Loading...
2013-082ORDINANCE NO. 2013-�g2 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR WATER AND WASTEWATER IMPROVEMENTS AS SPECIFIED IN BID S 181-COOPER CREEK INTERCEPTOR III; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (BID 5181-AWARDED TO THE LOWEST RESPONSIBLE BIDDER MEETING SPECIFICATION, CONDIE CONSTRUCTION COMPANY,INC.1N THE AMOUNT OF $990,958). WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of State law and City ordinances; and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids: BID NUMBER CONTRACTOR AMOUNT 5181 Condie Construction Company, Inc. $990,958 SECTION 2. The acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the awaxd of the bid. SECTION 3. The City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein. SECTION 4. The City Council of the City of Denton, Texas hereby expressly delegates the authority to take any actions that may be required or permitted to be performed by the City of Denton under Bid 5181 to the City Manager of the City of Denton, Texas, or his designee. SECTION 5. Upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto. SECTION 6. This ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the �� day of c� , 2013. MARK A. B OU S, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY BY: r - 4-ORD-B' 81 CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 2nd day of April A.D., 2013, by and between City of Denton of the County of Denton and State of Texas, acting through Geor�e C. Campbell thereunto duly authorized so to do, hereinafter termed "OWNER," and Condie Construction Cornnanv. Inc. 53 North 1650 West Springville, Utah 84663 of the City of Springville, County of Utah and State of Utah, hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed.in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: Bid 5181-Cooper Creek Interceptor III in the amount of $990,958 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 furiush 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 Perfonnance 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 all local, state and federal laws; and plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by: Citv En ing eering staff all of which are referenced herein and made a part hereof and collectively evidence and constitute the entire contract. CA-1 Independent Status It is mutually understood and agreed by and between City and Contractor that Contracto�- 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 Contractar 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 agreernent. Indemnification Contractor covenants and agrees to and does hereby indemnify, hold harmless and defend, at its own expense, Ovvner, its officers, servants and ernployees, from and against any and all claams or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of the Work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers, servants, employees, of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner during the performance of a.ny of the terms and conditions of this Contract, whether arising out of in whole or in part, any and all alleged acts or omissions of officers, servants, or employees of Owner. The provisions of this paragraph are solely for the benefit of the parties hereto and not intended to create or grant any rights, cont�actual or otherwise, to any other person or entity. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcernent 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 R.ight to Audit The OWNER shall have the right to audit and make copies of the books, records and computations pertaining to this agreement. The CONTRACTOR shall retain such books, records, documents and other evidence pertaaning to this agreement during the contract period and five years thereafter, except if an audit is in progress or audit fmdings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents and other evidence shall be available, within 10 business days of written request. Further, the CONTRACTOR shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to this agreement, and to allow the OWNER similar access to those documents. All books and records will be made available within a 50 mile radius of the City of Denton. The cost of the audit will be borne by the OWNER unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the CONTRACTOR which must be payable within five business days of receipt of an invoice. Failure to comply with the provisions of this section shall be a material breach of this contract and shall constitute, in the OWNER'S sole discretion, grounds for ternunation thereo£ Each of the terms "books", "records", "documents" and "other evidence", as used above, shall be construed to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepaxe a final printed document. CA-3 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: City of Denton (SEAL) , /��%""`�L v� '�! �.