 $ 2,30000 $ 36,80000 $ 2,42742 $ 38,83872 IL4 Illummaton Pole Assembly(Dual Ann) 56 EA $ 2,67800 $ 149,96800 $ 2,67800 $ 149,96800 $ 3,30000 $ 184,80000 $ 3,29900 $ 104]4400 $ 3,20000 $ 1]9,200 NI $ 2,86000 $ 160,16000 $ 3,00538 $ 1g0,30128 IL5 Electnal Service 1 EA $ 3,60000 $ 3,60000 $ 3,56277 $ 3,56277 $ 4,20000 $ 4,20000 $ 3,63232 $ 3,63232 $ 4,10000 $ 4,10000 $ 3,80000 $ 3,80000 $ 3,99831 5 3,99831 IL6 Electnal Conductor(No 4 Bare) 12322 LF $ 103 $ 12,69166 $ 103 $ 12,69166 $ 146 $ 1],99012 $ 105 $ 12,93810 $ 140 $ 1],25080 $ 110 $ 13,55420 $ 116 $ 14,29352 IL] Electnal Conductor(No 2Insulated) 36966 LF $ 190 $ 66,53990 $ 190 $ 66,53990 $ 259 $ 95,]4194 $ 104 $ 68,01]44 $ 250 $ 92,41500 $ 200 $ 73,93200 $ 202 $ 74,67132 ILO Type"A"Greundbox(Illuminator) 10 EA $ 10300 $ 1,03000 $ 10300 $ 1,03000 $ 47500 $ 4,]5000 $ 10500 $ 1,05000 $ 50000 $ 5,00000 $ 11000 $ 1,10000 $ 11559 $ 1,15590 IL9 PVCSc6 40 Cord..")(Deduct Base Item T24) -3125 LF $ 490 $ (15,312501$ 619 $ 09,312 50),$ 690 $ (21,562 50),$ 499 $ (15,59375d$ 700 $ (21,875001$ 550 $ (7,187 50),$ 549 $ (17,15625d ILI0 Type"A"Gmunabox(Deduct Base Item T26) -52 EA $ 10300 $ (5,356 00)$ 10300 $ (5,356 00($ 47500 $ (24,700 00)$ 10500 $ (5,46000($ 50000 $ (26,00000($ 11000 $ (5,720 00)$ 11559 $ (6,01068) Tutati0005{00000 4lte£Rate BO A050002:$ 371,957_64:$ 367.920_41 $ 412,,45276:$ 426,306,99:$ 39524046:$ 406241.70:$ 417-68048 Irrigation System(Alternate Bid) Puy.. ...Pev C4..P., Cartpee , ;P., C as#M2 ...P., ...P.,e Aeaik kemDesc£A£i'oN QL'3MNy UNR Mk £»�££teml9$£ tt. T»tf£kratws£ .. U. T»�££MraCost U! T»!# t9os£ NT .. Ta£MraCost tt. TotN#A t9&s£ wit T»HFltemGos£. 1R1 Imgaton System 1 LS $ 73,]0000 $ 73,]0000 $ 117,420 NI $ 11],42000 $ 125,00000 $ 125,00000 $ 101,00000 $ 101,00000 $ 100,00000 $ 100,00000 $ 100,00000 $ 100,00000 $ 115,00000 5 115,00000 IR2 PVCScb 40 Cond!t(6")(Deduct Base Item T25) -31]5 LF $ 660 $ (20,95500)$ 592 $ (18,796 00)$ 1064 $ (33,782 00)$ 630 $ (20,00250)$ 1100 $ (34,92500)$ 1200 $ (38,100 00)$ 549 $ (1],43075) IR3 Imgaton Valve Box(Deduct Base Item T27) -53 EA $ 1307 $ (69271)$ 2575 $ (1,364 75)$ 4300 $ (2,279 00)$ 1247 $ (66091)$ 4000 $ (2,120 00)$ 16500 $ (8,745 00)$ 1]393 $ (9,21299) Total Irrigation Alternate Bid Amount $ 52,05229 $ 97.259,25 $ 85939,00 $ 80,336,59 $ 62955.09 $ 53155,00 $ 88,3562E Miscellaneous Alternate Bid Items Puy4,t 'Tr Cahat hbhat hbhat GaStpkT Cahat CbstPPT hereX!"s f&aeDA,xcgN'om `[lava"$"`L T.2 U? � .. F trfffeee Cart .. UA& _ haf£&`aCoSt _ UmY � _ "fatrff&`a Cast .. UM+ � .. hHfRere CoS£ _ U Y � _ "fatrff&`a Cast .. UA& _ hHf£teee Cost _ UNF ' _ "fotaIfiere CdS£ WIA 24"Water Brie(Suckle lren)(Class 200) 2961 LF $ 14425$ 427,12425 $ 11559 $ 342,23239 $ 23133 $ 694,96913 $ 10905 $ 319,93605 $ 10900 $ 319,]9900 $ 15000 $ 444,15000 $ 16193 $ 479,17963 WIB 24"Water One(RCCP)(ANSI/AWWA C303-00) 2961 LF $ 17000 $ 503,37000 $ 9713 $ 257,991 93 $ 26300 $ 779,74300 $ 13403 $ 396,96293 $ 9500 $ 291,29500 $ 17000 $ 503,37000 $ 19073 $ 564,751 53 P15A Venable Hagbt Retaining Wall(Stone or Block) 259 LF $ 6500 $ 16,]7000 $ 7169 $ 18,496 02 $ 7700 $ 19,96600 $ 9500 $ 24,51000 $ 9500 $ 24,51000 $ 25000 $ 64,50000 $ 23119 $ 59,64444 Brown Street Reconstruction Project Manual Proposal, Specifications, Contract & Bond Forms Brown Street Reconstruction State Highway 78 to Stone Road F 4 P R o A City of Wylie r „�E,; F./..44� .AP to Collin County, Texas . Ca/ ° ...# i ,... ::.....................•*tr .1 f. CHAD A. PENDLEY /'' CITY COUNCIL f �•; 903'!4 ERIC HOGUE - Mayor v1/4...."- M.G. "RED" BYBOTH -Mayor Pro-Tern DAVID GOSS - Council Member KATHY' SPI'LLYARDS —Council Member y 25, 2011 BENNIE JONES Council Member RICK WHITE — Council Member DIANE CULVER— Council Member MINIM Mr IN III CITY ADMINISTRATION / STAFF MINDY MANSON - City Manager CHRIS HOLSTER P.E.—City Engineer Texas Registration No. 579 MIKE SFERRA— Director of Public Services 6175 Main Street, Sure 395 CAROLE EHRLICH — City Secretary Frisco, Texas 75034 Ph: (214) 619-1733 N CITY OF WYLIE BROWN STREET RECONSTRUCTION Project Manual TABLE OF CONTENTS TITLE SECTION Bidding Requirements: Notice to Contractors A Instruction to Bidders B Proposal Form P Contract Documents: Standard Form of Agreement SFA Performance Bond PA Payment Bond PB Maintenance Bond MB Worker's Compensation Certificate WC Conditions of Contract: General Conditions of Agreement G Supplemental Conditions I Special Specifications H Schedule of Prevailing Wage Rates WR Equal Employment Opportunity EE Technical Specifications: Preparation of Right-of-Way PR Excavation E Embankment EB Removing Concrete RC Rolling RL Lime Treatment LT Trench Excavation Protection TP Storm Sewer System SS Excavation &Backfill of Trenches & Structures ET Structural Concrete C Street Road and Drainage Improvements SR Concrete Curb, Gutter, &Combined Curb &Gutter CG Sidewalks SW Joint Sealants JS Topsoil TS Sodding SD Raised Pavement Markers PM Illumination IL Irrigation System IRR TxDOT Barricades &Construction General Notes & Standards BC INDEX Brown Street Reconstruction BIDDING REQUIREMENTS NOTICE TO CONTRACTORS FOR THE CONSTRUCTION OF Brown Street Reconstruction From State Highway 78 to Stone Road WYLIE, TEXAS Sealed bids addressed to the Honorable Mayor and City Council of Wylie, Texas (Owner)will be received at the office of the Purchasing Agent of the City of Wylie, City Hall, 300 Country Club Road, Wylie, Texas 75098, until 2:00 p.m., June 17th, 2011, and then publicly opened and read aloud immediately thereafter, for furnishing all labor, tools, material and equipment, and for performing all work necessary for the reconstruction of Brown Street from State Highway 78 to Stone Road in the City of Wylie, Texas. Contract Documents, including Drawings and Technical Specifications, will be available for review or may be secured from RLK Engineering, Inc. at 6175 Main Street, Suite 395, Frisco, Texas 75034 (214- 619-1733), on payment of a non-refundable Three Hundred Dollars ($300.00) per set. Checks shall be payable to RLK Engineering, Inc. The proposal shall be accompanied by a cashier's check or certified check upon a national or state bank in an amount not less than five percent(5%) of the total actual bid price payable without recourse to the City of Wylie, Texas, or a bid bond in the same amount from a reliable surety company as a guarantee that the bidder will enter into a contract and execute performance bonds within then (10) days after notice of award of contract to them. The successful bidder must furnish performance bond and payment bonds upon the forms provided in the amount of one hundred percent (100%) of the contract price from an approved surety company holding a permit from the State of Texas,to act as a surety or sureties acceptable to the Owner. The contract shall be awarded to the lowest responsible bidder, however, the right is reserved, as the interests of the Owner may require, to reject any and all bids, and to waive any informality in bids received. The low bidder(s) shall be prepared to submit such evidence as the Owner may require to establish his experience, possession of such equipment, qualification of personnel, and financial responsibility necessary to perform the work on this project in an expeditious, safe, and satisfactory manner. Bids may be held by the Owner for a period not to exceed sixty (60) days from the date of the opening of Bids for the purpose of reviewing the Bids and investigating the qualifications of Bidders, prior to awarding of the contract. A pre-bid conference will be held at the City of Wylie's City Hall (300 Country Club, Wylie, Texas, 75098) at 2:00 p.m., June 9th. Representatives of the Owner and Consulting Engineer will be present to discuss the project. Bidders are strongly encouraged to attend. By/s/ ERIC HOGUE Eric Hogue, Mayor A-1 SECTION B INSTRUCTION TO BIDDERS SECTION B INSTRUCTION TO BIDDERS Sealed bids addressed to the Honorable Mayor and City Council of Wylie,Texas(Owner)will be received at the office of the Purchasing Agent of the City of Wylie, City Hall, 300 Country Club Road, Wylie,Texas 75098, until 2:00 p.m., June 17th,2011,and then publicly opened and read aloud immediately thereafter,for furnishing all labor,tools,material and equipment, and for performing all work necessary for; BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road There will be a pre bid meeting at 2:00pm CST,Friday,June 9,2011 at the City of Wylie's City Hall(300 Country Club, Wylie,Texas, 75098). Representatives of the Owner and Consulting Engineer will be present to discuss the project. Bidders are strongly encouraged to attend. All bids must be made on the blank form of proposal. Each bid must be accompanied by a certified check or bidder's bond payable to the Owner for five percent(5%)of the total amount of the bid. As soon as the bid prices have been compared,the Owner will return the check or bond of all except the three lowest responsible bidders. When the contract is awarded,the checks or bonds of the two remaining unsuccessful bidders will be returned.The check or bond of the successful bidder will be retained until the contract and surety bond have been executed and approved, after which it will be returned. A performance and payment bond in the amount of 100 percent (100%) of the contract price with a corporate surety approved by the Owner and Engineer, will be required for the faithful performance of the contract, and the bidder shall state in the proposal the name and address of the surety or sureties who will sign this bond in case the contract is awarded to him. The party to whom the contract is awarded will be required forthwith to execute the contract and a performance and payment bond within fifteen (15)calendar days from the date when the written notice of the award of the contract is mailed to the bidder at the address given by him. In case of failure to do so, the Owner may, at his option, consider that the bidder has abandoned the contract, in which case the certified check or bidder's bond accompanying the proposal shall become the property of the Owner. The Owner reserves the right to reject any and all bids, but if awarded,the Contract will be awarded to the lowest responsive, responsible bidder. Contractor's proposals shall hold firm for sixty (60) days to allow the Owner to complete its financing arrangements. Mutually agreed upon extensions of time may be made if necessary. Before the award of the contract, any bidder may be required to furnish evidence satisfactory to the Owner and to the Engineer of the necessary facilities, ability, and pecuniary resources to fulfill the conditions of the said contract. Prior to signing the contract, the Contractor will be asked to submit on a form acceptable to the Owner and Engineer,an overall construction schedule for the project. This construction schedule shall start with the proposed date of receipt of notice to proceed, and the completion date shall be the date specified in the contract. Bidders must satisfy themselves by personal examination of the location of the proposed work, by examination of the Plans and Specifications and requirements of the work and the accuracy of the estimate of the quantities of the work to be done and shall not at any time after the submission of a bid dispute or complain of such estimate nor assert that there was any misunderstanding in regard to the nature or amount of work to be done. B-1 The Construction Contract and the Detailed Specifications contain the provisions required for the construction of the project. No information obtained from any officer,agent,or employee of the Owner or any such matters shall in any way effect the risk or obligation assumed by the Contractor or relieve him from fulfilling any of the conditions of the contract. Proposals which are incomplete, unbalanced, conditional or obscure, or which contain additions not called for, erasures,alterations or irregularities of any kind or which do not comply with the Notice and Instructions to Bidders may be rejected at the option of the Owner. A bidder may withdraw any proposal he has submitted at any time prior to the hour set for the closing of the bids provided the request for withdrawal is signed in a manner identical with the proposal being withdrawn. No withdrawal or modification will be permitted after the hour designated for closing the bids. The Contractor shall acknowledge the receipt of any addenda on the proposal form and the addenda shall become a part of the Contract Documents. Computation of quantities that will be the basis for payment estimates, both monthly and final,will be approved by the Engineer. The Word "Owner" means the City of Wylie,Texas. The Owner will be responsible for payment in accordance with the terms of the Contract. The Word "Contractor" means the person, firm or corporation to whom the award is made. Subcontracts as such will not be recognized. The Word "Engineer" refers to RLK Engineering, Inc, 6175 Main Street, Suite 395, Frisco,Texas 75034, designated by the Owner as its engineering representative during the course of construction to make appropriate inspections and computations of payments. B-2 BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road PROPOSAL DATE: SUBMITTED BY: (Name of Bidder) (Street) (City, State, ZIP) Gentlemen: Undersigned, having carefully examined the Plans, Project Manual, and Site of the proposed work, and being familiar with all of the conditions surrounding the work, including availability of materials and labor, hereby proposes to furnish to all necessary superintendence, labor, equipment, and materials required to complete all the work in accordance with the Plans and Project Manual for the construction of all items listed at the prices shown for each item on the following bid schedule. Proposal must be submitted with a Bid Security in the amount of five percent(5%) of the maximum amount bid, payable without recourse to the City of Wylie, Texas. Proposal may not be withdrawn once the bid-opening process has begun. The bid schedule attached lists the various divisions of construction contemplated in the Plans and Project Manual. Bid prices shall be written in ink, distinctly and legibly, manually typed, or electronically typed and printed on the bid schedule provided. The City of Wylie reserves the right to adopt the most advantageous interpretation of the bids submitted in the case of ambiguity or