HomeMy WebLinkAbout2000-170ORDINANCE NO " /o
AN ORDI14ANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS
CONTACT FOR THE CONSTRUCTION OF INDIAN RIDGE CHANNEL IMPROVEMENTS,
PROVIDIING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING AN
EFFECTIVE DATE (BID 2488 — INDIAN RIDGE CHANNEL IMPROVEMENTS AWARDED
TO SENECA CONTRACTING CORPORATION IN THE AMOUNT OF $177,570)
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 I 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 CQNTRACTOR AMOUNT
2488 SENECA CONTRACTING CORPORATION $177,570
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
SECIION 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 , 2000
Aide,
EULINE BROCK, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
B
APPROVED AS TO LEGAL FORM
HERBERT UTY, CIT TT
ORNEY
BY
2488 CONTRACTUAL
k
I
k
§
§
\
�
k
§
}
0
8
(>
«
$
�2
2
;
§
_
%
+
)\
D
\
f
ƒ
3
}
`
r
|)
!Lqƒ
ƒ
�0169
k
r
4)
f
ƒ
)69
`
r
�
±
\
/
(D
(D
3
)
69
z
z§
c
a
7
§
/04
cli
�
(D
@
;
0
k
\
co
�
\
j
%
2
\
IOU
§
`
E
2
75
IL
� �.
�
CONTRACT AGREEMENT
STATE OF TEXAS
COUNTY OF DENTON
THIS AGREEMENT, made and entered into this 16
A D , 2000, by and between
of the County of
Denton
of Denton
day of May
and State of Texas, acting through Michael W 7ez
thereunto duly authorized so to do, hereinafter termed "OWNER," and
Seneca Contracting Corporation
PO BOX 1470 (2513 East McKinney)
TX 76202-1470
of the City of Denton , County of Denton 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 2488-Indian Ridge Channel Improvements
in the amount of $177,570 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 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 herein and on file in the office of the Purchasing Agent,
and in accordance with the plans, which includes all maps, plats, blueprints, and other
drawings and printed or written explanatory matterereof,
19KI
and the Specifications therefore, as prepared by
Department of Engineering and Transportation
all of which are referenced herein and made a part hereof and collectively evidence and
constitute the entire contract
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
ATTF.QT
ATTEST
APPROVED AS TO
(SEAL)
S2NtA Co►iT'(ZACr
CONTRACTOR
P. o . 6o u 14-1(
BEN-ro►J , i X 7�2o2-i47�
MAILING ADDRESS
134a-565-►►4'i
PHONE NUMBER
94-()- 31&2--09 5 0
FAX NUMBER
BY FP(L66'0 N I
TITLE
CA-3
Wi
lu'AlklNuallmil
(SEAL)
Bond # SA3542
PERFORMANCE BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That Seneca Contracting Corporation
whose address is P 0 Box 1470 (2513 East McKinney) Denton, TX 76202-1470
hereinafter called Principal, and United States Fidelity & Guaranty Company
a corporation organized and existing under the laws of the State of Texas
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 Hundred Seventy
Seven Thousand Five Hundred Seventy and no/100 DOLLARS ($177,570) plus 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 bmd 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 2000-170 , with
the City of Denton, the Owner, dated the 16 day of May A D 2000 , a copy of which
is hereto attached and made a part hereof, for Bid 2488-Indian Ridge Channel
Improvements
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 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
PB-1
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 tune, 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 16 day of May , 2000
ATTEST PRINCIPAL
Se 2G(n. CONTRA C.7iaJC7 COtip'
SE RETARY BY 1140r—�
PRESIDENT
ATTEST
SURETY
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME Maxon -Mahoney -Turner, Inc
STREET ADDRESS 8610 King George Drive, Dallas, TX 75235
(NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a
corporation, give a person's name)
PB-2
Bond # SA3542
PAYMENT BOND
STATE OF TEXAS §
COUNTY, OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That Seneca Contracting Corporation,
whose address is PO Box 1470 (2514 East McKinney) Denton, TX 76202-1470, hereinafter
called Principal, and ty GyPfflya corporation organized and
existing under the laws of the State of Texas , 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 H died Seventy Seven Thousand Five Hundred Seventy and no/100 DOLLARS
($177,57 ) 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 iSupplemental 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 2000-170 , with
the City of Denton, the Owner, dated the 16 day of May A D 2000 , a copy of
which is hereto attached and made a part hereof, for Bid 2488-Indian Ridge Channel
Improvements
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
PB-3
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas
Government Code, as amended, and any other applicable statutes of the State of Texas
The undersigned and designated agent is hereby designated by the Surety herein as the
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 16 day of May , 2000
ATTEST
M.
