HomeMy WebLinkAbout2003-157ORDINANCE NO. AO03_/5 7
CONSIDER ADOPTION OF AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND
AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF THE PECAN
STREET INTERCEPTOR PROJECT; PROVIDING FOR THE EXPENDITURE OF FUNDS
THEREFORE; AND PROVIDING AN EFFECTIVE DATE (BID 3006-PECAN STREET
INTERCEPTOR AWARDED TO S.J. LOUIS CONSTRUCTION OF TEXAS, LTD LLP IN THE
AMOUNT OF $1,847,323.45).
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 AMOUNT
3006 S.J. Louis Construction of Texas, Ltd. LLP $1,847,323.45
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.
PASSED AND APPROVED this the day of 2003.
e"'- A'�
EULINE BROCK, MAYOR
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
APPROVED AS TO LEGAL FORM:
HERBERT L. PROUTY, CITY ATTORNEY
BY:
3-0RD-Bid 3006
0
O
U
a66
'p
t
t
m In
>
v o
N
U
LL
N
i
I i
�X(
I
1
i o0
N
Ir
I
C
Y�
d
1 m 1
p..
c
>
Y
m.
N
Q
l9
I
I
�
12
C
1
M 1
O
G
m
c
li
O
3
C
u
I —
xx
� I
W
W
CI
Y
'
{
o
Z
I Y I
w
1
Ice
f
J
M
i.p•'.
J
N M W
2
4 h }
W
>:
vi
m
C
i
f o
xx fi
o^
ce
a
r
iW
g N }
>
vV
I O O
I
O
C ti
p �
Z'
M
Q
O
W
a.
lb Z
O
to m
a v
W
p
O
u m
c
0
C
F
a
' N
Z
CONTRACT AGREEMENT
STATE OF TEXAS
§ COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 2" a day of June
A.D., 2003, by and between City of Denton of the County of Denton
and State of Texas, acting through Michael A. Conduff thereunto duly authorized so to do,
hereinafter termed "OWNER," and
Mansfield. Texas 76063
of the City of Mansfield , County of Tarrant and State of Texas , hereinafter termed
"CONTRACTOR."
WITNESSETH: That for and in consideration of the payments and agreements hereinafter
mentioned to be made and performed by OWNER, and under the, conditions expressed -in -the —bonds --
attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete
performance of the work specified below:
Bid 3006 — Pecan Creek Interceptor
in t he a mount o f $ 1,847,323.45 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 famish 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 and the Performance and Payment Bonds,
attached hereto, and in accordance with all the General Conditions of the Agreement, the Special
Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as
referenced h erein a nd o n f ile i n t he o ffice o f t he P urchasing A gent, and i n a ccordance w ith t he
plans, which includes all maps, plats, blueprints, and other drawings and printed or written
explanatory matter thereof, and the Specifications therefore, as prepared by:
City of Denton Engineering Department
all of which are referenced herein and 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 covenants and agrees to and does hereby indemnify, hold harmless and defend, at
its own expense, Owner, its officers, servants and employees, from and against any and all claims or
suits for property loss or damage and/or personal injury, including death, to any and all persons, of
whatsoever kind or character, whether real or asserted, arising out of the Work and services to be
performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or
invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers,
servants, employees, of the Owner. Contractor likewise covenants and agrees to, and does hereby,
indemnify and hold harmless Owner during the performance of any of the terms and conditions of
this Contract, whether arising out of in whole or in part, any and all alleged acts or omissions of
officers, servants,r-e p are solely for the
benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise,
to any other person or entity.
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.
ATT T: 14,
PPv1D P. VA4612400
City of Denton
OWNER !_ 1�%��
BY �ri
(SEAL)
S.J. Louis Construction of Texas Ltd.,LLP
CONTRACTOR
SGLi+&'fA(PLE0>5+r ou 520 S . 6 t h Ave.
APPROVED AS TO FORM:
P.O. Box 834
Mansfield, TX 76063
MAILING ADDRESS
817-477-0320
PHONE NUMBER
817-477-0552
FAX NUMBER
BY; a //aam'? General Manager
TITLE
Les V. Whitman
PRINTED NAME
: U� (SEAL)
CITY ATTORNEY
CA-3
PERFORMANCE BOND
STATE OF TEXAS
COUNTY OF DENTON
Bond No. 190-011-649
,XNOW ALL MEN BY THESE PRESENTS: That S.I. Louis Construction of Texas Ltd..
LLP ✓whose address is 520 S. 6"' Avenue P.O. Box 834 Mansfield Texas 76063
hereinafter called Principal, and Liberty Mutual Fire Insurance Company , a corporation
organized and existing under the laws of the State of Massachusetts , 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 One Million Eight Hun red Fort -Seven Thousand
Three Hundred Twenty -Three and 45/100 DOLLARSK$1,847 323.45) us 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 2003-157, with the City of Denton,
the Owner, dated the 2"d day of June A.D. 2003 , a copy of which is hereto attached and made
a part hereof, for Bid 3006 — Pecan Creek Interceutor ✓.
