Loading...
2000-374 NOTE' Amended by Ordinance No. 2001-381. ORDINANCE NO s~"/q AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF GRAVEYARD BRANCH INTERCEPTOR SANITARY SEWER MAIN, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING AN EFFECTIVE DATE (BID 2571 - GRAVEYARD BRANCH INTERCEPTOR SANITARY SEWER MAIN AWARDED TO S J LOUIS CONSTRUCTION OF TEXAS LTD L L P, IN THE AMOUNT OF $2,302,537 22) WHEREAS, the C~ty has sohclted, and received competitive sealed b~ds for the construction of pubhc works or ~mprovements ~n accordance w~th the procedures of STATE law and C~ty or&nances, and WHEREAS, the City Manager or a designated employee has received and recommended that the heroin described Nds are the lowest respondent for the construction of the pubhc works or ~mprovements described in the Nd ~nvltatlon, and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competmve sealed bid for the construction of pubhc works or ~mprovements, as described in the "Sealed B~d Inv,tat~ons", or plans and spemficat~ons on file ~n 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 respons~ble Nds BID NUMBER CONTRACTOR AMOUNT 2571 S J Lores Construction of Texas Ltd L L P $2,302,537 22 SECTION II That the acceptance and approval ofthe above competitive sealed btd shall not constitute a contract between the C~ty and the person submitting the btd for constructton of such public works or Improvements here~n accepted and approved, until such person shall comply wlth all reqmrements specified ~n the Not~ce to B~dders including the timely execution ora written contract and furmsh~ng of performance and payment bonds, and Insurance certificate after notification of the award of the Nd SECTION III That the City Manager ~s hereby authorized to execute all necessary written contracts for the performance of the construction of the pubhc works or improvements ~n accordance with the bids accepted and approved here~n, prowded that such contracts are made In accordance w~th the Notme to B~dders and Request for Sealed Bids, and documents relating thereto specifying the terms, conditions, plans and specfficat~ons, standm'ds, quant, t~es and specified sums contmned there~n SECTION IV That upon acceptance and approval of the above competitive sealed bids and the execution of contracts for the public works and ~mprovements as authorized here~n, the C~ty Council hereby authorizes the expenditure of funds ~n the manner and in the amount as spemfied m such approved b~ds and authorized contracts executed pursuant thereto SECTION V That th~s ordinance shall become effective ~mmed~ately upon ~ts passage and approval PASSED AND APPROVED th,s the /7 ~/]x_ day of ~___,)('1(~:1~r ,2000 EULINE BROCK, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY BID 2571 - GRAVEY~IqC~PUBLIC WORKS CONTRACTUAL ORDINANCE 10 00 CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 17 day of __D_clobr, r__A D, 2000, by and between C~ty of Denton of the County of Denton and State of Texas, acting through thereunto duly authorized so to do, heremafter termed "OWNER," and S.]'. Lores Constructmn of Texas Ltd L.I..P, P.O. Box 202384 Arlington: TX 76f106 of the City of Arlington , County of Tarrant and State of Texas , hereinafter termed "CONTRACTOR" WITNESSETH That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below B~d 257] - Graveyard Branch Interceptor ~%mtary Sewer Mmn in the amount of ~ 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, machmery, 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 Specml Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein and on file in the office of the Purchasing Agent, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, CA- 1 and the Spectficatlons therefore, as prepared by Halff Assomates: Inc. all of whtch are referenced hereto and made a part hereof and collecttvely evtdence and constttute the enttre contract Independent Status It ts mutually understood and agreed by and between Ctty and Contractor that