lack of clearness in stating proposal prices, to reject any or all bids, and/or waive formalities. All the various phases of work enumerated in the detailed specifications with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the Contractor under one of the items listed in the bid schedule, irrespective of whether it is named in said list. Receipt is hereby acknowledged of the following addenda to the Contract Documents: Addendum No. 1 dated Received Addendum No. 2 dated Received Addendum No. 3 dated Received Bidder agrees to perform all of the work listed in the proposal and, as described in the specifications and shown on the plans, for the following prices for each item: P-1 BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road Earthwork&Paving I Project Cost per I Item# Item Description Quantity Unit Unit Total Item Cost P1 Preparation of Right of Way 109 STA P2 Unclassified Roadway Excavation 32554 CY P3 Embankment(Density Control) 17207 CY P4 Sawcut, Remove, Dispose Concrete Paving 7843 SY P5 Lime Treated Subgrade(7") 76439 SY P6 Lime(Est. 48#/SY) 1835 TON P7 2"Ty"C" HMAC(Surface) 711 SY P8 4"Ty„B„ HMAC(Base) 782 SY P9 Reinforced Concrete Paving(8") 70858 SY P10 Concrete Curb(6" Monolithic) 38499 LF P11 Concrete Street Header 589 LF P12 Reinforced Concrete Sidewalk(4") 8199 SY P13 Reinf Concrete Sidewalk(w/Int. Var Ht Ret.Wall) 595 SY P14 Reinf Concrete Sidewalk(w/Int. Var Ht Curb) 257 SY P15 Variable Height Retaining Wall 258 LF P16 Pedestrian Handrail (PRD-06)(Type"E") 258 LF P17 Barrier Free Ramp 57 EA P18 Monolithic Median Nose 20 EA P19 Landscape Maintenance Ramp 25 EA P20 Median Nose Pavers 1157 SY P21 Street Pavers 446 SY P22 Relocate Existing Commercial Sign 2 EA P23 Relocate Existing Mailbox(Temp Work Zone) 33 EA P24 Furnish&Install New Standard Mailbox Unit 24 EA P25 Furnish&Install New Brick Mailbox Unit 9 EA P26 Adjust Existing NTMWD Blow Off 4 EA P27 Adjust Existing NTMWD Valve 7 EA P28 Adjust Existing NTMWD Manhole 3 EA P29 Adjust Existing Water Valves 38 EA P30 Relocate Existing Water Meter 25 EA P31 Relocate Existing Fire Hydrant 7 EA P32 Adjust Existing Sanitary Sewer Manholes 8 EA Total Earthwork&Paving Bid Amount $ P-2 o11A1' ,�", ►' m r�,/r 7m—r nr-r ~ BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road Storm Drainage I Project I Cost per Item it Item Description Quantity Unit J Unit Total Item Cost D1 Remove&Dispose Existing Drainage Pipe/Headwalls 1 LS D2 Remove& Dispose Existing Drainage Inlets 4 EA D3 12"HOPE Pipe 370 LF D4 12"RCP 83 LF D5 18"RCP 1067 LF D'6 21"RCP 2748 LF D7 24'RCP 759 LF D8 30"RCP 411 LF D9 36"RCP 1715 LF D10 42"RCP 562 LF D11 48"RCP 548 LF D12 54'RCP 40 LF D13 60 RCP 376 LF D14 4'x2" ROB 272 LF D15 5'x4" ROB 168 LF D16 10x5'RCB 336 LF D17 2 7'x5' ROB 369 LF D18 110'x6 SBC 13 LF D19 10 x8"SBC 72 LF D20 2-7'x5" MBC 32 LF D21 3-10"x5' MBC 122 LF D22 4-10'x8' MBC 85 LF D23 Storm Manhole-Type A(3 x3") 4 EA D24 Storm Manhole-Type B(5'x5) 7 EA D25 Storm Manhole-Type B(6 x4") 2 EA D26 Storm Manhole-Type B(6 x5') 1 EA D27 Storm Manhole Type B(7'x7) 4 EA D28 Storm Junction Box(4)(18') 1 EA D29 Storm Junction Box(8)(14') 1 EA D30 Storm Junction Box(9'x18') 1 EA D31 15"x12"Inline Drain Basin 2 EA D32 Single Grate Drop Inlet 3 EA D33 Combination Inlet(4 Grate) 7 EA D34 8' Recessed Curb inlet 7 EA D35 10' Recessed Curb Inlet 18 EA P-3 INV IN 1' BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road Storm Drainage p I Project Cost per I Item# Item Description Quantity Unit Unit Total Item Cost D36 12' Recessed Curb Inlet 14 EA D37 8'Standard Curb Inlet 2 EA D38 10'Standard Curb Inlet 2 EA D39 Curb Inlet(TxDOT Type C) 1 EA D40 Curb Inlet Extension (TxDOT Type E) 2 EA D41 3'Type Y Inlet 6 EA D42 4'Type Y Inlet 2 EA D43 5'Type Y Inlet 3 EA D44 Safety End Treatment-PSET-RP(18" RCP)(6:1) 1 EA D45 Headwall-CH-FW-0(12"RCP)(3:1) 1 EA D46 Headwall-CH-FW-0(54"RCP)(3:1) 1 EA D47 Wingwalls-PW(10'x6')(15°Skew)(3:1)(Hw=9.5') 1 EA D48 Wingwalls-PW(10'x8')(15°Skew)(3:1)(Hw=11.5') 1 EA D49 Wingwalls-PW(2-7'x5')(0° Skew)(3:1)(Hw=8.0') 1 EA D50 Wingwalls-PW(2-7'x5')(15°Skew)(3:1)(Hw=8.5') 1 EA D51 Wingwalls-PW(3-10'x5')(30°Skew)(2:1)(Hw=10.0') 1 EA D52 Wingwalls-PW(3-10'x5')(30°Skew)(3:1)(Hw=10.5') 1 EA D53 Wingwalls-PW(4-10'x8')(15°Skew)(3:1)(Hw=11.5') 2 EA D54 Rail Anchorage Curb 222 LF D55 Traffic Railing for Culvert 722 LF D56 Pedestrian Railing for Culvert 722 LF D57 Pilaster(Culvert Ends) 16 EA D58 Stone Riprap(TxDOT Common Grouted) 2000 SY D59 Gabion Mattress(18")(PVC Coated) 180 SY D60 Gabion Basket(3'x3')(PVC Coated) 22 LF D61 Trench Excavation Protection for Storm Sewer 10148 LF Total Storm Drainage Bid Amount P-4 OPffitillinnur o11A1' ,�", ►' BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road Traffic Control Project Cost per Item# Item Description Quantity Unit Unit Total Item Cost T1 Sign &Sign Post Assembly 25 EA T2 Sign &Sign Post Assembly w/Street Name Blades 20 EA T3 Remove Exist Sign&Post Assembly 1 LS T4 Remove Existing Guardrail/Barricades 1 LS T5 Relf Pay. Marker(CI B, Ty II-A-A) 10 EA T6 Relf Pay. Marker(CI B, Ty II-C-R) 600 EA T7 Fire Hydrant Marker 10 EA T8 Refl. Pavement Marking(4")(White)(Broken)(Type I) 20430 LF T9 Refl. Pavement Marking(4")(White)(Dashed)(Type I) 205 LF T10 Refl. Pavement Marking(4")(Yellow)(Solid)(Type I) 330 LF T11 Refl. Pavement Marking(8")(White)(Solid)(Type I) 1254 LF T12 Refl. Pavement Marking(12")(White)(Solid)(Type I) 3267 LF T13 Refl. Pavement Marking(18")(White)(Solid)(Type I) 418 LF T14 Refl. Pavement Marking(24")(White)(Solid)(Type I) 145 LF T15 Reflectorized Pavement Marker(Only)(Type I) 2 EA T16 Reflectorized Pavement Marker(Arrow)(Type I) 2 EA T17 Reflectorized Pavement Marker(Arrow/Thru)(Type I) 6 EA T18 Metal Beam Guard Fence(MBGF-09) 325 LF T19 Metal Beam Guard Fence Transition (MBGF(TL2)-09) 16 EA T20 Single Guardrail Terminal (SGT(7)-09) 9 EA T21 Terminal Anchor Section 8 EA T22 Work Zone Traffic Control 1 LS T23 Traffic Signal Modifications 1 LS T24 PVC Sch.40 Conduit(4")(Future Illumination Sleeve) 3125 LF T25 PVC Sch.40 Conduit(6")(Future Irrigation Sleeve) 3175 LF T26 Type"A'Ground Box(Future Illumination) 52 EA T27 Irrigation Valve Box(Rainbird VB-STD or Equiv) 53 EA Total Traffic Control Bid Amount P-5 o11A1' ,�", ►' BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road Water Line Project Cost per Item# Item Description Quantity Unit Unit Total Item Cost Furnish& Install 24"Water Line by Open Cut with Type B+ W1 Embedment 1960 LF Furnish& Install 24"Water Line by Open Cut with 36"Steel W2 Encasement Pipe(3/8"Thick) 931 LF Furnish& Install 24"Water Line by Boring with 36"Steel W3 Encasement Pipe(3/8"Thick) 60 LF Furnish& Install 24"Water Line by Open Cut with Concrete W4 Encasement 10 LF Furnish& Install 12"Water Line by Open Cut with Type B+ W5 Embedment 528 LF Furnish& Install 12"Water Line by Open Cut with 20"Steel W6 Encasement Pipe(1/4"Thick) 70 LF Furnish& Install 12"Water Line by Boring with 20"Steel W7 Encasement Pipe(1/4"Thick) 20 LF Furnish& Install 12"Water Line by Open Cut with Concrete W8 Encasement 10 LF Furnish& Install 8"Water Line by Open Cut with Type B+ W9 Embedment 1360 LF Furnish& Install 6"Water Line by Open Cut with Type B+ W10 Embedment 63 LF W11 Furnish& Install 24"Gate Valve with Extended Operator 3 EA W12 Furnish& Install 12"Gate Valve with Extended Operator 2 EA W13 Furnish& Install 8"Gate Valve with Extended Operator 7 EA W14 Furnish& Install 6"Gate Valve with Extended Operator 6 EA Transfer Water Service Including 1"Tap on Main,Corp.& W15 Copper Tubing 15 EA W16 Furnish& Install New 3/4"Meter 15 EA Construct 3"Combination Air Release Valve with 4' Diameter W17 Manhole 2 EA W18 Furnish& Install All Miscellaneous Fittings 1 LS W19 Construct 6"Blow Off Valve with 4'Diameter Manhole 3 EA W20 Connect to Existing Water Line 3 EA W21 Furnish& Install Standard Fire Hydrant Assembly 6 EA W22 Support Existing Utility Across Trench 9 EA W23 Remove& Dispose of Existing 2"Water Line 1 LS W24 Design Trench Safety Plan&Provide Trench Safety Systems 4949 LF Total Water Line Bid Amount $ P-6 BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road Erosion Control&Landscaping Project Cost per Item# Item Description Quantity Unit Unit Total Item Cost L1 Silt Fence(Install/Maintain/Remove) 5485 LF L2 Inlet Protection 68 EA L3 Filter Dam 185 LF L4 Construction Exit 4 EA L5 Topsoil (4" Depth) 3625 CY L6 Block Sod(Bermuda)(Common) 32615 SY L7 Project Mowing&Landscape Maintenance 16 MO L8 Storm Water Pollution Prevention Plan 1 LS Total Erosion Control&Landscaping Incidental Construction I Project Cost per I Item# Item Description Quantity Unit Unit Total Item Cost IC1 6'Cedar Fence 2400 LF IC2 6'Chain Link Fence 1100 LF IC3 TxDOT Type"C' Fence 1200 LF IC4 Lower Existing 8"Water Line 10 EA IC5 Lower Existing 12"Water Line 5 EA IC6 Concrete Cap for NTMWD Water Line 250 LF IC7 Project Contingency 1 LS $ 175,000.00 $ 175,000.00 Total Incidental Construction Bid Amount Total Base Bid Construction Amount P-7 OPffitillinnur o11A1' ,�", ►' m r�,/r 7m—r nr-r ~ BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road Illumination Alternate Bid Project Cost per Item# item Description J Quantity Unit Unit Total Item Cost IL1 PVC Sch.40 Conduit(2 )(11iumination Conduit) 12252 LF IL2 Illumination Foundlation(Without Apron)(8 Depth) 72 EA IL3 Illumination Pole Assembly(Single Arm) 16 EA IL4 Illumination Pole Assembly(Dual Arm) 56 EA IL5 Electrical Service 1 EA IL6 Electrical Conductor(No 4 Bare) 12322 LF IL7 Electrical Conductor(No.2 Insulated) 36966 LF 11L8 Type"A"Groundbox(Illumination) 10 EA fL9 PVC Seh,40 Conduit(4")(Deduct Base Item T24) -3125 LF ILI° Type'K Groundbox(Deduct Base Item T26) -52 EA Total Illumination Alternate Bid Amount Irrigation System(Alternate Bid) Project Cost per Item# item Description Quantity Unit Unit Total Item Cost r PRI Irrigation System 1 LS IR2 PVC Sch 40 Conduit(6")(Deduct Base Item T25) -3175 LF IR3 irrigation Valve Box(Deduct Base Item T27) -53 EA Total Irrigation Alternate Bid Amount certifies that the Bid Item Number, Specification Item, Name of Pay Item, Estimated Quantity, Unit, Unit Price Bid, and Amount Bid shown on this electronic bid form for all of the bid items contained in this Bid Form are consistent with the Bid Form provided herein, and that its bid will be tabulated using these Unit Prices and no other information from this electronic bid form. The Company further acknowledges and agrees the Total Bid Amount shown will be read as its Total Bid and further agrees that the official Total Bid Amount will be determined by multiplying the Unit Prices shown in the electronic bid form by the respective estimated quantities shown in the Bid Form and then totaling all of the extended amounts. P.O 11111111111116 MI MAI BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road Bid Item Descriptions COMPLETE BID ITEM DESCRIPTIONS BID ITEM DESCRIPTION UNIT Note: All items shall include full compensation for all labor, superintendence, materials, equipment, and all appurtenances necessary to complete the work. All work necessary to complete the project shall be included in one of the following bid items. All references to TxDOT Specifications are for the 2004 Standard Specifications for Construction of Highways, Streets and Bridges. The latest edition of the North Central Texas Council of Governments Standard Specifications and Details for Public Works Construction shall apply where no other specification or detail is shown in the plans or specifications. P1 Preparation of Right-of-Way including removal of all existing structures, trees STA (except those marked to remain), culverts, headwalls, etc. as described in the specifications, including technical specification Section PR- "Preparing Right of Way". P2 Unclassified Roadway Excavation as shown in the plans and specifications, CY including Section E "Excavation". This is a"Plans Quantity" Item and the quantity shown in the proposal shall be the amount for payment. No addition or deduction to the quantity shown will be made except as required by a design change. Removal of Existing Asphalt Paving&Base Material is included in this item. P3 Embankment (Density Control) as shown in the plans and specifications, including CY Section EB "Embankment". This is a"Plans Quantity" Item and the quantity shown in the proposal shall be the amount for payment. No addition or deduction to the quantity shown will be made except as required by a design change. P4 Sawcut,Remove & Dispose Concrete Paving—including saw-cutting, removal, and SY proper disposal of existing concrete pavement as shown in the plans and specifications,including Section RC"Removing Concrete" P5 Lime Treated Subgrade (7") -Lime treatment of the subgrade to a minimum depth SY of 8" including mixing, compaction and finishing as shown in the plans and specifications,including Section LT"Lime Treatment". P6 Lime (Est. 48#/SY)- Furnish Type B Commercial Lime Slurry for use in lime TON treatment of the subgrade as shown in the plans and specifications, including specification Section LT-"Lime Treatment". The quantity shown is the estimated rate of application-actual payment per lime series. P7 2"Type"C"HMAC(Surface) -Furnish all labor,materials and equipment required SY to install 2"Type"C"HMAC surface course per TxDOT Standard Specification Item 340 including aggregate,asphalt,tack coat,PG-70-22 binders,placing and compacting and all other incidentals,complete in place for use by the Owner. P8 4"Type`B"HMAC(Base) -Furnish all labor,materials and equipment required to SY install 4"Type`B"HMAC surface course per TxDOT Standard Specification Item 340 including aggregate,asphalt,prime coat,PG-64-22 binders,placing and compacting and all other incidentals,complete in place for use by the Owner. P9 Reinforced Concrete Paving (8") —3500 PSI Compressive including concrete, SY reinforcement, joints, sawcuts, sealants, headers for street pavers where required, placing and finishing and all other incidentals as shown in the plans and specifications. P-9 BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road Bid Item Descriptions BID ITEM DESCRIPTION UNIT P10 Concrete Curb (6" Monolithic) including concrete, reinforcement, joints, sawcuts, LF placing, finishing, and all other incidentals as shown in the plans and specifications, including Section CG-"Concrete Curb, Gutter,and Combined Curb&Gutter". P 11 Concrete Street Header—including