` o r� �p S i: C o �� S;�t. � c.'� � o w C�. T N �, �� CONTRACTOR S3 t�to�.�N lc�so �Jcs� 5,��-sN�vs4�.�. V7�r� �44 aj MAILING ADDRESS S�l - 4�9 �30�0 PHONE NUMBER S�i-4�`t-�ZC� F IG �AUT� RIZED SIGNATURE , / ��� � oN�z� l ��.,�S���N ; APPROVED AS TO FORM: PRINTED NAME, TITLE � (SEAL) �Y: TA BURGESS, CI`� ATTORNEY � CA-4 PERF�RMANCE BOND Bond No. 906001741 STATE OF TEXAS § COUNTY OF DENTON §. KNOW ALL MEN BY THESE PRESENTS: That Condie Construction Company, Inc.,✓ whose address is 53 North 1650 West �pringville, UT 84663 hereinafter called Principal, and Liberty Mutual Insurance Company � , a corporation organized and existing under the laws of the State of Massachusetts , and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws• of the State of Texas,. hereinafter called Owner, the penal sum of ine Hundred Ninety Thousand Nine Hundred Fifty Eight and 0/100�LLARS $990 958 lus 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 9onnected 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 2013-082, with the City of Denton, the Ow�er, dated the 2nd day of April A.D. 2013 �or Bid #5181-Cooper Creek Interceptor III ✓ 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 terui thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surery, and during the life of any guaranty or warranty required under this Contract, and shall also well and tiuly perform and fulfill all the undertaleings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of two (2) years fiom the date of fmal completion and final acceptance of the Work by the Owner; and, if the Principal. shall fully llidemnify arid save harmless the Owner from all costs and dainages 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 malcing good any default or deficiency, then this obligation shall be void; otherwise, it shall remain. in full force and effect. .� PROVIDED FURTHER, that if any legal action be filed upon tlus 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 Worlc 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, Specif'ications, 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 Civi] Statutes of the State of Texas. IN WITNESS W�lEREOF, this instrument is executed in fynr copies, each one of which shall be deemecl an original, and this the 9�' day A_pril of 2013 '� ATTEST: PRINCIPAL � Condie Constructi Company 9 BY: r �� � ' S CRETARY BY: z-����--- ATTEST: SURET� Liberiy Mutual Insurance Company �BY: /� " " ATTORNEY-IN-FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: Kevin W. Andrews NAME: 9980 South 300 West, Suite 320 Sandy, Utah 84070 STREET ADDRESS: (NOTE: Date of Perfonnance Bond must be date of Contract. If Resident Agent is not a corporation, give person's name.) • .� ����,e�3 �CyL✓�P PAYMENT BOND Bond No.906001741 STATE OF TEXAS ,¢ COUNTY OF DENTON �' KNOW ALL MEN BY THESE PRESENTS: That Condie Construction Company, Inc.;` whose address is 53 North 1650 West S�ringville, UT 84663 hereinafter called Principal, and Liberty Mutual Insurance Companv ��� , a corporation organized and existing under the laws of the State of Massachusetts , and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to/, in the penal sum of Nine Hundred Ninety Thousand Nine Hundred Fifty Eight and 0/100✓DOLLARS $990 958� 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 heu•s, 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 2013-082, with the City of Denton, the Owner, dated the 2nd day of April A.D. 2013,✓�or Bid #5181-Cooper Creek Interceptor III.,� NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, finns, 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. " 11ND 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; .� This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such surety, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Te�as. IN WITNESS VVHEREOF, this instrurnent is executed in four copies, each one of which shall be deemed an original, and this the 9th day April of 2013 ✓ ATTEST: PRINCIPAL BY: � SEC TARY ATTEST: SURETY ` I l�l�.