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 P lans, S pecifications a nd C ontract D ocuments during the o riginal t erm t hereof and a ny
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
shall 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 shall remain in full force and effect.
lim
PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue
shall lie 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 end day of June , 2003 ✓
ATTEST:
�A-
BY:
SECRETARY
ATT
few
19:71�i 1'
S. J. LOUIS CONSTRUCTION OF TEXAS LTD, LLP
BY:
PREESIDEN't
SURETY
LIBERTY MUTUAL FIRE INSURANCCEZOMPANY
BY:
ATTORD Y-IN-FACT
Gary W. Woodward
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
process is:
NAME:
PCL Insurance Agency, Inc. - Pauline Lesch, Resident Agent
STREET ADDRESS: 417 Oakbend Drive, Suite 150, Louisville, TX 75067
(NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a
person's name)
HM
NOTICE FROM SURETY REQUIRED BY -
TERRORISM RISK INSURANCE ACT OF 2002
In accordance with the Terrorism Risk Insurance Act of 2002 (referred to
hereinafter as the "Act"), this disclosure notice is provided for surety bonds on
which one or more of the following companies is the issuing surety: Liberty
Mutual Insurance Company; Liberty Mutual Fire Insurance Company; LM
Insurance Corporation; The First Liberty Insurance Corporation; Liberty
Insurance Corporation; Employers Insurance Company of Wausau (formerly
"EMPLOYERS INSURANCE OF WAUSAU A Mutual Company'); Peerless
Insurance Company; and any other company that is a part of or added to the
Liberty Mutual Group for which surety business is underwritten by Liberty Bond
Services (referred to collectively hereinafter as the "Issuing Sureties").
NOTICE FORMS PART OF BOND
This notice forms part of surety bonds issued by any one or more of the Issuing
Sureties.
DISCLOSURE OF PREMIUM
The premium attributable to any bond coverage for "acts of terrorism" as defined
in Section 102(1) of the Act is Zero Dollars ($0.00).
DISCLOSURE OF FEDERAL PARTICIPATION
IN PAYMENT OF TERRORISM LOSSES
The United States will reimburse the Issuing Sureties for ninety percent (90%) of
any covered losses from terrorist acts certified under the Act exceeding the
applicable surety deductible.
LMIC-6539 2/03
LIMITED LIABILITY COMPANY ACKNOWLEDGMENT
STATE OF TEXAS
COUNTY OF TARRANT
On this 2nd day of June, 2003 before me personally appeared Les V. Whitman
to me known, who being by me duly sworn, that he/she is the General Manager
of the S. J. LOUIS CONSTRUCTION OF TEXAS, LTD., LLP the Limited Liability
Company described in and which executed the foregoing instrument; that he/she signed
his/her name thereto by order of the Board of Governors of said Limited Liability
Company
1 4
eECKYJONES Notary Public �Aw
w• - MYOOMMISSIONEXPIRES (N aryeal)
= Dmmber19,M
ACKNOWLEDGMENT OF CORPORATE SURETY
STATE OF MINNESOTA
COUNTY OF HENNEPIN
On this 2nd day of June, 2003 before me appeared Gary R. Woodward to be known,
who being by me duly sworn, did say that he is the aforesaid Attorney -in -Fact of the
LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation; that the seal affixed
to the foregoing instrument is the corporate seal of said corporation, and that said
instrument was signed and sealed on behalf of said corporation by the aforesaid officer,
by authority of its Board of directors; and the aforesaid officer acknowledged said
instrument to be the free act and deed of said corporatio
Notary Publ' ,
s
(Notary Seal)
TERESAHAMMERS
-,�I NOTARY PUSUCd11NNESCTA
yY MY COMMISSION EXPIRES 131.2009
9
I
ThisPowerof Attorney limits the -acts of those -named herein; and they have -no authority to bind t/y /he Company except in manner
and to
the extent herein stated. M LIBERTY MUTUAL FIRE.INSURANCE COPANY/ J 91
BOSTON,.MASSACHUSETTS.
POWER OF'ATTORNEY `
KNOW ALL PERSONS BY THESE PRESENTS: That Liberty`Mutual Fire: Insurance`Company ithe"'Company"); a Massachusetts stock insurance
company; pursuant to andbyauthority of the By-law and Authorization hereinafter set forth;:does herebyname, constituto�and appoint
CRAIG'REMICK, TONY D. BECKER, NATHAN P. HUGHES, STEVEN _G..ARONSON, GARY R WOODWARD;✓
JANET D..BUERG; BRENDA,J; PFEIFER, TERESA.HAMMERS, CHAR OSTHUS, ALL OF THE CITY OF "
BLOOMINGTON; STATE OF;MINNESOTA a :...........................................
each individually if there.be more than one named; its true and lawful attorney-m fact to make, execute,: seal, acknowledge and deliver, for and on its
behalf as sure and aslits act and deed; any and` all. undertakings, bonds recogmzances and other surety obli atiotis in ch anal sum not exceeding
FIFTY MILLION AND 00/100**** ******* ***+*** DOLLARS ($ 50,000,000-00***'•:✓
- � - ) each, and the
executionof such undertakings, bonds,' recognizances and other surety obligations in pursuance of -these presents, shall be as'binding-upon the
Company as if they had been duly signed by the president andlattested by the secretaryof the Compaoyin their own proper persons.
