Loading...
HomeMy WebLinkAbout2000-374NOTE- Amended by Ordinance No. 2001-381. ORDINANCENO AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF GRAVEYARD BRANCH INTERCEPTOR SANITARY SEWER MAIN, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING AN EFFECTIVE DATE (BID 2571 — GRAVEYARD BRANCH INTERCEPTOR SANITARY SEWER MAIN AWARDED TO S J LOUIS CONSTRUCTION OF TEXAS LTD L L P , IN THE AMOUNT OF $2,302,537 22) WHEREAS, the City has solicited, and received competitive sealed 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 respondent for the construction of the public works or improvements described in the bid invitation, and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive sealed bid for the construction of public works or improvements, as described in the "Sealed Bid Invitations", 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 2571 S J Louis Construction of Texas Ltd L L P $2,302,537 22 SECTION II That the acceptance and approval of the above competitive sealed bid 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 III 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 Request for Sealed Bids, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein SECTION IV That upon acceptance and approval of the above competitive sealed 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 V That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the /% day of & (j 2000 6a,C'71- Ad- EULINE BROCK, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY BY APPROVED AS TO LEGAL FORM HERBERT L OUTY, CITY WrT t BY BID 2571 - GRAVEY)AD BRO09 PUBLIC WORKS CONTRACTUAL ORDINANCE 10 00 CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this _1Z—day of October A D , 2000, by and between City of Denton of the County of Denton and State of Texas, acting through Michael W. 7ez thereunto duly authorized so to do, hereinafter termed "OWNER," and of the City of Arlington , 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 in the amount of S2A02,5_ 7.22 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 matter thereof, CA-1 and the Specifications therefore, as prepared by all of which are referenced herem 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 FMwa.. . Dana D Tomlin (SEAL) Les V Whitman 3..T Touig Cona rnctinn of Texas, Ltd 2401 Avenue J, Suite 202 Arlington, Texas 76006 MAILING ADDRESS (817) 640-7737 PHONE NUMBER (817) 640m0030 FAX NUMBER BY Vice President TITLE Les V, Whitman APPROVED AS TO FjQRM // PRINTED NAME CITY A CA-3 (SEAL) BOND NO. 580063434 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That S.I. Louis Construction of Texas Ltd L.L.P. whose address is _ P.O. Box 202194 Arlington, TX 76006 hereinafter called Prmcmal, and Commercial Union Insurance Company a corporation organized and existing under the laws of the State of Tan MAQQ.nb..cnr is 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 Two Million Three Hundred Two Thousand Five Hundred Thirty Seven and no/100 DOLLARS ($2,302,537 ) 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 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 2000-374, with the City of Denton, the Owner, dated the 1_ day of October A D 2000, a copy of which is hereto attached and made a part hereof, for Bid # 2571 - Graveyard Branch Interceptor Sanitary Sewer Main, 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 duty 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 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 --11--day of October , _2000 ATTEST BY ` /wrJ SECRETARY ATTEST PRINCIPAL S J LOUIS CONSTRUCTION OF TEXAS LTD , L L P ��BY / .11a fr/G 04� , Y/Gf^ P IDENT SURETY COMMERCIAL UNION INSURANCE COMPANY ATTORNEY -IN -FACT Carol M Conley The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME STREET ADDRESS 206 Elm St., Suite 105, Lewisville, TX 75067 (NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give a person's name ) PB-2 ACKNOWLEDGMENT OF PRINCIPAL For Individual or Co -Partnership STATE OF MINNESOTA, SS. COUNTY OF On this day of same person wD his own free act STATE OF MINNESOTA, 19_, came before me to me well know to be the fy acknowledged the same to be i otary Public, ounty, i My commission expires SURETY ACKNOWLEDGEMENT ss COUNTY OF HENNEPIN On this 17th day of October .2000 , before me appeared Caro one to me personally know, who. eins auly sworn, aid day that he is t o ttorney-in- act of the ommercial; Union Insurance CoMpapg that the seal affixed to the foregoing instrument is t e corporate seal or said corporation, that said instrument was signed and sealed on behalf of said corporation by authority of its Board of Directors, and saidcarol M Conlev acknowledge said instrument to be the free act and deed of said VALENTINA M. PUNTO N�p-6T Jr H ryR CIO 1 Otary u le, Hennepin ounty, 1 INT My Cnmmh*n W"Jm.81 M My commission expires 1/31/2005 