Loading...
HomeMy WebLinkAbout2004-236ORDINANCE NO. A/O&4:5� AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF THE STATE SCHOOL 12 INCH WATER LINE PROJECT; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING AN EFFECTIVE DATE (BID 3180-STATE SCHOOL ROAD 12 INCH WATER LINE AWARDED TO S.H.U.C., INC. IN THE AMOUNT OF $205,848). WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of State law and City ordinances; and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids: BID NUMBER CONTRACTOR 3180 S.H.U.C.,Inc. AMOUNT $205,848 SECTION 2. That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid. SECTION 3. That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein. SECTION 4. That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto. SECTION 5. That this ordinance shall become effective immediately upon its passage and approval. 7�/ `, PASSED AND APPROVED this the �/ ��Z day of �Pl ailtkL2004. cf&�' A4e EULINE BROCK, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY )w BY: APPROVED AS TO LEGAL FORM: HERBERT L. PROUTY. CITY ATTORNEY BY: 3-ORD-Bid 3180 CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this Ith day of September A.D., 2004, by and between City of Dentnn of the County of Denton and State of Texas, acting through Michael A C ondnff thereunto duly authorized so to do, hereinafter termed "OWNER," and of the City of Denton , County of and State of Texan , hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: Rid 9190 - State Schnnl Road 17. Inch Water Tine in the amount of $2,05 1948 nn and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by: all of which are made a part hereof and collectively evidence and constitute the entire contract. CA-1 Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA-2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. AT EST: �cbo raft I-�udson` 5ec✓eTaIL1 APPROVED AS TO FORM: pr CITY ATTOR14EY CA-3 (SEAL) s. u .u, C.. CONTRACTOR 3 10 L.e e l,A.w , MAILING ADDRESS 21!7-s9lg -q-i PHONE NUMBER FAXER BY: �— TITLE �r e5 t clew r .Sh er m a.n f-1uc(sari PRINTED NAME (SEAL) M Bond # 10015849 PERFORMANCE BOND STATE OF TEXAS COUNTY OF DENTON § KNOW ALL MEN BY THESE P�SENTS: That S A IT C Tnc'%vhose address is 41n Tine T nnre Wrathrrfn,vl 7hnV hereinafter called Principal, and Capitol Indemnity Corporation , a corporation organized and existing under the laws of the State of Wisconsin, and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of DOLLARS and Zern Cents fl5A4 ffl) lus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages arising out of or connected with the below identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, Jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 2004=236 with the City Hof Denton, the Owner, dated the 2th_day of September -A.D. —2004—, a copy of which is hereto attached and made a part hereof, for Rid 31 Rn _ Rtate Rehnni Rnad 17 Tnrh Water i.inP NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by the Owner; and, if the Principal dull fully indemnify and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it skull remain in full force and effect. PB - I PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall he in Denton County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in —4 copies, each one of which shall be deemed an original, this the with day of September, ATTEST: PRINCIPAL ATTEST: BY: S.H.II.R., nc. M it BY: PRESIDENT 6heyh u � ud45-�' SURETY Capitol Indemnity Corporation / BY: 2ki2 c- / � y4 tag ATTORNEY -IN -FACT Stag Gross The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: David Ward STREET ADDRESS: 9741 Preston Road Suite 304, Frisco, Texas 75034-2554 (NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person Is name.) PB-2 Bond #10015849 PAYMENT BOND STATE OF TEXAS COUNTY OF DENTON § KNOW A MEN BY THESE PRESENTS: That S u TT C. Tnr ✓wse address is therfnrd, TX 7rM7, hereinafter called Principal. and Capitol Indemni Co oretton corporation organized and existing under the laws of the State of wi80o"sin and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to, in the penal sum ;e- DOLLARS and Zern_ Cents,, ($ 7ns,R"),. lawful money of the United States, to be paid in Denton, County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered mto a certain Contract, identified by Ordinance Number 2(N14 ?36 with the City of Denton, the Owner, dated the Tth day of SeptPmba A.D. Mak4 'acopy of which is heretg,at�ached and made a part hereof, for Rid 41RQ _ Ctatr Crhnnl Rnad 17 Tnrh Q/atnr T.inn ✓ NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie in Denton County, Texas. PB-3 AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in copies, each o of which shall be deemed an original, this the M day of -September _7MA . FiN III CM In BY: k AJ +ego 5` d, SECRETARY PRINCIPAL S.H.U.C.,Inc. BY: PRESIDENT -5h e✓r tav` Hvdsoti, ATTEST: SURETY Capitol Indemnity Corporation / BY: ; BY: -eJ ATTORNEY -IN -FACT Stag Gross The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: David Ward STREET ADDRESS: 9741 Preston Road Suite 304, Frisco, Texas 75034-2554 (NOM Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) PB-4 CAPITOL INDEMNITY CORPORATION 10015849 POWER OF ATTORNEY / KNOW ALL MEN BY THESE PRESENTS, That the CAPITOL INITY CORPORATION, a✓corporation of the State of Wisconsin, having its principal offices in the City of Madison, Wisconsin, does make, cone a and appoint --•— STACI J. GROSS, STEVE DEAL OR DONAL HOLEY ------- -------- its true and lawful Attorney(s)-in-fact, to make, execute, seal and deliver for and on its behalf, as surety, and as its act and deed any and all bonds, undertakings and contracts of suretyship, provided that no bond or undertaking or contract of suretysh xecuted under this authority shall exceed in amount the sum of ------'--------------------------'— NOT TO EXCEED $4.1100.000.00'--------------------------------------- This Power of Attorney is granted and is signed and sealed by facsimile under and by,the authority of the following Resolution adopted, by the Board of Directors of CAPITOL INDEMNITY CORPORATION at a meeting duly called and held on this 15th day of May, 2002. "RESOLVED, that the President, and Executive Vice -President, the Secretary or Treasurer, acting individually or otherwise, be and they hereby are granted the power and authorization to appoint by a Power of Attorney for the purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, one or more vice-presidents, assistant secretaries and attomey(s)-in-fact; each appointee to have the powers and duties usual to such offices to the business of the Corporation; the signature of such officers and seal of the Corporation may, be affixed to such power of attorney or to my certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall bc�valid and binding upon the Corporation in the future with respect to any bond or undertaking or other writing obligatory in the nature thereof to which it is attached. Any such appointment may be revoked for cause, or without cause, by any of said officers, at any time" IN WITNESS WHEREOF, the CAPITOL INDEMNITY CORPORATION has caused these presents to be signed by its officer undersigned and its corporate seal to be hereto affixed duly attested by its Treasurer, this Ist. day of October, 2003. Attest:CAPITOL INDEMNITY CORPORATION Cff�J� jG *a,� ///�/(/�' / . Thomas K. Manion Treasurer - STATE OF WISCONSIN COUNTY OF DANE J .w 1' cea°e^a1F �Pauly � SEA David President and CEO On the 1st day of October, 2003 before me personally came David F Pauly, to me known, who being by me duly swom, did depose and say: that he resides in the County of Dane, State of Wisconsin; that he is President and CEO of CAPITOL INDEMNITY CORPORATION, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to said instrument is such corporate seal, that it was soaffixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. R. Kathleen A. Paulson STATE OF WISCONSIN S.S.: ^--^ Notary Public, Dane Co., WI COUNTY OF DANE� CERTIFICATE - My Commission Expires 10-15-2006-• I, the .undersigned; dulyelected to the office stated below,':now the incumbent in. CAPITOL INDEMNITY CORPORATION, a Wisconsin Corporation, authorized to make this certificate, DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains infufl farce and has not been revoked; and furthermore, that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in for Signed and sealed at the City of Madison, State of Wisconsin this 17 fli day of SPD prnber , 2 uuw y,wn ;SEAL James W Smirz Assistant Secretary THIS DOCUMENT IS NOT VALID UNLESS PRINTED ON. BLUESHADED BACKGROUND WITH A RED SERIAL NUMBER•IN THE UPPER RIGHT HAND CORNER. THE BACK OF THIS DOCUMENT CONTAINS A WATERMARK. IF YOU HAVE AIjy QUESTIONS CONCERNING THE AUTHENTICITY OF THIS DOCUMENT CALL 800-475-4450. - O dA CIC-002M (10-03) I IPORTAN'T NOTICE: To obtain information or make a complaint: You may contract the Texas Depart went of Insurance to obtain information on companies, coverages, rights or eotnplaints at: 1500-252-3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, TX 78714-9104 Fax # 1-512475-1771 Your notice of claim against the bond may be given to the surety company that issued the bond by sending it to the following address: Mailing Address: Capitol Indemnity Corporation P.O. Box 5900 Madison, WI53705-0900 Physical Address: Capitol Indemnity Corporation 4610 University Avenue Madison, WI53705 You may also contract the Capitol Indemnity Corporation office by telephone at: Telephone Number: (608) 2314450 PREMIUM OR CLAIM DISPUTES: If you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If this dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become part of condition of the attached document. `ACORD_. CERTIFICATE OF LIABILITY INSURANCE <NCSR_ Soley Featherston Insurance P. O. Box 97513 Wichita Falls TX 16307-7513 Phone:940-723-7111 Fax:940-322-9549 S.H.U.C. Inc V `q\b �h 310 Lea Lane v Weatherford TX 76067-7701 ONLY AND CONFERS NO INSURERS AFFORDING COVERAGE i NAIC M .rl GEI American Home Assurance CO 29300 1� PEP Bituminous Casualty Corp �.20095 _ _._ In FEF E. _ .. I'll _01'IE'IF 11-1iGl I-FLiTFE.tl'L,I wIE RFE'.I %.,.T H: , 14-.1l;ED N?MDA�­E F�'i_ F. I t- PFGn-D DC_'AT'O tl.ITWITSIMC tl1C. AN, 4E�1HEf E9 IEFMrH i1✓,.. +r �_T I'HLFIf'. vVEill 1At-I FESMEC'ii NH'-H HI'.j icF�F+'1 E"A [@I 5! IED OR ..r PEI, aIN rHE ,; iL�P',RCE +FFGFJEE. Fi THE fGL CIEE JFY:.R:a'C HEHEIIc+b:-:.E.+F..a 10 AL, THE 1FWS E,i I,11 ca.49317L--. L"RI L'IT9N I'll Al I A\: EEL. FEIe1 F aDSv11i .AOOL __..... ..._._. .�_.. LTR INSR INS TYPE OF L'NN ,....._. __ ___. POLICY NCMBER p� OATE(MM POATE EMyW�ORAYnYf� LIMITS GEREML LRSILT' 1 E _ ..L YE S, O.00,OOO c .t LABR I. 189566B j 05/01/04 05/02/05 _ �i a100,000 �ir.;Iq j IIMEr .F,aw mBnr .n_ 115,000 _ 1, 000, 000 000.000 1 4 EAF >FFLIES LE- . �12, PFn [ti i ry p F ,12,000,000 X L X .1. -71 I _ I All MOBILE JABA fi— I11,000,000 B h'X-+.+ °l- .CAP3199565B 05/01/04 05/Ol/05 " 1' G P 1, i r W FF xR'1 J re 115IU I . OPEFiq Ip,M4(5 II _ --—_�—_.