Loading...
2010-049FILE REFERENCE FORM 2010-049 X Additional File Exists Additional File Contains Records Not Public, According to the Public Records Act Other Date Initials Order Number Three - Ordinance No. 2010-313 1 12/07/10 1 )R oRDINANCE NO. 10~0~~ AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORDS CONTRACT FOR THE CONSTRUCTION OF A 4~~INCH WATER TRANSMISSION MAIN FROM SCRIPTURE STREET NORTH ALONG BONNIE BRAE TO NEST WINDSOR DRIVE AND OVER TO LOOP ZSS; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE BID 4466-AWARDED TO THE LOWEST RESPONSIBLE BIDDER MEETING SPECIFICATION, SJ LOUIS CONSTRUCTION OF TEAS, LTD IN THE AMOUNT OF $4,67a,7I0}. WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in acco~•dance 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 propasals and plans and specif cations therein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS, SECTION I. 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 4466 SJ Louis Construction of Texas, LTD $4,670,7I0 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 ar improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid. SECTION 3. The City Manager is hereby authorized to execute all necessary written contracts far the performance of the construction of the public wanks 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 the~4eto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein, SECTION 4, Upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto, SECTION 5. This ordinance shall become effective immediately upon its passage and approval, PASSED AND APPROVED this the day of ~ ,2010, i MA A. U G ,MAYOR f ATTEST: JENNIFER WALTERS, CITY SECRETARY BY. APPROVED AS TO LEGAL FORM; ANITA BURGESS, CITY ATTORNEY r ~.AM BY. 3-4RD id ~4b6 r I r - CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 16 day of February A.D., 20103 by and between City of Denton of the County of Denton and State of Texas, acting through George C. Campbell thereunto duly authorized so to do, hereinafter termed "OWNER," and S J Louis Construction of Texas Ltd. 520S.6 1h Avenue. Mansfield TX 76063 of the City of Denton, County of Denton and State of Texas , hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with* OWNER to commence and complete performance of the work specified below: Bid 4466-North-South 42-Inch Water Transmission Main in the amount of $4,670,710 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 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: Freese and Nichols Inc. all of which are referenced herein and made a part hereof and collectively evidence and constitute the entire contract. CA-1 !a - 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 covenants and agrees to and does hereby indemnify, hold harmless and defend, at its own expense, Owner, its officers, servants and employees, from and against any and all claims 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 any 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, contractual 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 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 Right 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 pertaining to this agreement during the contract period and five years thereafter, except if an audit is in progress or audit findings 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 termination thereof. 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 prepare a final printed document. CA - 3 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in-the w; year and day first above written. ATTEST: City of Denton T BY: (SEAL) ATTEST: S.J. Louis Construction--of=Texas,=Ltd. CONTRACTOR Michelle.Baker, Admin. Assistant 520 S. 6th Ave. Mansfield, TX 76063 MAILING ADDRESS 817-477-0320 PHONE NUMBER 817-477-0552 FAX NUMBER BY: r.- TIT E Les V. Whitman, General Manager APPROVED AS TO FORM: PRINTED NAME (SEAL) A BURGESS, Cl ATTORNEY 14- -j CA-4 It- . . . : . . . - : . . : - :PERFO~:MANCE.BOND Bond No:. son s- . : . ; . . F .T~~AS : : .STA TE O I-. _ : : § - = . : . . : . , . . ENTON D C UNTY:OF 0 . . . . . :..as Ltd . . . . : . KID;OW ALL .MEN BY TT~SE PRESENTS: ° T~iat - S J Louis Constriction of Tex - ; :whose -address:: is :.520 ::S :.6 Avenu..e . eld, ° TX.:.76063 hereinafter:::called :Pri :ncipal; :..ant1::::=: : - , . . . . : : Y a:. corporation'. orgamzed-. and::ex sting: .under - : . . ; Lrbe[ty- Mutual...Fire:::lnsu'ance::G orri : an = : . : onsin ' 'ed to :transact:business ;in` the;State. of: . : Iaws: of the -State, of : W!S~ a ..nd :fully : authgnz ; ::Texas --as- Sure are. held. and,_firmly :b ..ound _unto; the.: City;:of Denton, a:mlwFCip:.::corporation - . . _ Owner,.an ahe.^ ' : . :.or an~zed"and .exisdna wader=th6 caws '-of.-the State. bf.:;Texas here :in .a .fter :.called p : ' ` . : ::e `al .sum of .Four. Millio' :Six ::Hundred::;Seventy.;: Thousand:= S ev. en :Hundred:: Ten .:and ;0/1 : ben I::.:.:::. . . 670 710 lus tzn ercent :of .-the stated:penal : sum-. a.s an :additional. sum money.::.:.::.:... . :DOLLARS S4 . . ses; :attorneys' :fees; .and liquidated :damages ansm :.oiit o or rePresentin additional::court :expen : . . - . . . g.:. : g . - : connected*ith'thC:..below identified:Contract,-in.lawful money;of:th"Umted:.States; to:be paid. in : . . . : . ..-..:-.I . . . :Denton Coup ;Texas, for the payment of:Wh eh;:surri.::wCIL* nd trulyao be:nlade, we her'eby.bind . : ._d , s::....evei :Y,,..::..::::.:-_ : . ourselves.:our ..he>rs, .executors,; admuustrators;:.successors,..and: assigns; :Joint l y.. a n all . . . . : firrnl .:b ::these: resents... This.:Bond";shall::automaticallybe:.~ncrease by.:: the amount o any Y::: Y.: P.. : Clian -e :Order . ''Su lemental A Bement, which. increases _.the .Contract price,:° but .in.no ::event : _ . _ ::...g PP ; : hall 'a Chan e_=Order or:. :Su lemental:Agreement,-;which::reduces:the Contractpnce::::ecrease; s:: ..::.;:g .:..:.:............:.:......PP..:.:::.::::....:........ . . - this Bond.. . . . . - - 'Pen f 0 th . e al :sum . . . . . : : - . . . : . : . . . . . . - : : . . -THE OBLIGATION:TO-: PAY SAIV E is .conditioned as: fo .ll:. .::.ows:.:w:her ..eas ` . t. h . e ~ _.'P . .rincip9 . ..th . . . - . - entered into .a certain :Contract; identified: byOrdinance:=:Number :010=049; vv~th: e :City=.:of _ . . . . , , - - . DeiAon;:the.O :wner dated the::16 - o f February A.D::: 2010 or:Bid #4466 North=Sou#hA2 : i.::::..:- M::a:ui: ; - : : : . Inch Water Transmisson . ........:::...:d': fail . j I . . II . . NOW THEREFORE; :if:the. :.Principal::shall .well, truly and'faithfiil]y_.pe -orm an `.-the. wadeii ah '-;::covenants;:,: tenins;::::conditions ::and: _a cements :;of ---said Contra.ct: in all;::of g s:' accordance ::wit3i::the: Plans; .:Specifications:::and::Contract::Documents::during :the :origin.:.term . : thereof .and any extension thereof .which: maybe granted.by. the :Owner, :with: or:vvithout notice :to.:::.. ; . all . the :er.this. ontract, and`sh Sur e ii the l if e:o he an Y.- aranty:or.:wa rran. e wi .:red :und : t3' - rq ty anddurig.: `.als o:well : and:.trul erfor m and ::fulfill:: all _ :the _iindertalangs=coy....enant . s :terms,conditions .and.: . . :::.:..:.:.....::...:y. P:..: . : h . : e . b : re after . . `.-`.'.:::a cemen ts: of any: and : all.:duly: authorized :modifeatcons:_ of .said. Contra : t.that - inaye . gT . . - - made :notice ::of: wh ch:- " difications to; the: Sur . . et ..y..:being hereby.: v~,,awed, :and,:: if the.:.Prm p *c- P a1 . . . . : hall a air.:andlor re Place:all defects: due to-fain materials:and wo . -hi .that aPPear within - s n'..:::.::. P:. . . . . .rk a : erio . i3 of two..