� ��. � r_I ,/./_ /� . Condie Construction Company Liberty Mutual Insurance Company BY: �- � �" ATTORNEY-IN-FA The Resident Agent of the Surety ii� Denton County, Texas for delivery of notice and service of the process is: Kevin W. Andrews r�r��Tr� 9980 South 300 West, Suite 320 Sandy, Utah 84070 STREET ADDRESS: � � (NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) •; . ���� �� � .N O C. d � N �C y � � 'a 3 i a1 C� y O � L > d � _ 3 a � '�n O i y O �� �� ea� d � � �� �� � v ��a c >i Z V 4146274 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have na authority ta bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY� BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute a appoint JEFFERY G. SHIELDS, W. SCOTT SHIELDS, GUYANNE L. HANSEN, KEVIN W. ANDREWS TEPHANIE GARAHANA, BREIT D. MAYER, TRACY A. MERVIN, ALL OF THE CITY OF SANDY, STATE OF UTAH ............................................ ............................................................................................................................................................................................... each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, an� and all undertaking�s, bonds, recogprc ances and other surety obligatio m the �enal sum not exceeding EIGHTY MILLION AND 00/100********** ******************** *******''***"* J DOLLARS ($ 80,000,000.00* ********* ******** � each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: Pursuant to Article XIII, Section 5 of the By-Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 30th day of September , 2010 LIBERTY MUTUAL INSURANCE COMPANY ,,,;:,, �� �r� =���" " f.� By( v�c.-.�� %.✓� S�G4 � '�-��;;�v� Garnet W. Elliott, Assistant Secretary COMMONWEALTH OF PENNSYLVANIA ss COUNTY OFMONTGOMERY On this 30th day of September , 2010 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the_corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY first above writtei CERTIFICATE subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year COMMONWEF,CTH 01= PENNSYLVANIA Nq18fie! $kal Taresa Pm�;ella, No9ary Pu60c Pi}�rt;cu9h T44z. A4onfgomery G.sunty PRy Gommicsion Explres Atprch 28; 2013 ftiumAur, Pemsylvanr� Ase'nda4uxi ai Nslu!i�s � �z�►�� BY ���C/� Ter sa Pastella, Notary Public I, the undersigned, Assistan ecretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Lfberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. w � d C .y 7 � _ � O V y yW C � � aM O� a� c � � O � a� N L O �� O � �� � � �� d >= �o �� � N y M � � � O F�— � IN ESTIMONY WHEREOF, I have hereunt ubscribed my name and affixed the corporate seal of t said company, this V��y ` day of r � , �'� . � ✓ ���'�„'", � ;=:. ��� �J By � ��� David M. Carey, Ass' .'t Secretary ( #., �`�.�__ � �� CONDI-1 OP ID: RD '`��°�°� C�RTIFICATE OF LIABILIT`� INStJR�NCE DATE(MM1D�lYYYY� �,- D4/Q9/13 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS N� RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY �R NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INuURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORI2ED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 801-984-6100 NAME:CT Universal Business Insurance 801-984-6060 PHONE wc, No : P O Box 709210 ac No exc : Sandy, UT 84070 aooRIESS: UBI of Southern Nevada, Inc. INSURER(S AFFORUING COVERAGE NAIC # INSURED Condie Construction Co., fnc. 53 North 1650 West Springville, UT 84663 INSURERA:wCharter Oak Fire fnsur. Co. INSURER B:*Travefers Casualty Ins Co of ���,� INSURER C : *Travelers Property & Casualt �,L.y`�� INSURER D : ItJC11RGR F • COVERAGES CERTIFICATE NUMBER: REVI510N NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. A�D SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE POLICY NUMBER MMI�DNYYY MMID�IYYYY LIMITS GENERAL �IABILITY � CH OCCURRENCE $ 'I,OOO�O A X COMMERCIAL GENERAL LIABILITI' CLAIMS-MADE X❑ OCCUR� GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PR� LOC AUTOMOBILE LIABILITY A X ANY AUTO� ALL OWNED � SCHEDULED AUTOS AUTOS NON-OWNED HIRED AUTOS AUTOS H UMBRELLA LIAB I X I OCCUR C X ExCE55 LIAB ~ � CLAIMS-MADE 5'7'� )( DT8107569P157 / CUP7569P157 WORKERS COMPENSATION � AND EMPLOYERS' LIABILITY B ANY PROPRIETORlPARTNER/EXECUTIVE Y� N/ A OFFICERIMEMBER EXCLUDED? (Mandatory in NH) If yes, describe under f1FRCRIPTI(1N llF nPFRATIONS b010W 569P157 � 04l01/13 � 04l01/14 04/01113 � 04/0'i/14 04/Q1/12 � 04/01/13 oaro�ila DESCRIPTION OF OPERA710NS f LOCATIONS ! VEHICLES �attach ACORD 101, Additlonal Remarks Schedule, if more space is requfred) RE: Cooper Creek Interceptor III projecf ✓ City of Denton Texas is an additional msured on a primary}�sis as respects the General Liability and Auiomobile Liability coverage. ✓ CERTIFICATE