That this power is�made and executed pursuant to and by authority of the following By-law and Authorization
ARTICLE XIII'- Execution of Contracts: Section 5 Surety: Bonds and Undertakings -
Any officer of'the,Company authorized` forthatpurpose in writing: by the chairman or the president and subject to such limitations as the
chairman or the president may prescribe, shall appoint'such attorneys-m-fact, as may -be. necessary . to act in behalf of the Companyto make,
execute, seal, acknowledge.. and deliver`�as surety: any and all undertakings, bonds,-recognizances and . other, surety obligations. Such 'O
H - attorneys-in=fact, subject to the limitations set forth in their respective powers of'attorney,-shall have full power to bind the Company by their y
O ' signature and: execution of.any suck instruments and to attach thereto the seal of the Company. When so executed such instruments shall be C)
N as binding as if signed by the; president and attested by the secretary. -
C d. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact d
d �
,OO C - Pursuant to Article XIII, Section 5 of the By -Laws, Timothy C. Mulloy,-AssistantSecretary of.Libery Mutual rFire -Insurance Company, is hereby C
cc
t0
.: authorized to appoint suchattorneys in-faot:as may ;be necessary to act in behalf ;of the Company to `make, execute, seal,. acknowledge and e
deliver as surety any and all undertakings,t bonds, recognizances and other surety -obligations. 0
IM
w 4) That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. d W
IN WITNESS WHEREOF, this Power of.Attorney has been subscribed by an authorized, officer or officiaP pf the Company and the corporate seal of
°E
Liberty. Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this la
of December 0 C
w o 2000 ¢ co
GLIBERTY MUTUAL FIRE INSURANCE COMPANY a n 3m
6 ey M+ _ c , J� MX� a m
�_�� ?imo C. MuI - ssistant Sec -tary A c)
a M COMMONWEALTH OFPENNSYLVANIA ss - "
�.� COUNTY OF MONTGOMERY- 0�
r On this 13thday of - "December 2000 ; before me,. a Notary Public, personally came Timothy C.-Mulloy, to me known, and N
0-5 acknowledged that he is an Assistant` Secretary of Liberty Mutual Fire Insurance Company, that he knows the seal of said corporation; and that he
Eai executed theabovePower of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the.authority and at the
w m direction of said corporation.
a
cat IN TESTIMONY WH ri'& IPhave,he unto subscribed my name -and affixed my notarial. seal at Plymouth Meeting;. Pennsylvania, on the day and year Co
> d. first above written. Q. ppoNPtF- ��
g 9 iN
CO
'.Z V F-. U. S e ➢i Nt ,t c 0
OF Fpi �11}p Ao �,c rfl,- 00
n Coy x+ < 1-yo t t rAlm3 BY V �
Ter sa Pastella, Notary Public 0 T
y- - - F
CERTIFICATE :Zq
I, the undersigned, Assistan ecretary'of Liberty Mutual, Fire Insurance Company, do hereby certify that the original power of attorney of which the
foregoing is a full, true and correct copy; Is,in full force and effect on the date:of this certificate; and -I do furthercertifythat the officer or official who
executed the said: power of attorney is an. Assistant `,Secretary spec ally authorized by the chairman or: the presidentto appoint attorneys -in -fact as
provided in Article XIII, Section 5 of theBy-laws of Liberty Mutual Fire Insurance: Company. _ - -
This certificate and the above power of.attorney may be signed_by facsimile . or mechanically.reproduced signatures under and by authority of the
following vote of the board 'of directors of Liberty Mutual Fire Insurance Company at a meeting duly called and held on the 12th day of March, 1980.
VOTED that the facsimileormechanically; reproduced signature 'oflany assistant secretary. of the "company, . wherever appearing upon a
certified copy of -.any power of attorney issued -:by the company in; connection with surety bonds, shall be valid and binding upon the company
with the same force and effect as though manually., affixed. - sss -
IN TESTIMONY WHEREOF, I have hereunto subscribed my name -and affixed the corporate seal of th aid-company,.this 2nd day of
t u ne 2DD3 ✓/
ByZ/
Jofu�F`X.: Has, Assistant' Secretary
Member of Mcfty Motuol Gwup
Important Notice
TO OBTAIN INFORMATION ABOUT THIS BOND, TO MAKE A COMPLAINT OR
TO FILE A NOTICE OF CLAIM:
You may contact the Texas Department of Insurance to obtain information on
companies, coverages, rights, complaints, or surety company address at:
800-252-3439
You may write the Texas Department of Insurance at:
P. 0. Box 149104
Austin, TX 78714-9104
This notice is for information purposes only and does not become a pert of or a condition of the attached
document. it is given to comply with Section 2253.048, Government Code, and Section 53.202,
Property Code, Effective September f, 2001
PAYMENT BOND Bond No. 190-011-649
STATE OF TEXAS §
COUNTY OF DENTON §
j NOW ALL MEN BY THESE PRESENTS: That S.J. Louis Construction of Texas Ltd.