(2);y:" ears from.the date .of final :completion.:and:final: acceptance::.... e : . Y - . , ::.:P: . - - :_:::the- -Owner , and,: the.Princi- al shall fully ro.de: and save harmless the:Owner `from: all costs : : : , - : . - . Y : ; ...::and damages .which. Owmr:maysuffer::b"Yreason .of : farlure to `ao erform herein:: and shall full P. . . reimburse. and repay.Ov~iner: all outlay and expense v~,hi ch:the Owner aiay.inciir:in waking good . an : default'- r`deficienc y their-this ,obligation :shall :be:'void;:: other rise, - it - shall ° remain :in full Y. force and effec : : . . . . . : . : . . . PB... ,1. . el-I . . . . : - PROVIDED. FURTHE . that ~if an legal action :be filed u on this Bond, :exclusive .venue . . . : Y.. . .:g . . ..:'.::".......:......'.......P . shall lle 1n . Denton County, State of T .exas : . . : e aid Sure foi. value receive ~ hereb : sti ulates '::::AND. PROVIDED -FURTHER, that.:th:.:s_....'::..:..::...: i)' ' . ':.:.y P.:'.:.- . : : and a~ ".eesthat;no:change, -ex -of.time alteration.:or:adthtion to;:the:terms of::the:Contract, ' or.°'to.::the .Work to:be. erfotmed:ieieundei `.or ::to :the:::Plans, :Specifications;` Drawvlgs, :':etc.; P _ ,:*.':..;,:-.I-. ' . accom an ........:...l. ying the::same, :shall:in :anyvv~se::affect. its obltgatlon: on .this :Bond, °andit_ does::hereby . - P.: : . . : : ::.:'.wauve :notice ::of fanY.: such :change, extension: of :tune;: alteration . or `addition':to :the ;terms :o ::the.. . . . . : :':.Contrac . or::to:- ;e.:~Vork to. 'le'., erfoimed thereunder; :oi. to::the::Plans, Specifications; :Drawings, :.e . c: t` B d as : ursuant::to:the : rovzsions :of:ChaPter-. ofahe`Texas.. Govemrnent :."::::::.'::-_:.s on v......en.P..:..., P.:..::...:.'.. " • . . an e anYother: a licable :statutes of the State: of Texas: Code as a ..nde. PP::.:.. . . . . . . . : . :.desi . teda ent.is..hereby...designated::by.:the::Surety herein:_as:the:' :;::::::::'::::The:°:undersi ed:an .d . . g.:.: . :.::::ResidentA-'' ' i ' Denton:Coun. to.:whom any. requisite:nowes may.:be' delivered and:on_whom;:: :seryice:of p .y' rocess ina :be'had.:~n.matters:_ansmg out;.ofauchsuretyship .:as:.provided;by;Article::.:`:;:-:::: tated:Civll.Statutes:of the State: o f;Texas.::::::' : .nno : ::7.19=1 of:the:InsuranceCode- emon'sA : :::::IN:WITNESS_WHEREOF;:this.:instrumentis executed in four`co es,;each`:one.of:which : - . ::=::':.:::::'::shall b'' deemed an-on al,-thisthe,1:OW-`.:-' `day~of. E:eti.ruary:;.... ; 2a - : . . . ATTEST. _ PRINCIPAL : ' : . : . : : " : : . . S:. LO.UIS`:CONSTRUCTION::QF -TEXAS; - LTD:..:.' . 1. . . - -:1 . - . ~ ~ ~ --'t~:::- , . . ~ . - - . . - - . - - * ,.I: m:9 . . t...... - ..0 1. . . " . . . I - - - . X ~ ~,,_,_,_`___%l, : . BY: ` . B . ' ::SEC TARP` : . ' . -PRE 8 : : ' ' SURETY:: : ' : , .......ATTEST.. ,r t; . " ti : i "D, ' . . . . . IBERTY"MUTUAL:FIRE:IN.SURANGE ,JiPRNY c ; . - . . BY.. . . . -N."..N. lc~ - . - - Y .-_---.--__---Z_--_ . . : . . . . . . : - . . . . . . . . . . . . : : ; : r : a :.::The :Resident A . ofahe Sure : in D `:enton :County, ;Texas for delivery of :notice: aad .service .q I ►rj~,- R . . . • : : : . . : : : . . ::.the.. rocesS:is . .:Corporation` Service:'Company`d/b/a:CSC-Lawyers: lncorpora ing:.. eniice o:mparty::::`:: ; ' .....::.:.':N '.:;211.East 7.th Street;:S.uife:620 ;Austin ..TX.7870.1: . ::':"STREET:ADDRESS. ' ' . . D~'E:.:`Da~e.o Perf01 RIQTICe Bond AIL/SI ~7e.d~ ie O Contract. JI Residentt1 ent is.not a.core orariQn, . - : . : - ' ' . : ve a ers . on s.name. P : : : ' . : : 2 . ; : - - - : m B. . . C~k `D `pI . 41) LIMITED PARTNERSHIP ACKNOWLEDGMENT STATE OF TEXAS COUNTY OF TARRANT On this 16th day Of February, 201o before me personally appeared Les V. Whitman to me known, who being by me duly sworn, that he/she is the General Manager of the S. J. LOUIS CONSTRUCTION OF TEXAS LTD. the Limited Partnership described in and which executed the foregoing instrument; that he/she signed his/her name thereto by order of the Board of Governors of said Limited Partnership. - MICHELLE S.BLAIR Notary Public MY COMMISSION EXPIRES ,lanuary27,2014 (Notary Seal) •.T~ of ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN On. this 16th day of February, 201o before me appeared AMY M. BURNS to be known, who being by me duly sworn, did say that s(he) is the aforesaid Attorney-in-Fact of the LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. Notary Public, (Notary Sea 04 cga`ir'rs ' TODD A. KELSEY ~6 y1 Notary Public-Minnesota My Commission Expire ,_s Jan 31, 2014 : - ~'7 - - - - - - - / - -THIS:POWER:OF,"ATTORNEY .IS NOT:VALID_UNLESS:IT:IS:PRINTED ON.RED.:BACKG,ROUND - _ - _ This Rower_of:Att:" * , aim its the.act§ of:;those:named herein=-.and-the have rid authori`• -to:bind-the. Co. m an exec t:in'the:manner'and to the extentheremstated: - • - - - _ - / - .LIBERTY:MUTUAL.FIRE INSURANCE COMPANY 'v - - WAUS AU WISCONSIN _ _ - - - - - - - - _ _ - _ - = _ _ _ - _ - -P` WEROF ATTORNEY - - _ - - - - - - - - - . KNOW ALL; PER SON -THESE-'PRESENTS _ - •m ' ~ That bb 'rt Mutual Fire. - th m n :Wi con in stocK insurance tco hr ou h its Assi s tant Secreta e Y ,Insurapce.C.ompany~ :e:.CO-,._P,a ").,..-a- - s . s . . Ran. ,Y. t...:'...- 9- f?..•ursuant.to and: bY _ _authorih! ;-ofa -he Bo of=Directors hereinaft erset foith;:does: ereb name;,constitute and:ap'P olnt _--KATHLEEN:SORENSON TODD.A. KELSEY _ Y - - - - - - - AMY M13URNS LL_OF.=THE=CITY'~OF_-':BLO.OMINGTON;:STATE::O.F=MINNESOTA . _ , each-:individually if-th6r6be-morethan:one namedj.its,true:antlaawful`attorney=in:=fact to:rriake; execute;,seal;:acknowtedge and deliver,:for and on_ its.behalf as_= surety and ,_as- :its act and deed, any -:and all.: tidertaki ' - bonds, recognizances :and.-ot e • -surety:- obl gatons - t e pe . a _ su ot__e c ed i*h g. ng's . _ FIFTY MILLION=AND::00/100*******"**.****_V_ D.OLLARS_ $ 50 000.:0 .0*********"*"*.. _ -:.each -:and the.-execution -of: .such - - ;0.00 . - " - undertakings;:bonds; ~ecogrnzances and:other-suretyoblig_6dns;in:pursuahb6ofatiese:presents, shall-be as:binding:uponahe,Company asrf,theyhad been duly signed, h - p 6sidenand att f h ro n -'in eir-own- "ro-~er- ` rsons - - - - - :by t e pre t ested by thesesr- . - - o t e - pa . y_ th - p pe - _ - = . - - = - - - - - - _ . = ; f -.n 2 2006_ . That this pbWbi is"rnade and.ezecuted ursuant'.to.and',b :authori of the followin" Unanimous.Consent"and Vote:of: fie l3oard :of Di ectors`dated.Ju e 8 - - - - - - - _ - : w - herem,;among_other-"things;::it - - -N was - - .W V - OTED- : that the Secreta :-and each: Assistant Secr'eta -be and:each":`of them is~authorized ,to. execute. •owers'.of attorneY 4uali in .the attor- " - ry. ry :II? - - . - - y _c . _ - - - - - - _ - =n - amed m`the; iven over, of-attorne to=execute=on:behalf_ofahe Gm an sure undertakin "s bonds - reco nizances:and. other: cur -et" =:'N -o'` - - - - - 9, -.._.R- . .Y•. - - f? ..Y tY . 9 9 _ - Y- - • - .vi~ =.:obligations;=-and: that the,.Sec~etary :and .each Assistant Secretary be;-and=each: or any-of-,them-hereby: is;: authorized-to-attest to the execution M : Y-d = - - = - - - - - - - -.c; - - _ of an ~suct . owes of attorney ,,and~to''affix-#hereto_the cor-orate seal-of the. Compan - : . - = - - c - - - - - - That:;tl e Resolutionsef forth:_abo- is a.true-co . the--reof andJs now rn full-force .and effect . - - - - - - PY. - - - - - c - - - - - - - - - - - -0 M - - _ - - - - - - - - - - - - ' .Z: - - _ - - - - - - - - - _ _ - - _ _ - - - ~0: H IN: WITNESS-:WHERE- Fthis Power:'.of-Attorne~ .has been-subscribed:b an.