— GAMOF LMBILITY I aN_�O•I-.. EL 1.1-C1DECC.__Lj---__ A1`aJC-) I � � I CSKE. It — E%CESCILAIBRFI LF- ABIJN B �I^>_:o- �:�. v., �A•JE ICUP25739693 —�— 05/OV041 05/01/05 __ / L LTEIfE !12,000,000 LIp '92 000,000. f Ri'.E 11011 $'FF''IE'ili�l� 91D,DD I 11 i y WORX 9 COMPEN6ATON EMPLOYe1S' LM&LILY A WCS400683 05/Ol/09 �t 05/OS/05 -- IXI , IIA11 L E _ 1__ - ¢F It 1000000 - f rmF11k. e((.I .FF'=_ PF� FILIFAIAFP:..Lle -' E.-L 5 �1DDDDDO SaEs a. f:-a� of T 4E E r E*F P L � t 1000000 - OTHER - i -- -- :E9CPoPT1'.11 OF OPERATIDW / LOCATIONS / VEMICLES / EKCGSIONS AOOEO BY ENOORSEMEFT / 9PECML PROV 8 PROJECT: BIDM3180-STATE SCHOOL ROAD 12 INCH ➢DATER LINE. THE CITY. OF DENTON, ITS OFFICIALS, AGENTS EMPLOYEES AND VOLUNTEERS ARE KRIAM ITIONI INSURED IN REGARDS TO THE GENERAL LIABILITY COVERAGE A WAIVER SUBROGATION IS APPLICABLE TO THE WORKERS COMPENSATION COVERA. ee attached) CITY OF DENTONv 901B TEXAS STREET DENTON TX 76201 DENTCO2 BHOULD w OF TIE ABOVE DESCRIaD POo:IES BE CANCELLED BEf ]R^ THE E T10N DATE THEREOF, NOISSUNG INSURER WILL ENDEAVOR TO Ma 30 'aY$ VANIMN NOTICE TO THE CER11F1CATE NOLOER NAME° TO TE LEFT, BLS f AIL ORE TU DC SO ShAU IMPOBE NCOBLrATIONgTUABILITVOFANYKINOUPONTHE;%SURER •TSAGEN-32R IIEPAESEWNWES. i m IMI Date: 3/30=04 0o:55 AM Page.: of 3 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the polioy(ies) must be endorsed. A statement on this certificate does nct confer rights to the certificate holder in liau of such endorsement(s). if SUBRCGAT!CN IS WAIVED, subject to the terms and condMons of the policy, certain policies may require an endorsement, A stateni on this certificate does not confer rights to the certificate holder in lieu o'such endorsernentis;, DISCLAIMER The Certificate of Insurance on the reverse side of this form does rat constitute a contract between the issuing insurer(s), authorized reaiesentative or producer, and the certificate holder, nor does it affirmatively or negatively amend, er4end of after the coverage afforded by the policies listed thereon. �e lv To Debbie Hudson Date: M=004 03:55 AM: Page: 3 of 3 SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERIALLY CHANGED WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLED TOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED. CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below. It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract. Upon bid award, all insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time, however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid. Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted: Each policy shall be issued by a company authorized to do business in the State of. Texas with an A.M. Best Company rating of at least A. Any deductibles or self -insured retentions shall be declared in the bid proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self -insured retentions with respect to the City, its officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Liability policies shall be endorsed to provide the following: •• Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers. •• That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability. • All policies shall be endorsed to READ: • 'SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED". • Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. • Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: [X I A. General Liability Insurance: General Liability insurance with combined single limits of not less than $t,nnn,non shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. • Coverage B shall include personal injury. o Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least: • Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures. • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. Ix i Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,00n either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for: • any auto, or • all owned, hired and non -owned autos. [x ] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Worker's Compensation Commission (TWCC). [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under this contract. Coverage shall be on an "occurrence" basis, and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance. Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate. [ ] Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than each occurrence are required. [] Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. [ ] Builders' Risk Insurance Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. ATTACHMENT 1 [ x] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificate ")-A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coveiage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. 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; e (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Receipt is hereby acknowledged of the following addenda to the plans and specifications: Addendum No. 1 dated (p -11- O Received 6 -. 4 -b q Addendum No. 2 dated 1¢ -A4 - p Received (p -q - Q 4 Addendum No. 3 dated Received Addendum No. 4 dated Addendum No. 5 dated 1� I.ae La-y,-�e Street Address W eaJ-4,e,rTX -7402rl City and State Received Received Seal & Authorization (If a Corporation) Telephone BID SUMMARY TOTAL BASE BID PRICE IN WORDS --I�tuo J4 a n cL f e-d In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount. of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract. It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer. The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. Unit and lump sum prices as shown for each item listed in this proposal, shall control over extensions. P - 5 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks inn Section A below must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the blank in Section B. A. Non-resident bidders in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident bidders in (give state), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas: BIDDER: CO BYM!nn= 5b.err.�a,1 ��son-'iresidin� 3 1 lU �.e er �an P Street Address alk" rol., --TX % iC 077 City and State THIS FORM MUST BE RETURNED WITH YOUR BID. P - 7 SUN-.-29'2004 07:2E 940 349 7302 CITY OF DENTO'd PURCHASING Project Name: State School Road 12" Water Line ATTACHMENT 1-AD2 BID TABULATION SHEET #4906 ?.005i006 Work Days 45 Bid No. 3180 P.O. No. tem escn Lion I Quantity IUnitl Unit Price I Total 1.21 D Contractors Warranties and Understandings I LS $ 700 , r LS $ 5 700 Unit Price In words Fi VC ! ►wU Sr1 n sv�c IJ~ rtdreaA �%D� I4rs No Ce n,h 2.12 12" Water Line 2296 LF $ 3 .LP S T 1'% 0 UnitPricelnwords hir -One cto rs+ 2.12.8 Ductile Iron Fiftinp 2000 LB $ q% / LB $ DD •U� - Unit Price In Words J1/�0 'D011aY5 1✓ine l:exi*S 2.12.9 24" Steel Casing Pipe (0.50" W=I] Thickness) By Open Cut (12" water line paid for under a separate item) 291TLFJS 3 Lo / LF o0 $ y0 y -- Unit Price In Words d tze iL4,j - IYN A% Ce n-I-s 2.13 12" Gate Valve and Box 6 EA I $ Dom/ EA $ QO 8o Unit Price In Words eJe u e . Sl - ki Zo 4 rs i NO Ce `t, 2,13.2 2-inch Air Release Valve I EA $ ( p o�/ EA IS 0' Unit Price In Words FO rt_r Y gund to d S i Padl rs `ND deHi S 2.14 Fire Hydrant .Assembly 7`` EA $ Jo / EA S , Unit Price in Words Set n I'rV a S 4 Al a 3.1 Pre =ration of ki ht of Way 1 LS $ DQo: / LS Is / 2.Da . Unit Net In Words 4u.n4red rs 4 tVo (en,f5 3.9 Sod 1000 SX IS 1� / SY 0 S 0. i Unit Price In Words ee o ,-s -�'v V 3.10.7 Hydro mulchi 26I0 SY $ � Sb / SY o� Is IS, Unit Price In Words 19 ng Do I at- 3.12 Tem orary Erosion Control I LS 0 I $ DD D 0-0/ LS Is .2400. Unit Price In Words I I 1,f r s t No 6.4 Bore and Pressure Grout for 12" Water Line 12" water line paid for under a separate item 158 J 7 T•° S a7, (rsD' d° LF $ Unit Price In Words t e ' Altars 'i Alb Cevr-{ 6.4, 2.12.9 Bore and Encasement with 24" Steel Casing Pipo (0.50" Wall Thickness). 