CORPORATE ACKNOWLEDGEMENT STATE OF 1V MW;K9OiPIA, TEXAS ss COUNTY OF TARRANT On this 17th dayof October 2000 before me personal! came Les man , to me ow, w o being y me first duly sworn, did depose and say that e s e resides in Nand? eld, TX , that he/she is the 1 of SLoRecorporationdescrben an w is execute a oregotng instrument; that e s e Knows the corporate seal of the said corporation; that the corporate seal affixed to the said instrument is such corporate seal; that it was so affixed by order oT the Board of Directors of the said corporation and the he/she signed his/her name to the said instrument by like order `_',y�v� i otary u --Tarrant nty, TX krly commission expires 4-22-02 90) p TOMLIN PUBLIC IN AND STATE OF TE%AB ExP W-22-2002 Power of C ,1 I-3 Attorney 7 N e U K A N C a GA 029809„, KNOW ALL MIEN NY THESE PM "XM, that the COMMERCIAL UNION INSURANCE COMPANY a corporation duly organized and exledng under the laws of the Comm filsof MasetlphUapk4, and F�yiag his Whxilpal office M the City of Boston Massachusetts hath made, constituted and appointed and does by these presents ma sired oonetkultep q„rpgpkd 1 Conisy, Sevedy A Sprelol, Gary R Woodward, all of the City of Minneapolis, State of MINNESOTA and each of them he tru land lawful Attormily rFPedl to m" execute, seal and deliver for and on Its behalf as surety any and all bonds or undertakings provided that no bond or undertaking oxsoute Vm$gF thlenaut aft shall exceed In amount the sum of Twenty -Five Million vi%Los 1 (025,000,000.00) and the execution of suolfbonds or mhowilgllMpe In pie wuancs'of those presents, shall be binding Won sold Company ao fully and amply to alllmenea and purposes as If such boos were signed by" Prrealdeht ount d with the corporate seal oftha Company, and duly anxisted by No Secretary, hereby replying and confirming all the ads of said AUlamay nmFadt pursuant totVe Mroin Won This Pdwerbf AttomeY ts made and executed pursuant to,and by aunhorty of the following resdutiorreadopled by the Board of Olrecorsof t"e,00 In INSURANCE COMPANY at a meeting duly caged and treed on the twenty-seventh day of July, T11172 "Resolved That the ProsWard, or am lecraf°resldoM or any Assistant Vice-PreWont, mayaxecute for and in behalf of the eompa y any and an bonds mrAgnlza ercon"* of lodpmnity, Aref all otfrar wdtlrrge obligauhy Intro naturetrerstA are some to be attested when necoseary and the seal of the cempany a marpto floe pig , 01,arry'Asabtant Secretory, andithat the Pfedld*YL or any Vice Prealdent, or Aes4fom Via-PraeIdent may appoint and IdhcdEa an gy�h,7861I ea rm behalf of dreioompany any and ah such Instruments and to attic the seal of the company thereto, and that the Praal A lir a Yl* , ai Rdy-rA "113nt Vlae•Preside(rt may at srw time remove any such Atomeydn•Fad and revoke as powerand eultrod�gtvaq twskfy�ur AttdmeyP "Rosolvad, That fbpAlKsboya-in•Fad may,slo gW�d�fafl.Powar a IB (a eMaaute for and In the name and on behalf of too company any and an bonds readgntandee, Wgrlrppts W 9nIk11trnMY, pill ill ogler wrtings Ntoy,lri µla nature thereof, and any such Instrument execrated by any such gnamey IrFFaot sr AA bs tie bkrdi�Sapamtl+s dampaty es ifaigrrea by t a raektarderrd aaaladtend attested by mo seoretoy, erru fumrer, Atromeya In Fad ere hereby a ell got" VeYgy_rrggyy etiklaylii pe' Mtad>a1 hY�bpndpl" a x mligyaeta tlf Intlarrsity and all hirer wrtings oblgMory In the nature Mefr and eta Nb Rplh atki p - w r rtl(y to 6 aopy f ttk tfy ItFta of qre fwmgany as wet as arhy reaoluuon of tore olredors having lq do w�lh�� teats oontrpeta of IrtQemmty, anti+all other wrlUnge obligatory in me nauro thereof, area to cerUlYcoples0thM,I o'or'� ndd f'powereofenyoftieolfirxots-gftreoxtmoaMorofAtemevain-Fart" •Resolved,tjfriI, ;}I�h@Ih Assistant Secfeta Rmn by Fad for pu ! _ -k olgnature and be valid and bitndI p �up�t t a ,'O" lid IN WITNESS tlfb.IRiow Free and Itsl co 001 wbolh i Attest amesE a �Aaq trail Comm WEALTH OIL PENNSYLVANIA PHILADELPHIA COUK'.1Y On this 5th day of Juno,12000, before me pal COMMERCIAL UNION INSURANCE COMI instrument and they adlPowleogad ixgi are the said olncers aft Corbpgrrysloros; corporate seal and theirielgnatures as Such Company by*S,Diredoraofthe COMMERCIAL or anYlAesistenl VIUS Presklem and the atinature of the Secretary or any poster ofatomayoT'to anyoertttcate reteling thereto appointing Atomay re wag 0rod or other written obligation In the nature thereof and any such xalr'ratpinal epne ot*Udh officer and the original seal of the company to '. boss caused these preemie to be signed by is Senlor Vlce- Sercetary on the Strdoy of Juno, 2000 COMMERCIAL UNION INSURANCE COMPANY 1BTt BYE Ar*�* .6a mt Porter. Senior Vict reside elf 8 Porter,! y known to and subscribed to the said Iry Carroll Assistant Secretary of the Scribed In and who executed the