-authorized off icer o~-:off icial:of i Com an =and:"the--.cor orate .seal: N - - PI mou th. Meetin P enns ~ 14th da -pf - - =July `>'W L.ube. : Mutual Fire: I nsurance: C orri an _ has been;affixed#heret m rtY. _ P , Y Y. 9• Ylvania this ' Y c E- - ca ' :-2009 - - a.: - - _ - - _ - - _ - _ - - . . _6_ ~ , - ~-,,,Wz~ - , . . . . _ , . - - y.. _ 'LIBERTY MUTUAL_FIRE INSURANCE;COMPANY. M - - -,3a npgsnrco - - - _ Q saes - z :~-4) t - - O C - ; L - - _ `raas _ _ - - _ Gamet 11V; Elliott; Assistant Secretary _ - , . . :C :d_ COMMONWEALTH -PENNSYLVANIA ss - _ - - _ - - _ _ - - a - COUNTY..OF MONTGQMERY _ - _ - _ - - _ _ _ - _ - - y~.o_ . Gf . AM` W'': =0n this: -:14th,:: a~_of_ :`.:Jul - 2009 -=:;=before _me, a=:Notar Public, ersonall - came: Garnef W.:Elliott;` to me =known;: and- _ Y Y Y.- 0-----h-.6-- - - -0) acknowledged_thi t--:he ii-Asststant:.Secretary of :Liberty Mutual Fi(e:-Insurance: Company .that:knows the-_sai :of said=corporation.;-and-.that=;h-' 4) 4).- executed-the:above.=Power-of.•Attorne" and aff ized:ahe cor "orate seal of:-Elbe Mutual;fire Insurance: Corn` an ftiereto -with the authori and`at-the E: direction:of said corporation _ - - - y - - :ca.M. G~ 'IN:TESTIMONY:'WHEREOF v" die a to. subscribed :m _ name and_aff i, ` , y v notarial-seal-=at::Pl mouth-:Meetin ; .Penn_sv lyania;_on the .da :and-- ear: o : • y 'C:'>+ #irst aboye-wntten . _5p' • _ _ _ - - - - - - t:N . - _ :-c.~ :C,. , ; , ~g I - ~ ~t ~O Ah1oNt `EALTf{.oF PENNSdLVAN1r1: - - _ -~i - ~iO - :E-N - L - tom. .Cs S _ - _ . - -++.;L-; _ - - _Teiesa = Pastelta; testa-Y P7 i_ - - - - Off. - - - - ytnou~ h4nnSo .en : o~nt y 3'- - it :vio.: a B - C. - - - - - `4 , - : -o Z:• - n - ~y.acin~n5sro Exy t _ _ _ ~`,t r res h scF 28' X313: :0 - - - Teresa Pastell t ublic - - - - ' " "hey - , _ :der: Petrsy~varua F,4scciatioii of I:~tarie - - . - _ - - CERTIFICA t,. A - Ct TE ~t _ _ - - . - O- _ ` r ` - . ly. - - - - - - - - - - - II- - ^E - - - - - _ - - - - - - - - - - ° - that t - . x h i mal.:power of attorney_of whic the= - :1,_the_ undersi he'd nt sErreta: of-. .-Ubeit :Mutual:Fire:Insurance: Com an „do hereb certi _ :foregoing _is_a:full;_true and correct copy;:-;s~-in_full=foree;::and-:effect ors the date :of this certificate; and:a"'do furt -e -ertrfy that_the-officer or official who. _ . - - - _ - - - - - rn in=facf:as ezecu_ted_the: said-power= of',attorney,-was: one=of the,b icers_ or officials specially, authorized-by the Board=of =Directors to _ appomt atto_ _ eys - rovided=in the Unanimous.Consent.and:Vote=ofthe-Board of-Dire ctors,of--Libert Mutual Fire-lnsurbyi - Com an -dated.June 28; 2006 -p - - - - - - - Y p. ..Y- - - - - - _ - - _ _ - - - - - - - - - - - - - _ r.d__ •f:tfh-~ Boa es under and:b-..aut hori, t o e This:certificate=arf( the aboJe "owes of-attorn_e :ma eam ned tifacsimile: & mechani= catl -re -roduced`simatur- - - - _ - - P - . Y, Y b- -9 _ Y - - _ _ - _ Y : P ._9. Y_ Y =2 - - _ - - - - n - , : 006_':- of:,Directors of Libe Mut- (A,e Insurance::Com an =evidenced:b ;the;Unan'im. Consent and;:Vofe bf the Board of Directors dated Ju- e, 8 2 =--wherein-it:W. . - - _ . - _ , _ - - = - - - - - - - - _ - _ - _ as. - - - _ - - _ - - - - . . _ ; - - - _ i' _ - - - - _ _ i ' uch_-power.::of attorneyor-_to .any.certficate_. aIatm•_ g . VOTED thatahe si - gnatures of such=offi:, cers and-he`seaf of the_Company-may_ be:_affixed to any,s - r - - - _ - - - - - -i - tt ereto by, _fac- simile ,an-.-..-:-- antl an . sub - h: ~'ower-of:atforne _o -r. certificate:bearin such.facsimile si nature and ;facsimile seal shall be valid and bind- n n _ h - orn pan =_w. n_so::affixed. and.Jh theJfjtuie -iniith-yes ect-_to~any :suref ' undertaking s :bonds- reco nizances.-and: other=suret~• _ : upo . t., C_ P _..Y . e_-- - - - . _P. .Y-, Y. _ . 9 , . . .9. - - - Y obti" -attons .t o:which it is'attached _ _ - - - - - - - _ - - 9, - - - - - _ - - - - - - _ - = _ : , - - - _ r'-•:- - - - - - - - - - - - - - - --.y... - - - _ - - - - - - - - - - - - - - - -.-.f-. INTEST:I_MONY WHEREOF; T ,'ha' my name an_d affixed the .corporates L of the said company, this . t `d_o - - - - - s----- - - - - - - - _ - S..~ - - v , 2010 - _ - _ - Fetirua r - - rl-?__ - ' N - - - - - - tsaa: - _ - i~ - - p V - .A 10 - - - - vid M..Care 'Assistant Secrets w`- y, . ry . . - . . _ : $ : . . . - PA B on o _ : ' . YMENT. OND.:- . . . . - N.. 190 0:18 .810:: . . - . . : : . . . . : . , . = : : STATE OF.TEXAS:_:.:_;.:..:.: . .:CO:. . . . UNTY OF: DE T N O N - . . OW ALL.MEN BY. THESE PRESENTS::That S J Loi is Co ' ction--~of:Texas; Ltd.,:whose address as .520 S. 6 ..'AV: : nue :Mansfie 1'X :76063. here. er. called:PrinciP an al a - . - :::::.::.-::Liberty. , i.F:Ire #nsurance Company.:: a atio . gamzed and.existing under the:laws : . : . - :.of.the:State°of_:Wisconsin : .,.and..ful~y::authorized .:to:transact:; , ' : . :::::.`business : in :the :.State of :Texas;:: as:. Surety; are heldNand.:firmly: bound unto -the: City: of Denton, : a : : - municipal corp.... . ..organized and existing under the laws'of tbe-:State.:of::Texas; hereinafter- . , : ::::called:.Owner;. and :unto. aIi'persons; firms, 'and 'corpoiaEons :litho: may.:furnish::niatenals fo:. i, or : ; . . : p .e... rm labor - uP o -Ihe..buridrng or.: im royements hereinafter referred ao ° .in :the.- -~::e - -'um "of rfo . Four`: Million;:: .Hundred'; Seventy :~~T'housand. Seven:' Hun : dred ::Ten : ' and' .:0110..: OLI;" 0-..-:.. . . RS 4. . Colin.. Te xas -'forthe . : - 670 71 .la. ,inU riioney of the United.States , 'to :be-pai d in :Denton. : , . . . . a p ym ent o:f :.w::: :hich :sum well-: and tiuly:to::be made, vye hereb :y:. .bi .nd..: ourselves our heirs; .executors; : . - . . . admmistrators;:-$uccessors,__and:assigns,:lomtly.:.and severally;::frmlybyahese:pi-esents. =.TYiis: = . :Bond: shall .automatically be:. increased: b Ythe ':ainount:.of .:any:: Change 'O r' er : or: - Su lemental : : : _ : . . Agreement;.:which::increases :the:Contract :price, :but: in::no event::: shall: a -.Chan ge :Orde . r.:or . upp _gtnq, : : greernent w ch:re uces the Contract price::decrease: the.penal sum ofthis-Bond.-:. : _ . - ° THE ATZO diti ::..al OBLIG N. TO PAY: -SAlv1E :"is 'con oned : as fo ow s. - . Wher ' s the Princi 'al : ',pa . . :...;..p-:.... entered into a.certain.Conttact; identified by ordinance Number.: - 10 049 ;-::with :.the.: City : of : . . . :-'_:Dento : ahe.:Owne .r :dated the`: 16 of February.-. or::Bid #4466. Nortli-South 42 . _ . . . : Inc ViTater Tr ion : : : h ansmiss Main:Y r:......: . -.:'.:.-:-,..%.,-,:.--0. ` . :;NOW;:;THEREFORE ::if the:Pruici al `sj'..: all:well; truly :and:faithfully erform its: duties::::.'..:.-:_ : . = . . f.:.. :.:and.::make..prompt-payment to :all;:persons ; s `.`subcontract .:ors; . :corporati ons-:and claimants ~ -ii : : : : . . ; ::supplying` labor. andlor material m .the:prosecutio.-....L... f the: Work:provided°for :in:.said:Con tract::and . ' : : ::..any::and all:duly..authorized niodificatlons: of said Contract that:may.her : . eaftei:be niade;:iiotice: of : : . , which modificatzons`to the Surety., e' bereb a ress l ' Y..vvalyed,::then:this;obl ption:shall be Y xP... . . void;-:atherwise it shall remain in full force: and.effect: . . : : _ . : . - : ::::.:PROVMED .FURTHEF that-:if. any:legal -act : ion :be.-filed.:on this .Bond; ~ eXClusive'.-ve .nue` - . . . - . -shall lie in Denton:County~ .Texas::...:: ` : . . . . AND . PROVIDED. F.[TRTHE that the said: Sure ° foi .value::received bereb sti ulaies : = . . . _ : : ::::::.and agrees. Ghat no: change;. exten- sion ofaime, alteration or :addition to the terms of the: Contract, , . . :or: to; the: Woik .to: be performed ;thereunder, of to .the ::Plans; ..Specifications; .Dravviiigs; etc.: ~ . accomp, an the same shall :in ail se :affect its'. obligation.:on this .Bond and it does . heieb - 1n . Y g . . ..y waive notice: of. any such change;: exctension :of time; alteration-or `addition ao the terrine:of :the . - - . Contract, :onto the.:Wor.k to be erformed thereunder `or to-the Plans, S ecifications; Drawin s, . P P g . e . tc. : . :3 : . . : ` PB . . : : . . . : : . ..;hi sBond is': .ven.ursuant #o : . . T P.: .the proylsions:of = Chapter, 225" .of the Texas :Govern . : ment : - .Code:, .as.:amended, and an other..a li cable statutes of the State T e* . . ::':;:.The .undersigned and:design' ted agent.