ATTEST
PRINCIPAL
a CoN-rRACT lN6 CorLP
BY (-JCV-A'y
PRESIDENT
SURETY
[Tinted S Fidelity & Gjarmty Gerry
BY ad—J s
ATTORNE IN -FACT
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME MM0rR1hXW"' 1UIerr Ire.
STREET ADDRESS 8610 King George Drive Dallas TX 75235
(NOTE Date of Payment Bond must be date of Contract !f Resident Agent is not a
corporation, give a person rs name)
Contract 2488-Indian RnIp Channel Improvements 5-2000
meStlhul
POWER OF ATTORNEY
Power of Attorney No
Seaboard Surety Company
St Paul Fire and Marine Insurance Company
St Paul Guardian Insurance Company
St Paul Mercury Insurance Company
20290
United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc
rt
Certificate No
KNOW ALL MEN BY THESE PRESENTS That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York and that
St Paul Fire and Marine Insurance Company St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under
the laws of the Suite of Minnesota and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland and
that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa and that Fidelity and Guaranty Insurance
Underwnters Inc is a corporation duly organized under the laws of the State of Wisconsin (herein Collectively called the Companies ) and that the Companies do
hereby make constitute and appoint
Donal Boley, Steve Deal and Staci Gross
of the City of Wichita Falls State Texas their tine and lawful Attomey(s) in Fact
each in their separate capacity if more than one is named above to sign its name as surety to and to execute seal and acknowledge any and all bonds undertakings
contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons guaranteeing the
performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law
IN WITNESS WHEREOF the Companies have caused this instrument to be signed this 12th day of April 1999
Seaboard Surety Company United Suites Fidelity and Guaranty Company
St Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company
St Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc
St Paul Mercury Insurance Company
set 3
f OXY I�ee Xr ixvuy,4 _urtY.eb • � Y� Vim-'
CO
rrorasa Sim
ys`v^X Sl cgA �g�SSALJF N rare 1 tQ$t MICHAELB KEEGAN Vie Prem vde
} B
is
d'
State of Maryland �� � �-yN`�'�
City of Baltimore' 6L } $ q. «A MICHAFL R MCKIBBEN Assistant Secretary
s�yt� Y k
On this 12th day of Aprilvs.
* a>9 t be re me the undersigned officer personally appeared Michael B Keegan and
Michael R McKibben who acknowledged themselves to9bq tl�' ce �e s�sa sf2nt Secretary respectively of Seaboard Surety Company St Paul Fire and
Marie Insurance Company St Paul Guardian Insurage1`C�hoifp u] i Insurance Company United States Fidelity and Guaranty Company Fidelity and
Guaranty Insurance Company and Fidelity and Gi eaty p U an Inc and that they as such being authorized so to do executed the foregoing
instrument for the purposes therein contained by signing ill es of the orporations by themselves as duly authorized offtcen
In Witness Whereof, I hereunto set my hand and official seal �m`v° yi
- r^ tA&
My Commission expires the 13th day of July 2002 m Mz r�V
r�� REBFCCA EASLEY ONOKALA Notary Public
� CITY
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company St Paul
Fire and Maine Insurance Company St Paul Guardian Insurance Company St Paul Mercury Insurance Company United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company and Fidelity and Guaranty Insurance Underwriters Inc on September 2 1998 which resolutions are now in full force and
effect reading as follows
RESOLVED, that in connection with the fidelity and surety insurance business of the Company all bonds undertakings contracts and other instruments relating