12" water line aid for under a separate item %n S LF p c7 $ / LF SD Unit Price In Words re Cgbd hS� �t y Iv 0 6k:jM 6/24/2004 P 3 JJN.Z9'ZUU6 'JI:ZI '.4U 449 tJVZ uifl uC UINWN YJnGnY.31lVb 4�Yoo r.ouoluoo Project Name: State School Road 12" Water Line Work Days 45 ATTACHMENT 1-AD2 Bid No. 3180 BID TABULATION SHEET P.O. No. tom Description I Quatifity junitl vartpriet I Total 8.1 Hatrioades Warning Signs and Detours 1 ag LS $ . 0 / LS vt, $ 00 . ii Unit Pace In Words t 11 e kvt-A r2 ` t% l t ou S 'i rit OR nlc-S 8.13 Miscellaneous Fence Removal/Rcconsuuction 1 pb LS S 000.' /LS UO_ $ ooc Unit Price In Words Q rI o Sa hj D0114LY-S -6 No CP rc -5 SP-10 Rock Excavation 50 Cy $ 0, 00 I CY Is 00 Unit Price In Words o I Id rj o & tt. S SP-37 Excavation Protection 2070 LF S �{ Unit Price In Words re r5 '4 Iva Ce r f5 i SP 39 Pro' r3i - -2 EA - p0 p0 $ 335.--/_Fe1_.$ Unit Price It Words _ F t sv 1110 C e rt�s SP-43 A halt Saw Girt 230 LF IS St? / LF ua $ ?S i Unit Price In Words waZellars. Fl SP-45 Miscellaneous Sprinkler S stem A 'ustmeat 1 LS I $ J,00. v, / LS I $ 00 ,� Unit Price In Words i TOTAL $ 20S q all 6/24/2004 P 4 ADDENDUM # 1 Bid #3180 Bid For State School Road 12" Waterline BIDS DUE: July 1, 2004 2:00 P.M. Bid submitted by: Company Name BID #3180 ADDENDUM # 1 Addendum #1 to be. returned with Bid Proposal The attached pages are changes to the bid specifications. NO OTHER CHANGES AT THIS TIME. This form shall be signed and returned with your bid Name: Signature: Company: Title: Pte Sid ryy Date: n_t_nLl ADDENDUM NO. 1 TO PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS STATE SCHOOL ROAD 12" WATER LINE BID NO.3180 TO: PROSPECTIVE BIDDERS AND PLAN HOLDERS The Plans, Specifications and Contract Documents shall be modified as required by the following items: Item 1-1 SPECIFICATIONS: SPECIAL CONTRACT DEFINITIONS: Item 2.12.9, 24" Steel Casing Pipe, Page SC-5: Add the following paragraph after the INTERIOR COATING paragraph of Item 2.12.9 24" Steel Casing Pipe: CASING SPACERS Casing spacers shall be used to install the carrier pipe inside the encasement pipe. The spacers shall be projection type totally non-metallic spacers constructed of preformed sections of high -density polyethylene. Spacers shall be ISO 9002 certified for strength and quality. The spacers shall be a projection type that has a minimum number of projections around the circumference totaling the number of diameter inches. Casing spacers shall use double backed tape to fasten tightly onto the carrier pipe so that the spacers do not move during installation. The spacers shall be installed according to manufacturer's recommendations. The maximum load shall not exceed the load limits per spacer recommended by the manufacturer. Spacers shall have a minimum height that clears the pipe bell. Projection type spacers shall be RACI type spacers by Raci Spacers North America, Inc. or approved equal. Item 1-2 SPECIFICATIONS: UTILITY LINE CONSTRUCTION SPECIFICATIONS: Page WS-7, item 9, Fittings and Appurtenances: Add the following sentence to the end of the first paragraph under item 9, Fittings and Appurtenances, on page WS-7: Compact fittings are allowed. H.