LLP.✓ whose address is 520 S. 6`" Avenue P.O. Box 834 Mansfield Texas 76063
hereinafter called Principal, and LibertV Mutual Fire Insurance Com an a corporation
organized and existing under the laws of the State of Massachusetts , 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 of
One Million i t Hundred F rt-Seven Thousand Three Hundred Twenty -Three and 45/100
LARS S1 847 DOL323.45) ' 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_conditipned. as follows: Whereas the -Principal
entered into a certain Contract, identified by Ordinance Number 2003-157, with the City of Denton,
the Owner, dated the 2nd day of June A.D. 2003 ,✓a co y of which is hereto attached and
made a part hereof, for Bid 3006 - Pecan Creek Interceptor
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.
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.
UAW
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 surety, 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 o f w hick
shall be deemed an original, this the end day of June , 2003 .
ATTEST:
SECRETARY
ATTEST: / N/A
PRINCIPAL
S. J. LOUIS CONSTRUCTION OF TEXAS LTD, LLP
SURETY
LIBERTY MUTUAL FIRE INSURANCE C Y
BY: a.
ATTO Y-IN-FACT
Gary R. Woodward
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
processis:
NAME:
PCL Insurance Agency, Inc. - Pauline Lesch, Resident Agent
STREET ADDRESS: 417 Oakbend Drive, Suite 150, Louisville,TX 75067
(NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation,
give a person's name.)
p
NOTICE FROM SURETY REQUIRED BY
TERRORISM RISK INSURANCE ACT OF 2002
In accordance with the Terrorism Risk Insurance Act of 2002 (referred to
hereinafter as the "Act'), this disclosure notice is provided for surety bonds on
which one or more of the following companies is the issuing surety: Liberty
Mutual Insurance Company; Liberty Mutual Fire Insurance Company; LM
Insurance Corporation; The First Liberty Insurance Corporation; Liberty
Insurance Corporation; Employers Insurance Company of Wausau ,(formerly
"EMPLOYERS INSURANCE OF WAUSAU A Mutual_ Company'); Peerless
Insurance Company; and any other company that is a part of or added to the
Liberty Mutual Group for which surety business is underwritten by Liberty Bond
Services (referred to collectively hereinafter as the "Issuing Sureties").
NOTICE FORMS PART OF BOND
This notice forms part of surety bonds issued by any one or more of the Issuing
Sureties.
DISCLOSURE OF PREMIUM
The premium attributable to any bond coverage for "acts of terrorism" as defined
in Section 102(1) of the Act is Zero Dollars ($0.00).
DISCLOSURE OF FEDERAL PARTICIPATION
IN PAYMENT OF TERRORISM LOSSES
The United States will reimburse the Issuing Sureties for ninety percent (90%) of
any covered losses from terrorist acts certified under the Act exceeding the
applicable surety deductible.
LMIC-6539 2/03
LIMITED LIABILITY COMPANY ACKNOWLEDGMENT
STATE OF TEXAS
COUNTY OF TARRANT
On this 2nd day of June, 2003 before me personally appeared Les V . Whitman
to me known, who being by me duly sworn, that he/she is the General Manager
of the S. J. LOUIS CONSTRUCTION OF TEXAS, LTD., LLP the Limited Liability
Company described in and which executed the foregoing instrument; that he/she signed
his/her name thereto by order of the Board of Governors of said Limited Liability
Company
BECKY MES
W COMMISSION EXPIRES
Sr.
pppSq�er19.2098
Notary Public
ota eal)
ACKNOWLEDGMENT OF CORPORATE SURETY
STATE OF MINNESOTA
COUNTY OF HENNEPIN
On this 2nd day of June, 2003 before me appeared Gary R. Woodward to be known,
who being by me duly sworn, did say that he is the aforesaid Attorney -in -Fact of the
LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation; that the seal affixed
to the foregoing instrument is the corporate seal of said corporation, and that said
instrument was signed and sealed on behalf of said corporation by the aforesaid officer,
by authority of its Board of directors; and the aforesaid officer acknowledged said
instrument to be the free act and deed of said corporation
Notary Public.,
° M M o (Notary Seal)
NOTARY TERESANN
LIC4IR S
MY COMMISSION EXPIgESEr @p0S
0
0
This Power of. Attorney Ifmis; the acts of those named herein; and they have no authority,to bind the Company except in the manner and to
the extent herein stated. ` LIBERTY MUTUAL FIRE INSURANCE COMPANY 7590
BOSTON, MASSACHUSETTS -
POWER OF:ATTORNEY
KNOW ALL PERSONS I BY. THESE PRESENTS: The
company,pursuant to and by authority, of the By-law;and
CRAIG REMICK, TONY,D. BECKER, NATH
JANET D. BUERGj BRENDA J. PFEIFER, I
BLOOMINGTON, STATE OF MINNESOTA ..