Contractor ts an independent contractor and shall not be deemed to be or considered an employee of the C~ty of Denton, Texas, for the purposes of mcome tax, withholding, somal security taxes, vacatmn or sick leave benefits, worker's compensatmn, or any other C~ty employee benefit C~ty shall not have superwsmn and control of Contractor or any employee of Contractor, and tt ~s expressly understood that Contractor shall perform the serwces hereunder according to the attached specfficatmns at the general &rectmn of the Cay Manager of the Ctty of Denton, Texas, or h~s destgnee under this agreement Indemnificatmn Contractor shall and does hereby agree to mdenmtfy and hold harmless the City of Denton from any and all damages, loss, or habthty of any ktnd whatsoever, by reason of injury to property or thtrd persons occasioned by any error, omlsston or neghgent act of Contractor, tts officers, agents, employees, tnvttees, and other persons for whom tt ~s legally hable, wtth regard to the performance of this Agreement, and Contractor wall, at tts cost and expense, defend and protect the C~ty of Denton against any and all such clmms and demands Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for tts constructton and enforcement shall he m the courts of Denton County, Texas The CONTRACTOR hereby agrees to commence work on or after the date estabhshed for the start of work as set forth m written not~ce to commence work and complete all work wxthm the tune stated tn the Proposal, subject to such extenstons of tune as are provtded by the General and Spemal Con&t~ons The OWNER agrees to pay the CONTRACTOR m current funds the price or prices shown m the Proposal, whmh forms a part of thts contract, such payments to be subject to the General and Specml Con&tmns of the Contract CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed th~s agreement the year and day first above wmtten (SEAL) ATTEST Dana D Tomlln Les V Whitman ,q.J_ Lotll~ Conmtruat~m~ n~ Texas, Ltd 2401 Avenue 3, Suite 202 Arlington, Texas 76006 MAILING ADDRESS (817) 640-7737 PHONE NUMBER (817) 640.0030 FAX NUMBER BY Vice Pres~dent TITLE Les V, Whztman APPROVED AS TO Ffl~RM $// PRINTED NAME ' CITY ATTORNEY y CA - 3 i o. SB0063434 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That S.J. Loum Construction of Texa~ ~whose address is P.O. Box 202384: Arhngton: TX 76006 hereinafter called Principal, and Commercial Union Insurance company , a corporaUon organ,zed and extstmg under the laws of the State of and fully authorized to transact business m the State of Texas, as Surety, are held and firmly bound unto the Ctty of Denton, a mummpal corporation organtzed and exmtmg under the laws of the State of Texas, hereinafter called Owner, m the penal sum of Two Mdhon Three Hundred Two Thousand g~ve Hundred Thor .ty Seven and no/100 DOLLARS ($ZL3.02,3322Z~) plus ten percent of the stated penal sum as an addmonal sum of money representing additional court expenses, attorneys' fees, and hqutdated damages artsmg out of or connected with the below ldenUfied Contract, m lawful money of the Umted States, to be paid m Denton County, Texas, for the payment of wluch sum well and truly to be made, we hereby bind ourselves, our heirs, executors, admmmtrators, successors, and assigns, jointly and severally, firmly by these presents, Thru Bond shall automattcally be increased by the amount of any Change Order or Supplemental Agreement Much mcreases 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 condmoned as follows Whereas, the Principal entered mto a certam Contract, identified by Ordmance Number 2000-374, with the C~ty of Denton, the Owner, dated the 17 day of October A D 2000, a copy of which is hereto attached and made a part hereof, for B~d # 2571 - Graveyard Branch Interceptor NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertalangs, covenants, terms, condlUons and agreements of smd Contract accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extenmon thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, not,ce of wluch mothfications to the Surety being hereby waived, and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by the Owner, and, if the Prmcipal shall fully indemnify and save harmless the Owner from all costs and damages which Owner may suffer by reason of fatlure to so perform herein and shall fully rennburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligation shall be void, otherwise, shall remain in full force and effect PB - 1 PROVIDED FURTHER, that if any legal acuon be filed upon thts Bond, exclustve venue shall lie m Denton County, State of Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of tune, alteratmn or addiUon to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, SpecfficaUons, Drawmgs, etc, accompanying the same, shall m anywise affect its obhgatton on this Bond, and tt does hereby waive notice of any such change, extenston of tune, alterauon or addltmn to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, SpeclficaUons, Drawings, etc This Bond ts given pursuant to the provtstons of Chapter 2253 of the Texas Government Code, as amended, and any other apphcable statutes of the State of Texas The undersigned and designated agent is hereby designated by the Surety heretn as the Resident Agent tn Denton County to whom any reqmsite nottces may be delivered and on whom servtce of process may be had tn matters arising out of such suretyship, as provided by Amcle 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this instrument is executed tn 4 copies, each one of which shall be deemed an original, this the 17 day of October , 2000 ATTEST PRINCIPAL By .~ ~ ~0~ S J LOUIS CONSTRUCTION OF TEXAS LTD , L L p /~C~- PI~IDENT ATTEST SURETY ATTORNEY-IN-FACT Carol M Conley The Resident Agent of the Surety in Denton County, Texas for dehvery of notice and serwce of the process ts NAME Clem F. Leach STREETADDRESS 206 Elm St., Suite 105, Lewisville, TX 75067 (NOTE Date of Performance Bond must be date of Contract If Restdent Agent ts not a corporation, gtve a person's name ) PB - 2 ACIi2NOWLEDGP~fENT OF PR.INCIPA~L For Ind~vzdual or Co-Partaership STATE OF bilNI~ESOTA, COUNTY OF On this day of ,19 , came before me personally to me well know to be the same person who ex.e.cute, a the t-oregomg Dona, and each severally acknowledged the same to be his own free act and geed. f~ o~ary l~uhllc, C:ounty, ~ly commission expires SURETY ACI~NOWLEDGEMENT STATE OF MINNESOTA, SS COUNTY OF On th~s 17th day of October ,2000 , before me appeared Carol ~l conic), to me personally khow, who, being duly sworn, girl gay that he is the a, ttorney-in-fact of the Comraercia~ Union Insurance Comnanv that the seal affLxed to the for.egom, g,inst ,ru .me.n.t is_ 'the, corpotat,d seal o! sa,!d corp%ra, tio..o, th,at s.~d ms?rumen.t was signed and sealed on oenall otsalfl corporauon Dy aumorlty ol l~S ~oaro OlDlreclors, and saldCarol M Cooley acllnowledge said instrument to be the free act and deed ofsa~d corporation, ].- -~- -~-~-"~"_~_~L? [ My commiss~on expires 1/31/2005 COR. PORATE ACIt3NOWLED GED[ENT STATE OF N~, T~XAS COUNTY OF TARRANT On th~s 17th day of October ,2000 , before mepersonally came Les v Whitman , to me know, who b~y. me first duly sworn, did depos~ and say' ~hat he/she resides m Mansf~_mld: Tx , that h//she is the Vz¢¢ ~raszdant of s. J. Louis Construction of T.,~g~eCo.rpora~op.descm.bem andwhic~ e~ecute.d the toregoing instrument; that he/s~e Rnows the cor!~ora~e seal of the corporation; that the corporate seal affixed to the s.ai.d lOSt .foment is such co.rporate seal; that was so affixed by order o~ the Board of Directors of the said corporation and the he/she slgl~ed his/her name to the said ,nstrume~t by hke order ' ~ Tart ~n ~~ l~otary. Public. ~ ~J0unty,~ TX  My comm,ssmn expires 4-22-02 CGU Attmmey ~ KNO~ALL MEN ~ ~l P~, th~ ~ ~ UNION INSU~NOE ~FA~ a ~omtlon duly o~an~ .