Concrete,reinforcement,placing,finishing,and LF all other incidentals shown in the plans and specifications P12 Reinforced Concrete Sidewalk(4") -including subgrade preparation, cushion sand, SY concrete, reinforcement,joints, sawcuts, sealants, placing and finishing and all other incidentals as shown in the plans and specifications. P13 Reinforced Concrete Sidewalk with Integral Variable Height Retaining Wall - SY including subgrade preparation, cushion sand,concrete,reinforcement,joints, sawcuts, sealants, form liners & staining where called for, backfill, weepholes, placing and finishing and all other incidentals as shown in the plans and specifications. P14 Reinforced Concrete Sidewalk with Integral Variable Height Curb - including SY subgrade preparation, cushion sand, concrete, reinforcement,joints, sawcuts, sealants, backfill, placing and finishing and all other incidentals as shown in the plans and specifications. P15 Variable Height Retaining Wall - including subgrade preparation, cushion sand, LF concrete, reinforcement,joints, sawcuts, sealants, form liners & staining where called for,backfill,weepholes,placing and finishing and all other incidentals as shown in the plans and specifications. Pedestrian Railing (PRD-06)(Type E), including all materials, connections, P16 anchorage, nuts,bolts,washers and rails and all other incidentals,complete in place as LF shown in the plans and specifications. P17 Barrier Free Ramps, including subgrade preparation, concrete, reinforcement, brick EA pavers, bedding sand, and all other incidentals to complete the work as shown in the plans and specifications and in accordance with latest TDLR and ADA requirements. Ramps shall be per TxDOT Standard PED-05. Ramp type shall be per applicable field condition. P18 Monolithic Median Nose, including subgrade preparation, concrete, reinforcement, EA joints, sawcuts, and all other incidentals to complete the work as shown in the plans and specifications. P19 Landscape Maintenance Ramps, including subgrade preparation, concrete, EA reinforcement,joints, sawcuts,and all other incidentals to complete the work as shown in the plans and specifications. P20 Median Nose Pavers — including subgrade preparation, brick pavers, concrete, SY reinforcement, bedding course, border curb and all other incidentals necessary to complete the work as shown in the plans and specifications. P21 Street Pavers — including brick pavers, geotextile, bedding and joint sand, finishing SY and all other incidentals necessary to complete the work as shown in the plans and specifications. P-10 BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road Bid Item Descriptions BID ITEM DESCRIPTION UNIT P22 Relocate Existing Commercial Sign,including foundation,concrete base,posts, EA anchorage,nuts,bolts,washers, signs, electrical,illumination,and all other incidentals,complete in place as shown in the plans and specifications to equal or better condition. Contractor shall visit site and become familiar with existing conditions. P23 Relocate Existing Mailbox(Temp Work Zone),including all labor,equipment and EA materials for temporary relocation of existing mailbox to accessible location within USPS requirements. Existing brick or stone mailboxes shall be relocated temporarily with temporary wood post mount. Contractor shall visit site and become familiar with existing conditions. P24 Furnish&Install New Standard Mailbox Unit,including all labor,equipment and EA materials install of new mailbox to equal or better condition,within USPS requirements,and in accordance with plans and specifications. Contractor shall visit site and become familiar with existing conditions. P25 Furnish&Install New Brick Mailbox Unit,including all labor,equipment and EA materials install of new brick or stone mailbox to equal or better condition,within USPS requirements,and in accordance with plans and specifications. Contractor shall visit site and become familiar with existing conditions. P26 Adjust Existing NTMWD Blowoff to proposed grade,including excavation and EA backfill;removal,installation,or extension of blow off line and fittings;adjustment or replacement of valve box and lid; extension of stem,operating nut,and collar; connection to existing storm sewer; and all other appurtenances,complete in place as shown in the plans and specifications. All construction shall conform to NTMWD requirements and TCEQ requirements. P27 Adjust Existing NTMWD Valve to proposed grade,including excavation and EA backfill;removal,installation,extension,adjustment or replacement of valve box and lid;extension of stem,operating nut,and collar;and all other appurtenances,complete in place as shown in the plans and specifications. All construction shall conform to NTMWD requirements and TCEQ requirements. P28 Adjust Existing NTMWD Manhole to proposed grade,including excavation and EA backfill;removal,installation,extension, adjustment or replacement of valve box and lid;extension of stem,operating nut,and collar;concrete,reinforcement,grade rings, and covers,complete in place as shown in the plans and specifications. All construction shall conform to NTMWD requirements and TCEQ requirements. P29 Adjust Existing Water Valves to proposed grade,including excavation and backfill; EA removal,installation,extension,adjustment or replacement of valve box and lid; extension of stem,operating nut,and collar;complete in place as shown in the plans and specifications. All construction shall conform to City of Wylie,East Fork SUD, and TCEQ requirements. P30 Relocate Existing Water Meter outside proposed sidewalk or paving and within EA ROW,including excavation and backfill,removal and installation of meter,extension of service line,meter box,and all other appurtenances,complete in place as shown in the plans and specifications. All construction shall conform to City of Wylie,East Fork SUD,and TCEQ requirements. P31 Relocate Existing Fire Hydrant outside of proposed sidewalk or paving and within EA ROW,including excavation and backfill,removal and installation of fire hydrant unit, lead line extension,fittings,concrete pad and all other appurtenances,complete in place as shown in the plans and specifications. All construction shall conform to City of Wylie,East Fork SUD,and TCEQ requirements. P-11 BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road Bid Item Descriptions BID ITEM DESCRIPTION UNIT P32 Adjust Existing Sanitary Sewer Manholes to proposed grade,including excavation, EA removal,concrete,backfill and all appurtenances,complete in place as shown in the plans and specifications. All construction shall conform to City of Wylie and TCEQ requirements. D1 Remove&Dispose Existing Drainage Pipe/Headwalls outside of proposed LS sidewalk or paving and within ROW,including excavation and backfill,removal and installation of fire hydrant unit,lead line extension,fittings,concrete pad and all other appurtenances,complete in place as shown in the plans and specifications. All construction shall conform to City of Wylie,East Fork SUD,and TCEQ requirements. D2 Remove&Dispose Existing Drainage Inlets including complete removal and proper LS disposal of existing drainage inlet as shown for removal in the plans and specifications. D3 12" HDPE Pipe storm sewer, including excavation, backfill, embedment, fittings, LF collars, connections to existing and/or proposed inlets, manholes, junction boxes, culverts, and other drainage structures, and all other incidentals, complete in place as shown in the plans and specifications. D4 12" RCP storm sewer, including excavation, backfill, Class B embedment, joint LF material, collars, connections to existing and/or proposed inlets, manholes, junction boxes, culverts, and other drainage structures, and all other incidentals, complete in place as shown in the plans and specifications. D5 18" RCP storm sewer, including excavation, backfill, Class B embedment, joint LF material, collars, connections to existing and/or proposed inlets, manholes, junction boxes, culverts, and other drainage structures, and all other incidentals, complete in place as shown in the plans and specifications. D6 21" RCP storm sewer, including excavation, backfill, Class B embedment, joint LF material, collars, connections to existing and/or proposed inlets, manholes, junction boxes, culverts, and other drainage structures, and all other incidentals, complete in place as shown in the plans and specifications. D7 24" RCP storm sewer,including excavation,backfill, Class B embedment,joint LF material,collars,connections to existing and/or proposed inlets,manholes,junction boxes,culverts,and other drainage structures,and all other incidentals,complete in place as shown in the plans and specifications. D8 30" RCP storm sewer,including excavation,backfill, Class B embedment,joint LF material,collars,connections to existing and/or proposed inlets,manholes,junction boxes,culverts,and other drainage structures,and all other incidentals,complete in place as shown in the plans and specifications. D9 36" RCP storm sewer,including excavation,backfill, Class B embedment,joint LF material,collars,connections to existing and/or proposed inlets,manholes,junction boxes,culverts,connections to existing and/or proposed inlets,manholes,junction boxes,culverts,and other drainage structures,and other drainage structures,and all other incidentals,complete in place as shown in the plans and specifications. D10 42" RCP storm sewer,including excavation,backfill, Class B embedment,joint LF material,collars,connections to existing and/or proposed inlets,manholes,junction boxes,culverts,and other drainage structures,and all other incidentals,complete in place as shown in the plans and specifications. P-12 BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road Bid Item Descriptions BID ITEM DESCRIPTION UNIT D11 48" RCP storm sewer,including excavation,backfill, Class B embedment,joint LF material,collars,connections to existing and/or proposed inlets,manholes,junction boxes,culverts,and other drainage structures,and all other incidentals,complete in place as shown in the plans and specifications. D12 54" RCP storm sewer,including excavation,backfill, Class B embedment,joint LF material,collars,connections to existing and/or proposed inlets,manholes,junction boxes,culverts,and other drainage structures,and all other incidentals,complete in place as shown in the plans and specifications. 60" RCP storm sewer,including excavation,backfill, Class B embedment,joint D13 material,collars,connections to existing and/or proposed inlets,manholes,junction LF boxes,culverts,and other drainage structures,and all other incidentals,complete in place as shown in the plans and specifications. D 14 4'x2' RCB storm sewer,precast or poured in place,including concrete,reinforcement, LF connections to proposed and existing storm sewer system,excavation,backfill, Class B embedment,joint material,collars and all other incidentals,complete in place as shown in the plans and specifications. D15 5'x4' RCB storm sewer,precast or poured in place,including concrete,reinforcement, LF connections to proposed and existing storm sewer system,excavation,backfill, Class B embedment,joint material,collars and all other incidentals,complete in place as shown in the plans and specifications. D16 10'xS'RCB storm sewer,precast or poured in place,including concrete, LF reinforcement,connections to proposed and existing storm sewer system,excavation, backfill, Class B embedment,joint material,collars and all other incidentals,complete in place as shown in the plans and specifications. D17 2-7'xS'RCB storm sewer,precast or poured in place,including concrete, LF reinforcement,connections to proposed and existing storm sewer system,excavation, backfill, Class B embedment,joint material,collars and all other incidentals,complete in place as shown in the plans and specifications. D18 10'x6' SBC storm culvert,precast or poured in place,including concrete, LF reinforcement,connections to proposed and existing storm sewer system,excavation, backfill, Class B embedment,joint material,collars and all other incidentals,complete in place as shown in the plans and specifications. D19 10'x8' SBC storm culvert,precast or poured in place,including concrete, LF reinforcement,connections to proposed and existing storm sewer system,excavation, backfill, Class B embedment,joint material,collars and all other incidentals,complete in place as shown in the plans and specifications. D20 2-7'xS'MBC storm culvert,precast or poured in place,including concrete, LF reinforcement,connections to proposed and existing storm sewer system,excavation, backfill, Class B embedment,joint material,collars and all other incidentals,complete in place as shown in the plans and specifications. D21 3-10'xS'MBC storm culvert,precast or poured in place,including concrete, LF reinforcement,connections to proposed and existing storm sewer system,excavation, backfill, Class B embedment,joint material,collars and all other incidentals,complete in place as shown in the plans and specifications. P-1 3 BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road Bid Item Descriptions BID ITEM DESCRIPTION UNIT D22 4-10'x8'MBC storm culvert,precast or poured in place,including concrete, LF reinforcement,connections to proposed and existing storm sewer system,excavation, backfill, Class B embedment,joint material,collars and all other incidentals,complete in place as shown in the plans and specifications. D23 Storm Manhole— Type A (3'x3')in conformance with City of Wylie Standards and any plan modifications, including concrete, reinforcement, connections to proposed EA and existing storm sewer system, excavation and backfill, manhole access, lid, steps, and all other incidentals,complete in place as shown in the plans and specifications. D24 Storm Manhole— Type B (5'x5')in conformance with City of Wylie Standards and any plan modifications, including concrete, reinforcement, connections to proposed EA and existing storm sewer system, excavation and backfill, manhole access, lid, steps, and all other incidentals,complete in place as shown in the plans and specifications. D25 Storm Manhole— Type B (6'x4')in conformance with City of Wylie Standards and any plan modifications, including concrete, reinforcement, connections to proposed EA and existing storm sewer system, excavation and backfill, manhole access, lid, steps, and all other incidentals,complete in place as shown in the plans and specifications. D26 Storm Manhole— Type B (6'x5')in conformance with City of Wylie Standards and any plan modifications, including concrete, reinforcement, connections to proposed EA and existing storm sewer system, excavation and backfill, manhole access, lid, steps, and all other incidentals,complete in place as shown in the plans and specifications. D27 Storm Manhole— Type B (7'x7')in conformance with City of Wylie Standards and any plan modifications, including concrete, reinforcement, connections to proposed EA and existing storm sewer system, excavation and backfill, manhole access, lid, steps, and all other incidentals,complete in place as shown in the plans and specifications. D28 Storm Junction Box (4'X18') including concrete, reinforcement, connections to proposed and existing storm sewer system, excavation and backfill, manhole access, EA lid, steps, and all other incidentals, complete in place as shown in the plans and specifications. D29 Storm Junction Box (8'X14') including concrete, reinforcement, connections to proposed and existing storm sewer system, excavation and backfill, manhole access, EA lid, steps, and all other incidentals, complete in place as shown in the plans and specifications. D30 Storm Junction Box (9'X18') including concrete, reinforcement, connections to proposed and existing storm sewer system, excavation and backfill, manhole access, EA lid, steps, and all other incidentals, complete in place as shown in the plans and specifications. 