-is .hereby.- desi . ated b :the 'Sure ::herein :as the . " Resldent.A ent in Denton Coup to - . g;. :..........:.:..':,.::w :om any: requisite notes maybe: delivered 'aaci on vvhoai ' . service :of:process may. be had: in matters an sinout.of:such sure~. ' : as -roNrl ed:b ' :Article':7: 1 ' - : . . . g ..............:...:.......`.Y?.:: - ....:.:....:...Y.......- ::19:... of.the Insurance C . ode,: ' VeMon's:~Aiiaotated.Cii Statutes.:of the State:of Texas.::.:. ' :..:...:.....::::IN:::WITNESS '~REOF - this uistrument is executed in four co r : es;:each: he.-of w66bh: . . :ahall be.deeed an :on al this the :16th :.da of Februa ::20:10 : . . . °A . P CIPAL ..::::::.-:.:.:S.;: LQU:IS CONSTRU:CTIQ.N:.QF.TE, . -::LTD.;:.: Y ;S TARP E - . - ...l... . - .7 ~mi~~ BY: ::.P RE A TTES.T::': : ' : SURETY . : : t. . . . . . . . - . . . . . . . _ . . . . . MPAN ":'I ....LIBERTY M A:L.FIRE INSURANCE ...,..:Y.- ".Y ; B i i . - - . a. - . - . t ....I.* ..:--.,.:t.,:..~. [ Y:. W .0 -I%:.... . , " 1 . . m 3 ; - t, " , , _ . y. nJ G " O YiN- FAC T: : 4'. : . `":Am •.`M.•-~ urns:.:.'; - : . _ - . f- . . - ~ ; ~ `c : ~f , `t.: -fit .::__:.-.The. Resident Agent of .the .:Suretyin::Denton: County, ;Te ..:.xas:f . or;dehvery.of notice. and s. erviceTgfr,.:,.4=«°: ' - . therocess15. . : Corporaboh Service: Company:d/pla:CSC-Lawyers Incorporation:Servic. Company: ' : . ::.STREET :.2:11 East Tth Sfreet` cite:620 ° Austin TX:28701: .ADDRESS. S.. , : . - . (1VO1'E:::,Date:•.of:Payment::Bona::::nz .ust...be::daFe.'of:;Contr ct :;If:'Resider?t1 gent;. .is: °not: a . cor oratron ct ersons. : : . ' P::::.::.:::.:':.' e.:::'. P nama..: I. . . mID V LIMITED PARTNERSHIP ACKNOWLEDGMENT STATE OF TEXAS COUNTY OF TARRANT On this 16th day of February, 201o before me personally appeared Les V. Whitman to me known, who being by me duly sworn, that he/she is the General Manager of the S. J. LOUIS CONSTRUCTION OF TEXAS LTD. the Limited Partnership described in and which executed the foregoing instrument; that he/she signed his/her name thereto by order of the Board of Governors of said Limited Partnership. "Y Nota Publi p:'nk MICHELLE S. BLAIR ry MY COMMISSION EXPIRES (Notary Seal) January 27, 2014 ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN On this 16th day of February, 201o before me appeared AMY M. BURNS to be known, who being by me duly sworn, did say that s(he) is the aforesaid Attorney-in-Fact of the LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation; that the seal affixed to the foregoing instrument is- the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. Notary Public, 00fi gT~ TODD A. KEFLSEf :j Notary Public-Minnesota °1 a;: k iy/ Niy Commission EXDir(S Jan 31, 2014 ~^^yw. r„r a v+ a f!A F :n q nrh,'S°~?.~,`~`t`Y.~iiii i,"V'-; - ~ _ - - - - -2607976 - .-=:-;-=THIS-POWERAF"ATTORNEY IS::NOTVALID_UNCESS:~IT:IS PRINTED ON;RED:BACKGROUND.~-. ~ _ - - - = - - - - -',._Thi~":P~ w f~Atto~ .:Lmi--:•:; h - - - _ "-__~-.r - .h v ~ n :~bincJ t .X-:: - - - - - - - _ _ s o ,e- o - ney.. i, •ts"a, a acts_of those named, e,em';and~they_ a e o .authority to he Company a cept-,in #he`manner ands-#o the: - ;-.:,,-extent.,herem_Stafed.-:; _ _ _ " L'IBERTY;MUTUAL FIRE,INSURANCE CO.MPANYv _ - - _ - W SAID, WISCONSIN _ AU , ' -•..OWERAF;ATTORNEY - - - - KNOW~AL'L~P_ERSONS:,BY THESE~FRESENTS-:::;-:::~:.-.-:-:. _ . - _ - - - T a be u a Fir .In urance:Com ~~n _ - m ~an :-Wi--- n m ``t" ck-i ' • r ~ :•~_'m an r •.'..~-it -rAssistant S `r t ursuant to,• . h t-Li -"rt :M 'tu I~ - - - - - th - - - - . -Y_ s - - Pa .YK?r!e:-.Co . P _ Y-),_a sco . s ..s o nsu ance:co , P. _ .Y,.-...Dug, s. - ec a ary, f? d by - _~authontyof~ttieBoar :of.Directors:hereinafter~~set_forth;-does.iierebyname;: constitute and-:appoint= "~.KATHLEEN~SORE.NSON-TODD-AKELSEY; : -~=:~=-AMY~M:-BURN LL`:OF~THE=CIT.Y OF~~BLOOMINGTON`-:STATE:OF~MINNESOTA..:.~::::::.-:::::..:::.: - - - = - _;:each:individually.~if there,be more;tlan one-named;: its•true;an__d~lawful,attorney-iri=factrto:make;:execute,-seal;-:acknowledge:and=deliver, for:.and on its;behalf as_ _ ~.-sure .:.and ~as=; its=act _and=:,deed;:. ari ~=-.and-. all dertakin "~s; . bonds;;,~eco -nizances::and :other: sure " obli atio_ ns - the enal sum :not: exceedin ~ - - ~~.FIFTY•:MILLION:AIVD:~00%100************** - . DOLLARS-~ =50"000=-000:00*****************~********* ::::each- Viand tlie~-executiori: of-;such- - - ="undertakings,-:bonds;,recogrnzances and:other"surety obligations; in put5_uarice of thes_ a presents, shall_be as bnding~upon tfie Company:as~'rf they had;been dulysigried:: b tithe-~residenta d ecreta~~ ~f h m n~~~in=ttr ii•-~~~ ~n~~r - "-r•-~ ~-on - _ _ - y_ p_ attested~by the s , ry.o t e Co pa y- a ow .p.ope pe s s. - _ _ - - - - - - = - - - - - - - - - That tb-s po e _ s , tide and executed:pu, suantto~arid:by autfionty of:4hefollowing-Unanimous Conse• t.a . d Vote of tle~Boa d o -Directors:dated.Ju a 28; 2006_: : wherein, among~other"things, _it was". _ - - - - - - _ - _ : N_ : -VOTED, :=that the=Secrets ,:=and-each":AsSistarif Secrets :-fje =and=each":of-them. is-=authorized:toy-executes ~owers-:of attorne = •uali in ~ the~•atforne = - =named=iSecre iven ower of attome to:ezecute on=.behalf_of-the=Corn an `sure undertakin s bonds :'reco nizances.ah-:other:-suret' :~rn- N: _ ::^obli ations=Nand=that the Secrets arid.each Assistant Sec~eta : ,be -arid each o~ an" unert =he_ reb : t o -authorized to:attest to:the-execution =e ; = ~~.-of-an -sueh~.- ower-of attorne ~ -and to.."affizahereto the=cor orate: seal-of the:Corn 'an : : - ~ - - - . P :ca, That the Resolution seYforth'above:is a true copythereof and-isnow r taly.- o'-,-a d effect - :._c- -1N~::WITNESS:WHEREOF;-this-Power of-Attorney-ha"s_.been-subscribed; by an: authorized-..officer or:official:-of the-:Companyand:ttie .corporate: seal: of=:,v:~- Line :Mutual:Fire-trisurance:Com an =-has been: affixed:the`refo rn Pl mouth:Meetin :Penns Ivania this: 14th. da of - July - 2009 - _ - - _ - : ~ - _ - - - ~=a i - - " -a - _ - _ _ _ ~ : LIBERTY MUTUAL FIRE INSURANCE-COMPANY - ~:M- • ca - - _ _ _ - _ ' Garnet W Elliott, Assistant Secretary COMMONWEALTH OF; PENNSYLVANIA ss - - - - - - - - C - a~ 0... : _ _ _ - C .c~:000NTY;'.OF MONTGOMERY= - = - _ = - - - - - - ' - vt•v~.~ :On3his.-:: - da _of_ . l`~ ~ _ _ :=before _me ,-a Notar : Putilic~-. ~-ersorialf _ came :Garnet W::Elliott ~`to _~ine -Rnown~ and w~ ..14th y .July 2.009 ..Y._,.... P.,..-_ ,..Y , - acknowled ed :,that::he is_ an' Assistarif:Secreta of .Libe Mutual F}re Insurance Gom an that tie: knows the, seal of :said coy oration; and=_that :he_ a~ . =executed=the:-above= Rower: ~of:~Attorne ands affixed she="cor orate: se_ aF Hof:.Elbe Mutual :Fires Insurance:_Corii ~ari .thereto- with~.the- authori _ and:: at the::. direction:of, said:cor ,oration - - - - - - -0=~ca: IN:TESTIMONY::WHEREOF-` ~ ve e e :~to~ subscribed :ni•~:-naiime and_affixed::m'notarial--seal at-~ PI mouth- Meetin ~Penhs` Ivania• on, the "da :-and:- ear- -:O . first above_written -5.: _ - - - - = - Z~N - ~ C` - - - _ - ~ . _ ~ P . CO: h10N1R`EALTI-E O PE S f N _ _ _ • - - Vii." O . ~ - - :ESN :'S !F+. ;L• _ _ _ _ _ - _ erz5a FaSt~JTa; t~atan Rii:r.,c - - - - - - - - - - T - - - °}yittou;h-ri~.chto~~mery-Cot.'r[cy _ Z.',e~• _ " - - a `.Corii,-iii55+tsri Ex •°res,A.larth2B 2w.t3:+ - - - - =Q _O . - - - ~ - • - Teresa Rastella Not , ublic - - - - _ _ - _ -Ph~.