~ exl.0~ un~r ~e aha ea~ of t~m ~ ~aaM ~1 A~i~; to m~ e~, ~1 a~ ~r ~ and on ~ ~ff as eu~ any and all ~s or u~k~s p~ ~ ~MMER~L UNION INSU~NCE COMPANY COMM~aTH O~ ;HI~DELPHa COa;RC~ UN ON I~U~Gi ;MPA~, ~1~ kn~n to ~ea Ind~dual6 a~ ~m de~d iff and who ae~ ~omte ~al and t~lrtalona~ aS a~ ~m we~ ~ ~ and ~d to t~ ~ld i~nt ~ ~ au~o~ at di~on ~ ~ SaM $ign~ and sealed at ~ ~ ~ B~ton ~ ~,,7:~, , day of 0 C:o~e~ ~000 or verification of the authentLc{ty of this Power of Attorney you may call, 1 800 288 2360 and ask for the Power of Attorney supervisor Please refer to the Power \ttorney numb(r the above named ~ndlvldual(s) and details of the bond to which the power }s attached In Pennsy{vanla D~al 215 625 3037 0027 ~ 92 BOND NO SB0063434 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That S.J. Louis Conatmctmn of Texas Ltd..,_I.,L~, whose address is P.O. [lox 20238,/.: Arhngton_ TX 76006 hereinafter called Principal, and commercial Union Inaurance Comoany a corporation orgamzed and existing under the laws of the State of ff/e~da/ ~t~ , and fully authorized m transact business in the State of Texas, as Surety, are held and firmly bound unto thc City of Denton, a municipal corporatmn orgamzed and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporatmns who may furnish matermls for, or perform labor upon, the bulldmg or nnprovements hereinafter referred to, m the penal sum of Two Mdlmn Three Hundred Two Thousand Fiver Hundred Thirty ~OLLARS ($_22d)2..53_7_.2~) in lawful money of the Umted States, to be paid tn Denton, County, Texas, for the paymem of whtch sum well and truly to be made, we hereby bind ourselves, our betrs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents This Bond shall automattcally be increased by the amount of any Change Order or Supplemental Agreemem which increases the Contract price, but In no event shall a Change Order or Supplemental Agreement whmh reduces the Contract pmce decrease the penal sum of this Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal entered into a certatn Contract, identified by Ordmance Number 2000-374, with the Ctty of Denton, the Owner, dated the 17 day of October A D 2000, a copy of which ts hereto attached and made a part hereof, for B~d # 2571 - Graveyard Branch Interceptor NOW, THEREFORE, If the Principal shall well, truly and fatthfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claunants supplying labor and/or material in the prosecution of the Work provtded for tn satd Contract and any and all duly authorized modifications of satd Contract that may hereafter be made, notice of which modifications to the Surety bemg hereby expressly warred, then thru obligation shall be void, otherwtse tt shall rematn mn full force and effect PROVIDED FURTHER, that If any legal action be filed on thru Bond, exclusive venue shall he tn Denton County, Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby sttpulates and agrees that no change, extenston of ttme, alteration or add,tmon to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, SpecfficatlunS, Drawings, ete, accompanying the same, shall tn anywtse affect tts obhgatton on thts Bond, and it does hereby waive notice of any such change, extension of trine, alteratton or addttlon to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Spectficatlons, Drawings, etc PB - 3 Thru Bond m gtven pursuant to the provlmons of Chapter 2253 of the Texas Government Code, as amended, and any other apphcable statutes of the State of Texas The undermgnod and demgnated agent is hereby demgnated by the Surety hereto as the Remdent Agent m Denton County to whom any reqmmte nottces may be dehvered and on whom servtce of process may be had tn matters anmng out of such suretyship, as provided by Amcle 7 19-1 of the Insurance Code, Vernon's Annotated Ctml Statutes of the State of Texas IN WITNESS WHEREOF, thts instrument ts executed in 4 coptes, each one of whmh shall be deemed an ortg~nal, thru the 17 day of October, 2000 ATTEST PRINCIPAL ~4~ ~ ~> S J LOUIS CONSTRUCTION OF TEXAS LTD , L L p BY SECRETARY