15"x12" Inline Drain Basin, including all materials, connections, excavation, D31 backfill, and all other incidentals to complete in place as shown in the plans and EA specifications. D32 Single Grate Drop Inlet, precast or poured in place, including concrete, EA reinforcement, connections, excavation and backfill, curb and gutter, and all other incidentals to complete in place as shown in the plans and specifications. D33 Combination Inlet (4 Grate), precast or poured in place, including concrete, EA reinforcement, connections, excavation and backfill, curb and gutter, and all other incidentals to complete in place as shown in the plans and specifications. P-14 BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road Bid Item Descriptions BID ITEM DESCRIPTION UNIT 8'Recessed Curb Inlet,precast or poured in place,including concrete,reinforcement, D34 connections, excavation and backfill, curb and gutter, and all other incidentals to EA complete in place as shown in the plans and specifications. D35 10' Recessed Curb Inlet, precast or poured in place, including concrete, EA reinforcement, connections, excavation and backfill, curb and gutter, and all other incidentals to complete in place as shown in the plans and specifications. D36 12' Recessed Curb Inlet, precast or poured in place, including concrete, EA reinforcement, connections, excavation and backfill, curb and gutter, and all other incidentals to complete in place as shown in the plans and specifications. D37 8' Standard Curb Inlet, precast or poured in place, including concrete, EA reinforcement, connections, excavation and backfill, curb and gutter, and all other incidentals to complete in place as shown in the plans and specifications. D38 10' Standard Curb Inlet, precast or poured in place, including concrete, EA reinforcement, connections, excavation and backfill, curb and gutter, and all other incidentals to complete in place as shown in the plans and specifications. D39 Curb Inlet(TxDOT Type C),in conformance with TxDOT Standard IL-C,including EA concrete,reinforcement, connections, excavation and backfill, concrete aprons, and all other incidentals to complete in place as shown in the plans and specifications. D40 Curb Inlet(TxDOT Type E), in conformance with TxDOT Standard IL-C, including EA concrete,reinforcement, connections, excavation and backfill, concrete aprons, and all other incidentals to complete in place as shown in the plans and specifications. D41 3' Type Y Inlet, precast or poured in place, including concrete, reinforcement EA connections, excavation and backfill, concrete aprons, finishing, and all other incidentals to complete in place as shown in the plans and specifications. D42 4' Type Y Inlet, precast or poured in place, including concrete, reinforcement EA connections, excavation and backfill, concrete aprons, finishing, and all other incidentals to complete in place as shown in the plans and specifications. D43 3' Type Y Inlet, precast or poured in place, including concrete, reinforcement EA connections, excavation and backfill, concrete aprons, finishing, and all other incidentals to complete in place as shown in the plans and specifications. D44 Safety End Treatment(PSET-RP)(18")(6:1) in conformance with TxDOT Standard EA PSET-RP and any plan modifications, including concrete, reinforcement, connections to proposed and existing storm sewer system, excavation and backfill, form liners, staining, finishing, and all other incidentals, complete in place as shown in the plans and specifications P-15 BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road Bid Item Descriptions BID ITEM DESCRIPTION UNIT D45 Headwall CH-FW-O (12" RCP)(3:1) in conformance with TxDOT Standard CH- EA FW-0 and any plan modifications, including concrete, reinforcement, connections to proposed and existing storm sewer system, excavation and backfill, form liners, staining, finishing, and all other incidentals, complete in place as shown in the plans and specifications. (1 Unit Includes Left&Right Side Wings and Any Headwall Curb Extensions) D46 Headwall CH-FW-O (54" RCP)(3:1) in conformance with TxDOT Standard CH- EA FW-0 and any plan modifications, including concrete, reinforcement, connections to proposed and existing storm sewer system, excavation and backfill, form liners, staining, finishing, and all other incidentals, complete in place as shown in the plans and specifications. (1 Unit Includes Left&Right Side Wings and Any Headwall Curb Extensions) D47 Wingwalls PW(10'x6')(15 Skew)(3:1)(Hw=9.5') in conformance with TxDOT EA Standard PW and any plan modifications, including concrete, reinforcement, connections to proposed and existing storm sewer system, excavation and backfill, form liners, staining,finishing,and all other incidentals, complete in place as shown in the plans and specifications. (1 Unit Includes Left & Right Side Wings and Any Headwall Curb Extensions) D48 Wingwalls PW(10'x8')(15 Skew)(3:1)(Hw=11.5') in conformance with TxDOT EA Standard PW and any plan modifications, including concrete, reinforcement, connections to proposed and existing storm sewer system, excavation and backfill, form liners, staining,finishing,and all other incidentals, complete in place as shown in the plans and specifications. (1 Unit Includes Left & Right Side Wings and Any Headwall Curb Extensions) D49 Wingwalls PW(2-7'xS')(0 Skew)(3:1)(Hw=8.0') in conformance with TxDOT EA Standard PW and any plan modifications, including concrete, reinforcement, connections to proposed and existing storm sewer system, excavation and backfill, form liners, staining,finishing,and all other incidentals, complete in place as shown in the plans and specifications. (1 Unit Includes Left & Right Side Wings and Any Headwall Curb Extensions) D50 Wingwalls PW(2-7'x5')(30 Skew)(3:1)(Hw=8.5') in conformance with TxDOT EA Standard PW and any plan modifications, including concrete, reinforcement, connections to proposed and existing storm sewer system, excavation and backfill, form liners, staining,finishing,and all other incidentals, complete in place as shown in the plans and specifications. (1 Unit Includes Left & Right Side Wings and Any Headwall Curb Extensions) D51 Wingwalls PW(3-10'x5')(30 Skew)(2:1)(Hw=10.0') in conformance with TxDOT EA Standard PW and any plan modifications, including concrete, reinforcement, connections to proposed and existing storm sewer system, excavation and backfill, form liners, staining,finishing,and all other incidentals, complete in place as shown in the plans and specifications. (1 Unit Includes Left & Right Side Wings and Any Headwall Curb Extensions) P-16 BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road Bid Item Descriptions BID ITEM DESCRIPTION UNIT D52 Wingwalls PW(3-10'x5')(30 Skew)(3:1)(Hw=10.5') in conformance with TxDOT EA Standard PW and any plan modifications, including concrete, reinforcement, connections to proposed and existing storm sewer system, excavation and backfill, form liners, staining,finishing,and all other incidentals, complete in place as shown in the plans and specifications. (1 Unit Includes Left & Right Side Wings and Any Headwall Curb Extensions) D53 Wingwalls PW(4-10'x8')(15 Skew)(3:1)(Hw=11.5') in conformance with TxDOT EA Standard PW and any plan modifications, including concrete, reinforcement, connections to proposed and existing storm sewer system, excavation and backfill, form liners, staining,finishing,and all other incidentals, complete in place as shown in the plans and specifications. (1 Unit Includes Left & Right Side Wings and Any Headwall Curb Extensions) D54 Rail Anchorage Curb in conformance with TxDOT Standard RAC modifications, LF including concrete, reinforcement, connections, excavation and backfill, form liners if shown,finishing,and all other incidentals,complete in place as shown in the plans and specifications. D55 Traffic Railing for Culvert including all materials,concrete,reinforcing,form liners, LF staining, finishing, connections, anchorage, nuts,bolts,washers and rails and all other incidentals,complete in place as shown in the plans and specifications. D56 Pedestrian Railing for Culvert including all materials, connections, anchorage, nuts, LF bolts, washers and rails and all other incidentals, complete in place as shown in the plans and specifications. D57 Pilaster (Culvert Ends) including all materials, concrete base, drill shaft footing, EA concrete, reinforcement, mortar, connections,form liners, caps, finishing and all other incidentals,complete in place as shown in the plans and specifications. D58 Stone Riprap (TxDOT Common Grouted), in conformance with TxDOT SY Specification Item 432, including all materials, excavation, concrete, reinforcement, backfill, finishing and all other incidentals, complete in place as shown in the plans and specifications. D59 Gabion Mattress (18")(PVC Coated), Furnish all labor, materials and equipment SY required to install 18" gabion mattress (PVC Coated) per manufacturers recommendations, including excavation, stones, baskets, keyways, grading, placing, finishing and all other incidentals, complete in place as shown in the plans and specifications. D60 Gabion Basket (3'x3')(PVC Coated), Furnish all labor, materials and equipment LF required to install gabion baskets (PVC Coated)per manufacturers recommendations, including excavation, stones, baskets, keyways, grading, placing, finishing and all other incidentals,complete in place as shown in the plans and specifications. P-17 BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road Bid Item Descriptions BID ITEM DESCRIPTION UNIT Trench Excavation Protection for Storm Sewer - For furnishing all sheeting, LF D61 shoring, piling, bracing, boxes, equipment, tools and any device including de- watering, back sloping, and other operations as required for the safe construction of storm sewer and culvert trenching in any trenches greater than five feet(5')in depth as required to comply with the latest OSHA regulations and in accordance with the State of Texas House Bill No. 1569. Sign&Sign Post Assembly,including posts,anchorage,nut,bolts,washers, signs, T 1 and all other incidentals,complete in place as shown in the plans and specifications. EA Note: Posts with Multiple Signs are Considered One (1) Unit. Sign&Sign Post Assembly w/Street Name Blades,including posts,anchorage,nut, T2 bolts,washers, signs,and all other incidentals,complete in place as shown in the plans EA and specifications. Note: Posts with Multiple Signs are Considered One (1) Unit. Remove Existing Sign&Post Assemblies,including posts,anchorage,nut,bolts, T3 washers, salvage of signs,and all other incidentals,complete in place as shown in the LS plans and specifications. This item shall cover removal of all street signs within the project limits unless shown otherwise in the plans. Remove Existing Guardrails/Barricades,including posts,anchorage,nut,bolts, T4 washers, salvage of railings,and all other incidentals,complete in place as shown in LS the plans and specifications. This item shall cover removal of all guardrails and barricades within the project limits unless shown otherwise in the plans. Reflective Pavement Markers (Class B, Type II A-A), including surface EA T5 preparation, adhesives, placing and finishing, complete in place as shown in the plans and specifications,including Section PM"Raised Pavement Markers". T6 Reflective Pavement Markers (Class B, Type II C-R), including surface EA preparation, adhesives, placing and finishing, complete in place as shown in the plans and specifications,including Section PM"Raised Pavement Markers". T7 Fire Hydrant Marker,Blue, Stemsonite Model 88-SSA or approved equal,including EA surface preparation, adhesives, placing and finishing, complete in place as shown in the plans and specifications,including Section PM"Raised Pavement Markers". T8 Reflectorized Pavement Marking (4")(White)(Broken)(Type I), in conformance LF with TxDOT Specification 666 "Reflectorized Pavement Markings", including materials, surface preparation,placing and finishing,complete in place as shown in the plans and specifications. (Note:Broken Marking=10 LF Marking per 40 LF Pay Item) T9 Reflectorized Pavement Marking (4")(White)(Dashed)(Type I), in conformance LF with TxDOT Specification 666 "Reflectorized Pavement Markings", including materials, surface preparation,placing and finishing,complete in place as shown in the plans and specifications. T10 Reflectorized Pavement Marking(4")(Yellow)(Solid)(Type I),in conformance with LF TxDOT Specification 666 "Reflectorized Pavement Markings", including materials, surface preparation,placing and finishing,complete in place as shown in the plans and specifications. P-18 BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road Bid Item Descriptions BID ITEM DESCRIPTION UNIT T11 Reflectorized