~er,' REnrsKvania fs.cc,ati~i, of k~r}e`s' _ _ _ - , _ _ O_ ' CERTIFICATE:'- - - - - - - - - _ - - - - 1 the undersi ned an Assis' nt; :ecreta of Elbert Mutual Fire:"Insurance Gorri an do hereb :certi that the. on inal-: ower of-attorne -of-which the - ~'fore "Din ~ is a-full-true and:correct:~co~••=-is~in:full=force:and~effecton-the date~of=this-certifieate~ _and•-:I:-do"fuittier cerfi. =that the~officer-or-official who - - - -~=executed.the=said- ower-of.~,attorne ~was~one~of~alie~bfficers--or=officials-a•~-ec'iall ,authorizedb .ahe~:Board~.of-Di~ecfors;toa omt~attorre-~s=iri-fact~as~ rovided m,the :Unanimous, Gonse"nt.and:'Vote ~of-the_Board_of-Directors:•of:Gtiert ;Mutual Fire _Insurarice-;Compan dafed-June -28;_2006 _ P Y Y Thiscertificate`and the above ower of"attome ~•ma • tie si ned ti- facsimile or.mechanicall~ re ~ roduced-si natures-under_and b ~:aut or t o the Boa d - of~Directors of= Libe - ~ Mutual Fire= lnsuran_ce- Com an =evid_enced.:b she':Unanimous=:bonsent:and: Vote_of:the. Board_of=Directors daf ed. Ju ..e 28, ;2006~_~ = -wh r m..it-wasp=- : _ _ _ _ - _ _ _ - _ _ _ _ _ _ _ ' _ _ _ n ~ ~ "w • r f` `rn" ~r_ = n fcert ca ~ 1 in ~ ~ _ VOTED. "":~that_the signatures of such officers;:and the-seal of the~Gompany_may pe::affixed_to a •y sucFi po e_ o ,atto•_ ey. o to a _y - to .,eat, g_ ther"eto~b `facsimite';and:an":such: ow_ er-ofattorrie `orcertificate bearin" =such;facsimile•si-nsture-and:facsimile seal=_shall:6e val_id:and bindin " u on the Com "an ;:when so affixed: and, n she=future with: res ect, to an suret ,:undertakinower-onds, eco nizanees,a- d._otfiebi uret- _ - ob i n - ~v►ihi~h ifis'a~- ~~h` ~ - _ at o s to c ttac ed ~~e9 - _ - - 9 - - " IN:~TEST"IMO.NY 1NHEREOF:I:haye he~eurito_subscribed=rriy.,.name andaffixed the corp""Drat.-'seal,of~the:said company; this 16th:=-. ~~.day of ~ - ~Eebruar" 2010• - _ _ - -f~t~ - - - - - - - _ _ X' - _ - 1' ~ 1 4id M..Ca - - _ - - rey,.A§sistantSecretary.. - SJL71780 CORD CERTIFICATE OF LIABILITY INSURANCE FE °ti22o,0 PRODUC \3MarketPointe rcial Lines - (952) 830-3000 THIS CERTIFICATE IS ISSUED AS A MATTER OF I ORMATION ONLY AND CONFERS NO RIGHTS UPON THE C TIFICATE rgo Insurance Services USA, Inc. HOLDER. THIS CERTIFICATE DOES NOT AME , EXTEND OR ALTER THE COVERAGE AFFORDED BY TH OLICIES BELOW. Drive, Suite 600 gton, MN 55435-5455 INSURERS AFFORDING COVERAGE NAIC # INSURED S.J. Loui Construction of Texas, LTD INSURER A- AIU Insurance Company 520 South Ave. INSURER B: INSURER C: P O Box 834 INSURER D: Mansfield TX 76 3 INSURER E: COVERAGES THE POLICIES OF INSURANCE LIS D BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE P LICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CO ITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TOW CH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFF DED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE ERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOW AY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSR TYPE OF INSU CE ~Ss POLICY N BER POLICY EFFECTIVE POLI EXPIRATION LIMITS DATE MM/DD D MM/DD A GENERAL LIABI 4807560 11/1/09 11/1/10 EACH OCCURRENCE $ 1,000,000 100000, X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 300,000 PREMISES (Ea occurrence) CLAIMS MADE Fx ]OCCU MED EXP (Any one person) $ 10,000 X Contractual PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 10,000,000 [~EN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 RO- X LOC POLICY X P JE A AUTOMOBILE LIABILITY LOOOO' 6505622 11/1/09 11/1/10 COMBINED SINGLE LIMIT X ANY AUTO / (Ea accident) $ 1,000,000 c/ ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ (Per accident) X NON-OWNED AUTOS x $2,500 Comp ,500 COII PROPERTY DAMAGE $ X $2 (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ R ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ A EXCESS/UMBRELLA LIABILITY 5427865 11/1/09 11/1/10 EACH OCCURRENCE $ 20,000,000 X OCCUR F ]CLAIMS MADE AGGREGATE $ 20,000,000 DEDUCTIBLE $ X RETENTION s 10,000 $ WORKERS COMPENSATION AND / 1591766 11/1/09 11/1/10 X WC STATU- oTH- A EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $ 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS / LO TIONS /VEHICLES/ EXCLUSIONS ADDED BY END RS mriS ECIAL PROVISIO Project: North-South 42-In Water Transmission Main, Bi - TheCity of nPntnn, its o c s, age ts, employees & volunteers are named additional insured o>Za primary basi with respect to General Liabilit r the above referenced project lrt~ r`- 5u610 CERTIFICATE H LDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED P ICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL EAVOR TO MAIL 301 DAYS WRITTEN C/nTX V NOTICE TO THE CERTIFICATE HOLDER NAMED TO LEFT, BUT FAILURE TO DO SO SHALL 9treet IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND U N THE INSURER, ITS AGENTS OR D209 REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25 (2001/08) 1 of 2 1203994 0 ACORD CORPORATION 1988 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 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 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. CI-9 r- • 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 day written notice should any of the policies described on the certificate 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 years 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 a 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 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 this 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 $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 - 11 n v 5 ~s [X] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation 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 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 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 "Named Insured" the City of Denton and all subcontractors as their interests may appear. CI - 12 a r [ ] 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. Limits 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, that requirement will be described in the "Specific Conditions" of the contract specifications. CI - 13 ATTACHMENT 1 [X] Worker's 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 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 carriers, 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: CI - 14 r 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. I. 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 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 project; 4) obtain from each other person with whom it contracts, and provide to the contractor: 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; CI - 15 `C • 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 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. J. 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. Cl - 16 i CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity 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 Date Received person doing business with the governmental entity. By 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 offense under this section is a Class C misdemeanor. 