DENTO-3 City of Denton Texas,/ 901-B Texas Street Denion, TX 76209 CELLA' AMA E T RE PREMISES Ea occurrence $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERALAGGREGATE � PRODUCTS - COMP/OP AGG � � BODILY INJURY (Per parson) $ BODILY INJURY (Per accidenl) $ PROPERTY DAMAGE $ (Per accident) $ EACH OCCURRENCE � AGGREGATE � / i E.L. EACH ACCIDENT � E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ 1,000,000 2����,�0 2,000,000 1,OOO,D00 � 1,000,000 � ,00�,��0 1,000,000 ` 1,006,000 � 1,000,000 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES 8E CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ����J� �O 1988-201d ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Birlder's attention is directed to the insurance requiremer�ts below. It is highly recoinmended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the ctvailability of insurance certificates and endorsements as prescribed and provided herein. If an apparent low bidder fazls to comply strictl,y with the insurance requirements, that bidcler may be disqualified 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 ContractoY, the Contractor� shall p�ovide 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 awa�d, Contractor shall file with the Purchasing Department satisfactory ce�tificates of insurance, containing the bid number and title of the project. Cont�actor may, upon written �equest to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractors are st�ongly ctdvised to make such requests prior to bid opening, since the insurance requirerrcents 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- VII or better. • Any deductibles or self-insured retentions shall be declared in the bid proposal. If requested by the City, the insurer sh�ll reduce ox 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 adivuustration 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. C��� • 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. • Cancellation: The City requires 30 clay written notice shoulcl any of the policies described on the certi�cate be cancelled or materially changed before the expiration date. • 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 yeaxs beyond the contract expiration, such that occurrences arising 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 term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. CI - 10 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: [X] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000,000.00 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 sha11 include at least: Bodily injury and Properly Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures. Broad form contractualliability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. [X] Automobile Liability Insurance: Contractor shall provide Comrnercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than �500,000.00 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. CI - ll [X] Workers' Compensation Insurance Contractor shall purchase and maintain Worker's Compensatiori insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a$500,000 policy limit for occupational disease. The City need not be named as an"Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the 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 arise in the prosecution of the work or Contractor's operations under this contract. Coverage shall be on an "occurrence" basis, and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance. Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregaie. [ ] Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. [ ] Builders' Risk Insurance Builders' Risk Insurance, on an All-Risk form for 100% of the completed value shall be provided. Such policy shall include as "Narned Insured" the City of Denton and all subcontractors as their interests rnay appear. CI - 12 [ ] Commercial Crime Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this coverage should be written on a"blanket" basis to cover all employees, including new hires, This type insurance should be required if the contractor has access to City funds. Lunits of not less than each occurrence are required. [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, tha�t requirement will be described in the "Specific Conditions" of the contract specifications. CI - 13 ATTACI3IVIENT 1 {X] Workers' Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificate")-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a proj ect, for the duration of the proj ect. 