Pavement Marking(8")(White)(Solid)(Type I),in conformance with LF TxDOT Specification 666 "Reflectorized Pavement Markings", including materials, surface preparation,placing and finishing,complete in place as shown in the plans and specifications. T12 Reflectorized Pavement Marking (12")(White)(Solid)(Type I), in conformance LF with TxDOT Specification 666 "Reflectorized Pavement Markings", including materials, surface preparation,placing and finishing,complete in place as shown in the plans and specifications. T13 Reflectorized Pavement Marking (18")(White)(Solid)(Type I), in conformance LF with TxDOT Specification 666 "Reflectorized Pavement Markings", including materials, surface preparation,placing and finishing,complete in place as shown in the plans and specifications. T14 Reflectorized Pavement Marking (24")(White)(Solid)(Type I), in conformance LF with TxDOT Specification 666 "Reflectorized Pavement Markings", including materials, surface preparation,placing and finishing,complete in place as shown in the plans and specifications. T15 Reflectorized Pavement Marking (Only)(Type I), in conformance with TxDOT EA Specification 666 "Reflectorized Pavement Markings", including materials, surface preparation, placing and finishing, complete in place as shown in the plans and specifications. T16 Reflectorized Pavement Marking (Arrow)(Type I), in conformance with TxDOT EA Specification 666 "Reflectorized Pavement Markings", including materials, surface preparation, placing and finishing, complete in place as shown in the plans and specifications. T17 Reflectorized Pavement Marking (Arrow/Through)(Type I),in conformance with EA TxDOT Specification 666 "Reflectorized Pavement Markings", including materials, surface preparation,placing and finishing,complete in place as shown in the plans and specifications. T18 Metal Beam Guard Fence (MBGF-09) - in conformance with TxDOT Standard LF MBGF-09 including posts, anchorage, nut, bolts, washers, rails, terminal connector and all other incidentals, complete in place. (Includes end barricade with reflective tape where called for per Wylie Details). T19 Metal Beam Guard Fence Transition (MBGF(TL2)-09) - in conformance with LF TxDOT Standard MBGF(TL2)-09 including posts, anchorage, nut, bolts, washers, rails, terminal connector and all other incidentals, complete in place (end barricade with reflective tape). T20 Single Guardrail Terminal (SGT(7)-09) - in conformance with TxDOT Standard EA SGT-(07)-09 (ET 2000 Plus / Wood Posts) including posts, anchorage, nut, bolts, washers,rails and all other incidentals,complete in place. P-19 BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road Bid Item Descriptions BID ITEM DESCRIPTION UNIT T21 Terminal Anchor Section- in conformance with TxDOT Standard MBGF-09 EA including posts, anchorage, nut, bolts, washers, rails and all other incidentals, complete in place. T22 Work Zone Traffic Control including installation, maintenance, and removal of all LS barricades, signs, pavement markings, lights, flagmen, temporary detour excavation, embankment, subgrade,treatments,paving,temporary drainage channels& structures, and all other work and incidentals, as shown in the plans and specifications. All traffic control shall conform to the Texas Manual on Uniform Traffic Control Devices(latest Addition). T23 Traffic Signal Modifications including all equipment, labor, materials, and other LS incidentals necessary to complete work as shown in plans and specifications and in accordance with applicable TxDOT Standards and Specifications. PVC Schedule 40 Conduit (4")(Future Illumination Sleeve) — in accordance with T24 TxDOT Specification Item 618, including trenching, backfill, all materials, and other LF incidentals to complete in place as shown in the plans and specifications. (Item shall be deducted for alternate illumination bid award) PVC Schedule 40 Conduit (6")(Future Irrigation Sleeve) — in accordance with T25 TxDOT Specification Item 618, including trenching, backfill, all materials, and other LF incidentals to complete in place as shown in the plans and specifications. (Item shall be deducted for alternate irrigation bid award) T26 Type "A" Ground Box (Illumination) — in accordance with TxDOT Standard EA ED(3)-03, and TxDOT Specification Item 624, including all materials, excavation, backfill, and other incidentals necessary to complete work as shown in plans and specifications. (Item shall be deducted for alternate irrigation bid award) T27 Irrigation Valve Box (Rainbird VB-STD or Equivalent) —including all materials, EA excavation, backfill, cut-outs, and other incidentals necessary to complete work as shown in plans and specifications. (Item shall be deducted for alternate irrigation bid award) W1-W24 Water Line Bid Items (Design by Birkhoff, Hendricks & Carter, L.L.P.) — Varies including all labor, materials, equipment, and other incidentals necessary to complete work as shown in plans and in conformance with City of Wylie and NCTCOG standards and specifications. NOTE: All costs related to ductile iron fittings shall be included in the bid items listed and they shall not be paid for separately. LI Silt Fence (Install, Maintain, Remove) for erosion control— including, installation, LF maintenance,and removal,and all incidentals,complete in place as shown in the plans and specifications. L2 Inlet Protection for erosion control — including, installation, maintenance, and EA removal, and all incidentals, complete in place as shown in the plans and specifications. L3 Filter Dam for erosion control — including, installation, maintenance, and removal, LF and all incidentals, complete in place as shown in the plans and specifications and per TxDOT Standard Detail EC(2)-93. P-20 BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road Bid Item Descriptions BID ITEM DESCRIPTION UNIT L4 Construction Exit for erosion control — including, installation, maintenance, and EA removal, and all incidentals, complete in place as shown in the plans and specifications. L5 Topsoil (4" Depth) as shown in the plans and specifications, including Section TS CY "Topsoil". This is a "Plans Quantity" Item and the quantity shown in the proposal shall be the amount for payment. No addition or deduction to the quantity shown will be made except as required by a design change. Block Sod (Bermuda)(Common) furnish and install as shown in the plans and L6 specifications, including Section SD "Sodding". Price shall include all materials, SY labor,and equipment,including watering,fertilizing,and rolling. L7 Project Mowing & Landscape Maintenance including all materials, labor, and equipment for project mowing within ROW and Easement areas as necessary to keep MO vegetative growth below 8" height. Price shall include other landscape maintenance as necessary including trimming of trees and or shrubs that may conflict with construction or traffic. All trees marked to remain shall be protected. Quantity shown shall not be exceeded except in the event of extension of contract time. Storm Water Pollution Prevention Plan - For furnishing storm water pollution LS L8 prevention plan in accordance with the latest EPA and TCEQ criteria in order to comply with the NPDES Phase II requirements. This shall include NOI, SWPPP, NOT,inspections,maintenance and all other requirements until final acceptance of the project. Incidental items listed below are for the repair/replacement of existing items within the project limits that are in conflict or damaged by construction, or for additional unforeseen work. Contractor shall coordinate with Engineer, Owner, and Property Representatives on actual repair/replacement of systems based on field conditions. IC1 6' Cedar Fence — including cedar pickets, rails, galvanized metal posts, brackets, LF trim, caps, anchorage, and all other incidentals to complete in place as shown in the plans and specifications. IC2 6' Chain Link Fence—including chain link fencing material, galvanized metal posts LF and rails, brackets, caps, anchorage and all other incidentals to complete in place as shown in the plans and specifications. IC3 TxDOT Type "C" Fence — Furnish all labor, materials and equipment required to LF install per TxDOT Specification and Standard WF(2)-10, and all other incidentals, complete in place for use by the Owner. Lower Existing 8" Water Line — including excavation and backfill, water line, EA IC4 fittings, concrete blocking, and other incidentals to complete in place as shown in the plans and specifications. All construction shall conform to City of Wylie, East Fork SUD,and TCEQ requirements. IC5 Lower Existing 12" Water Line — including excavation and backfill, water line, EA fittings, concrete blocking, and other incidentals to complete in place as shown in the plans and specifications. All construction shall conform to City of Wylie, East Fork SUD,and TCEQ requirements. P-21 BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road Bid Item Descriptions BID ITEM DESCRIPTION UNIT IC6 Concrete Cap for NTMWD Water Line — including excavation and backfill, LF concrete, reinforcement, and other incidentals to complete in place as shown in the plans and specifications. IC7 Project Contingency — allowance for extra work as approved or directed by the LS Engineer and Owner. Contractor shall submit line item project contingency requests to Owner for approval prior to extra work. Payment for extra work shall be paid as a partial lump sum to this contingency bid item. ALTERNATE BID ITEMS IL1 PVC Schedule 40 Conduit(2")(Illumination Conduit)—in accordance with TxDOT LF Specification Item 618, including trenching, backfill, all materials, and other incidentals to complete in place as shown in the plans and specifications. IL2 Illumination Foundation (Without Apron)(8' Depth) — in accordance with the EA foundation details in TxDOT Standard RID(FND)-07, and TxDOT Specification Item 656, including all materials, excavation, backfill, and other incidentals necessary to complete work as shown in plans and specifications. EXCLUDE concrete riprap apron. ANCHOR BOLTS AND LAYOUTS SHALL BE PER ILLUMINATION SPECIFICATION FOR POLE ASSEMBLY SPECIFIED. IL3 Illumination Pole Assembly (Single Arm) —furnish and install in accordance with EA illumination specifications as required by the City of Wylie, including all incidentals necessary to complete work ANCHOR BOLT PATTERNS SHALL BE PER ILLUMINATION SPECIFICATION for pole assembly specified. IL4 Illumination Pole Assembly (Dual Arm) — furnish and install in accordance with EA illumination specifications as required by the City of Wylie, including all incidentals necessary to complete work ANCHOR BOLT PATTERNS SHALL BE PER ILLUMINATION SPECIFICATION for pole assembly specified. IL5 Electrical Service—Connection to power supply in conformance with utility provider EA requirements,including all labor,materials,and equipment necessary complete work. IL6 Electrical Conductor (No. 4 Bare) — for furnishing and placing all electrical LF conductors of the type and size as required for proposed roadway illumination. Conductor materials shall be in accordance with Texas Department of Transportation Specification Item 620"Electrical Conductors". IL7 LF Electrical Conductor (No. 2 Insulated) — for furnishing and placing all electrical conductors of the type and size as required for proposed roadway illumination. Conductor materials shall be in accordance with Texas Department of Transportation Specification Item 620"Electrical Conductors". IL8 Type"A" Groundbox (Illumination)—in accordance with TxDOT Standard ED(3)- EA 03, and TxDOT Specification Item 624, including all materials, excavation, backfill, and other incidentals necessary to complete work as shown in plans and specifications. IL9 PVC Schedule 40 Conduit (4")(Deduct Base Item T24) — Deducted Item T25 for EA alternate illumination bid award. P-22 BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road Bid Item Descriptions BID ITEM DESCRIPTION UNIT IL10 Type"A"Ground Box(Illumination)(Deduct Base Item T26)—Deducted Item T26 EA for alternate illumination bid award. IR1 Irrigation System — including all lines (purple pipe), conduit, valves, connections, LS assemblies, spray heads, wiring, water meters, tapping saddles, and all other incidentals to complete irrigation system in place as shown in the plans and specifications. IR2 PVC Schedule 40 Conduit (6")(Deduct Base Item T25) — Deducted Item T25 for LF alternate irrigation bid award. IR3 Irrigation Valve Box (Rainbird VB-STD or Equivalent)(Deduct Base Item T27)— EA Deducted Item T27 for alternate irrigation bid award. P-23 BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road PROJECT BID SUMMARY Total Project— Summary TOTAL PROJECT BID AMOUNT $ Total Calendar Days 480 SUMMARY STATEMENT OF MATERIALS AND SERVICES (Base Bid) Total Material Cost Based Upon Estimated Quantities $ Total Services Cost Based Upon Estimated Quantities $ Total Contract Price Based Upon Estimated Quantities $ NOTES: 1. The total materials cost based upon estimated quantities plus the total services cost based upon estimated quantities MUST equal the amount shown for the total contract price based upon the estimated quantities. 2. The Contractor will be responsible for the payment of all taxes in compliance with the laws of the State of Texas and the United States. 