oft caw Company and the at direction of the said by . t H nt (MY Commission "Plroe SaPtamber 2001I 00c ��c�p� 6RTIPIONTE I the undersigned, Id ry of the COMMERCIAL UNION INSURANCE COMPANY, a Massachusetts Corporation do hereby certify that the foregoing power of attorney isIn fit" and has list been revoked aadfudhermore that the Resolutions of We Board of Olredors set forth In the power of attorney are now in force Signed and sealed at the City of Boston Dated 17th day of October 2000 Denn�it BmKb= 8adretary This PoQoftornoy may not be used to execute any bond with an Inception date affair .funs a.;pgs or verification of the authenticity of this Power of Attorney you may call, 1 800 288 2360 and ask for the Power of Attorney supervisor Please refer to the Power of lttorney numbc r the above named individual(s) and details of the bond to which the power is attached In Pennsylvania Dial 215 625 3037 ,B 0027 1 92 BOND NO SB0063434 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That S.I. Louis Construction of Texas Ltd-, 1- I..P , whose address is P.O. Box 2023R4 ArlingtonTX 76006 hereinafter called Principal, and Commercial Union Insurance company a corporation organized and existing under the laws of the State of fi'OW MA 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 Two Million Three Hundred Two Thousand Fiver Hundred Thirty Seven and no/100 DOLLARS (U.N2.,53 ) 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 2000-374, with the City of Denton, the Owner, dated the 17 day of October AD 2000, a copy of which is hereto attached and made a part hereof, for Bid # 2571 — Graveyard Branch Interceptor Sanitary Sewer Mam. 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 17 day of October, 20W ATTEST ATTEST PRINCIPAL 5 J LOUIS CONSTRUCTION OF TEXAS LTD , L L P BY VMC- PRESIDENT SURETY BY COMMERCIAL UNION INSURANCE COMPANY /J'C oP��_ �o BYGnu ATTORNEY -IN -FACT Carol M Conley The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is l►/:\oi�l STREET ADDRESS 106 Elm St., Suite 105, Lewisville, TX 75067 (NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a corporation, give a person's name) ACKNOWLEDGMENT OF PRINCIPAL For Individual or Co -Partnership STATE OF MINNESOTA, ss. COUNTY OF On this day of ,19 , came before me sonally to me well know to be the [e personWHO execute t e foregoing bond, an eachsevers y acknowledged the same to be own free act and deed. Notary rublic, ounty, L My commission expires SURETY ACI NOWLEDGEIdENT STATE OF M L i'ESOTA, ss. COUNTY OF HENNEPIN On this 17th day of October ,2000 , before me appeared Caro one —tome personally know. wh-571iimg only sworn, aid clay fliat he is the n ornev-tn- ac[ o Ite ommercial Union Insurance that the seal affixed to the oregoing instrument is rhe corporate sea of said corporation, that said instrument was signed and sealed on behalf of said corporation by authority of its Board of Directors, and saidcarol M Conley acknowledge said instrument to be the free act and deed of said =11NAPLI 1Votary Yubiic, uenneptnnty, tGI�� -- My commission expires 1/31 /2005 CORPORATE ACI( iOWLEDGEMENT STATE OF NjVNjQRMVA, TEXAS ss COUNTY OF TARRANT On this 17th day of October 2000 before me personally came Les Whitman , to me ow, w o being by me first duly sworn, did depose anTt say: t6aiTe/she resides m Manafi pl ri, Ty , that he/she is the Vice President of �e Corporation describe inas w is xecute t e oregoing mstrumeat, t at s e ows t e eK corporate seal of the said corporatio ; that the co orate seal affixed to the said instrument is such corporate seal, that it was so affixed by order of the Board of Directors of the said corporation and the he/she signed his/her name to the said instrument by like order. i otary runtic, Tarrant: Lounry, TX My commission expires 4,22-02 DANA D. TOMLIN *4'p ven NOTARY PUBLIC IN AND FOR THE STATE OF TEXAS My COMM E%P 0422-=2 CG V Power pf Attorney I Ne U RAN Ca GA0298096 KNOW ALL MEN BY THOSE PRESSM. thatthe COMMERCIAL UNION INSURANCE COMPANY, a corporation duly organized and existing under the laws of the Commonwealth of MeseaC won, and IOW j ItaAftpal WMx In the City of Boston Massachusetts hath made consthuted and appointed and does by these presents mak of r id conaBUOe and Appoint iM Conley. Bovery A Sprelpl GaryR Wbadward all of the City of Minneapolis, State of MINNESOTA and each of them Its try a a, d lawful Attomeydn-Fact, io make, exaouta seal and deliver for and on is behalf as surety any and all bonds or undertakings provided that no bond or undeno" executed under this authority shop apowed in amount the sum of Twenty -Five Million DOLLARS ($20,000,000.00) and the execution of such bonds or undarteMrgs In pursuance ofttase presents, shall be binding upon said Company as fully and amply to SIIJdteale and purposes as If such bonds were agrhed by the