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 provid.ing services on the project ("subcontract�r" 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 1'unitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which fiu-nishes 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: CI - 14 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 shali retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entify 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 proj ect. 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 axe required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contxacts 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 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the proj ect; 4) obtain from each other person with whom it contracts, and provide to the contractor: a) certificate of coverage, prior to the other person beginn.i_ug 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; CI - i 5 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 icnown, of any cha.nge that materially affects the provision of coverage of any person providing services on the proj ect; 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 io 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 govemmental entity to declare the contract void if the contractar does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. C��[:7 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other erson doin business with local governmental entit This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a oate Re�e�ved person doing business with the governmental entity. 8y law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An ofifense under this section is a Class C misdemeanor. 1 Name of person who has a business relationship with local governmental entity. No, �� 2 � � Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7`h business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) � 3 Name of local government officer with whom filer has an employment or business relationship. N6�� Name of O�cer This section, (item 3 including subparts A, B, C& D), must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? 0 Yes � No 1y �� B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? 0 Yes 0 No j�� I� C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or.holds an ownership of 10 percent or more? � 0 Yes � No �1 /� D. Describe each a�liation or business relationship. 4 1 /� / ,�� ' .� � G �?.�.� r 3 Sigri t e of p n doing business with the governmental entity Date Adopted 06/29/2007 !YT/1 1 --� BID ##5181 PROl'4SAL T() THE CITY 4� DENTOl�T, 'TEI�S ��18 �I�[E CONS'Y'RUC`I`IOl�t UF COOPEI� CREEK INT��CEPi01� III 0 DEliTT�N, T�XAS The undersigned, as bidder, declares t�hat ihe only person or parties interested in thi� pr�pa�sal as principals are those named herein, that thi.s proposal is made without collusion with any other persar_, fi�m, or corporation; that he has carefully exainined the form of contra.ct, Notice to Bidders, � specif cations and the plans therein referred to, and has carefully examined. the locations, .) conditions, and classes af materials of the proposed work and agrees that h� will provide all the necessary labor, machinery�, tools, apparatus, and other items inciriental to conslruction, and will do all the w�rk and fumish all the ma.terials called for in the contract and specifications in the manner prescribed herein and according to the requirements of the City as therein set forth. . It is understood that the following quantities of work to be done at unit prices are approximate only, and axe intended principally to serve as a guide in evaluating bids. It is agreed that the quantities of work to be done at unit prices and material to be furnished may be increased or diminished as may be considered necessary, in the opinion of the City, to complete the work fully as planned and contemplated, and that all quantities of work whether increased or decreased are to be performed at the unit prices set forth below except as provided for in the specifications. The contractor shall provide the numeric unit price and the unit price in words for each quantity. Unit price in words govems over the numeric price given. It is further agreed that change orders may be negotiated between the contractor and City t� cover additional work ordered by the City, but not shown on the plan�s or required by the specifications, in accordance with the General Provisio�ns. Similazly, change orders may be negotiated to cover c'.eletion of work so