\StateSchool W UFinalSpm\StateSchoolADDENDUMNumbwl.doe Addendum 1—Page 1 of 3 Item 1-3 SPECIFICATIONS: UTILITY LINE CONSTRUCTION SPECIFICATIONS: Page WS-9: Add the following paragraph after paragraph l l d. under the item titled "Bores": e. Pressure Grouting: All annular voids created between carrier or casing pipe and bore hole during boring operations shall be filled with Nonshrink Grout. Nonshrink grout material shall be a pre -blended factory -packaged material manufactured under rigid quality control specifically for use in transferring heavy loads. The nonshrink.grout shall conform to the following requirements. 1. Grout shall contain nonmetallic natural aggregate and shall be nonstaining and noncorrosive. Acceptable products are Hanson/Gifford-Hill "Supreme", Master Builders' "Masterflow 928", or approved equal. 2. Corps of Engineers CRD-C-621 3. ASTM C 1107 4. Resist attack by oil and water. 5. Have minimum initial setting time of approximately 1 hour at 70 degrees F. 6. Have a minimum compressive strength of 5,000 psi at 28 days. 7. Free of gas -producing or releasing agents. 8. Shall be suitable for use with wastewater. 9. Water used for mixing the grout shall be potable. Item 1-4 PLANS: SHEET NUMBER 2, GENERAL NOTES AND INDEX: Add the following note to this sheet: THE TREE REPLACEMENT SCHEDULES INCLUDED ON SHEETS 4 AND 6 OF THESE PLANS ARE FOR CITY OF DENTON INTERNAL USE ONLY AND REQUIRE NO SPECIFIC ACTION BY THE CONTRACTOR. Item 1-5 PLANS: SHEET NUMBER 3,12" WATER LINE STA. 0+00 TO 5+00: Add the following note in plan and profile near the centerline of State School Road near proposed 12" water line station 4+80: CONTRACTOR SHALL MAINTAIN AT LEAST ONE TRAVEL LANE (12'-MIN.) OPEN AT ALL TIMES IN STATE SCHOOL ROAD DURING CONSTRUCTION OF THIS WATER LINE. H:\StateSchoolwLUFinalSpecs\StateSchoolADDBNDUMNumbe l.doc Addendum 1— Page 2 of 3 , i Item 1-6 PLANS: SHEET NUMBER 4, 12" WATER LINE STA. 5+00 TO 10+00: Add the following note in profile near the existing 21" sanitary sewer line crossing near station 7+06 and near the existing reuse water line blow -off water line near station 6+87: CONTRACTOR SHALL PROTECT THE EXISTING BLOW -OFF WATER LINE AND THE EXISTING 21" VITRIFIED CLAY SANITARY SEWER LINE DURING CONSTRUCTION OF THE NEW 12" WATER LINE. ALL COSTS ASSOCIATED WITH THIS EFFORT SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF INSTALLATION OF THE NEW 12" WATER LINE. Item 1-7 PLANS: SHEET NUMBER 6, 12" WATER LINE STA. 15+00 TO 20+00: Add the following note in profile near the existing 18" sanitary sewer line crossing near station 17+30: CONTRACTOR SHALL PROTECT THE EXISTING 18" VITRIFIED CLAY SANITARY SEWER LINE DURING CONSTRUCTION OF THE NEW 12" WATER LINE. ALL COSTS ASSOCIATED WITH THIS EFFORT SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF INSTALLATION OF THE NEW 12" WATER LINE. Item 1-8 PLANS: SHEET NUMBER 6, 12" WATER LINE STA. 15+00 TO 20+00: Add the following note in plan and profile near the centerline of State School Road near proposed 12" water line station 17+60: CONTRACTOR SHALL MAINTAIN AT LEAST ONE TRAVEL LANE (12'-MIN.) OPEN AT ALL TIMES IN STATE SCHOOL ROAD DURING CONSTRUCTION OF THIS WATER LINE. All items in conflict with this addendum are hereby deleted. THIS ADDENDUM IS MADE PART OF THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL. City of Denton, Texas Chad Allen, P.E. H:\StateSchoolW UFinalSpecs\StateScbooIADDENDUMNumberl.doe Addendum 1— Page 3 of 3 cove—V-rrz4-94 0 -399 7302-- CITY OF D3N?ON PURCHASING 44906 P.00Ii006 P ADDENDUM 1F2 Bid #3180 Bid For State School Road 12" Waterline BIDS DUE: July 1, 2004 2:00 P.M. Bid submitted