Presleetd, sealed with the corporate seat of the Company, and duly Attested by Its Secretary hereby retying and confirming all the acts of oold AttomeYy+freFad pursuant te the 0d%%W erein given This Power of Attorney is made and executed pursuant to and by authority of the following resolutions adopted by the Boats et Diredere ofthe COMMERCIAL UNION INSURANCE COMPANY at a meeting duty called and held on the twenty seventh day of July, 1S72 "Resolved That th Presldard, or any Vice•presidW,, OF any ASaistenl Vloe•Preaident, may Snouts for and In behalf of the company any and all bonds recognizances, contracts of Indemnity, and all other writings obligatory In the nature thereof, the Sams to be attested when neco9eary and it* Seal of the company alPorad thereto by the Secretary, or any Ap$b Secretary, and that the President, or any Vice -President, or Assistant Vlce-President may appoint and authorise an Altomay4hl Fad toWraratfa, atr,'j6 6,W of the company arty and all such Instruments and to aft the egad of the company thereto and that PMWOr' , or any Vdas-Prat 01 � at�pu� AsaNtent Vice -President, may at any ante remove any such Ahomeydn-Fad and revoke all power and aNh 04n to airy Such Addit"ah-Find * "Roaolvad• Thattha Atl9meye4o Fad maybe "n t#powar and iMhortty to execute for and In the name and on behalf of the company any and allbonds ooh cads of Indemrdly, and all q[h Wrltingo obgostory In the nature thereof and any such Instrument axeotded by any such Attameydn Fad Shelf be as bIndteg.upon the abmpeny rar# lilgnea by the President and sealed and attested by the Secretary, and further Attomeysdn Fad am hereby allMortgod to vefteny agleaWt required *lei allaalted to bonds, recognizonces, connects of indemnity and all other writings obligatory In the nature thereof, and are ales authorized and lfon of bonds, recoaAlempolvethsd to certlfy toa copy of any of the bylaws of the company as well as arty resolution of the Directors having to d0 With tlhe zapaea, contracts of Indemnity, and all other wribw obligatory in the nature thereof, and to certily copies of the Power of Attorney or with regard b$de ppv(am Of any "a onions of the company or of Atterpaya-in-Fact " This power of ahomey kitagno�d� rldaealed by fKMr dieJsgar rite ty SWW of thaQollovdng Resokdlon adopted by tie Directors ofthe COMMERCIAL UNION INSURANCE Cq1 A.NY-at ameo#ng duty OWW and hild do ire twenty-seventh dsy,of July 1972 `ResaWadt ihatl0id S%ruduni of the AssistantSecretoryanidd the Compshy Seal Fact ig ature andnd N 1NMrb�ao �lhheg bi be valid and binditpg upon the oenfpaity will IN WffNESB President and it COMMONWEALTH OF PENNSYLVANIA PHILADELPHIA COUNTY or WV I'teaYdanL or any "adogori4re or other crgdheir rigsignature of such as though manually sl ixad' and the signature of the Secretary or any :ate relating ttonito appointing Attomeyn afion In the nature thereat and any such or and the original seal of the company to W COMPANY has caused drew presents to be Signed by its Senior Vloe- r i¢ m Secretary on the 5dt day of June 2000 COMMERCIAL UNION INSURANCE COMPANY 1971 By fd6*C al 3i�Rrti:� Damns S Porter —Senior Vice Preoldent On this Sth day of June„2000, before me personally come Dennis 8, Patter Senior Vice President and James E Carroll Assistant Secretary of the, COMMERCIAL UNION INSURANCE COMPANY, to me personally known to be the Individuals and oflk,ers described In and who executed the preceding instrument and they acknowledged the sxer:utlon Ofthe same, and paMg by me duly sworn Severally and each for himself deposeth and saygh that they are the said officers of the Company aforesaid, and that the Seal A to the preceding Icetfumsntis the owporateseal of sold Company and that the sold corporate seal and their,signaturea as such of bore were duty aMxed and subscribed to the said Instrument by the authority at direction of the said Company 0011FM40 � •�" Linda I —Watery01)Public —(MY CommlSabn expires September 3, 2oa1) f.8R1'IhYG1uiE I the undersigned S"ry of the COMMERCIAL ONIDN INSURANCE COMPANY, a Massachusetts Corporation do hereby certify that the foregoing power Of attorney le In 14H Id" and has not been revoked, *0 Oftmyore that the Resolutions of the Board of Directors set forth In the power of attorney are now In force Signed and sealed at the City of Boston hated 17th day of October 2000 otomay 1m -49L �Dean RGnx —EirCreMryThis Power may not be used to execute any bond with an inception date after June a. am or verification of the wthenhcity of this Power of Attorney you may call, 1 800 288 2360 and ask for the Power of Attorney supervisor Please refer to the Power of \ttorney number the above named individual(s) and details of the bond to which the power is attached In Pennsylvania Dial 215 625 3037 ,0 0027 3 92 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 