each individually, if therebe more than one named, its
Company as if they.had been duly signed by the: president and attested bytl
That this power is made and executed pursuant to and by authority of the to
ARTICLE:XIII - Execution of. Contracts: Section 5 Surety Bonds "a
Any officer otthe.Company authorized`.forthat purpose.. in writir
chairmanorthe: president may: prescribe,' shall appoint such after
- execute, seal; acknowledge and deliver as surety any and all
attorneys id -fact, subject to thelimitations set forthin-their: respei
signature and: execution of.any such instruments and to attach the
as binding as ifsighed by the president and attested bythe secret
aance'Company%(6e'Company"), a Massachusetts stock insurance
set forth,tdoeshereby name, constitute and appoint
EVEN C.ARONSON; GARY R.'"WOODWARD-"*�
CHAR OSTHUS, ALL OF THE CITY OF
t to make execute, seal, acknowledge and deliver, for and on its
ices and other suretyobliggations in. penal sum not exceeding
_LARS ($ 50,000,000.00***** V each, and the
in pursuance of these presents; shall be as'binding .upon the
y of the Company in their own proper persons.
aw and Authorization
kings:,
hairman or the president and subject. to such limitations as the
t, as may be-necessary.to act in behalf of the Company to make,
igs,;bonds;" recognizances and othersurety obligations. Such
's of'attorney, shallhave full power to bind the Company by their
ial of the Company.: When so executed such instruments shall be
By the following: instrument the chairman or thepresident has authorized the officer or other official named therein to appoint attorneys -in -Fact:
- Pursuant to Article Xlll; Section 5 of the:By-Laws, Timothy C Mulloy; Assistant: Secretary. of. Liberty Mutual:Fire Insurance Company, is, hereby
. authorized to appoint such attorneys -in -fact: as may be necessary to actin behalf of the "Company to.make, execute, seal;' acknowledge and
deliver as surety anyand all undertakings;, bonds; recognizances and other surety obligations.
That the By-law. and the Authorization set forthabove are true copies thereof and are now in full force and effect.!
IN WITNESS WHEREOF, this Power of,Attorney has been subscribed by.an authorizedofficeror officiaPof the Company and the corporate seal of
Liberty Mutual Fire Insurance Company has. been affixed thereto in Plymouth Meeting, Pennsylvania this 13thday of: December
2000
LIBERTY MUTUAL FIRE INSURANCE COMPANY
`Timol(ilr..C. Mulssistant Sec tary
COMMONWEALTH.OF PENNSYLVANIA ss
COUNTY OF"MONTGOMERY
On this 13thday of December , ' 2000 -; before me,. a Notary Public,- personally came Timothy C. Molloy, tome known, and
acknowledged that he is an: Assistant Secretary of Liberty Mutual Fire -Insurance Company; that he knows.the seal of said corporation; and that he
executed theabovePower of 'Attorney and affixed the corporate seal of Liberty Mutual. Fire Insurance Company theretowith the authority and at the
direction of said corporation._
IN TESTIMONY WHS FJ; iav
first above written. �Q. O�g,14,
ON,tM1C
OE..:
1SYL IN
CERTIFICATE NOTARY Py
I, the undersigned, Assistant Se'ci
foregoing is a full, true and'correc
executed the said power of atton
provided in: Article XIII,"Section5'o
my nameIandlaffixed my. notarial seal: at Plymouth Meeting; Pennsylvania, on the day and year
alFire Insurance Company, do hereby certify that the original power of attorney of which the
and effect on the date of this certificate; and I do further certify that the officer or official who
ecretary specially authorized by the chairman or;the president.to appoint attorneys -in -fact as
y Mutual Fire Insurance, Company -
This certificate andtheabove power of attorney may be signed by facsimiles. or mechanically reproduced sign atures:under and by .authority of the
following vote. of the board of directors of. Liberty. Mutual Fire Insurance Company at a meeting duly called and hold on the 12th day of March, 1980.