3. Any reference to taxes within these documents which is in conflict with the Tax Laws will be deleted from the PROJECT. The Owner reserves the right to delete any bid items or portions thereof. If the Owner elects to delete any portions of the PROJECT from the contract, then the contract can be awarded on that basis. P-24 BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road PROJECT BID SUMMARY The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the Contract Documents pertaining to the work covered by the above bid, and further agrees to commence work within ten (10) days after the date of written notice to do so, and substantially complete the work in 480 Calendar days. Enclosed with this proposal is a Certified Check for: Dollars ($ ) (5%of Maximum Amount Bid) Or, a Proposal Bond in the sum of: Dollars ($ ) (5%of Maximum Amount Bid) which it is agreed shall be collected and retained by the Owner as liquidated damages in the event this proposal is accepted by the Owner within sixty (60) days after bids are received and the undersigned fails to execute the contract and the required bond for the Owner within ten (10) days after the date said proposal is accepted, otherwise said check or bond shall be returned to the undersigned upon request. Contractor By: Printed Name Telephone Address Facsimile City State ZIP P-25 CONTRACT DOCUMENTS STANDARD FORM OF AGREEMENT' STATE OF TEXAS § COUNTY OF COLLIN § THIS AGREEMENT,made and entered into this day of A.D. 2011,by and between the CITY OF WYLIE,TEXAS, a municipal corporation,of the County of Collin and State of Texas, acting through thereunto duly authorized so to do, Party of the First Part, hereinafter teimed OWNER, and of the City of , County of , and State of ,Party of the Second Part,hereinafter teimed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned,to be made and performed by the OWNER, and under the conditions expressed in the bond bearing even date herewith, the said CONTRACTOR hereby agrees with the said OWNER to commence and complete the construction of certain improvements generally described as follows: BROWN STREET RECONSTRUCTION and all extra work in connection therewith,under the terns as stated in the General Conditions of the Agreement and at his(or their)own proper cost and expenses to furnish all the materials,supplies,machinery,equipment,tools,superintendence,labor, insurance,and other accessories and services necessary to complete the said construction,in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with the Advertisement for Proposals, General and Special Conditions of Agreement,Plans and other drawings and printed or written explanatory matter thereof,and the Specifications and addenda therefore,as prepared by RLK Engineering,Inc.,herein entitled the ENGINEER,each of which has been identified by the CONTRACTOR and the ENGINEER, together with the CONTRACTOR'S written Proposal, and the Perfoiniance and Payment Bonds hereto attached;all of which are made a part hereof and collectively evidence and constitute the entire contract (hereinafter collectively called the "Contract Documents" or the "Contract"). The CONTRACTOR hereby agrees to commence work within ten(10)days after the date written notice to do so shall have been given to him,and to substantially complete the same within the calendar days provided in the proposal section after the written notice to commence work,subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal,which forms a part of this contract, such payments to be subject to the General and Special Conditions of the contract. IN WITNESS WHEREOF,the parties to these presents have executed this Agreement in the year and day first above written. CITY OF WYLIE, TEXAS Party of the First Part Party of the Second Part (OWNER) (CONTRACTOR) By: By: ATTEST: ATTEST: Adapted from the Texas Section, ASCE Standard Form of Agreement, October 1971 revision. SFA-1 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF COLLIN § KNOW ALL MEN BY THESE PRESENTS: That . of the City of , County of , and State of , as Principal, and authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CITY OF WYLIE, TEXAS, (Owner), in the penal sum of ($ ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,jointly and severally, by these presents: WHEREAS,the Principal has entered into a certain written contract with the Owner, dated the day of , 2011, for the BROWN STREET RECONSTRUCTION, which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH,that if the said Principal shall faithfully perform said Contract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED,HOWEVER,that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Surety,for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anyway affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. PA-1 IN WITNESS WHEREOF,the said Principal and Surety have signed and sealed this instrument this day of , 2011. Principal Surety By: By: Name: Name: Title: Title: Address: Address: The name and address of the Resident Agent of Surety is: Name: Address: Executed 8 originals. PA-2 PAYMENT BOND STATE OF TEXAS § COUNTY OF COLLIN § KNOW ALL MEN BY THESE PRESENTS: That . of the City of , County of , and State of , as Principal, and authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CITY OF WYLIE, TEXAS, (Owner), in the penal sum of ($ ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,jointly and severally, by these presents: WHEREAS,the Principal has entered into a certain written contract with the Owner, dated the day of , 2011, for the BROWN STREET RECONSTRUCTION,which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH,that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED,HOWEVER,that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Surety,for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, 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 contract, or to the work to be performed thereunder. PB-1 IN WITNESS WHEREOF,the said Principal and Surety have signed and sealed this instrument this day of , 2011. Principal Surety By: By: Name: Name: Title: Title: Address: Address: The name and address of the Resident Agent of Surety is: Name: Address: Executed 8 originals. PB-2 MAINTENANCE BOND STATE OF § COUNTY OF § KNOW ALL MEN BY THESE PRESENTS: That . of the City of ,County of and State of ,as Principal,and ,as Surety,are held and firmly bound unto City of Wylie, Texas, as Obligee, in the full and just sum of (S ),lawful money of the United States for the payment whereof,well and truly to be made,the Principal and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,firmly by these presents: WHEREAS,the Principal has entered into a written contract dated ,2011 with the City of Wylie, Texas, for Brown Street Reconstruction and WHEREAS, Obligee provides that the Principal will furnish a bond conditioned to guarantee for the period of 2 years after approval of the final acceptance on said job,by the City,against all defects in workmanship and materials which may become apparent during said period. NOW,THEREFORE,the condition of this obligation is such that,if the Principal shall indemnify the Obligee for all loss that the Obligee may sustain by reason of any defective materials or workmanship which become apparent during the aforesaid period,then this obligation shall be void,otherwise to remain in full force and effect. Signed, Sealed and Dated This Day of ,2011. Principal BY: Witness Surety BY: Witness Executed 8 originals MB-1 SECTION WC WORKER'S COMPENSATION INSURANCE COVERAGE WC.1 DEFINITIONS Certificate of coverage("certificate"):A copy of a certificate of insurance,a certificate of authority to self-insure issued by the commission,or a coverage agreement(TWCC-81,TWCC-82,TWCC-83,or TWCC-84),showing statutory workers'compensation insurance coverage for the person's or entity's employees providing services on a project,for the duration of the project. Duration of the project: Includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096): Includes all persons or entities performing all or part of the services the contractor has undertaken to perfoiin on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes,without limitation, independent contractors, subcontractors, leasing companies,motor carriers,owner-operators,employees of any such entity,or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation,providing,hauling,or delivering equipment or materials,or providing labor,transportation or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors,office supply deliveries and delivery of portable toilets. WC.2 The contractor shall provide coverage,based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code,Section 401.011(44)for all employees of the contractor providing services on the project, for the duration of the project. WC.3 The contractor must provide a certificate of coverage to governmental entity prior to being awarded the contract. WC.4 If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. WC.5 The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project, and, (2) no later than seven (7) days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. WC.6 The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. WC-1 WC.7 The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten(10)days after the contractor know or should have known,or any change that materially affects the provision of coverage of any person providing services on the project. WC.8 The contractor shall post on each project site a notice,in the text,foul'and manner prescribed by the Texas Workers'Compensation Commission,infounation all persons providing services on the project that they are required to be offered,and stating how a person may verify coverage and report lack of coverage. WC.9 The contractor shall contractually require each person with whom it contracts to provide services on a project,to: (1) provide coverage,based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas Labor Code,Section 401.011(44)for all of its employees providing services on the project,for the duration of the project; (2) provide the contractor,prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project,for the duration of the project; (3) provide the contractor,prior to the end of the coverage period,a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage,prior to the other person beginning work on the project; and, (b) a new certificate of coverage showing extension of coverage,prior to the end of the coverage period,if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one (1)year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery,within ten (10)days after the person know or should have known,of any change that materially affects the provision of coverage of any person providing services on the project; and, (7) contractually require each person with whom it contracts, to perfoiin as required by paragraphs(1)-(7),with the certificates of coverage to be provided to the person for whom they are providing services. WC.10 By signing this contract or providing or causing to be provided a certificate of coverage,the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts,and that all coverage agreements will be filed with the appropriate insurance carrier or,in the case of a self-insured,with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties,criminal penalties, civil penalties,or other civil actions. WC-2 WC.11 The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entities the governmental entity to declare the contract void if the contractor does not remedy the breach within ten(10)days after receipt of notice of breach from the governmental entity. WC-3 I I BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road I ;4( PROPOSAL 111 DATE: _ ` „ I I . C SUBMITTED BY: ____ _ I\'it L . (Name of Bidder) II LIP_ 6 ..Itr\i "P) (Street) ix .-7010(1) (City, State, ZIP) Gentlemen: Undersigned, having carefully exa mined the Plans, Project Manual, and Site of the proposed work, and being familiar with all of the conditions surrounding the work, including availability of materials and labor, hereby proposes to furnish to all necessary superintendence, labor, equipment, and materials required to complete all the work in accordance with the Plans and Project Manual for the construction of all items listed at the prices shown for each item on the following bid schedule. Proposal must be submitted with a Bid Security in the amount of five percent (5%) of the maximum amount bid, payable without recourse to the City of Wylie, Texas. Proposal may not be withdrawn once the bid-opening process has begun. The bid schedule attached lists the various divisions of construction contemplated in the Plans and I Project Manual. Bid prices shall be written in ink, distinctly and legibly, manually typed, or electronically typed and printed on the bid schedule provided. The City of Wylie reserves the right to adopt the most advantageous interpretation of the bids submitted in the case of ambiguity or lack of clearness in stating proposal prices, to reject any or all bids, and/or waive formalities. I All the various phases of work enumerated in the detailed specifications with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are I to be performed by the Contractor under one of the items listed in the bid schedule, irrespective of whether it is named in said list. IReceipt is hereby acknowledged of the following addenda to the Contract Documents: j k Addendum No. 1 dated ( 4 I Received IAddendum No. 2 dated 60 i Received Addendum No. 3 dated Received Bidder agrees to perform all of the work listed in the proposal and, as described in the specifications and shown on the plans, for the following prices for each item: P-1 1 BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road ttir Earthwork&Paving Project Cost per Item# Item Description Quantity Unit Unit Total Item Cost P1 Preparation of Right of Way 109 STA ! $ 7,795.00 $ 849,655.00 ... ....... P2 Unclassified Roadway Excavation 35049 CY $ 6.55 $ 229,570.95 P3 Embankment(Density Control) 16740 CY $ 2.75 $ 46,035.00 P4 Sawcut, Remove, Dispose Concrete Paving 7843 SY $ 3.75 $ 29,411.25 P5 Lime Treated Subgrade(7") l 76439 SY $ 1.45 ! $ 110,836.55 P6 Lime(Est. 48#/SY) 1835 TON $ 152.00 $ 278,920.00 P7 2"Ty"C"HMAC(Surface) 711 SY $ 18.45 $ 13,117.95 P8 4"Ty"B"HMAC(Base) 782 SY $ 23.00 $ 17,986.00 P9 Reinforced Concrete Paving(8") ( 70858 SY $ 29.45 $ 2,086,768.10 P10 Concrete Curb(6"Monolithic) 38499 LF $ 1.50 $ 57,748.50 P11 Concrete Street Header 589 LF $ 10.00 '; $ 5,890.00 P12 Reinforced Concrete Sidewalk(4") 8199 SY $ 27.60 $ 226,292.40 P13 Reinf Concrete Sidewalk(w/Int. Var Ht Ret.Wall) 595 SY $ 32.45 $ 19,307.75 P14 Reinf Concrete Sidewalk(w/Int.Var Ht Curb) 257 SY $ 29.00 $ 7,453.00 P15 Variable Height Retaining Wall 258 LF $ 62.00 $ 15,996.00 P16 Pedestrian Handrail(PRD-06) (Type"E") 258 LF $ 70.00 $ 18,060.00 P17 Barrier Free Ramp 57 EA $ 825.00 $ 47,025.00 P18 Monolithic Median Nose 20 EA $ 650.00 $ 13,000.00 P19 Landscape Maintenance Ramp 25 EA $ 350.00 $ 8,750.00 P20 Median Nose Pavers 1157 SY $ 72.10 : $ 83,419.70 P21 Street Pavers 446 SY $ 40.00 $ 17,840.00 P22 (OMITTED ITEM) - P23 Relocate Existing Mailbox(Temp Work Zone) 33 EA $ 100.00 $ 3,300.00 P24 Furnish& Install New Standard Mailbox Unit 24 EA $ 250.00 $ 6,000.00 P25 Furnish&Install New Brick Mailbox Unit 9 EA $ 1,000.00 $ 9,000.00 P26 Adjust Existing NTMWD Blow Off 4 EA $ 2,600.00 $ 10,400.00 P27 Adjust Existing NTMWD Valve 7 EA $ 1,400.00 $ 9,800.00 P28 Adjust Existing NTMWD Manhole 3 EA $ 1,600.00 $ 4,800.00 P29 Adjust Existing Water Valves 38 EA $ 250.00 $ 9,500.00 P30 Relocate Existing Water Meter 25 EA $ 595.00 $ 14,875.00 P31 Relocate Existing Fire Hydrant 7 EA $ 775.00 $ 5,425.00 P32 Adjust Existing Sanitary Sewer Manholes 8 EA $ 1,100.00 $ 8,800.00 Total Earthwork&Paving,Bid Amount $ 4,264,983.15 P-2 1OM — - W imp _4_7, -rG I BROWN STREET RECONSTRUCTION ttlf State Highway 78 to Stone Road Storm Drainage Project Cost per Item# Item Description Quantity Unit Unit Total Item Cost D1 Remove&Dispose Existing Drainage Pipe/Headwalls I 1 LS $ 21,200.00 $ 21,200.00 D2 Remove&Dispose Existing Drainage Inlets 4 EA $ 515.00 $ 2,060.00 D3 12"HDPE Pipe 370 LF $ 23.70 ` $ 8,769.00 D4 12"RCP i 83 LF $ 31.00 $ 2,573.00 D5 18"RCP 1067 LF $ 38.15 $ 40,706.05 D6 21"RCP 2748 LF $ 45.32 $ 124,539.36 D7 24"RCP 759 LF $ 50.50 $ 38,329.50 D8 30"RCP 411 LF $ 62.85 $ 25,831.35 D9 36"RCP i 1715 LF $ 84.46 $ 144,848.90 D10 42"RCP ! 