maybe disquahfted from award of the contract Upon bid award, all insurance requirements shall become contractual obligations, which the successful bidder shall have a duty to maintain throughout the course of this contract STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time, however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted Each policy shall be issued by a company authorized to do business in the State of Texas with an A M Best Company rating of at least A Any deductibles or self -insured retentions shall be declared in the bid proposal If requested by the City, the insurer shall reduce or eliminate such deductibles or self -insured retentions with respect to the City, its officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses Liability policies shall be endorsed to provide the following •• Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers OR 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 rza& "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 WRITTENNOTICE 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 ansing during the contract term which give rise to claims made after expiration of the contract shall be 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 tern, 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 9 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 tins 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 U,000,000 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 mimmum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406 096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensation Commission (TWCC) Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may anse 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 carves the Contractor's liability insurance Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building Limits of not less than each occurrence are required Professional Liability Insurance Professional liability insurance with limits not less than respect to negligent acts, errors or omissions required under this Agreement Builders' Risk Insurance per claim with in connection with professional services is Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be provided Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications ATTACHMENT [X] Worker's Compensation Coverage for Budding or Construction Projects for Governmental Entities A Definitions Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity Persons providing services on the project ("subcontractor" in §406 096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carvers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets B The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all employees of the Contractor providing services on the project, for the duration of the project C The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract D If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the 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 and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage The contractor shall contractually require each person with whom it contracts to provide services on a project, to (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401011(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 paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions K The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity Bid 2571— Graveyard Branch Interceptor Sanitary Sewer Main - CONTRACT & INS 10 -00 TOTAL BID PRICE IN Y4U j%V (OVL I � IAi BID, B-1- M)_ — �irct ray/ T.s��E In the event of the award of a contract to the midersigned, the undersigned will ftmsh a performs bond and a payment bond for the !fill amount of the contract, to secure proper complia= with the terms and provisions of the contract, to msme and guarantee the work until M*cmc4 and lanais RtraisW in fiilfiUment of the tf°r alllawfulclaimPor labor It is understood that the work proposed to be done shall be accepwd, when My completed and WSW in accordance wlih the plans and apeciticationa, to the saasfacbm of the Eagineer The underaigoed cerift that the bid prices contained m this proposal have bem ^•mjWly chocked and are submitted as correct and final Unit atxl hunp sum prkes as shown for each Item hated m this proposal, shall control over cn=x ns. s T ,Gauls CoAtsr of TxAs Lfol L x f' CONTRACTOR Sy .lFs lv 141N1 rv!/!N PC. 4604 zO238¢ Sties Address A,,eu C.roAl T(.os 7,1004 City Ed State Seat dt Aobothatlon of a cmp maim) 160 6 -773' T FAX �8l7� 6!