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