562 LF $ 109.20 $ 61,370.40 D11 48"RCP 548 LF $ 126.70 $ 69,431.60 D12 54"RCP f 40 LF $ 160.00 $ 6,400.00 D13 60"RCP 376 LF $ 182.35 ' $ 68,563.60 D14 ;4'x2' RCB 272 LF $ 111.25 • $ 30,260.00 D15 5'x4' RCB 168 LF $ 163.30 $ 27,434.40 D16 10'x5' RCB 336 LF $ 334.75 $ 112,476.00 D17 2-7'x5'RCB 369 LF $ 442.90 $ 163,430.10 D18 i 10'x6'SBC I 13 LF $ 371.00 $ 4,823.00 D19 10x8'SBC 72 LF $ 510.00 $ 36,720.00 D20 2-7'x5' MBC 32 LF $ 430.00 $ 13,760.00 D21 3-10'x5' MBC 122 LF $ 952.75 $ 116,235.50 D22 4-10'x8'MBC i 85 LF $ 1,325.00 $ 112,625.00 D23 Storm Manhole-Type A(3'x3') 4 EA $ 1,925.00 ; $ 7,700.00 D24 Storm Manhole-Type B (5'x5) 1 7 EA $ 3,100.00 ; $ 21,700.00 D25 Storm Manhole Type B(6'x4') 2 EA $ 3,400.00 ' $ 6,800.00 D26 Storm Manhole Type B (6'x5') i 1 EA $ 3,100.00 $ 3,100.00 D27 ,Storm Manhole-Type B(7'x7') 1 4 • EA $ 4,900.00 $ 19,600.00 D28 ;Storm Junction Box(4'x18') 1 EA $ 6,100.00 $ 6,100.00 D29 Storm Junction Box(8'x14') 1 EA $ 9,100.00 $ 9,100.00 D30 Storm Junction Box(9'x18') 1 EA $ 9,600.00 $ 9,600.00 D31 15"x12"Inline Drain Basin 2 EA $ 1,350.00 $ 2,700.00 D32 Single Grate Drop Inlet i 3 EA $ 1,545.00 $ 4,635.00 D33 Combination Inlet(4 Grate) 7 EA $ 4,400.00 $ 30,800.00 D34 ;8' Recessed Curb Inlet 7 EA $ 2,400.00 $ 16,800.00 D35 10' Recessed Curb Inlet _.. 18 EA • $ 2,475.00 . $ 44,550.00 P-3 JIIIIIIIIIIIIIk.IN II 17,1116W AFL Ampu �c .-f �/ BROWN STREET RECONSTRUCTION rivr1 State Highway 78 to Stone Road Storm Drainage Project Cost per Item# Item Description Quantity Unit Unit Total Item Cost D36 12'Recessed Curb Inlet 14 EA $ 2,750.00 $ 38,500.00 D37 8'Standard Curb Inlet 2 EA $ 210.00 $ 420.00 D38 10'Standard Curb Inlet 2 EA $ 2,475.00 $ 4,950.00 D39 Curb Inlet(TxDOT Type C) 1 EA $ 2,730.00 $ 2,730.00 D40 Curb Inlet Extension (TxDOT Type E) 2 EA $ 600.00 $ 1,200.00 D41 3'Type Y Inlet 6 EA $ 1,850.00 $ 11,100.00 D42 4'Type Y Inlet 2 EA $ 1,850.00 $ 3,700.00 D43 5'Type Y Inlet 3 EA $ 2,150.00 $ 6,450.00 D44 Safety End Treatment-PSET-RP(18"RCP)(6:1) 1 EA $ 1,030.00 $ 1,030.00 D45 Headwall-CH-FW-0(12"RCP)(3:1) 1 EA $ 900.00 $ 900.00 D46 Headwall-CH-FW-0(54"RCP)(3:1) 1 EA $ 4,300.00 $ 4,300.00 D47 Wingwalls-PW(10'x6')(15°Skew)(3:1)(Hw=9.5') 1 EA $ 20,600 00 $ 20,600.00 D48 Wingwalls-PW(10'x8')(15°Skew)(3:1)(Hw=11.5') j 1 EA $ 30,385.00 . $ 30,385.00 D49 ,Wingwalls-PW(2-7'x5')(0°Skew)(3:1)(Hw=8.0') 1 EA $ 16,995.00 $ 16,995.00 D50 Wingwalls-PW(2-7'x5')(15°Skew)(3:1)(Hw=8.5') 1 EA $ 19,200.00 $ 19,200.00 D51 Wingwalls-PW(3-10'x5')(30°Skew)(2:1)(Hw=10.0') F 1 EA $ 19,100.00 $ 19,100.00 D52 Wingwalls-PW(3-10'x5')(30°Skew)(3:1)(Hw=10.5') 1 EA $ 29,355.00 $ 29,355.00 D53 Wingwalls-PW(4-10'x8')(15° Skew)(3:1)(Hw=11.5') 2 EA $ 32,500.00 $ 65,000.00 D54 Rail Anchorage Curb 222 LF $ 129.00 $ 28,638.00 D55 Traffic Railing for Culvert 722 LF $ 95.00 $ 68,590.00 D56 Pedestrian Railing for Culvert 722 LF $ 92.00 $ 66,424.00 D57 Pilaster(Culvert Ends) 16 EA $ 2,215.00 $ 35,440.00 D58 Stone Riprap(TxDOT Common Grouted) 2000 SY $ 72.10 $ 144,200.00 D59 ,Gabion Mattress(18")(PVC Coated) 180 SY $ 83.00 $ 14,940.00 D60 Gabion Basket(3'x3')(PVC Coated) 22 LF $ 200.00 $ 4,400.00 D61 Trench Excavation Protection for Storm Sewer 10148 LF $ 1.03 $ 10,452.44 Total Storm Drainage Bid Amount $ 2,064,571.20 P-4 11111111111111111110.MI NIi BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road Traffic Control Project Cost per Item# Item Description Quantity Unit Unit Total Item Cost T1 Sign&Sign Post Assembly 25 EA $ 400.00 $ 10,000.00 T2 Sign&Sign Post Assembly w/Street Name Blades 20 EA $ 460.00 $ 9,200.00 T3 .Remove Exist Sign&Post Assembly 1 LS $ 4,000.00 $ 4,000.00 T4 Remove Existing Guardrail/Barricades 1 LS $ 4,200.00 $ 4,200.00 T5 Reif Pay. Marker(CI B, Ty II-A-A) 10 EA $ 2.75 $ 27.50 T6 Relf Pay. Marker(CI B,Ty I I-C-R) 600 EA $ 2.75 $ 1,650.00 T7 Fire Hydrant Marker 10 EA $ 3.00 $ 30.00 T8 Refl. Pavement Marking (4")(White)(Broken)(Type I) 20430 LF $ 0.31 $ 6,333.30 T9 Refl. Pavement Marking (4")(White)(Dashed)(Type I) 205 LF $ 2.10 $ 430.50 T10 Refl. Pavement Marking (4")(Yeliow)(Solid)(Type I) 330 LF $ 1.05 $ 346.50 T11 Refl. Pavement Marking(8")(White)(Solid)(Type I) 1254 LF $ 1.44 $ 1,805.76 T12 Refl. Pavement Marking (12")(White)(Solid)(Type I) i 3267 LF $ 2.32 $ 7,579.44 T13 Refl. Pavement Marking (18")(White)(Solid)(Type I) 418 LF $ 4.15 $ 1,734.70 T14 Refl. Pavement Marking (24")(White)(Solid)(Type I) 145 LF $ 4.65 $ 674.25 T15 Reflectorized Pavement Marker(Only)(Type I) 2 EA $ 140.00 $ 280.00 T16 Reflectorized Pavement Marker(Arrow)(Type I) 2 EA $ 130.00 $ 260.00 T17 ;Reflectorized Pavement Marker(Arrow/Thru)(Type I) 6 EA $ 165.00 $ 990.00 T18 Metal Beam Guard Fence(MBGF-09) 325 LF $ 21.65 $ 7,036.25 T19 Metal Beam Guard Fence Transition (MBGF(TL2)-09) 16 EA $ 515.00 $ 8,240.00 T20 Single Guardrail Terminal (SGT(7)-09) 9 EA $ 2,550.00 $ 22,950.00 T21 Terminal Anchor Section 8 EA $ 550.00 $ 4,400.00 T22 Work Zone Traffic Control 1 LS $ 37,500.00 $ 37,500.00 T23 Traffic Signal Modifications 1 LS $ 60,800.00 $ 60,800.00 T24 PVC Sch.40 Conduit(4")(Future Illumination Sleeve) 3125 LF $ 4.90 $ 15,312.50 T25 PVC Sch.40 Conduit(6")(Future Irrigation Sleeve) 3175 LF $ 6.60 $ 20,955.00 T26 Type"A"Ground Box(Future Illumination) i 52 EA $ 103.00 $ 5,356.00 T27 Irrigation Valve Box(Rainbird VB-STD or Equiv) 53 EA $ 13.10 $ 694.30 Total Traffic Control Bid Amount $ 232,786.00 P-5 x BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road tit Water Line Project Cost per Item# Item Description Quantity Unit Unit Total Item Cost Furnish&Install 24"Water Line by Open Cut with Type B+ W1 Embedment 1 1960 LF $ 140.10 _ $ 274,596.00 Furnish&Install 24"Water Line by Open Cut with 36"Steel W2 Encasement Pipe(3/8"Thick) 931 LF $ 295.00 $ 274,645.00 Furnish&Install 24"Water Line by Boring with 36"Steel W3 Encasement Pipe(3/8"Thick) 60 LF $ 541.00 $ 32,460.00 Furnish&Install 24"Water Line by Open Cut with Concrete W4 Encasement 10 LF $ 140.00 $ 1,400.00 Furnish&Install 12"Water Line by Open Cut with Type B+ W5 Embedment '. 528 LF $ 46.50 $ 24,552.00 Furnish&Install 12"Water Line by Open Cut with 20"Steel W6 Encasement Pipe(1/4"Thick) 70 LF $ 114.50 $ 8,015.00 Furnish&Install 12"Water Line by Boring with 20"Steel I W7 Encasement Pipe(1/4"Thick) E 20 LF $ 237.00 ; $ 4,740.00 Furnish&Install 12"Water Line by Open Cut with Concrete r W8 ' $ 620.00 Encasement 10 LF $ 62.00 _ .._. ..._ Furnish&Install 8"Water Line by Open Cut with Type B+ W9 "Embedment 1360 LF $ 33.00 $ 44,880.00 Furnish&Install 6"Water Line by Open Cut with Type B+ W10 Embedment 63 LF $ 29.00 $ 1,827.00 W11 ;Furnish&Install 24"Gate Valve with Extended Operator 3 EA $ 25,750.00 $ 77,250.00 W12 Furnish&Install 12"Gate Valve with Extended Operator 2 EA $ 2,425.00 $ 4,850.00 W13 Furnish&Install 8"Gate Valve with Extended Operator 7 EA $ 1,450.00 $ 10,150.00 W14 Furnish&Install 6"Gate Valve with Extended Operator i 6 EA $ 1,030.00 $ 6,180.00 :Transfer Water Service Including 1"Tap on Main,Corp.& W15 Copper Tubing 15 EA $ 775.00 $ 11,625.00 W16 ,Furnish&Install New 3/4"Meter 1 15 EA $ 80.00 $ 1,200.00 Construct 3"Combination Air Release Valve with 4'Diameter W17 ;Manhole 1 2 EA $ 6,595.00 $ 13,190.00 i W18 :Furnish&Install All Miscellaneous Fittings 1 1 , LS $ 5,100.00 $ 5,100.00 W19 Construct 6"Blow Off Valve with 4'Diameter Manhole 3 EA $ 9,000.00 $ 27,000.00 W20 Connect to Existing Water Line 3 EA $ 1,300.00 $ 3,900.00 W21 Furnish&Install Standard Fire Hydrant Assembly j 6 EA $ 3,050.00 $ 18,300.00 W22 Support Existing Utility Across Trench 9 EA $ 2,060.00 $ 18,540.00 W23 Remove&Dispose of Existing 2"Water Line 1 LS $ 1,000.00 . $ 1,000.00 W24 Design Trench Safety Plan&Provide Trench Safety Systems 4949 LF $ 1.03 $ 5,097.47 Total Water Line Bid Amount $ 871,117.47 P-6 amilia IN/ —.4111I r/ Mr , =—' vl BROWN STREET RECONSTRUCTION rif State Highway 78 to Stone Road Erosion Control&Landscaping Project Cost per Item# Item Description Quantity Unit Unit Total Item Cost L1 Silt Fence(Install/Maintain/Remove) 5485 , LF $ 1.34 : $ 7,349.90 L2 i Inlet Protection 68 EA $ 62.00 $ 4,216.00 L3 Filter Dam 185 LF $ 20.00 $ 3,700.00 L4 Construction Exit 4 EA $ 1,300.00 $ 5,200.00 L5 ;Topsoil(4"Depth) 3625 CY $ 15.00 $ 54,375.00 L6 Block Sod(Bermuda)(Common) 32615 SY $ 2.09 $ 68,165.35 L7 Project Mowing&Landscape Maintenance 16 MO $ 550.00 $ 8,800.00 L8 Storm Water Pollution Prevention Plan 1 LS $ 4,000.00 $ 4,000.00 Total Erosion Control&Landscaping $ 155,806.25 Incidental Construction Project Cost per Item# Item,Description Quantity Unit Unit Total Item Cost IC1 i6' Cedar Fence 2400 LF $ 26.40 ;, $ 63,360.00 IC2 6' Chain Link Fence 1100 LF $ 13.10 $ 14,410.00 IC3 TxDOT Type"C"Fence 1200 LF $ 4.50 $ 5,400.00 IC4 Lower Existing 8"Water Line 10 EA $ 3,760.00 $ 37,600.00 IC5 Lower Existing 12"Water Line 5 EA $ 4,430.00 $ 22,150.00 IC6 Concrete Cap for NTMWD Water Line 250 LF $ 43.50 $ 10,875.00 IC7 Project Contingency 1 LS $175,000.00 $ 175,000.00 Total Incidental Construction Bid Amount $ 328,79500 Total Base Bid Construction Amount $ 7,918,059.07 P-7 aim MN IN/ JIM , v4 ==— vl BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road rtirlf Illumination(Alternate Bid) Project Cost per Item# Item Description Quantity Unit Unit Total Item Cost ILA PVC Sch.40 Conduit(2")(Illumination Conduit) 12252 LF $ 4.84 $ 59,299.68 IL2 Illumination Foundation(Without Apron)(8' Depth) 72 EA $ 901 25 $ 64,890.00 IL3 Illumination Pole Assembly(Single Arm) 16 EA $ 2,163.00 $ 34,608.00 14 Illumination Pole Assembly(Dual Arm) 56 EA $ 2,678.00 $ 149,968.00 IL5 Electrical Service 1 EA $ 3,600.00 $ 3,600.00 IL6 Electrical Conductor(No.4 Bare) 12322 LF $ 1.03 $ 12,691.66 IL7 Electrical Conductor(No. 2 Insulated) 36966 LF $ 1.80 $ 66,538.80 IL8 Type"A"Groundbox(Illumination) 10 EA $ 103.00 $ 1,030.00 IL9 PVC Sch.40 Conduit(4")(Deduct Base Item T24) -3125 LF $ 4.90 $ (15,312.50) IL10 Type"A"Groundbox(Deduct Base Item T26) -52 EA $ 103.00 $ (5,356.00) Total Illumination Alternate Bid Amount $ 371,957.64 Irrigation System(Alternate Bid) Project Cost per Item# Item Description Quantity Unit Unit Total Item Cost IR1 Irrigation System 1 LS $ 73,700.00 $ 73,700.00 IR2 PVC Sch.40 Conduit(6")(Deduct Base Item T25) -3175 LF $ 6.60 $ (20,955.00) IR3 Irrigation Valve Box(Deduct Base Item T27) -53 EA $ 13.07 $ (692.71) Total Irrigation,Alternate Bid Amount $ 52,052.29 Miscellaneous Alternate Bid Items Project Cost per Item# Item Description Quantity Unit Unit Total Item Cost WIA 24"Water Line(Ductile Iron)(Class 200) 2961 LF $ 144.25 $ 427,124.25 W1 B 24"Water Line(RCCP)(ANSI/AWWA C303-08) 2961 LF $ 170.00 $ 503,370.00 P15A Variable Height Retaining Wall (Stone or Block) 258 LF $ 65.00 $ 16,770.00 Tiseo Paving Co, certifies that the Bid Item Number, Specification Item, Name of Pay Item,Estimated Quantity, Unit, Unit Price Bid,and Amount Bid shown on this electronic bid form for all of the bid items contained in this Bid Form are consistent with the Bid Form provided herein, and that its bid will be tabulated using these Unit Prices and no other information from this electronic bid form. The Company further acknowledges and agrees the Total Bid Amount shown will be read as its Total Bid and further agrees that the official Total Bid Amount will be determined by multiplying the Unit Prices shown in the electronic bid form by the respective estimated quantities shown in the Bid Form and then totaling all of the extended amounts. P-8 11.1111111111►s — BROWN STREET RECONSTRUCTION State Highway 78 to Stone Road PROJECT BID SUMMARY t111/11: The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the Contract Documents pertaining to the work covered by the above bid, and further agrees to commence work within ten (10) days after the date of written notice to do so, and substantially complete the work in 480 Calendar days. Enclosed with this proposal is a Certified Check for: Dollars ($ ) (5%of Maximum Amount Bid) Or, a Proposal Bond in the sum of: n I 'ti CD Dollars ($ - (5%of Maximum Amount Bid) which it is agreed shall be collected and retained by the Owner as liquidated damages in the event this proposal is accepted by the Owner within sixty (60) days after bids are received and the undersigned fails to execute the contract and the required bond for the Owner within ten (10) days after the date said proposal is accepted, otherwise said check or bond shall be returned to the undersigned upon request. E PA ) HH 6 CO Contractor By: ► y aq 0 Printed Name Telephone LA\CI El \k/ • (c1-1).2) i 6 co S-7 Address Facsimile I131 � City State ZIP P-25 Direct Inquiries/Claims to: POWER OF ATTORNFY THE HARTFORD T-4 BOND,T-4 P.O. BOX 2103,690 ASYLUM AVENUE HARTFORD,CONNECTICUT 06115 call:888-266-3488 or fax:860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 35-351225 X Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut X Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana X Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make, constitute and appoint, up to the amount of unlimited: Robert Trobec, Kathleen M. lrelan, Ian J. Donald, Jeffrey A. Chandler, Alan P. Chandler& Chad Teague of Troy, MI their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on January 22, 2004 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. *y11"r44f,..°V gt. ;ii • b•..tt •)±,0 grf�Mr • LOaY rit cN• f� o'� �c'.'.•'r'«-"-�-•'4',,,, a01_ 13 7 # J ." 