/0 0O3� B-10 vb y` ,s WORK DAYS 190 BID NO. 2571 Vro PO NO BID TABULATION SHEET '14, "4 (Furnish and install, including all appurtenant work, complete in place, the following items) ^ Contractor's warrmtties and 1 LS $ 30, cX pO $ 0, m0 - I121 Understandings /L3 Unit Price in Words N/iz 7'ou5 N /IA✓S SP-39 Project Signs 2 EA $ S/m 42 $ am /EA Unit Price in Words o/ ,9rd 2 124 48" CL 111 Wall B RCP 8 LF $150 QO $ SS 101to 12' Depth /LF Unit Price in Words Owe / ArS 2 12 36" 8' Depth * 122 LF $ 7 $9,436 7-S` /LF Unit Price in Words Se-VkW7Y-NINE Qo /ArS 2 12 710' Depth * 205 LF $ /LF Unit Price in Words 5 //A S 2 12 36" 10' to 12' Depth * 809 LF $ 77'n $63, // QO /LF Unit Price in Words S ,Nt: / 2 12 36" 12' to 14' Depth * 700 LF $ 71 F - $ 00 /LF Unit Price in Words S"(Imeo/ .4 2 12 36" SS 14' to 16' Depth * 842 LF $ T9 , $ /LF Unit Price in Words EN tNE Qo / f}r 2 12 36" SS 16' to 18' Depth * 241 LF $ 79 °D $ /LF Unit Price in Words SJA*tiTNtNr--Vo 1)A4-,r 2 12 736" SS 18' to 20' Depth * 200 LF $ /LF F Unit Price in Words SEY" - AOA6 qrS 2 12 36" SS 20' to 22' Depth * 201 LF $ 79 $ /$ SM d9 /LF Unit Price in Words - Aft N CL ri IM BID TABULATION SHEET (Furnish and mstall, including all appurtenant work, complete in place, the following items) 212 36" SS 22, to 24' Depth * 484 LF $ 79 sJV3 /LF Unit Price in Words S E - nf1N£ Dc,11.4rs 2 12 36" SS 24' to 26' Depth * 806 LF $ $ b /LF Unit Price in Words V WE 212 36" SS 26' to 28' Depth * 687 LF $ ! $Sia1 ' /LF Unit Price in Words V - WIMe 2 12 36" SS 28' to 30' Depth * 345 LF $ 7? $-2 /LF Unit Price in Words EVEN - l //sc D, ZZ9 As 2 12 36" SS 32' + Depth * 1,342 LF $ $ IO�gO/8 /LF Unit Price in Words Si: — i rs Go SP-1 36" PVC w/48" Steel Casing 338 LF $ `w $110. Cbo 2 12 I /LF - by other than open cut Unit Price in Words .1VE:41A(r// r 2 12 8 36" DIP SS 0' to 8' Depth 87 LF $ /LF Unit Price in Words i 2 128 36" DIP SS 8' to 10' Depth 16 LF $ /09 av $ 7 /LF Unit Price in Words OW5 E 2 12 8 10' to 12' Depth 14 LF $ /09 $ /, o7G [3�pSS /LF Unit Price in Words 'i �AIs 2128 36" DIP SS 12' + Depth 13 /LF Unit Price in Words 8 &L6O 2 12 8 36" DIP Aerial Crossing, Incl Piers 1 LS $0 nIsoff o� /LS Unit Price in Words 5 A/ ,?o///drS 2 12 30" SS 12' to 14' Depth * 84 LF $ 57 -',o /LF Unit Price in Words — / / F E EM BID TABULATION SHEET (Furnish and [stall, mcludmg all appurtenant work, complete in place, the following items) ay� •I X 30" SS 14' to 16' Depth * 743M47LF/LF $ 2 12 /LF Unit Price in Words F=P?Y- E C 2 12 30" SS 16' to 18' Depth * 318 LF $ Zf So $ /e% S°;o /LF Unit Price in Words F AeS' A F C 2 128 30" DIP SS 10' to 12' Depth 43 LF $0-", oo $ 1 /LF � Unit Price in Words o 2 128 30" DIP SS 12' to 14' Depth 110 LF /LF � Unit Pricem Words - 2 2 128 30" DIP SS 14' to 16' Depth 95 LF $ `boy $ /LF SS Unit Price in Words 1. - j*r &W k40LLke5 I PAID LjCq&:T 2 128 30" DIP SS 16' to 18' Depth 32 LF 1 W•0� $ /LF SS � , Umt Price in Words i! - A 2 128 30" DIP SS 18' to 20' Depth 16 LF $ �� $ /LF � QO Unit Price in Words D A&C 2 128 30" DIP SS 20' to 22' Depth 11 LF $ /LF � Umt Price m Words - T c iCS Ii 2 12 8 30" DIP SS 22' to 24' Depth 23 LF $�JP`-�� $ ' /LF BS Unit Price in Words - EbioL D 2 128 30" DIP SS by other than open cut 350 I LF $ $ SP-1 I /LF Unit Price in Words l RQS 2 12 27" SS 0' to 8' Depth * 14 /LF Unit Price in Words - 2 12 27" SS 8' to 10' Depth * 25 LF $ - /LF Unit Price in Words 11MI BID TABULATION SHEET (Puraish and imtail, incimun all appurtenant work, complete iu p� 2 12 271' SS 10' to 12' Depth * 356 LF $ $ /LF Umt Pri m words F - L F s 212 27" SS 12' to 14' Depth * 484 LF $�'� $ A, 318 O0 /LF Umt Pn e m Words =F — R S fs 212 27" SS 14' to 16' Depth * U2 LF $.4 / 0 $ " Q99 m /LP Umt Price m Words -moo s F 2 12 27" SS 16' to 18' Depth * 1,608 LP $5 S_o $ 8y low /LF Umt Price m Words * 1,460 LF $ 5 So $ 79, 570 a9 212 27" SS 18' to 20' Depth /LF Umt Price m Words F- — A 2 12 27" SS 20' to 22' Depth * 73 LF $ S�/ $ 3, 1p /LF Umt Price m Words D F 2 12 2" SS 22' 7to 24' Depth * 329 LF $ 5`i $ i7 9� 50 /LF Unit Price m Words — R- s'0 eA6W 2 12 27" SS 24' to 26' Depth * 35 LF $ $4. So $14,907 . /LF Umt Price m Words l-rf - 2 12 24" SS 10' to 12' Depth * 332 LF $ 56 /LF Umt Price m Words r 2 12 12' to 14' Depth * 1,564 LF/LF F24" UWords S D o —5 2 12 14' to 16' Depth * 937 LF $ SO°—' $ /LF Umt Price m Words 2 12 24" SS 16' to 18' Depth * 41 LF $ 50 °O $noro c� /LF Umt Price in Words imi Alp BID TABULATION SHEET ., (Furnish and install, including all appurtenant work, complete in place, the followmg itetos) - - 2 12 15" SS 0' to 8' Depth * 719 LF $ o� . $ IRA 99 /LF Unit Price in Words 2 12 15" SS 8' to 10' Depth * 3 LF $ /LF Unit Price in Words - oL 212 15" SS 10' to 12' Depth * 411 LF I $ V19 /LF Unit Price niWords - jDmh 2 12 15" SS 12' to 14' Depth * 625 LF Do $ /LF $ a6i oZJD Unit Price in Words, s D o .S 2 12 15" SS 14' to 16' Depth * 596 LF $ i/? /LF Unit Price in Words TS 212 15" SS 16' to 18' Depth 111 LF $ J A0 /LF $ qi 6162 ' Unit Price in Words F6 5' 2 12 15" SS 18' to 20' Depth * 270 IF $ , /LF $ 1\1 Btb � Unit Price in Words rOpr w.0 o D Alb CJEAlr� SP-1 2 12 15" SS w/24" Steel Casing by other than open cut 540 LF $e455 /LF $13%, ZO