Loading...
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