400* 4arooto• f 19 7 ZD 7:9 �gAi•o. /R..1}Y •r ; 't1ot5 ' M. Ross Fisher,Assistant Vice President Scott Sadowsky,Assistant Secretary STATE OF CONNECTICUT Hartford COUNTY OF HARTFORD • On this 3rd day of March, 2008, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. jun-s'c AtAILIC ` Scott E.Paseka 404E10 Notary Public CERTIFICATE My Commission Expires October 31.2012 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of Jtre 24, 2011 . Signed and sealed at the City of Hartford. Of .JFP �s.f ' •t0Jm * atf • `'�,;kc r.*«�5�.-r' '4��• ,,r,o,MiYf'/ Gary W. Stumper,Assistant Vice President THE AMERICAN INSTITUTE OF ARCHITECTS MA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Tiseo Paving Company Here “Iseer full name and address or legal (ode &Contraeloo P. O. Box 270040, Dallas, Texas 75227-000 as Principal, hereinafter called the Principal, and Hartford Fire Insurance Company (Here insert full name and address or legal (ode of Surety) One Hartford Plaza,T-4, Hartford,Connecticut 06155 a corporation duly organized under the laws of the State of Connecticut as Surety, hereinafter called the Surety, are held and firmly bound unto (Here flserl full name and address or legal tile at Owner) City of Wylie, Texas as Obligee, hereinafter called the Obligee, in the sum of Five Percent (5%),of Amount of Bid Dollars ( ,5% for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents, WHF R FAS. the Principal has submitted a bid for Brown Street Reconstruction NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. th Signed and sealed this 24 day of June, 2011 . Tiseo Paving Company (Principal) (Seal) i!ness.) Arthur Tiseo (Title) President Hartford Fire Insurance 1"' Company (5,7ty ," 6`' ll/ (Witness) (Seal) r-'..atItleen M. trelan tie) Attorney-In-Fact AIA DOCUMENT A310• BID BOND • MA(19• FEBRUARY 1970 ED • TF-IF AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y., AVE., NW., WASHINGTON, D.C„ 20006 1 in Printed on AV(t^cted/Yoe r 9Y 93 „ u' �� J I f lllll�� Y/ �/1 „ 11111,II l I�al��ro��� a/ei,,. �� if I ��11 1 )i'+'1,i''')'iifilf,,,111)011'!Ii111111 +III+III �� IIIII III If� �/ / i? / / / // 1/ , i \' \)))\')''i','i?i'li''i''ill\iiii'lllift:''''''j'Illal/11' / i i / i / i o . aoo o/oo/orroo Ufiff(flir 1/de e , / 1 it j %;,ail, rai „ , ,rr,rill/%l %;,,, uy �� � Ilf J dia/ ��i�'�..n I�,r/��w�I,��,,�/,�r���l,i I��h�ll�i�;�,���",,,i ilm%I iII':n y%�'✓4'eI�ll l/aIu.m/.''I„�u�p''d�d"���'r d"i i;lvli'�m",,'�u�„�v��°�„„�2r�'u y,h JI��l���r;;l�uf�lrl'����I'd��Iu�'h��%,�a�i,%a ILii�„w.�!d.r��."�i�u�'i/r��6m��u�%��u�l�u�i v�m���u��I'I����'�r�leila ui;pinl%n„;�',/!�w�"��q,v�„,;„r'w�m�,”�n�f'�'!"'!u�lii�'��pa���iV�',�,''Y�ii"d�u�'�����n'+6��;�iL����,v�';.�'��hciii6��Ylul 6,a,l�,�'�;i,v„d�i�ij,,;�h;�',ld��il I�„RI.Ii�ni'I�'V i4 l /. / ,y) .��,�Il i�l,,lg,„�i�,►r�aiuIui0I�i�N Iyo�� u/ti/oy�/ mdiro / ' % ��I I �I�!Ip"' iw�I�I r'°o�wIi�i��'r�r'�I;I�Yml�id�l�L�iG^�h���I' ^'mPI'Wu�'n!I tlIp'��,N�„'��'I��I4�����'i�i,i�b''�"�"� �� �h�MIP ji�m�'IV��I.I���I`�i���il;"m�"i l�i6i�'�"����'Iv'.�„l''�dPrr�"m'��VId����ul���I�d����Ii yA lr�w�.I�'I1I�".���ul�i'I.'V^���,"���'�Ji���,lI lf„i N iV.�m�i�N�I� °!,I'��J4"�ea'��'wvI�°�oI"Iy�•6�ar��i .wa.vdI.I.pol i, r�trdd�miNm.�i u�w 'M1,M1I' I➢'•l udw �� II p Iq�Y"�NuNi N'l MM�l iu��,w�l hla,I I�l ����i�I•IrI,,,�.p�pI lklii'�dII"lI l`pyi pY r�M' mi,ll iul it iG �{, lass l �I I nl Iv'yr� I' o'N� Diu' MA'rtY'v a �w", i Auu9m llm�" n �p u� �Mi Iml' Ili I u"v It Iw��i � � •�u�u�"' �� !d'' Ir'. �� rw° ��lV.u� i .'I� .�i� � v ..N I u� � ��i"i� ��II ",i °IIIIIII"w'ngum4wm�� I ,�w...................... ���������uY��� �����,��� V,/ia /, ,�, /� luau uuuuuuu i liuuu1(/ ������N��,ff ";� / ...uuuuuuuuuuuuuuuuuuluumuuuuuuuuuuum..,, mmoolool,l,„,lul,,,, t ,i iir , 7(( (,io 4,l l 1 \,t( t, ,„ „ ,i , ,\ \1,ti\ ,\ $4,\\ m \ !(1)%\k0 \ \ lit / i / (/ (1/7//!1V .1, i) ,(d" 0/ i i til,\01 ' \\\\\\k\‘\‘\ ‘\\W 1,',/// i ' //,''oi! ,S,\\`,t V 1 \\ w / i 7 ,,m,,,,I1,,)„,,,i) ,)h i // ii of %r„/ %1/// j„ 1 %//i/„ i/,, %/ f ,, IIIII?1111 III i r 3„ „ w,„,,,,p))/fo ; fir 1 ,,,,,,,,„ poll i /i „),)0,,i,Iiii„,1,)1,/(),,,,J4))/ii(,11,/0,,,,.i))111111,v1ftt 1 ��fffl , 1 if( oI , ff J / i, i I) )01,1i?),li,i II 11'1111' )11 I [I j/(1 (1 ,(i i �, flii'lej)11 and N I!o1 l a IP"' vm" U l it , av � yr IIIVVIVIIP�IIIIIUVi�,ImIVI,ISi"I M1'.uryldldl ." r'ii"IVlul" M.r�r�"v17�Mtl6i"7"G'iIYW �'V-` ,„ rr�r�IY'n�v'uNmm��m�����u��iN��Nin, m�PI Y,'�«�w,r Yypyly�l)` N� �,,..�.y.. , IVIIGm. .�"'I�I �ar,r J ,,. ...,...., ,..II,a�^.,.. „��,~r, .,�,,�����,.�mr�q..«�„r,�,,,rv,�a���M Wn °r `' fJicy,,,.....(�0�,r„ a ,.IIl'4CliF �� .daMM°�i i� i� 6ii, o;' ii,u '��'; pL. .%�X„I"' ,,,, / ! rw+""INi',i�.�������IOIe�J���",Vgglb;lq�ud�,",aw„�'�Ji"�PI:VP"V411��im�� uv i,,PM u ,"�„' ,ow u�AA �I"" 'il' quq'IN'yY�'gYNIr'r;gi,, e �';IIv,6rar'ir�n'� 74/1 Wylie City Council CITY OF WYLIE AGENDA REPORT Meeting Date: July 26, 2011 Item Number: Work Session Department: WEDC (City Secretary's Use Only) Prepared By: Sam Satterwhite Account Code: Date Prepared: July 18, 2011 Budgeted Amount: Exhibits: 1 Subject Presentation of the Wylie Economic Development Corporation FY 2011 —2012 Budget. Recommendation N/A—As a Component Unit of the City of Wylie, the Council will formally approve the WEDC Budget as part of the overall City Budget. Discussion As considered by its Board of Directors on July 15, 2011, the FY 2011— 2012 WEDC Budget is presented for Council's review. In line with Finance Department estimates, sales tax is projected at $1.508 million. Assuming a flat gain for the balance of the fiscal year, WEDC sales tax receipts for FY 2010 — 2011 are projected at $1.44 million resulting in a conservative estimate for FY 2011 — 2012 of a 4.4% gain over the prior year. Other revenue sources include $86,400 in rental income from WEDC properties on Industrial Court, $646,161 in lease income from the Ascend project, and $5,400 in interest/misc. income. As well, the WEDC will begin FY 2011 —2012 with an estimated $1,012,077 cash reserve. The WEDC has budgeted for $2,767,766 in expenses in addition to creating a reserve fund of $490,272 representing 12 months debt service for the Ascend construction note. Of total expenses budgeted, Personnel Services represents 9%, Operating 4.5%, Travel & Recruitment 1%, Advertising & Community Development 2.5%, Debt Service 23%, Land Acquisition 14.5%, and Incentives & Related Expenditures 44%. Of the three core components within the WEDC Budget, Land Acquisition, Debt Service, and Incentives represent 91% of the proposed expenditures for FY 2011 —2012. While the WEDC utilizes a zero based budget strategy, a great deal of latitude is built into the WEDC budget to react to relocation/expansion projects. For example, while the WEDC anticipates acquiring additional land in pursuit of existing redevelopment strategies, those monies could be shifted to a project requiring significant up front capital. Further exemplifying flexibility within the WEDC budget, with Council approval a minimum of $1.1 million could be reallocated to an individual project worthy of that level of investment. Approved By Initial Date Department Director SS 7-18-11 City Manager IMM ,1°�;„ II/ Page 1 of 1 CITY OF WYLIE BUDGET WORKSHOP FISCAL YEAR 2011-2012 111-WYLIE ECONOMIC DEVELOPMENT FUND REVENUES CURRENT PROPOSED BUDGET PERCENT BUDGET BUDGET VARIANCE VARIANCE TAXES 4000-40150 REV IN LEIU OF PROPERTY TAXES 0 155,889 155,889 0 4000-40210 SALES TAX 1,364,056 1,508,000 143,944 10.55 TAXES 1,364,056 1,663,889 299,833 21.98 INTEREST INCOME 4000-46050 CERTIFICATE OF DEPOSIT 0 0 0 0 4000-46110 ALLOCATED INTEREST EARNINGS 3,000 3,000 0 0 4000-46140 TEXPOOL INTEREST 0 0 0 0 4000-46143 LOGIC INTEREST 0 0 0 0 4000-46210 BANK MONEY MARKET INTEREST 0 0 0 0 INTEREST INCOME 3,000 3,000 0 0 MISCELLANEOUS INCOME 4000-48110 RENTAL INCOME 87,800 576,672 488,872 556.8 4000-48310 RECOVERY-PRIOR YEAR EXPENSES 0 0 0 0 4000-48410 MISCELLANEOUS INCOME 639,250 2,400 -636,850 -99.62 4000-48430 GAIN/LOSS SALE OF CAP ASSETS 0 0 0 0 MISCELLANEOUS INCOME 727,050 579,072 -147,978 -20.35 TOTAL REVENUES 2,094,106 2,245,961 151,855 7.25 CITY OF WYLIE BUDGET WORKSHOP FISCAL YEAR 2011-2012 111-WYLIE ECONOMIC DEVELOPMENT FUND WEDC-EXPENDITURES CURRENT PROPOSED BUDGET PERCENT BUDGET BUDGET VARIANCE VARIANCE PERSONNEL SERVICES 5611-51110 SALARIES 169,552 172,370 2,818 1.66 5611-51130 OVERTIME 0 0 0 0 5611-51140 LONGEVITY PAY 960 1,057 97 10.1 5611-51145 SICK LEAVE BUYBACK 1,924 1,989 65 3.38 5611-51160 CERTIFICATION INCENTIVE 0 0 0 0 5611-51170 PARAMEDIC INCENTIVE 0 0 0 0 5611-51210 CAR ALLOWANCE 11,320 11,320 0 0 5611-51220 PHONE ALLOWANCE 3,456 3,456 0 0 5611-51230 CLOTHING ALLOWANCE 0 0 0 0 5611-51310 TM RS 20,792 21,771 979 4.71 5611-51410 HOSPITAL&LIFE INSURANCE 24,796 28,326 3,530 14.24 5611-51420 LONG-TERM DISABILITY 967 983 16 1.65 5611-51440 FICA 11,611 10,687 -924 -7.96 5611-51450 MEDICARE 2,716 2,500 -216 -7.95 5611-51470 WORKERS COMP PREMIUM 628 656 28 4.46 5611-51480 UNEMPLOYMENT COMP(TWC) 540 540 0 0 PERSONNEL SERVICES 249,262 255,655 6,393 2.56 SUPPLIES 5611-52010 OFFICE SUPPLIES 14,200 5,000 -9,200 -64.79 5611-52040 POSTAGE&FREIGHT 1,220 980 -240 -19.67 5611-52130 TOOLS/EQUIP-UNDER$100 0 0 0 0 5611-52810 FOOD SUPPLIES 3,600 5,000 1,400 38.89 5611-52990 OTHER 0 0 0 0 SUPPLIES 19,020 10,980 -8,040 -42.27 MATERIALS FOR MAINTENANCE 5611-54630 TOOLS&EQUIPMENT 0 0 0 0 5611-54810 COMPUTER HARD/SOFTWARE 2,000 3,000 1,000 50 5611-54990 OTHER 20,000 0 -20,000 -100 MATERIALS FOR MAINTENANCE 22,000 3,000 -19,000 -86.36 CONTRACTUAL SERVICES 5611-56030 INCENTIVES 782,388 1,023,323 240,935 30.79 5611-56040 SPECIAL SERVICES 25,845 180,789 154,944 599.51 5611-56080 ADVERTISING 39,590 27,900 -11,690 -29.53 5611-56090 COMMUNITY DEVELOPMENT 47,915 36,250 -11,665 -24.35 5611-56110 COMMUNICATIONS 4,340 3,780 -560 -12.9 5611-56180 RENTAL 27,000 27,600 600 2.22 5611-56210 TRAVEL&TRAINING 40,677 27,087 -13,590 -33.41 5611-56250 DUES&SUBSCRIPTIONS 7,813 8,803 990 12.67 5611-56310 INSURANCE 303 303 0 0 5611-56510 AUDIT&LEGAL SERVICES 20,900 22,750 1,850 8.85 5611-56570 ENGINEERING/ARCHITECTURAL 17,500 38,600 21,100 120.57 5611-56610 UTILITIES-ELECTRIC 4,800 3,500 -1,300 -27.08 CONTRACTUAL SERVICES 1,019,071 1,400,685 381,614 37.45 DEBT SERVICE&CAP.REPL 5611-57110 DEBT SERVICE-BOND DEBT 402,738 635,846 233,108 57.88 5611-57710 BAD DEBT EXPENSE 0 0 0 0 DEBT SERVICE&CAP.REPL 402,738 635,846 233,108 57.88 CITY OF WYLIE BUDGET WORKSHOP FISCAL YEAR 2011-2012 111-WYLIE ECONOMIC DEVELOPMENT FUND WEDC-EXPENDITURES CURRENT PROPOSED BUDGET PERCENT BUDGET BUDGET VARIANCE VARIANCE CAPITAL OUTLAY 5611-58110 LAND-PURCHASE PRICE 516,949 400,000 -116,949 -22.62 5611-58120 DEVELOPMENT FEES 0 0 0 0 5611-58210 STREETS&ALLEYS 0 40,000 40,000 0 5611-58810 COMPUTER HARD/SOFTWARE 500 2,000 1,500 300 5611-58830 FURNITURE&FIXTURES 10,000 14,600 4,600 46 5611-58910 BUILDINGS 5,422,414 0 -5,422,414 -100 5611-58995 CONTRA CAPITAL OUTLAY 0 0 0 0 CAPITAL OUTLAY 5,949,863 456,600 -5,493,263 -92.33 OTHER FINANCING(USES) 5611-59111 TRANSFER TO GENERAL FUND 5,000 5,000 0 0 5611-59190 TRANSFER TO THORUGHFARE IMP 0 0 0 0 5611-59990 PROJECT ACCOUNTING 0 0 0 0 OTHER FINANCING(USES) 5,000 5,000 0 0 DEVELOPMENT CORP-WEDC 7,666,954 2,767,766 -4,899,188 -63.9 CITY OF WYLIE Budget F . scal y ear20 . 201 26 , 2011 t t • .» „ '� ix } d .$qv'-6 .�.. .3.rYi.3� t1.s h+1 S$ ' *4v General - Fund Summary Audited General Fund Ending Balance 09/30/10 $ 8,305,011 Projected '11 Revenues 24,739,555 Available Funds 33,044,566 Projected '11 Expenditures (25,703,117) Estimated Ending Fund Balance 09/30/11 $ 7,341,449 Estimated Beginning Fund Balance - 10/01/11 * $ 7,791,449 ** Proposed Revenues '12 24,264,286 *** Proposed Expenditures '12 (23,971,089) Subtotal $ 293,197 Use of Fund Balance -Transfer to Debt Service Fund for Debt Payments (400,000) Estimated Ending Fund Balance 09/30/12 $ 7,684,646 32.10% * Increase due to estimated rollover contingency revenue. **Assumes a quarter cent tax reduction. *** Flat budget with no new requests except for$125,000 for Community Park Light Payments. - Cut employee sick leave buyback which results in $102,282 savings with additional adjustments made to insurance. 4�Y •: Additional P $30,000 Library - TMRS Benefits $29,095 Police -Sergeant to Lieutenant $19, 303 Police-Officer to Sergeant $61,020 IT- IT Technician $19,439 Finance -AP Technician $134, 340 Fire-Additional Overtime $293, 197 Additional Personnel Total { With Ad Transfer $3,330 City Secretary-Records Analyst Upgrade $4,588 HR-Benefits and Recruiting Upgrade $35,379 Fire-EMC Upgrade to Full Time $76,685 Fire-3 Captain Upgrades $232,439 Fire-3 New Firefighters ($134,340) Less: Overtime Needed $98,099 Net increase needed for 3 additional FF $36,000 Animal Control-Kennel Attendant Upgrade $59,911 Code Enforcement-Admin $50,586 Parks-Maintenance Worker $364,578 Total Additional Personnel Possible Uses of GF- Fund Balance NEW AND REPLACEMENT FLEET $149,470 Police -4 Tahoe Replacement $28, 853 Police - Impala Replacement $42, 900 Fire -3/4 Ton Truck Replacement $65,000 Fire -Tahoe Replacement $29, 174 Parks-Chemical Sprayer - New $39, 850 Parks- 1 ton Truck - N e w $355,247 Total Fleet Possible Uses of GF- Fund Balance EQUIPMENT - REPLACEMENTS $10,781 Fire-MDC Lease $27,725 Police-MDC Lease $14,000 IT-Public Safety CAD Server $8,000 IT-Tape Back up $28,800 IT-Desktops $4,800 IT-Laptops $20,600 Fire-4 SCBA $30,000 Fire-Hydraulic Set $13,500 Fire-Thermal Imager $158,206 Total Equipment Replacements EQUIPMENT - NEW $15,000 Streets-Retroreflectivity Monitor $15,000 Streets-2 Pup Mowers $30,000 Total New Equipment 5 3 4@? V Possible Uses of GF - Fund Balance Personnel Lump Sum Payment - $ 246 , 902 Possible Use of GF - Fund Balance Summary ► Fleet Total $ 355 , 247 ► Equipment Total $ 188 , 206 ► Personnel Total $ 246 , 902 Estimated Beginning Fund Balance - 10/01/11 $7,791,449 Proposed Revenues '12 24,264,286 Proposed Expenditures '12 (24,264,286) Use of Fund Balance - Transfer to Debt Service Fund for Debt Payments (400,000) Use of Fund Balance - Fleet and Equipment (790,355) Estimated Ending Fund Balance 09/30/12 $6,601,094 27.20% sr.. Impact on Water Rates Impact on Average Combined Residential Water & Wastewater Bills at 8,000 Gallons 2012 2013 2014 2015 ,, •_ 474 4--' :7,65,9 osok rate - si 247,04- .: ....... , ,, , .,„ q , , _,Fy _ - , ,,,,-,,,,, 1- , z ..,-- , , . ,, $: •,$v. p Per Month $ 0.86 $ 1.83 $ 2.92 $ 4. 12 Per Year $ 10.32 $ 21.96 $ 35.04 $ 49.44 *Includes $3,500,000 draw down for Public Works Building.