Unit Price in Words S A 2 12 10" SS 10' to 12' Depth * 15 LF $ 35"° /LF $ 5•15 ' Unit Price in Words - S 2 12 10" SS 14' to 16' Depth * 5 LF $ 35 V /LF $ l75 p' Unit Price ni Words A �S D D T� 2 12 10" SS 22' to 24' Depth * 5 LF $ 35 °O /LF $ l 75 °% Unit Price in Words - E o 2 12 8" SS 10' to 12' Depth * 25 LF $ 3y so /LF $ Bso Unit Price ni Words T1br-0- 1 •- kt P— O o LLd1-QS 4 h 1;15: BID TABULATION SHEET z [Furnish and install. including all appurtenant woik, complete inplace, the (ollpwing 2 12 10' to 12' Depth + 5 LF I$NOo $ /�� /LF Unit Price m Words LF $c�I SQ $ 6i 0� m WS-25 Trench Safety System 18,408 /LF Umt Price in Words MV D SP-57 Flowable Backfill 200 LF $ 4.5 °O 131 a)0 /LF Umt Price in Words 'S - WS-24 post Construction Clean & TV 19,298 LF $ 100 1 i 008 /LF Unit Price in Words D L T 1900 SP-3 polyBond plus Lining for 36" Diameter 190 LF $10°% CL 51 DIP /LF Unit Price in Words 0 1oi SP-3 PolyBond Plus Luting for 30" Diameter 680 LF 1 CL 51 DIP Unit Price in Wordsrfl� QS AYOV Ab 2 1 Concrete Encasement (for all pipe sizes) 310 LF $ 30 °o $ 9300 /LF Unit Price m Words 0 AIA 16 EA $ too 7 6A Sid 6' Diameter MH /EA Unit Price in Words -SE D R25 0 7 6A 6' MH Extra Depth 218 VF $ i5o 00 $ 7t� /VF Unit Price in Words r-Z-F-rV [ O m 7 6A Sid 5' Diameter MH 29 EA $3 $ Q%i 350 /EA Unit Price in Words z d FrF O[LA25 D S 7 6A 5' MH Extra Depth 298 VF $ $35 960 0� /VF Unit P ce in Words f e-L A O 7 6A Sid 4 Diameter MH 1 EA $ ol` lJO - $ /EA Unit Price in Words E IQ- 2 D O BID TABULATION SHEET (Finish and mstall, including all appurtenant work, complete in place, the following items) 7 6A 4' MH Extra Depth 3 VF $ *,0Ai $ NF Umt Price in Words S WS-13 Junction Box (Sta 0+00) 1 LS $1 Unit Price in Words 3 Rr[ SP-61 Aerial Crossing, Piers Bank Blocks, and Appurtenances 1 LS $zX6 /LS Unit Price in Words lw- FzQ SP-56 Lining for Corrosion Protection for Junction Box and 48" RCP Stub 230 SF $ 10 /SF - Unit Price in Words TE 23 4+J0 SP-56 MH Ling for Corrosion Protection 6' Dia MH's (Sta 1+00 to Sta 75+11 84) 177 VF $1Z NF $JO, 915 49 Unit Prim in Words -Fr 0 SP-5 MH Plume/Meter and Control 1 LS $ /LS Unit Price in Words C 7ri0uS b S ANID A16 T' WS-14 T�W-ITTM—HBolted Lid 24 EA 00 $ /00 ^ /EA $o%i%• ^ Unit Price in Words o E D A110 1!5 WS-14 TVen,for WT MH Bolted Lid 4 EA $ 500 /EA Unit Price in Words F C TS SP-58 MH Sign & Mounting Pole 9 EA $ 100 /EA $ Unit Price in Words O iE YU CD S /i D SP 4 12" Gabion Mattress1,690 Sy $ -5 eo /SY 49 $ Unit Price in Words E Cc A k5 SP4 Filter Fabric for Gabion Mattress 1,860 Sy /SY Unit Price in Words 5AIi5 d e '15 8 3A 6' Concrete Cart Path 8,055 SF $ /SF $0 ^ Unit Price m Words i1 0 Im � {„tPp.•a er - zS'15.1°r5�'t -) ,,, ,„'s4) 03 ow f. r a �r 2.13 Hy4ro Mulch SasdNtg 63,682 SY , 1 $ MYr,. 5 volt NO in words r "x' 215 q- Top $oll sa,u22 SY 61 S� — sr" < MY Unit io wotde: 28 Few 1 LS- SP-59 yK /is wS-la UaU Me in Words. &krzuZbeZAeJr g � Setvke Taps s Hn ASM WAAD 75n QO skMS�, — SO Uok Prkx ht Words. 4 0 29 Temporary Comuucdon Fa w 1 is s/�'e At Denton Cmdry Club Unit la w TOTAL $m WI —"l Fr....a,m6 in � in RAM� z 3a2 537. — / C 8-8 WORKENWIt • [i tF Y � iO NO. ALTERNATE BID TABULATION SHEET " > q%rAW and WMV, wcwft all qpwmoW work, complete In phax, the tollo�l10010�� Cottreawr's Warranties and 1 LS 121 undersrandiap unit i words: s 2 BA $ 9ao ^ $ SP-39 pit 340 /BA in Words: —48" 12 4 IS$ 8 LF $ISO°= $ %7d� 2 CL m well B RCP /i.F 10' to Ir Depth ut it priceh► w :.UfAdbga, 212 i$", 84 0�stv'8•;�,�' 136 LF 2 12 unit 18" s§ 8' w lo' Depth • no LF $ `i I ao S ILF unit Price in worts 2 12 Depth' ` 1,497 LF $'11 °" $ &1, 3T1. n.F - —' -` unit Price in words.raprw - -2 12 18" 12' to 14' Depth • 2,932 LF $ `// - $ �Ib, il•i. /LF Unit 212 ht Wands. -o 18" SS W to 16' Dop11t' 2,655 LF $ q I e' $ Me unit Price In words 212 " SS 16, w 18, Depth " 2,208 LF s y/ $ L�n /LF I Ink Words. • 2 12 0, Depth 18" SS Is, to 2ALF 1,660 LF17= Unit Price In Words • 274 LF $ I $ ► , 43 212 18" SS 20, w 22' Depth nF Unit Price in WM*- i$4A i 0 JOE �, 'f"940M9 212 Utdt in word - 190 SS 24' to 26' Depth • 941 LF $ Y/40 unit m words - • 697 LF S y $ 2 12 1S- SS 26' to 28' Depdh � umt Prim in words - F s LF� / a • 345 212 18- SS 28' to 30' Depth 212 Unit words: IS' SS 32' + Depth • 1-342 ps, $ �j unit words: FO LF S3o?$ $I Sp-1 is, PVC war Steel ccum338 212 - By Od w Than Open Cni unit htwotds; 87 LF 35?p0 $, 3� 2128 - 18 Dip SS 0 to 8 Depth Ay umt Pnos in words. 2 12 8 18- DIP SS 81 to 10' Depth 16 LF $ 51 � S unit Prim in words: F 57 LF S S9 s3,3163 2129 I8- DIP SS 10' to 12' Depth /LP 2 128 unit mwords 18- DIP SS 12' to 14- Depth u- 123 LF $5 ^ 1� 7 $J nx Unit — Price in words. - 18- Dip SS 14' to 16' D%A 95 LF $ 2128 /LS Unit is words: - AAlb S59• S 16 2 12 8 18- DIP SS 16' to 18' Depth 32 LF /LF 00 V+uL i'�q� u• �rvr .. _Y 1 Ae M� �' ae. •, 'fin"� a' 8&P. z7 00 mummW91W u hAdLNar 940,349 m7902 Nd a n a t ALT!