ordered. It is underst�od and agreed that the work is to be completed in full w�thin the time specified in the —� General Provisions. Accompanying ttus proposal is a certified or cashier's eheck or Bid Bond, j payable to the Owner, in the amount of five percent af the total bid. P-1 � l ; -� It is understood that the bid security accompanying this proposa] shall be returne�i to the bidder, unless in case of the acceptance of the proposal, the bidder sha.11 fail to execute a contract and file a per%rmance bond and a payment bond within fif'teen days after its acceptance, in wluch case the bid security shall becorne the progerty of the Owner, and sha11 be considered as a payment for darr�ages d�ae to delay and other inconveniences suffered by #he Owner on account of such failure of the bidder. Owner reser�es the rigl:t to reject any and all bids. Owner �nay inves#igate the prior performance of bidder on other contracts, either public or private, in evaluating bid proposals. Should bidder alter, change, or quaiify any specification of the bid, Owner may autQmatically disqualify bidder. The undersigned hereby pr�p�ses and a;rees to perform ail work of whatever nature required, in strict accordance wiih the plans and specifica.tions, for the following sum or prices, to wit: P-2 Project Name Cooper. Creek lnterceptor III BtD TABULATlOP�! SH1�ET Cai�ndar Days 225 Bid No. 5181 P.O. No. Yterca D�cription �nantity Unit Unit Price T�tal 103.3 Surety Bonds 1 LS � � 4 So p/ LS $ I 4 30 0`� UnitPricelnWords F•�..T��Tr TF,n��....a z�3 H�N�ts�+ 0.��,�.,.� ty� �dN�s 107,19.3 Excavation Protection 4,521 LF $ )` / T F $ q- S Z 1� Unit Price In Words 0,.� � Oo ..�� � hl o C e�-rs 107.2Q. Project Signs 2 EA $� J 0'/ EA $}; o ou'" Unit Price In Words S 3 x� 4-1•► ti� o e. �,a FS F,� � o., ,n .,. o r� S s 201 Temporary Eross�n Control 4,521 LF $ Z 4� / LF $`j o 4 Z.y UnitPricelnWords 'T... �o��wa� No Crra-ss 202.6 Seeding Turf Grass 7,600 SY $ j� / SY $ q i Z, 0 l Unit Price In Words (3 N � � a � � q� ��,, Z�S. C N-� 2a3.3 Generai Si#e Prepara#ion 1 LS $ S z► oo �� / LS $.52, i o o�� UnitPflcelnWords � T Vo'f,-to,,,.r�,p o,..,vs NJt.,,p,�,,F� �%►��aa.a 1�1. CzraT� 502.1-A 5' I.D. Concrete Manhole (0-6 ft deep) I3 EA $'� (, o o�/ EA $ 3`� � odw Unit Price !n Words �o ��„'j�►o �>� ,.,. o S� x}.1 �,� d�.Z p{! o�, ��,`.� t� o C Z r�-ss 502.'!-B 6' i.D. Fibarglass Manhole 1 EA $ 4 l� d D % EA $ J 4(,o o�r Unit Prlce In Words Fo ��. : Z t�+ �N a� a r► .-, o S� � H ��a o eA o � e. p a s N e C�3 r+-ss 502.9-C 5' f.D. Drop Concreie Manhole (0-6 ft deep 3 EA $.i G O o�/ EA $1 G, �3 0 o V~ UnitPrice{nWords x��'F�.,o�?�...,o S�r H�r,oatn �°���•+.� 1`1. CG�.�,-st .• 502.1-D 5' 1.D. Vented Concrete Manhole (0-6 ft deep) 1 EA $� Z o o� I EA $� Zo o^ � Unit Price In Words .5 � t 1!-► 9 o s Pi r� � v. N v� p a..T, �p � a�. � R t. ��� � Z{�+'i S 00 ;. 502.1-E Additional MH Depth (> 6 ft deep) 156 VF $� 3 0�/ VF $G�'7 0$ 0 UnitPricelnWords Fos�, r?�r,��,;�, IHx��� Da��pas �lu ��w;s 502.'10.4 5anitary Sewer Senrice 1 EA $ 3 3 S o 6^ / EA � 3 3.f 0� Unit Price In Words "�N �. � r"rr, o � s F. ,� o'C y, g 3z �1 �N �p �. z,n y� ��,, �,�. F� o C Z H-f: 502.12.4 Core Inta Exisiing Manhol� 5 EA � 2 3 D o�/ EA $ j� S o a� UnitPricelnWords"(..o �}'�oJ.1AW0'f+,c�� H�Nae,:.n (lo��„�zs l`�o C�rti�S �_ �a 503.3-A 42" Steel Casing by BorelTunnel 132 LF $ c}- ¢""� / LF $ g S D o�} UnitPricelnWords Syx H�r�r�.� d��► o��. o�,, �,, �10 ��riTS 503.3-A 36" Steel Casing by Bore/'iunnel SO LF �,s ,� 3�/ LF $�� Z�.O UnitPricelnWords �sv�� Na��p�e,a F ; 'fN��� �o���+�.► No C�,,�—,s F'-3 Project Name . Calendar Days 225 Cooper Creek inte�ceptor III Bid No. 5181 P.O. No. �!D Tr4�ULATION SHEET -- Ite� 504.5 Concrete Encasement 50 LF �$ S 9�• / LF $ Z� S o• Unit Price In Words �S �-� �1 � r, ��• � �.h,�, � j.1 .�► g,.,-y s 507-A 30" Sanitary Sewer - Unpaved 970 LF $ 0 7'� / LF $) o i i q u� Unit Price In Words D r-+vr 1-a,►..�.� �,z,� y�,,rr� �J.��,E.,,,�., j-1 •�, g��� � ;.' 507-B 27" Sanitary 5ewer- Unpaved 390 LF $ � � / LF $ 3� 4g e Unit Price (n Words s ra ,� , �1� e A��., w..c, � i�1. c, �'. ;► 507-C 27" Sanitary Se�nrer - Paved 2192 LF $ J� f�'/ LF $ z, � Z o t �—. lJnitPriceinWords O,-��t N��.,�,�il, ��.,,��p„T J� �poL��„ti� Fi �. �'�N �� 507-D 24" Sani�ary Sewer - Unpaved 827 LF $ � � � / LF $ � } �,'7 � � Unit Price In Words S c�1 �.-+ -� S��/ z,.� ti0 • c ���.� l� � C�,�, �� �• .. �07-E 2�" Sanitary Sewer - Paved 20 LF $ 1► S�/ LF $ Z 3� o�' UnitPrice In Words D r� c' ?-a+►�a ��� �aT �,G-, �E., 1�'•.�,�,.