VOTED that the facsimile or mechanically, reproducedsignature: of.any: assistant "secretary of:the company, 'wherever appearing upon a
certified copy of any. power of attorney issued. by -the company inconnection with surety bonds; shall be valid and binding upon the company
with the same force and effect as though manually.,affized:
IN TESTIMONY WHEREOF, (have -hereunto subscribed my name and affixed the corporate seal of t _ -said-company, this 2nd day of
J-lifie ,—�i3-
By/
J/ Joftff. X. Hee, Assistant Secretary
C
O
Memha of Lf=" Mumal Gwv
Important Notice
TO OBTAIN IWORMATIQN ABOUT THIS BOND, TO MAKE A COMPLAINT OR
TO FILE A NOTICE OF CLAIM:
You may contact the Texas Department of Insurance to obtain information on
companies, coverages, rights, complaints, or surety company address at
800-252-3439
You may write the Texas Department of Insurance at:
P. O. Box 149104
Austin, TX 78714-9104
This notice is for information purposes only and does not become a part of or a condition of the attached
document. It is given to comply with Section 2253.048, Government Code, and Section 53.202,
Property Code, Effective September 1, 2001
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 disqualif ed 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
Contractor- m J+'C..,tg Department,
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 claims -made form, Contractor
shall maintain such coverage continuously throughout the term of this contract and,
without lapse, for a period of three years beyond the contract expiration, such that
occurrences arising during the contract term which give rise to claims made after
covered.
• Should any of the required insurance be provided under a form of coverage that
includes a general annual aggregate limit providing for claims investigation or legal
defense costs to be included in the general annual aggregate limit, the Contractor shall
either double the occurrence 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] A. General Liability Insurance:
General Liability insurance with combined single limits of not less than $1,000,000
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.
• 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.
[X] Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability insurance with Combined Single
Limits (CSL) of not less than $500,000 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 Cityby 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 T exas Labor C ode and r ule 2 8TAC 110.110 o f t he 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 reauired.
[ ] 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, o n an All -Risk form for 100% o f the completed v alue shall b e
provided. Such policy shall include as "Named Insured" the City of Denton and all
subcontractors as their interests may appear.
[ ] Commercial Crime
Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside
the premises, burglary of the premises, and employee fidelity. The employee fidelity
portion of this coverage should be written on a "blanket" basis to cover all employees,
including new hires. This type insurance should be required if the contractor has access to
City funds. Limits of not less than each occurrence are required.
[ ] 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 o w e er a person as em ,
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 p eriod 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.
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 a nd m anner
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.
L T e contrac or s a con rsen�utfi-whaua it contractslo nrovide
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 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 p aragraphs (1) -( 7), w ith t he c ertificates o f coverage t o b e p rovided t o t he
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-
, threammissien'3z=vi�'nr�of SelfiInsnra__nre Reeulation 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.
i
457-1030
A -PP. 4
BID SCHEDULE
FOR
PECAN CREEK INTERCEPTOR
Item Estimated Unit Description/Unit Price Unit Price Extended
No. Quantity In Words in Figures Amount
1 30 LF For 54-inch steel casing at all depths, for
the sum of 6NE Fwi vaW N "CN dollars
and No cents per linear co
foot. $ l�o. $ 5,700 -
2
155 LF
For 54-inch steel casing by boring, jacking
or tunneling, for the sum
of
FouR HW JW15r)
dollars
and No
foot.
cents per linear
°O
u00. `
°0
r,2f000,
$
$
3
432 LF
For 48-inch sanitary
sewer PVC at all
depths, for the sum of
,6NE Hu"00- o ftfTEW dollars
and Na
foot.
cents per linear
°O
I 15.
$$
4
7,211 LF
For 42-inch sanitary
sewer PVC at all
y.�
depths, for the sum of
tin I Q(p °=
p�q
764l 3&6, °-°
qdE µ*jr*.--92 vo M44&Pf-*tM1f Upo dollars
and µo
cents per linear
aen qPT
foot.
$ /r
t
5
3,212 LF
For 36-inch "sanitary
sewer PVC' at all
m
OPO
depths, for the sum of
u�3q__4G*w
p °O
°'" 13 —
wa
imirl• TtAw
ue.-..- -
os+e dollars
and No
cents per linear
ppr
'
tN
371,
,I °'
T ..
foot.
$ �"
$
•
6
678 LF
For 30-inch sanitary
sewer PVC at all
_
depths, for the sum of
SEVENrN
dollars
and hlo
cents per linear
-7 O°
4 460.
foot.
$ 10.
Q
7 2,015 LF For 27-inch sanitary sewer PVC at all
depths, for the sum of
-Zye -rtl dollars
and No cents per linear
foot.
8 20 LF For 21-inch sanitary sewer PVC at all
depths, for the sum of
Ft FTM dollars
and No cents per linear
P-3
$ 10 $ 141r 056. 00
Attachment 1-AD4
457-1030
BID SCHEDULE
FOR
PECAN CREEK INTERCEPTOR
Item Estimated Unit Description/Unit Price Unit Price Extended
No. Quantity In Words in Figures Amount
$ 50 I $ 00
foot. �an
9 161 LF For 18-inch sanitary sewer PVC at all
depths, for the sum of
F f� - f0yF_ dollars
and No cents per linear , I O° °—"
foot. $ ti T . .