to said business may be signed executed and acknowledged by persons or entities appointed as Attorney(s) in Fact pursuant to a Power of Attorney issued in
accordance with these resolutions Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the
Company either by the Chairman or the President or any Vice President or an Assistant Vice President jointly with the Secretary or an Assistant Secretary
under their respective designations The signature of such officers may be engraved printed or lithographed The signature of each of the foregoing otficers and
the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey(s) in Fact for purposes
only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof and subject to any limitations set forth therein any
such Power of Attorney or certificate beating such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so
executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to
which it is validly attached and
RESOLVED FURTHER, that Attomey(s) in Fact shall have the power and authority and in any case subject to the terms and limitations of the Power of
Attorney issued them to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings and other
writings obligatory in the nature thereof and any such instrument executed by such Attorney(s) in Fact shall be as binding upon the Company as if signed by an
Executive Officer and sealed and attested to by the Secretary of the Company
I Michael R McKibben Assistant Secretary of Seaboard Surety Company St Paul Fire and Marine Insurance Company St Paul Guardian Insurance Company
St Paul Mercury Insurance Company United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company and Fidelity and Guaranty Insurance
Underwriters Inc do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies which is in lull force
and effect and has not been revoked
IN TESTIMONY WHEREOF, I hereunto set my hand this 16th day of
2000
':INFtY OXM„INee9 P iXBY9g4 Y"4 �� R 1 X^�v ��
�,\BE AL� 4t�88ALi' rB88 77 t Michael R McKibben Assistant Secretary
?an=a Ord AMa
To verify the authenticity of this Power of Attorney, call 1400 4213880 and ask for the Power of Attorney clerk Please refer to the Power of Attorney number,
the above named individuals and the details of the bond to which the power is attached
86326 Rev 4 99 Printed In U S A
BID SUMMARY
TOTAL BID PRICE IN WORDS ONE W u-w A 0X D S eve uT Y — $ E v i- N
TuosAU0 �71Vt' Ww,N0Me0 Se,)e.tiTY DoAItS o
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 specificannns, 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
SENECA CONTRACTING CORPORATION
CONTRACTOR
BY e ` W.
HARRY M LOTHRIDGE - PRESIDENT
P. 0. BOX 1470 (2513 EAST MCKINNEY)
Street Address
DENTON, TEXAS 76202-1470
City and State
Seal & Authorization
(If a Corporation) (940) 565-1147 FAX (940) 382-0950
Telephone
am
Indian Ridge Drainage Work Days 40
Bid No 4��
BID TABULATION SHEET PO No I —
Item
Description
Quantity Unit Unit Price I Total
121
Contractors Warranties and Understandings
a J
LS $ $g00 /LS $ 3$60
Unit Pnce In Words -T 1 /L TY - G 1G UT Q ttiiJ O ILS 0 f N6 1 o 0
3-A
Remove Concrete Curb & Gutter
30 LF
p0
$ fJ /LF
00
$ 15 O '
/
Unit Pnce In Words Fl VE � NO/' 00
3-B
Remove Concrete Dnves & Walks
12
SY
00
$ Z 5 0 /SY
00
$ 300 0
Unit Pnce In Words -rwENT1r1VE EI �o�00
3-C
Saw Cut and Remove Portion of Existing Headwall
1
EA
00
$ I 5 00 /EA
0
$ ( 5 00r
Unit Pnce In Words �: I VTE EN W O NO FEE U N0� 0 0
3-D
Remove Rip Rap 1
125 1
SY Is
2 5 �0 /SY
$ 3 125
Unit Pnce In Words TW P N'f Y -fir! VC �� 0 0
3 1
Pre aration of Right of Way
LS
a
$ q D p 0%LS
o�
$ q 0 00
Unit Price In Words Qtwe T h ous A o b �
33
p 001
Unclassified Excavation
1
i�
CY
00
$ 7 — /CY
$ 12 7 00
NO/ca
Unit Price In Words SEVEN f.