�, 1�i � C a��+.-r> 507-F 10" Sanitary Sewer - Paved 19 LF $ � G 3�" / LF $� p� �� i UnitPricelnWords Or� Fl�raoa.�a Six �� ?t+re.t� �o,,.. A, !-�o Cyr�^rs • • •- 507-G 8" Sanitaryr Sewer - Unpaved 8� LF $ 4 3`/ LF $ 4 O� O- Unit Price In Words Fo �. ;. � z i„�., ;� o,. �,p, y� s h� o��}., � g 507�H 8" Sanitary Sewer - Paved 18 LF $� C. O`/ LF $ L$$ O�� �JntPriceinWords D�-,� H��p�F� Sy„T ����p�.> i`a� C.,.+-�a 801 Barricades, Warning Signs and Detours 1 LS $ � 1 a o o'/ LS $ I 1 0 0 o y� UnitPricelnWords ��Gv�» T!-+o�sAr�,o �D.�� �-K �o Car;�s SS01 Cut and Pl"ug Existing Sanitary Sewer i 1 EA $(Q g � / EA $'7 S 3 �� Ur�itPricelnWords Ss� Na,�,��.cv �=c.NZ, � ve: Oa��fl�} F1� Cc►�-r= SS02 Abandon 6dsting Manhole 19 EA $( 3 Z o�— / EA $ Z� o$ o•� UnitPricelnWordsdN� No��we+�p �HCaL H�+�raza7veN-r. p•�,.A+�• N� CeN�s SS03 Re►nova Existing Manhole 1 EA $ 1 3 Z ���/ EA $I 3 Z o�` Unit Priee In Words O N G'f r�o d swN.o 'rNV�,��i H�Ni!!Lp �v�t,�-�� po��a�> N o CaNTs SS06 Bypass Pumping 1 LS $ 3 1 J D 0�/ LS $ 3 1 SO o~� UnitPricelnWords )s�=F� �,�,E �NO��,a,,� �sva H��v,�,a�, Ao��A�s Nl� �a�ss 1 --- roTni s�►sE sin: � ry o. 9 Sg °� P-4 �ID 5�;�1�i1MARY TOTAL BASE BID PRICE IN WO�tDS: 1y S r� �C }-F J r� h�- t�R I`i =►� C T�Z� �N o �� r,,, e�, ,p }�i S�a � }}J N�o i-�, e Fs F"iy , L' � c..,a � '� J�. t,,�a a-� }-� n�� �-i i�. Th� award of the contract will be based on the Total Base Bid. The lowest responsive propo�al for purposes of awazd s�all be the conforming responsible bidder offering the lowest cost for thz �ase bid. In tne event of the awar�i of a contract to the undersigned, the undersigned will fi�rtush a performance bond and a payment bond for the full amount of' the contract, to sectue proper compliance with the terms and provisions of the cantract, to insure and guarauttie the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials fiunished in the fulfillment of the contract. It is understood that the work proposed to be done sha11 be accepted, when fully completed and finished in accozdance with the plans and specific�dons, to th� satisfaction of the Engineer. The undersigned certifies that the bid prices contained in this pro.posal have been carefully checked and are submitted as conect and final. Unit a�d lump sum prices as shown ior each it�m listed in this propasal, sh�ll control over extensions. The undersigned agrees this bid becomes the property of the City of Denton after the o;�icial opening. The undersigned affirms that they are duly authorized to execute this cautract. Vendor hereby assigns to purchaser any and a11 claims for overcharges associated with this contract which arise under the antitrust laws of the United States,l5 USCA Section 1 et se ., and which arise under the anti�xst laws of the S#ate of Texas, Tex. Bus. & Com. .Co�3e, Section 15.01, et sea. P-5 I -� Receipt is hereb� acl:no�c�ledged of tha following addenda to the plans and specifications: Addendum �o_ 1 daxed }�fi �� 3 Received. _�l�-�" �- �� Addendtun No. 2 dated Received Addendum No. 3 dated Received Addendum No. 4 d.ated Received Add�ndum No. 5 date.� Received Co rn D i C. C e ra � j L ��TZ o,-� C�o .. �*� � CONTRACTOR : K �. � I�!i. �? S 3 iD d 5-a T S 3 1'� R-S N 1 t,. s o kJ C.� i Street Address SPR-Y*;�vse.L�', V'TAN S4bto3 Ci�� and 5tate Sea1 & Authorilation {If a Corporation} `7 4 0- 3 4(- Z-� g g Telephone . � � VEI�DOR COMiPLIA.NCE TO STATE LA'4� The 198a S�ssion of the Te?�as Legislature passed House Bi1162Q relative to the award of contracts ta non-resident uidd�rs. This law provides tha� in order to b� a��arded a contract as low bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the iowest Texas resident bidder by the same amount �that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a compa.rable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A below must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so w�ll automa.tically disqualify that bidder. Resident bidders must check the blank in Section B. A. Non-resident bidders in {�ve state), our principal place of business, �ra required to be per�nt lower than resident bidders by state law. A copy of the statute is attached. 1VTon-resident'oidders in UTc+ �a (give state), our principal plaee of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Taxas: Bi-DDER: CONd'Sl+� COf-l�"j �G13o� Co. TW �, CO�IPAT�3Y BY / r ��G?� H Z /` (Z.CSSAGr j S 3 Y�1 0-S i-► 1 Ce � p L.J 3� i Street Address S�4.rr-��vs��a. U�pr+ c�4LG3 , City and State TFYIS FORM MUST SE RETURNEl) WITH YO�TR BID. P-7