by: s, N.a I T Company Name C1TY OF CFyTON PURCHASING $9906 P.002: 00E BID #318D ADDENDUM #2 Addendum #2 to be returned with Bid Proposal The attached pages are changes to the bid specifications. NO OTHER CHANGES AT THIS TIME. Thieform 8haUbe signed and returned nigh your bid Name: rwk Signature: Company: Lt Tide: �res�clev�t' Date. �- I _ D4 1 Y'.:<vv r.vvaivvu ADDENDUM NO.2 TO PLANS, SPECIFICATIONS A11%7D CONTRACT DOCUMENTS FOR CITY OF DENTON, TEXAS STATE SCHOOL ROAD 12" WATER LINE HID NO.3180 TO: PROSPECTIVE BIDDERS AND PLAN HOLDERS The Plans, Specifications and Contract Documents shall be modified as required by the following items: Itertm2-1 SPECIFICATIONS: PROPOSAL: Pages P3 and P4 in the Bid Tabulation Sheets are hereby replaced in their entirety with the attached pages P3 and P4 (Attachment I-AD2). All other portions of the Proposal shall remain unchanged. Item 2-2 PLANS: SHEET NUMBER 4: Delete the note in profile between stations 6+05.00 and 7+18.99 that says "114' OF 24" STEEL CASING (0.50" THICK.) W/ SPACERS (OPEN Cam„ Add the following note between stations 6+05.00 and 6+6S.99: CONSTRUCT 64-LF OF 12" WATER LINE BY OPEN CUT AT 0.10% SLOPE WITHIN 24" STEEL CASING PIPE (0.50" WALL THICKNESS) WITH SPACERS. Add the following note in profile between stations 6+68.99 and 7+18.99: BORE AND ENCASE 50-LF 12" WATER LINE AT 0.10% SLOPE WITHIN 24" STEEL CASING PIPE (0.50" WALL THICKNESS) WITH SPACERS. PRESSURE GROUT ALL VOIDS IN ANNULAR SPACE AROUND CASING PIPE PER SPECIFICATIONS. PROTECT EXISTING 21" S.S. LINE AND BLOW -OFF LINE FOR EXIST. IS" REUSE WATER LINE. Hi',9mt Sch":wuF(ndspaa Stuta4dwowDDENot!MNvmborx.doe Addendum I — Page I El t o�a e'9'/302—J OI PY OF D5YrOS PJRDHAS Iav 09906 P.004l006 hM 2-4 PLANS: SHEET NUMBER 8, WATER DETAILS: Make the following changes to detail number W802 titled AIR AND VACUUM RELEASE VALVE 6" TO 12": Delete and replace the note that says "FLANGED OUTLET" with the following note: D41STALL 12" x 4" TEE Change the title of the detail from AIR AND VACUUM RELEASE VALVE 6" TO 12" to: AJR AND VACUUM RELEASE VALVE FOR 12" WATER LINE All items in conflict with this addendum are .hereby deleted. THIS ADDENDUM IS MADE PART OF THE PLANS, SPECMCATIONS AND CONTRACT DOCUMENTS AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL. City of Denton. Texas Chad Allen, P.E. Q4%k•0y H1SuteSohcal WUFinnlSpxs\Ftak3chon14DD8NDCMNumbcr2.doc Addendum 1 — Page 2 THE AMERICAN INSTIfUr TE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we S.H.U.C., Inc., 310 Lee Lane, Weatherford, TX 76087 as Principal, hereinafter called the Principal, and Capitol Indemnity Corporation PO Box 5900 .Madison,-W1SCOnsin,-53705-0900_ _ _(Here lnsertfuWnsme-and-address or legal tmeof-Sureth a corporation duly organized under the laws of the State of Wisconsin as Surety, hereinafter called the Surety, are held and firmly bound unto City of Denton, Texas (Here Insert full name and address or legal titre of owner) as Obligee, hereinafter called the Obligee, in the sum of *" FIVE PERCENT OF BID AMOUNT """ 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. WHEREAS, the Principal has submitted a bid for (Here insert full name, address and description of project) State School Road 12" Water Line in Denton, Texas 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. Signed and sealed this 1st day of July, 2004 i L Y (Witness) (Witness) (Principal) 6Kerrrmak Nu.c(saK- Capitol Indemnity Corporation Gross ALA DOCUMENT A310 - BID BOND -AIA e - FEBRUARY 1970 ED -THE AMERICAN INSTITUTE OF ARCHITECTS, 1736 N.Y. AVE., N.W., WASHINGTON, D. C. 20008 (Seal) (surety) (seal) (Title) Attorney -in -Fact Printed on Recycled Paper 9/93