1 Name of person who has a business relationship with local governmental entity. N/W 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 71' business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) TName of local government officer with whom filer has an employment or business relationship. Name of Officer 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? Yes ® No 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? F-1 Yes 91 No 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 D. Describe each affiliation or business relationship. /1111 1 4 Signature of person doing business wi the governmental entity Date. Adopted 06/29/2007 CIQ - I C Bid No. 4466 ORIG.INAL PROPOSAL TO THE CITY OF DENTON, TEXAS FOR THE CONSTRUCTION OF NORTH - SOUTH 42-INCH WATER TRANSMISSION MAIN IN DENTON, TEXAS The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm, or corporation; that he has carefully examined the form of contract, Notice to Bidders, specifications and the plans therein referred to, and has carefully examined the locations, conditions, and classes of materials of the proposed work and agrees that he will provide all the necessary labor, machinery, tools, apparatus, and other items incidental to construction, and will do all the work -and furnish all the materials called for in the contract and specifications in the manner prescribed herein and according to the requirements of the City as therein set forth. The bidder further declares that the bidder has a minimum of 5 projects with direct experience with the installation of water pipeline 36" diameter or greater and of similar materials to the 42" pipeline on this project. Bidder agrees that failure to have the aforementioned experience may constitute a non-responsive bid, and the City may disqualify the bid. Bidder agrees to provide experience records and references to the City upon request by the City. It is understood that the following quantities of work to be done at unit prices are approximate only, and are 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. Bid. forms must be completed in ink. The official total bid amount will be determined by multiplying the unit bid prices shown in the hand written bid forms by the respective estimated quantities shown in the proposal P-1 and totaling all of the extended amounts. Hand written unit prices must also include a unit price in word for each item. In' cases of conflict, unit prices in words shall govern over the numeric price given. It is further agreed that lump sum prices may be increased to cover additional work ordered by the City, but not shown on the plans or required by the specifications, in accordance with the provisions to the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. It is understood and agreed that the work is to be completed in full within the number of calendar days shown on the bid tabulation sheet. Accompanying this proposal is a certified or cashier's check or Bid Bond, payable to the Owner, in the amount of five percent of the total bid. It is understood that the bid security accompanying this proposal shall be returned to the bidder, unless in case of the acceptance of the proposal, the bidder shall fail to execute a contract and file a performance bond and a payment bond within fifteen days after its acceptance, in which case the bid security shall become the property of the Owner, and shall be considered as a payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. Owner reserves the right to reject any and all bids. Owner may investigate the prior- performance of bidder on other contracts, either public or private, in evaluating bid proposals. Should bidder alter, change, or qualify any specification of the bid, Owner -may automatically disqualify bidder. The undersigned hereby proposes and agrees to perform all work of whatever nature required, in strict accordance with the plans and specifications, for the following sum or prices, to wit: P-2 SECTION A - WATER LINE PIPE ALTERNATES Item Description* -'Estimated : Uriit No. (Price to be Written in Words) Quantity 'Price Total-Price : ' 1. 42-inch diameter Bar Wrapped Concrete Cylinder Pipe AWWA C- 303, Furnish and install the water line 16,500 L.F.'gc~ s-° 3p~.~~ Zsd pipe and fittings, complete and in place as specified in the drawings for the unit price of: Coe qm bacto. EtbNTV Nuk dollars and F, FTy cents [02614] 2. 42-inch diameter Mortar Coated Steel Pipe AWWA C-200, Furnish and install the water line pipe and 16,500 L.F. jjq 3,Z057 9 ~D fittings, complete and in place as specified in the drawings for the unit price of: paE 4 ,1141 2y tooR dollars and cents [02626] * Bidder shall provide a bid for Item I or Item 2. P-3 G SECTION B - WATER LINE BASE BID ITEMS Item Description -Estimated ' .::.',Unit . Total Price No. (Price to be Written in Words) Quantity Price 3. 8-inch diameter PVC C-900 DR 18 Pipe, Furnish and install the water line pipe, complete and in place as specified in the 100 L.F. 4-90. drawings for the unit price of: rHlKry dollars and t,) o cents [02622] 4. 12-inch diameter PVC C-900 DR 14 Pipe, Furnish and install the water line pipe, complete and in place as specified 25 L.F. CO ~in the drawings for the unit price of: FoitTy dollars and QO cents [02622] 5. 12-inch diameter PVC C-900 DR 18 Pipe, Furnish and install the water line oo pipe, complete and in place as specified 200 L.F. in the drawings for the unit price of: &&R dollars and iJo cents [02622] 6. 16-inch diameter Thickness Class 52 Ductile Iron Pipe, Furnish and install the water line pipe, complete and in place as 100 L.F. l10 ,~5 LOCO. specified in the drawings for the unit price of: OME 40awteb T" dollars and ►Jo cents [02615] 7. 20-inch diameter Thickness Class 52 Ductile Iron Pipe, Furnish and install the water line pipe, complete and in place as 225 L.F. 92. specified in the drawings for the unit price of: Olt4c-2y Iwo dollars and No cents [02615] P-4 e , SECTION B - WATER LINE BASE BID ITEMS Item Description. Estimated Unit : No. (Price to be Written in Words) Quantity Price Total.:Price 8. 24-inch diameter Thickness Class 52 Ductile Iron Pipe, Furnish and install the water line pipe, complete and in place as 900 L.F.93 specified in the drawings for the unit price of: Q, tJ6Ty TWREE dollars and O cents [02615] 9. 30-inch diameter Bar Wrapped Concrete Cylinder C-303 or Mortar Coated Steel C-200 Pipe (Must match 65 L.F. 174. I CP pipe material used for Bid Item 1 or 2), Furnish and install the water line pipe, complete and in place as specified in the drawings for the unit price of: NE qu oREb 5E. wjX ROK dollars and 1,~1o cents [02614] [02626] 10. 20" Diameter x 318" Thick Steel Encasement by Bore, furnish and install, work fully performed, including bore pits, 50 L.F.. Zoo °-o - lotCr~ shoring, grouting,"clean-up (water pipe not included): Two gvr4baab dollars and r,~ o cents [02314] 11. 32" Diameter x 1/2" Thick Steel Encasement by Bore, furnish and install, work fully performed, including bore pits, 90 L.F. 3og`'o 7-7, 7ZO.00 shoring, grouting, clean-up (water pipe not included): T KF_ IAWbub 1 &wr dollars and PJo cents [02314] 12. 36" Diameter x 1/2" Thick Steel Encasement by Bore, furnish and install, work fully performed, including bore pits, 30 L.F. shoring, grouting, clean-up (water pipe not included): TA?xf, 1 D2Et,> Et&wTy Two dollars and r~ cents [02314] P-5 SECTION B -WATER LINE BASE BID ITEMS (CON'T) Item Description Estimated : Unit- Total'. rice No. (Price to be Written in Words) Quantity :.Price 13. 48" Diameter x 1/2" Thick Steel Encasement by Bore, furnish and install, work fully performed, including bore pits, 50 L.F. ~S410 - Z2,8~0.`-° shoring, grouting, clean-up (water pipe not included): FuR Mb1ZE6 REly Six dollars and ~Jo cents [02314] 14. 