37
Compacted Fill
72
CY
00
$ Q- /CY
ao
$ Z 196
No /�
Unit Price In Words SOUR /100
39
Sod
10
SY
$ .r7 t20 /SY—
ov
Unit Price In Words t-1 VE $. NO/ 00
3 107
Hydromulch
20
1 SY
Is 4°° /$Y
$ e 000^
Unit Price In Words FOUR. N! i o0
3 12
Temporary Erosion Control
LS
0
Is g 00o`/LS
ou
$ g 0a0-"
Unit Price In Words F, 16 IJ-T 1.J uS A NO t- N0/ Do
7 4 5
Class A Concrete
121
1 CY
oil
is Zoo 7CY
06
$ 24 20`p
Unit Pnce In Words -TWO J. c u.N iO" O d`. NO/I o o
P3
Indian Ridge Drainage
BID TABULATION SHEET
Work Days 40
Bid No ay 97
PO No ;lot_
Item Description Quantity
Unit Unit Price Iota]
8 1 Barricades, Warning Signs and Detours
00 �
LS $ 4-8 0o /LS $ Q $oo-
-- Unit Pnce In Woids FoPLT - 1516 ld T ^W U-fJ,0 R.EO q N t a 0
83
Concrete Driveway 6" 28
SY
$ 3000 /SY 1
$ g40LO
Ol
Unit Price In Words -r kI R'IY 4- N/, 00
8 3A
4" Concrete Sidewalk with Fibermesh
6 1
SY
00
$ z2 ISY
Do
$ 13 —
/ WEMY- I Vi 0 t40
Unit Price In Words eA 4p, too
8 14-A
Remove and Replace Existing Fence
512
LF 1
$ 15 00 /LF 1
$ "j (02 po0
0
Unit Price In Words �►FTEEN N 1 0 0
8 14-B
New Chain Link Fence
252
LF
$ I O a /LF Is
o0
2520 —
Unit Price In Words " F- t4 o u
8 I5-A
6" Reinforced Concrete Riprap - 3600 p s t
1270
a
$ 0b
36
$ 41 910`
,SY
Unit Prrce Iti Woids Th t✓tTY -T1<2EE or-N0/ 1 00
8 15-13
6" Reinfoiced Concrete Riprap -3000 p s i
1650
SY
ea
$ 3+` /SY
as
$ 56 100
Unit Price In Words FaU(L. C, N / 100
S11-2
Concrete Saw Cut
1 20
Lr
$ 5 0 /LF
D
-
1 $ 100L
Unit Price In Words FidE q• N t 00
Sp-10
Rock Excavatwn
50
Cy
Ol)
Is 25--/CY
ao
$ 125022
Unit Price In Woids 7L%JE txTY-Five 4 NO%%ou
SP-11
Reinforcing Steel
1336
LB
$ 050 /LB
pp
$ (p(00'22
Unit Price In Words Wo bOLLAVQ FTY Ceti-TS
SP-19
III olectSigns
1
FA
$ S00%OJEA
$ 5o0-60
1-
Hitt Price In Wards FIVE W UWbR.E D qY No/ o U
SP-42
4"Concrete Flunie 6
SY
00
$ 50`/SY
00
$ 300—
Unit Price In Words FI FTY $ NO/ a
P4
Indian Ridge Drainage Work Days 40
Bid No A" $
BID TABULATION SHEET PO No
Item Description
Quantity Unit Unit Price Total
SP-60 Pipe Bamer Gate
o_o �o
1 EA is (00 /EA $ 1000
UmtPnceInWords ONE TIJOUSAWO N0�00
2 1220
French Dram
200
LF
$ S 00/LF
$ 000 0—
Unit Price In Words P1 vE 4, N0/ o O
SP-45
Miscellaneous Sprinkler System -
o0
$ 15 O/LS
00
$ 5 0 -'
Unit Price in Words Q NE i U W o p.E O ND/
ICE
Is
$
Is
$
Is
$
Is
$
Is
$
Is
$
Is
$
TOTAL * 177 5 ? O o 0
P5
CITY OF DENTON
ADDENDUM # 1
INDIAN RIDGE DRAINAGE
OPENING DATE: APRIL 6, 2000
PAGE
Quantity changes
Item I
Descriptlon
Quantity
Unit
CY
Unit Price
Total
33
Unclassified Excavation
1161 4
$ 7""
$
Unit Price In Words S rvo/ oo—
S7Adjustment
Miscellaneous Sprinkler System
LS
$ 5� /Ls
150 00
ONi` 4u.NoiLEo R I TY f, NO/, o0
NO OTHER CHANGES AT THIS TIME
Please acknowledge receipt of the attached
Addendum and include a copy in your bid documents.