BY ~F~'~ PRESIDENT ATTEST SURETY BY '---v~ ~--~ ~,~t~.,'~_ COMMERCIAL UNION INSURANCE COMPA~iBy ~'~L~/~ f~ ATTORNEY-IN-FACT Carol M Conley The Remdent Agent of the Surety m Denton County, Texas for dehvery of notme and servme of the process ts NAME Clem F Le$ch STREET ADDRESS 206 Elm St., Suite 105, Lewisville, TX 75067 (NOTE Date of Payment Bond must be date of Contract If Restdent Agent ts not a corporatton, gtve a person's name ) PB - 4 ACKNO~DG~ OF PRINCIPAL For Indnadual or Co-Parmership STATE OF MINNESOTA, COUNTY OF On this day of ,19 , came before me personally to me well know to be the same persot~ wino ex. ee. ute. a toe toregolng oona, anti each severally acl,mowledged the same to be his own free act and deed. ~No:ary .Pul)llc, County, N.b.N Mv commmsion expires SURETY ACI~OWLEDGEMENT STATE OF MIN~'ESOTA, COUNTY OF On this 17th day of October ,2000 , before me apoeared carol ~l, con~e~ to me personally khbw. who, bein~ auly sworn, tlitl tlay that he is tl~e Attornev-in-Iact or' toe Commercial ,Union Insurance Camnanv that the seal affixed to the tore.~om~ instrument ~s-t~e corporate seal ot saia corporation, t~at said instrument was Sl_~ned and]ealgd on behalf of said co .rporataon by authority of its Board of Directors, and saldCarol M Cooley acl~nowledge said instrument to be the free act and deed ofsald ~g~A[E~T~N~ ~ ~L[N~E[ t'~otary Vublic, ltenheoin ' County, ,I ~l~aai~ Notary Public Minnesota .~ ~ Comma~ aa,,a, 3, m ~ly expires 1/31/2005 t ............. ~ commission CORPORATE ACIO/OWLEDGEMENT STATE OF ~, SS COUNTY OF On this 17th day of October ~2000 , before mepersonaHy came Le~ V, Wh±:man ,tomeknow, wtio b~li me first duly sworn, did depose cna say: t~at B~s~e resiaes m ~.~ ~ d. ~ , that he/she Is the Vxce Pr~gtdenr of ~. ~. Louis Construction ~ Toe~ Co~ora~on d~cmbe m aaa wnich~ecu/ea tbs iOregoing rust,meat, t~a~ ~she ~ows t~e corporate seal of the sa~d co~ora~o~; ~at th~ co~o~at~ seal.afl, ed to the s~ Ins~ment m ~uch co~9~te?al,tha: It was so affLxea oy oraer of t~e ooara oI ~lrectom ot t~e saia corporanon anti the ne/she sl~ed h~s~er name to the said mstrum~t by like order.  My comm~mon exptre~ ~- 2 2- 0 2 CGU Attorney GA0298096 KNOWALL MEN BY ~ PRICe, IT&. that the ~ UNION INSU~N~ ~MPA~, a ~omtion duly o~an~ and ~ under the laws ~ ~ Commo~ ~ M~M~, eM ~~ ~ In ~ ~ ~ B~ Mac.usG h~h ~e ~s~ed a~ ap~imed and by ~ p~n~ ma~ ~n~ ~ ~ ~M ~. ~ A 8~1 ~W R ~a~ all ~ ~ C~ ~ MIn~apol~. ~ ~ MINNESOTA ~nd ea~ ~ ~m I~ ~e~ ~1 ~ to m~, e~ NBI a~ ~l~r ~ and on ~ ~ha~ as ~um~ aW and all ~MS or u~e~kl~8 p~ that no oond or ~e~e~ e~ ~r ~b a~ sha~ ~ in a~ ~ sum of TwenW-Five Million DOLORS ................... (~2~,000,000.00) and the ~ ~ ~M8 ~u~ In ~m~ ~ ~, abaft ~ ~nd~ng ~fl ~M ~p~ aa ~y a~ amp~ ~ alU~ ~ ~he ~llowi~ ~ ~d~ ~ ~ ~ ~ ~ ~ O~L UNION I~U~E ~P~ M a m~ du~ ~M ~ ~ on th~ "~o~ ~at ~ ~, ut a~ ~, ~ ~ ~Ot ~ent, may ~e~ for a~ in ~ ~ ~ ~ a~ a~ all ~nda ~n~a~,.~ of I~, a~ all ~ W~a o~ in t~ na~m ~mof, t~ ~ to ~ ~t~ ~ ~a~ and t~ ~r _ _~ol~'.~at ~ ~ Fa~ m~ ~ ~n ~ ~ ~o~ to ~ fpr and In t~ name and on ~ of ~ ~mpany any and m{ ~a m~n~a~, ~Y I~m~, ~ ~11 ~w~ oM~a~ in ~ ~atum ~emof a~ ~ ~ Instant ~ by any Uomeyan F~ ~ ~ aa ~U~ ~.~ ~ a~ ~ ~ ~ a~ ~ and aR~ ~ t~ 8~, ~ ~er AUomey~n am ~y ~ m ~e~ ~ ~ ~ ~ to bo~a, ~n~a~, mn~ ~ in~ and all ~r w~nga obl~ato~ e namm ~, a~ e~ a~0 a~o~ a~ e~ ~ m~ ~ ~ ~py ~ any ~ ~ ~-Iaws ~ ~ny aa ~9 as a~ ~l~on of ~ r pu~a~ W ~ a~ ~ a~ ~, ~, ~n~ ~ ~ Wn ~ ~ n ~ ~m t~ a~ any lenatum and M~ ~ MI~ ~ ~ ~ M~lr o~ll a~n~m of lu~ ~r a~ ~ ~lnal Mai of t~ ~mpany to mm~m ane aa ~W ~l~ ~mo ~, eu~ M~m ~ on ~ ~ day of Ju~ 2~ ~' ~ COMMERCIAL UNION INSU~NCE COMPANY PHI~DELPH~ COU~ On this 5th day of June,T2~O, ~o~ me ~onally ~me ~.~ ~, ~er ~ V~ P~ent ~d Jam~ E Ca~ofl ~i~a~ 8~ of the ~O~ERCIA~ ~NION~N~CE ~MPA~, to me ~1~ kn~n to ~ ~ I~b a~ o~m des~ In and who ~ ~ are the said ~m of ~ ~mpa~ ~, a~ ~ ~ ae~ e~ to ~ ~ing I~t~nt~a the ~al of said Company a~ ~ ~e ~omte seal and t~itra~n~ aa au~ ~ ~m d~ ~ and 8ubs~d to t~ ea~ i~ment by ~ a~o~ at dillon ~ t~ I,~" ~ ~*1 / ~~ I 'LIn~M~-~PublI~ I ~ un~lgn~.