60" Diameter x 112" Thick Steel Encasement by Bore, furnish and install, CO work fully performed, including bore pits, 1010 L.F. 723 730 7-30. shoring, grouting, clean-up (water pipe not included): SEA azEe> TwF.rrty ?FREE dollars and rho cents [02314] 15_ 60" Diameter x 112" Thick Steel Encasement by Hand Tunnel, furnish and install, work fully performed, including 40 L.F. 4 7Z.Va 2-OZ0 -°O- bore pits, shoring, grouting, clean-up (water pipe not included): E~ pSb 7vJgA1 TH9" dollars and iJo cents [02314] 16. Bermuda Hydromulch Seeding, furnish and install complete in place, including co topsoil, fertilizer, and water to establish 13,500 L.F. D= - 10th. growth: r~10 dollars and cl&yr-e cents [02202] 17. Bermuda Grass Sod, furnish and install complete in place, including topsoil, O° fertilizer, and water to establish growth: 3,700 L.F. - GLcV6r•1 dollars and E i t=HTy cents [02202] 18. Concrete Encasement, Furnish and install concrete encasement, complete and in place as specified in the drawings 100 L.F. ~sS3.- Si - for the unit price of: FiFry I'HRcF_ dollars and rJo cents [03301) P-6 SECTION B -WATER LINE BASE BID ITEMS (CON'T) Item Description -'Estimated Unit P No. (Price to be Written in Words) Quantity Price Total:Price 19. Asphalt Pavement Repair, furnish and install asphalt pavement repair per detail, including curb and gutter repair, complete 600 S.Y. 33 and in place as specified in the drawings for the unit price of: TNI R7V TKO dollars and n1o cents [02601] 20. Gravel Pavement Repair, furnish and install gravel pavement repair per detail, complete and in place as specified in the 240 S.Y. ~`~0.°-° drawings for the unit price of: 5~ z dollars and r`1o cents [026011 21. Concrete Pavement Repair, furnish and install concrete pavement repair per detail, induding curb and gutter repair, 30 S.Y. 000 c~~{°O- complete and in place as specified in the drawings for the unit price of: F-oRtv F-I&HT dollars and tJo cents [02601] [03301] 22. Concrete Sidewalk and Driveway Repair, remove and replace existing concrete sidewalk and driveway, 30 S.Y. 442 complete and in place as specified in the drawings for the unit price of: FO&jY TWO dollars and 00 cents [02601] [03301] 23. Trench Safety, Furnish and install trench safety, complete and in place for the unit price of: 17,000 L.F. C> 0 3 SIO rQo dollars and THREE cents [02220] 24. 4" Combination Air and Vacuum Release Valve & Meter Box, Furnish and install complete in place, including valve, 7 EA. g~SQO.- 59 &O., corp stop and fittings: F_wN Fije NuN6REt> dollars and Ob cents [15117] P-7 SECTION B -WATER LINE BASE BID ITEMS (CON'T) Item Description Estimated . Unit :Total Price No.. Price to be Written in Words Quantity Price 25. 8" Blowoff Valve, Furnish and install complete in place including valve, piping, and vault: 6 EA. 3,SoD,~ 4 .Z 11CCO. TNi2 Five H%)NOFF-b- dollars and rJo cents [01130] [151011 26. 42-inch Butterfly Valve with EPDM Seats and Seals, Furnish and install water line valve with EPDM seats and 9 EA. 22~ 000 ZoS1 ZQD.' seals, complete and in place as specified in the drawings for the unit price of: T~E~,7• T v -14b05A&)J 61!*• I11)AJO'Vollars and cents [15103] 27. 8-inch Gate Valve with EPDM Seats and Seals, Furnish and install water line valve with EPDM seats and seals, 3 EA. $ ~,3~.- 3 9oo.O0 complete and in place as specified in the drawings for the unit price of: -1tR-MCa NjNbAgb dollars and ~Jc cents [15101 ] 28. 12-inch Gate Valve with EPDM Seats and Seals, Furnish and install water line valve with EPDM seats and seals, 5 EA. 21 CO,- ~Z#MO. complete and in place as specified in the drawings for the unit price of: T„x-o Foo HvNbaF-b. dollars and ►Jo cents [151011 29. 16-inch Gate Valve with EPDM Seats and Seals, Furnish and install water line valve with EPDM seats and seals, 1 EA. (s00,- (90D,°~ complete and in place as specified in the drawings for the unit price of: 1=iF y Six WtJoReb. dollars and 10 o cents [15101 J P-8 r~. SECTION B - WATER LINE BASE BID ITEMS CON'T Item Description - :Estimated:..: Unit :Total Price No. (Price to be Written in Words) Quantity., Price 30. 20-inch Gate Valve with EPDM Seats and Seals, Furnish and install water line valve with EPDM seats and seals, 3 EA. 113c~, - 33,9 Co. complete and in place as specified in the drawings for the unit price of: TH 6 1-ripec N,JAb."b dollars and 1Jo cents [15101] 31. 24-inch Gate Valve with EPDM Seats and Seals, Furnish and install water line valve with EPDM seats and seals, 1 EA. ~ IS ZOO- [S2o0, . complete and in place as specified in the drawings for the unit price of: RFT TNoosaab. Two Hor4tPRFo dollars and N o cents [15101 ) 32. 30-inch Gate Valve with EPDM Seats and Seals, Furnish and install water line valve with EPDM seats and seals, 1 EA. Z~~txb- Z~~ooo °-o complete and in place as specified in the drawings for the unit price of: Tt-4&-s 6ija TA oysAua dollars and 1Jo cents [15101 ] 33. 16" X 12" Tapping Sleeve with 12"Gate Valve, Furnish and install water line tapping sleeve and valve with EPDM 1 EA. tpp~ seats and seals, complete and in place as specified in the drawings for the unit price of: R%)E TNoos 46 ot3c 4046"6- dollars and ~Jo cents [15101) 34. Ductile Iron Fittings, Furnish and install complete in place: 10 TON [D 40 complete E dollars and t 10 cents [02615] 35. Check Dams, Furnish and install 100 -complete in place: 2 EA. I,bco 0,NE l4uNDRE6 dollars and 00 cents [02202] [02253] P-9 n w- SECTION 13' WATER LINE BASE BID ITEMS CON'T Uriit Item Description :Estimated No. (Price to be Written in Words) Quantity Price Total. Price: 36. Fire Hydrant Assembly, Furnish and install complet in place: 1 EA. 3 ~Op - 3 °O . -NAM TH yb &c*r kWb9Gb dollars and +Jo cents [02719] 37. 18-inch Thick Rock Rip-Rap with 6" bedding, Furnish and install rock rip-rap, complete and in place as specified in the 200 S.Y. drawings for the unit price of: F-OQT~e si (-r►iT dollars and Flo cents [02271] 38. Connection to Existing 16-inch Water Line at Scripture Street, Labor to make connection to existing water line, 1 EA. - 21Cp.- +21 complete and in place as specified in the drawings for the unit price of: "Fu)O T A06 4:6A HjA6"es dollars and N)O cents [01130] 39. Connection to Existing 16-inch Water Line at McKenna Park, Labor to make co connection to existing water line, 1 EA. + complete and in place as specified in the drawings for the unit price of: Iwo TN Aaaa dollars and 4 o cents [01130] 40. Connection to Existing 20-inch Water Line at STA 41+33.02, Labor to make connection to existing water line, 1 EA. $ 2,100°° 21gO0 complete and in place as specified in the drawings for the unit price of: -Two THE Aot> Fcva- 404c2Eb dollars and rJo cents [01130] P-10 R . r' . SECTION B - WATER LINE BASE BID ITEMS CON'T Item Description Estimated ..Unit_ Total Price No. (Price to be Written in Words) Quantity Price` 41. Connection to Existing 12-inch Water Line at STA 47+04.36, Labor to make connection to existing water line, 1 EA. - m - (nOp,`°- complete and in place as specified in the drawings for the unit price of: 51 rEro Noa tea C-& dollars and Qo cents [01130] 42. North Connection to 36" Water Line, Labor to make connection to existing water line, complete and in place as 1 EA. ~~ooo°° specified in the drawings for the unit price of: PooR 'FRo%IsANt~, dollars and rJo cents [01130] 43. Remove and Replace Storage Trailer and Fencing (STA 106+50), Remove and o0 replace fence and storage trailer prior to 1 L. S. 3000,- 31000,°-° construction and replace when construction is finished, complete and in place as specified in the drawings for the unit price of: TKO TiiousAa6 dollars and tJo cents [01130] 44. Corrosion Protection, materials and work fully performed as per specifications, complete in place. Fm Ei bN r THoOSA0b dollars and 1`1 o cents [160611'[160621 [16640] 45. Erosion Control and Preparation Implementation, and Maintenance of Do DO SWPPP, Furnish and install erosion 1 L.S. ISrCx.