Name HARRY M LOTHRIDGE
Signature , Os/1
Company SENECA c6NTRACTING CORPORAT ON
Title PRESIDENT
S prch/bidspec/2488addendum doe
PAGE3
e VNTL'(`
uiienn �b.S77
AcQBe CERTIFICATE OF
LIABILITY
DATE MWDDNY)
INSURANCE 05/24/00
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
PRODUCER
Higginbotham & Assoc Inc
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
P 0 BOX 908
ALTER
THE COVERAGE AFFORDED BY THE POLICIES BELOW
INSURERS AFFORDING COVERAGE
Fort Worth, TX 76101
817 336-2377
INSURERA
BITUMINOUS INSURANCE CO - ---
INSURED
Seneca Contracting Corporation
INSURER
__—
P 0 BOX 1470
INSURER C-
Denton, TX 76202
INSURER
-
INSURER E
COVERAGES
THE
POLICIES OF INSURANCE LISTED
BELOW HAVE BEEN ISSUED TO THE INSURED
NAMED ABOVE
WITH
FOR THE POLICY
RESPECT TO WHICH
PERIOD INDICATED NOTWITHSTANDING
THIS CERTIFICATE MAY BE ISSUED OR
ANY
REQUIREMENT TERM OR CONDITION
INSURANCE AFFORDED
OF ANY CONTRACT OR OTHER
BY THE POLICIES DESCRIBED HEREIN
DOCUMENT
IS SUBJECT
TO ALL THE TERMS
EXCLUSIONS AND CONDITIONS OF SUCH
MAY
POLICIES
PERTAIN THE
AGGREGATE LIMITS SHOWN
MAY HAVE BEEN REDUCED BY PAID CLAIMS
INSR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
D M N
POLICY EXPIRATION
D M DDNY
LIMITS
A
GENERAL LIABILITY
CLP3062013B
07/01/99
O7/O1/O1
EACH OCCURRENCE
$1 000, OOO
X 1 COMMERCIAL GENERAL LIABILITY
II
FIRE DAMAGE (my one lire) �$
_1001000
CLAIMS MADE XOCCUR
IMED EXP (Any one person)
$ --- 5,000
PERSONAL & ADV INJURY —rl
-�
$1 O O O ,-000-
GENERAL AGGREGATE
-
$2, 000, 000_
PRODUCTS COMP/OP AGO
$2, OOO, OOO
GE_N L AGGREGATE LIM ITAPPLIES PER
A
POLICY PRO- LOC
AUTOMOBILE LIABILITY
CAP3063581B
07/01/99
07/01/00
COMBINED SINGLE LIMIT
$1r 000, 000
ANY AUTO
(Ea accident)
-
ALL OWNED AUTOS
BODILY INJURY
(Per person)
$
SCHEDULED AUTOS
- - —
_
X HIRED AUTOS
BODILY INJURY
(Per accident)
$
X NON OWNED AUTOS
— - -
PROPERTY DAMAGE
$
- - - --
(Per accident)
AUTO ONLY EA ACCIDENT
_GARAGE LIABILITY
_$__
E
EA ACC
ANY AUTO
OTHER THAN
AUTO ONLY AGO
- - -
$
A
CUP2526707B
07/01/99
07/01/00
EACH OCCURRENCE
$1�00J 000
AGGREGATE _
EXCESS LIABILITY
] OCCUR El CLAIMS MADE
$1 1000J 000
DEDUCTIBLE
---
RETENTION $
WC306201413
07/01/99
O7/O1/0O
WC STATU OTH
YLIMIT -_ER
_ --
A
WORKERS COMPENSATION AND
EMPLOYERS LIABILITY
E L EACH ACCIDENT _
$5 0 0 , 000 —
EL_DISEASE EA EMPLOYEE
$SOO,_OOO
EL DISEASE POLICY LIMIT
$500 000
OTHER
DESCRIPTION OF OPERATIONSAACATIONSNEHICLES/EXCLUSIONS ADDED BY SNOORSEMENT/SPECIAL PROVISIONS
RE Indian Ridge Channel Improvements
Cancellation 'Clause is amended to Read Policies shall not be Cancelled,
Nonrenewed Or Materially Changed Without 30 Days Advanced Written Notice
Being Given To The City of Denton, Texas Except When The Policy Is Being
(See Attached Descriptions)
City of Denton, Texas
Attn Belinda Hawkins
901-B Texas Street
Denton, TX 76201
SHOULD ANYOFTH E ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TOMAIL 10— DAYS WRITTEN
NOTICETOTHE CERTIFICATE HOLDERNAMED TOTHE LEFT BUTFAILURE TODOSOSHALL
IM POSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
25-S1(7/97)1 of 3 #S44036/M44034 MYA 0 ACORD CORPORATION 1988
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon
ACORD25-S(7/97)2 of 3 #S44036/M44034
DESCRIPTIONS (Continued from Page 1)
Cancelled For Nonpayment of Premium In Which Case 10 Days Advance Written
Notice Is Required
All Policies Except the Worker's Compensation are amended to include the
City of Denton, its Officials, Agents, Employees and Volunteers as
Additional Insured Insurance is primary to any other insurance
available to the City of Denton 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
The Workers' Compensation Policy included a Waiver of Subrogation in favor
of the City of Denton, its officials, agents, employees and volunteers
nMs25a(o7re7) 3 of 3 #544036 M44034