10
40
LF
For 15-inch sanitary sewer PVC at all
depths, for the sum of
TNIP f_ • rIiNE dollars
and No cents per linear
=o
3`I
°-0
I15(oo,
foot. $
$
11
85
LF
For 8-inch sanitary sewer PVC at all
depths, for the sum of
TldiF."-1-yp-gE dollars
and Uo cents per linear
°D
33, —
00
2
foot. $
$
tgpc�
12
1
LS
For construction of Junction Box No. 1,
complete in place, forthe sum of
FowN-5iX TPouSPro dollars
and hto cents per lump
O°
y6��, —
00
SUM. $
$
13
1
LS
For construction of Junction Box No. 2,
complete in place, for the sum of
- -
'jiM _P" - j'y✓o -V4qu<P-Po dollars
and hlo cents per lump
sum.
oo
2210M, —
00
221000. '
$
$
14
1
LS
For construction of Junction Box No. 3,
complete in place, for the sum of
TWENfy - FIVE T'V.Ovgp +b dollars
and No cents per lump
sum.
tlO
251 WO . _
o0
7-5t Ova.
$
$
15
26
EA
For 6-foot diameter manhole for the sum
Ng
of FIVE THoYPuo FtuE
o0
51 5co -
00
(43, 000. 0
and No cents per each. $
.
$
16
17
EA
For 5-foot diameter manhole nc fir the 'sum
Hd'811ars
of F0s*Txw50P0 OPE
P-4
Attachment 1-AD4
457-1030
BID SCHEDULE
FOR
PECAN CREEK INTERCEPTOR
Item Estimated Unit Description/Unit Price Unit Price Extended
No. Quantity In Words in Figures Amount
or, m
and N0 cents per each. $_ ti, 100. $ (09,ZCo.
17 462
VF For manhole lining of 6' manhole, for the
sum of 'V& HOPOWD FIFM dollars
°O Cp
— 300
150
and . Wo cents per vertical $
. $
foot.
.18 280
VF For manhole lining of 5' manhole, for the
sum of ONE kypowEb TV40- `dollars
O0 3io co
4
and No cents per vertical $
$ 1
foot.
19 7
EA For the removal and off -site disposal of
existing manhole, complete in place, for
the sum of TWO 1IWu5a'J4 dollars
SO °D
and No cents per each. $
20 22
EA For abandonment of existing manhole, for
the sum of 6 4C THOUQW9 dollars
°0
'1 221eco.
and No cents per each. $
$
21 13,854,
LF For providing a pollution prevention
system for storm water discharge in
accordance with the Specifications and
the EPA regulations and the assumption
of the responsibility of said pollution
prevention system, complete in place, for
the sum of 6Nr dollars
and TWENT•�- FNt cents per linear
foot.
---.
$
$
22 13,699
LF For providing a trench excavation safety
protection .system in accordance with the
Specifications and OSHA regulations, and
the assumption of the responsibility of
said protection system, complete in place,
for the sum of No dollars
and Five cents per linear
o5 8 95
�' y
foot. $
$
P-5
Attachment 1-AD4
457-1030
r1VV• 7
BID SCHEDULE
FOR
PECAN CREEK INTERCEPTOR
Item Estimated Unit Description/Unit Price Unit Price Extended
No. Quantity In Words in Figures Amount
23 120 LF For concrete encasement where shown
on Plans, complete in place, for the sum
of f b(44 dollars No cEu'rS and
°�
��'
to
y
cents per linear foot. $
$
i8�
24 400 CY For rip ra p����9mplete in place, for the sum
of FiF 4-P oilars 144 aLkTf and
cents per cubic yard.
55 V
�O ao
$
$
1
25 600 SY For gabion mattress complete in place, for
the sum of Elfjf 1- <SVE0 dollars
and No cents per square
00
5�
34 7_00.0O
yard. $
$
26 100 CY For Class B concrete for additional
encasement, etc., as instructed by the
ENGINEER or OWNER at locations not
shown on Plans, complete in place, for
the sum of 41x11- FwE dollars
and No cents per cubic
015,
yard. $$
i
27 1 LS Deduct from Total Amount Bid to be
proportionately applied to Items 3. q S
in the sum of :UKM SEUF..0 TPausn.sC
Dollars and KW Cents
per lump sum. $ /V7,oz. - $ �0z000. "
TOTAL AMOUNT BID (Items 1-29), the
sum of aj-E M/zU=oroFoxry
5tj&.J 14AU 111 A0 ye^P1 I UAEE
Dollars
and Agn 04F Cents.
$ ; 8Y7323. 4- $ yYZ 323
Attachment 1-AD4
IAnD.y
BID SUMMARY
TOTAL BASE BID PRICE IN WORDS O.Jg- Msusanj Ez e r NW.1pREp
t�o2fy :5wr-iymowswib TUREE Nu,✓w6 lw*..liy [MQE£ Lbu r4k5 .4rJD
r�Rr7 r-sVE 69-y s
Provision is made in the bid form for the Bidder to make additions (+) or deductions (-) in
his bid, if he chooses, to reflect last minute adjustments in price. The addition or deduction,
if made, will be applied proportionally to the bid items for the pipeline construction.