~- $ ISrWO. - control devices for the unit price of: Fi TEEiJ TrioysAws, dollars and rJo cents [01568] 46-. Performance and Payment Bond Acquisition, Furnish proper bond ca documents for the unit price of: 1 L. S. -~~D OOD - CIO OOD,°D FosLT4 1400SAaa dollars and . rJo cents [01130] [Contract Documents] P-11 a 47. Miscellaneous Park Repairs, for repairs deemed necessary through the Park Area co from STA 81 +00 to STA 105+00, 1 L. S. + 3,cm, complete in place for the unit price of: THZM T-4005PO(D. dollars and Q0 cents [01130] 48. Miscellaneous Utility Repairs, for repairs deemed necessary by City, complete and in place for the unit price of: 1 L. S. $50,000 $50,000.00 Fifty Thousand dollars and No cents [01130] TOTAL BID, SECTION B - WATER LINE BASE BID ITEMS OME Mi"100 61x AvAbRE0- -rWEa-ry S1x in the amount of -p ousAae FovR 9013b"a stxry dollars 00 and n10 cents. - 1677- (Items'3 to 48) P-12 BID SUMMARY . . TOTAL BASE BID (Items 3-48), SECTION B IN WORDS: ONE A111a, "513( dU4Dr2Efl TWEaTy SAX THouSfl►JD ouR 4NDRED SI~CTy 1J0(JA2S PtNN tJo CFaJ'tS TOTAL BASE BID (Items 3-48) + PIPE ALTERNATE 1 IN WORDS:. Fouts l~~ L4 S))( 4vtjbPF-t> S~JF- ar- THoVSAOt> 56460 40NWQSI~> ~0\IAQs AtJb No CCATS TOTAL BASE BID (Items 3-48) + PIPE ALTERNATE 2 IN WORDS: FpOR A1104 EI&HT ~-MbQZC-b THIR -rw0 _rHaVS40D FM) ~VNOeE~ TES D096126 Poao 00 e€t.J~'s Base bid and pipe alternate options: The Bidder must submit a bid for either Item 1 or 2. The Bidder may bid only one of the pipe material alternates, more than one, or all of the pipe material alternates. The Bidder must submit a Bid for Items 3-48. The award of the contract will be based on the base bid items in the project and the selected pipe material altemate, the decision on which pipe material alternate to award will be solely at the discretion of the City. The lowest responsive proposal for purposes of award shall be the conforming responsible Bidder offering the lowest cost for the base bid option plus the pipe material alternate selected by the City. In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract. The work shall be accepted when the Engineer is satisfied that the proposed work was fully completed, to the best of his knowledge, in accordance with the plans and specifications. The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. Unit and lump sum prices as shown for each item listed in this proposal shall control over extensions. P-13 a The undersigned agrees to substantially complete all work covered by these Contract Documents within Three hundred and sixty (360) consecutive calendar days from the day established for the start of the work in a written Notice to Proceed. Final completion of all work shall be reached within sixty (60) consecutive calendar days from date of substantial completion. The date established for the start of work will be not less than ten (10) days and not more than thirty (30) days after the date of the Contract Agreement, except by mutual agreement of the Owner and the Contractor. Receipt is hereby acknowledged of the following addenda to the plans and specifications: Addendum No. 1 dated 1 12'1 Ito Received 2.1 4 o Addendum No. 2 dated z/z f o Received i Z /10 Addendum No. 3 dated -l Received Addendum No. 4 dated Received Addendum No. 5 dated Received Uet. CONTRACTOR BY Y G f _~Mafl , - 5Za S. CVi::t-\ RVOla-e-, Street Address y -ales -4-Cr ocr.3 City and State Seal & Authorization l (If a Corporation) Z 0 _ Telephone P-14 s . i i i VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded 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 lowest 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 comparable 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 will automatically disqualify that bidder. Resident bidders must check the blank in Section B. A. Non-resident bidders in (give state), our principal place of business, are required to be _percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident bidders in (give state), our principal place of business, are not required to underbid resident bidders. B. ur principal place of business or corporate offices are in the State of Texas: Tew BIDDER: (PAI~ULJ_i uv-x -gas [A COMPANY Y BY LCS, Whii-num,GSA a ni lavtco Street Address 4 (-V o~~ 3 City and State P-15 THIS FORM MUST BE RETURNED Wn H YOUR BID. CONTRACTOR COMPLIANCE TO TEXAS SALES TAX CODE Comply with all requirements of the Texas Sales Tax Code. The Contractor hereby certifies that the Contract Amount is divided as follows: 00 Materials incorporated into the Project $ '317--7o -1tO,- (resold to the Owner as defined in Tax Code) All other charges and costs $ ►~g00,000. Total $ ,070;? to,00 The total must equal the total amount of the Contract. a CONTRACTOR: T l ou i s ~ov~~~ rug o~ 04- gaS) . COMPANY BY US 5o s, Street Address Tws ob City and State THIS FORM SHALL; BE EXECUTED AT THE TLME OF EXECUTION OF TIC CONTRACT AND SHALL BE MADE A PART OF THE CONTRACT. P-16 SJL71780 ACORD. CERTIFICATE OF LIABILITY INSURANCE 3/1DATE (MM/20IYYYY) 7/2010 PRODUCER Commercial Lines - (952) 830-3000 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Wells Fargo Insurance Services USA, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 4300 MarketPointe Drive, Suite 600 Bloomington, MN 55435-5455 INSURERS AFFORDING COVERAGE NAIC # INSURED S.J. Louis Construction of Texas, LTD INSURER A: AIU Insurance Company 520 South Sixth Ave. ,D INSURER B: P O Box 834 ~1 INSURER C: INSURER D: Mansfield TX 76063 [INSURER E: COVERAGES 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ""J TYPE OF INSURA POLICY NU ER POLICY EFFECTIVE POLICY EXPIRATION LTR NSR DATE MM/DD DATE MM/DD/Y LIMITS A GENERAL LIABILITY 4807560 11/1/09 11/1/10 EACH OCCURRENCE S 1,000,000 X COMMERCIAL GENERAL LIABILITY PREM SESOEa occurrrence S 300,000 CLAIMS MADE ~ OCCU MED EXP (Any one person) S 10,000 X Contractual PERSONAL & ADV INJURY S 1,000,000 GENERAL AGGREGATE S 10,000,000 FEWL AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG S 2,000,000 POLICY X JERCOT LOC A AUTOMOBILE LIABILIT 6505622 11/1/09 11/1/1 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) S 1,000,000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY S X NON-OWNED AUTOS (Per accident) x $2,500 Comp x $2,500 Coll PROPERTY DAMAGE S (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT S ANY AUTO OTHER THAN EA ACC S AUTO ONLY: AGG S A EXCESS/UMBRELLA LIABILITY 5427865 11/1/09 11/1/10 EACH OCCURRENCE S 20,000,000 Umbrella X OCCUR CLAIMS MADE AGGREGATE S 20,000,000 Umbrella S R XDEDUCTIBLE 5 RETENTION $ 1 0 STATU _-_1 S WORKERS COMPENSATION AN / X 1 WC LIMIT OTH- A EMPLOYERS' LIABILITY 1591766 11/1/09 11/1/10 Y E.L. EACH ACCIDENT S 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE S 1,000,000 If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT S 1,000,000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Project: North-South 42-Inch Water Transmission Main, Bid 4466 - The City of Denton. its officials, agents, employees & volunteers are named additional insur, ed on a primary basis with respect to Genera Uiabil y and Additional U-~t~tred with spect to Auto Liability for the above referenced project. ,workers Compensation policy includes waiver of subrogationn_fzvor of the City of Dentore CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE IHE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3 DAYS WRITTEN City of Denton NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL 901 B Texas Street IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR Denton TX 76209 REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25 (2001/08) 1 of 2 1265392 9 ACORD CORPORATION 1988 (This certificate replaces certificate# 1203994 issued on 2/23/2010) IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S (2001/08) 2 of 2 #S915260/M915043