>C, mu BW TABULATION STET mm' m ad Well. h>*jft an aark. °DWIft 1m pleas, the follo"b t DIP 0 Ir to 20' Depth 16 I IF I SAY •- _�$�� unit io wotds: Fr - SAIA 2128 18" DIP SS 20' to 22' Depth 7 it LF S SR°-" $6 q 4 00- /LF unit 1n words - P 212 8 18" DIP SS 22' to 24' Depth 23 LF S 54 °P $ 1357. o0 ELF unit h► words: - g U. 2128 I8" DIP SS for Aorta Cto ft 60 u s �m QO S i a, (*00 °O ELF Umt in words: % 2 12 8 18" DIP ss By Other Than Opem Cut 350 LP S NO — s 114 # SP-1 � —'unit mwaae. 212 1S" SS 14' to 16' Depth * 10 LF $ — $ ILF Umt words: - 2.12 10" SS 14' to 16• Depth " s iF s 35 °O $ /7 umtpncetnwords T _ Fs -�LIJArgve, 212 10" SS 22' to 24' Depth * 5 LF S 35. cg $ 175- °O LF unit in words 6338 IF S o� - Sench safety syecem re R.P Mat me in words. o < C SP-57 PlowableBeckfill 200 LF SbS.QO i3,Cco a unit price in wade• - WS-24 Conetnu2{on Clean & Tv 16,728 LF S - Ito, 7a8 jpogt Unit Price in words: SP-3 po1yBoud No Lining for IS- Diameter 870 LF S 10°O 8700 CI. Sl DII' /LF unit words o C agC t es11 oo wsn sox r ° s�a E� < 1 4 a e t a5�,h r. Aj Y r. 21 an pis sittea) 2A0 LP5 s �" Unit P - Ts 7 6A Std 5' DiamdwMH 39 EA S 3150a_ s1a�,8� I unit pnw in words. - wk 5' MH 6iamDepeh 514 C 7 6A VP $ 00,42 s(6116w 00, NF Unit Pr in Words: a:. D s aw pO WS-13 Junction Box (Ste 0+00) 1 LS Umt in Words. - lac RS D L/ SP-61 AaW Cam, rAw. Hack Bloob, 1 LS s g0,Cw °-ff and, Appartetmm (Not Ind. Pipe) I as Unit is Worda A b n 0 TS SP-56 I*ft to Cmutdon,Prm anion for 230 SP s /0. °O 1 s;960 Junction fox and 46" Ra Stub I /SF Utdt Nice in words: SP-56 MR LWWS for Corrosion Protection 5' 288 VF $ /7S 0' s f6l ULU 02 Dia MH's (Sta 1+00 to Ste 75+11 84) NF Unit Price is WotdS: D E o C -Dbou Ps AAW 41 WS-14 WT MH Bolted Lid 17 EA $jjw $1700°D /EA Unit Price in WOrda• D C o WS-14 Vein for WT MH Bolted Lid 3 EA $ Say a' s/Soo oc� /EA Umt in words R SP-58 MH Sign & Mouti>dt►g Pole 9 BA $/ w /EA Unit Prke m Words- 0AIC ALTERNATE BID TABULATION SHEET thmd k and in". bobulm all esourrmmt work, eom0m to place, tie toaowiat MM) WS-18 8 inch Service Taps s BA S� s V o ou umt mw aEo � 2 a SP-4 120 Clabion MatM= sm aY S GS O° Srja/C� co /$Y unit in Wads W9t SP-4 Fater Fabric for Gabion Mattress 880 sY s 1•0,� MY Unit Pnco in Wot&:O d 0040 CEAtM 8 3A 6' Cownw Can Path 8,055 SF S • pO S �,?� 07;Zo °-° lb /SF Utdt Pt� m wads Vowe T.)bL\,A RS A 10 215 Hydra, M„ kp SeedkV 54.447 SY S 9 � $•?7 D /sY unit in-womwi tl S AAJo sL 215 4"'Top Soa 78,787 SY $B $787.87 MY unit Price in W b—>OLLAAtr5 Ar C 28 Brie 1 LS S ibw S 410,L66 SP•54 /LS unit Price in words: I A es 28 Temporary Consmocnan Fance 1 LS S b, 000 o? S Jo wo 41? At Denton Commy Club /L S Unit price in Wotds:"-r TOTAL ALTERNATE BID 054K - 34M): / j7 in words to B-i `1 ME ORDINANCE NO �` AN ORDINANCE AUTHORIZING THE EXECUTION OF CHANGE ORDER NO 1 TO THE PUBLIC WORKS CONTRACT PROVIDING FOR CONSTRUCTION OF THE GRAVEYARD BRANCH INTERCEPTOR SANITARY SEWER MAIN BETWEEN THE CITY OF DENTON, TEXAS AND S J LOUIS CONSTRUCTION OF TEXAS, LTD, L L P, PROVIDING FOR AN EXPANSION OF SERVICES, AND AN INCREASE IN THE SCOPE OF WORK, MATERIALS, LABOR AND AN INCREASE IN THE PAYMENT AMOUNT, AND PROVIDING AN EFFECTIVE DATE (BID NO 2571 TO S J LOUIS CONSTRUCTION OF TEXAS, LTD, L L P IN THE AMOUNT OF $2,302,537 22 PLUS CHANGE ORDER NO 1 IN THE AMOUNT OF $171,516 75) WHEREAS, on October 17, 2000 (Ordinance No 2000-374), the City awarded a public works contract to S J Louis Construction of Texas, Ltd, L L P , in the amount of $2,302,537 22 to construct the Graveyard Branch Interceptor Sanitary Sewer Main, and WHEREAS, the City Manager having recommended to the Council that a change order be authonzed to amend such contract with respect to the scope of work, materials, labor and an increase in the payment amount, and said change order being in compliance with the requirements of Chapter 252 of the Texas Local Government Code, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION 1 That Change Order No 1, increasing the amount of the Contract between the City of Denton, Texas and S J Louis Construction of Texas, Ltd, L L P on file in the office of the Purchasing Agent, in the amount of One Hundred Seventy One Thousand Five Hundred Sixteen and 75/100 Dollars ($171,516 75), is hereby approved and the expenditure of funds therefor is hereby authorized The master Contract amount is hereby amended to read $2,474,053 97 SECTION 2 That this ordinance shall become effective immediately upon its passage and approval Ad PASSED AND APPROVED this the I day of�_ 2001 a4xA4C�-' EULINE BROCK, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY By I d"'.1, b)juh' APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY By rfa S \Our Documents0rdmances\01\S J Louis Construction of Texas -Change Order No I doe