In the event of the award of a contract to the undersigned, the undersigned will famish 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.
Receipt is hereby acknowledged of the following addenda to the plans and specifications:
Addendum No. 1 dated APQ✓L 8,2Gb3 Received A.4AI4 B 2o03
Addendum No. 2 dated _�jp�elG //, 9.003 Received L /
Addendum No. 3 dated AAeI4 9. Received
Addendum No. 4 dated R21Received AX&I
Addendum No. 5 dated Received
P-7
Attachment 1-AD4
5.7 "-L6v4iLA F&n of Texas Lfd.,LLP
CONTRACTOR
/1n
BY / ./�11/mvicts�
UVS . W i7h-nQX1i Gge,Ytexa.! Y 1' 1 fin jPr
52o S. (off Rvv-. , P.O. BOX g34
Street Address
Mg, -Pied, Texas 41 OU
City and State
Seal & Authorization
(If a Corporation) M-41-1-03W
Telephone
NM
Attachment I-AD4
ACORDi��E
DATE IMM/DD YYI
j EF`�FEAEie
1I�i1 .; 6/10/03
PRODUCER 952 830 3000
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Acordia
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
4300 MarketPointe Dr #600
COMPANIES AFFORDING COVERAGE
Bloomington, MN. 55435
COMPANY A Zurich Insurance Cod/
INSURED
S.J. LOUTS COnstrU ion of ,�-�I
Tex520 S Ltd, LLP✓ 1\V�V^ D�
520 South Sixth Avenue 1..lLG\///LYnU
COMPANY
B Interstate Fire & Casualty Co
COMPANY
Lumbermens Mutual Casualty Co
"�
Mansfield TX 76063
COMPANY
D
Aat a> s
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
LTR
TYPE OF INSURA E
POLICY NUMBER
POLICY EFFECTIVE
DATE (MM/DD/YY)
POLICY EXPIRATION
DATE (MM/DDNY)
- LIMITS
A
GENERAL
LIABILITY
GL093072000
11 /01 /02
11 /01 /03
GENERAL AGGREGATE
a 2000000
X
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE a OCCUR
-
PRODUCTS - COMP/OP AGO
a 2000000
PERSONAL &ADV INJURY
a 190000000
EACH OCCURRENCE
a 10000
OWNER'S & CONTRACTOR'S PROT
FIRE DAMAGE (Any one first
a 300000
-
MED EXP (Any one person)
a 10000
A
AUTOMOBILE
X
LIABIL
ANY AUTO
TAP930721800,
1 1101 /02
1 1 /01 /03
COMBINED SINGLE LIMIT
9 1000000
BODILYINJURY
(Pertpar person)
a
ALL OWNED AUTOS
SCHEDULED AUTOS
X
BODILY INJURY
(Per accident)
a
HIRED AUTOS
NON -OWNED AUTOS
X
PROPERTY DAMAGE
a
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
a
OTHER THAN AUTO ONLY:
ANY AUTO
EACH ACCIDENT
a
AGGREGATE
a
B
EXCESS LIABILITY
UM01605385
11/01/02
11/01/03
EACH OCCURRENCE
a 8000000
X UMBRELLA FORM
AGGREGATE
a 8000000
I
a
OTHER THAN UMBRELLA FORM
A
WORKERS COMPENSATION AND,'/WC930720100
EMPLOYERS' UABILITY
11/01/02
11/01/03
X WC STATU- OTH
_
EL EACH ACCIDENT
4 SOOOOO
THE PROPRIETOR
PRTNERS/EXE/ INCL
ACUTIVE
EL DISEASE - POLICY LIMIT
a 500000
EL DISEASE - EA EMPLOYEE I
a 500000
OFFICERS ARE: EXCL
C
OTHER
3AT68830701
11/01/02
11/01/03
Builders Risk/
$7,500,000 Limit, $250,000 in
Installation Fltr
Transit, $250,000 at Temporary
Location
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPEC) EMS
PROJECT: PECAN CREEK INTERCEPTORvQDLQL.DENTON, ITS OFFICIALS, AGENTS
EMPLOYEES & VOLUNTEERS ARE NAMED ADDITIONAL INSUREDWOITH RESPECTS TO
GENERAL & AUTO LIABILITY ON A PRIMARY BASIS FOR THE ABOVE REFERENCED
PROJECT. WORK COMP INCLUDES WAIVER OF SUBROGATION IN THEIR FAVOR>-�
C€itiFtCliT� HiLbEft
G1ANCt LAI IOt
CITY OF DENTON
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATIONjIATE THEREOF, THE ISSUING COMPANY WILL MAIL
901 B TEXAS STREET
3o DDAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
DENTON TX 76201
AUTHORIZED RE ENTATIVE
.., .. ....:
.. 1 ���R
..
�td�1? S t IdBSf a 3ahCf3Tit7
Ct31fpCxl#?7IN �_