~.M h ~MMER~AL ~ ~U~ ~MPAKY, a Ma~a~b ~mo~n do hn~ MA~ th~ ~e ~oing ~r Or.~y ~ ~ ~a ~ a~ n~ ~ ~n ~, ~ ~e ~t ~ R~ol~ d t~ ~a~ of ~m~om ~t fo~ In ~ ~er of a~omey 81gn~andseal~atthe~B~ton ~ 17ch dayof OcCobe: 2000 ~on~ · am~ ~ '" ThlsP ey ~y n~ ~ ~ ~ e~W any ~d ~h an In~on d~ ~r JU~ 6, ~ ,, or venhcat~on of the authenhclty of this Power of Attorney you may call, 1 800 288 2360 and ask for the Power of Attorney supervisor Please refer to the Power of ',ttorney number the above named individual(s) and detads of the bond to which the power rs attached In Pennsylvama D~al 215 625 3037 ~B 0027 3 q2 CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention ts dlrected to the insurance requirements below It ts highly recommended that bidders confer with their respective insurance carriers or brokers to determine tn advance of Bid submission the avallabihty of insurance certificates and endorsements as prescribed and provided herein. If an apparent low bidder fads 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: I~tthout hmtttng any of the other obhgattons or ltabthties 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 .4s soon as practicable after notification of bid award, Contractor shaH file wtth the Purchasmg Departme~tt satisfactory certificates of insurance, containing the bid number and title of the project Contractor may, upon written request to the Purchastng Department, ask for clarification of any msurance requirements at any time, however, Contractors are strongly advised to make such requests prior to bid opemng, since the insurance requirements may not be modtfted or waived after bid opening unless a written exception has been submitted with the bid Contractor shall not commence any work or dehver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton All insurance pohctes proposed or obtained tn satisfaction of these requirements shah comply with the following general specifications, and shah be mamtatned tn comphance 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 admtmstration and defense expenses · Llablhty pohcies shall be endorsed to provide the following · . Name as additional tnsured the City of Denton, its Officials, Agents, Employees and volunteers ** That such ~nsurance is primary to any other insurance available to the addmonal insured w~th respect to claims covered under the policy and that this insurance apphes separately to each msured against whom claim is made or suit ~s brought The inclusion of more than one insured shall not operate to xncrease the insurer's hmlt of hablhty · All policies shall be endorsed to rentL. "SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED". Should any of the reqmred insurance be provided under a clmms-made form, Contractor shall maintain such coverage continuously throughout the term of th~s contract and, w~thout lapse, for a period of three years beyond the contract expiration, such that occurrences arising dunng the contract term wluch give nsc to claims made after expiration of the contract shall be covered · Should any of the reqmred insurance be provided under a form of coverage that ~ncludes a general annual aggregate hm~t providing for clmms investigation or legal defense costs to be included m the general annual aggregate hm~t, the Contractor shall e~ther double the occurrence hm~ts or obtain Owners and Contractors Protective L~abthty Insurance · Should any reqmmd ~nsurance lapse dunng the contract term, requests for payments ongxnatmg after such lapse shall not be processed until the City receives satisfactory ewdence of reinstated coverage as required by this contract, effective as of the lapse date If insurance ~s not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All msurance pohctes proposed or obtained tn sattsfactton of thts Contract shall addtttonally comply wtth the following marked spectficattons, and shall be malntamed tn comphance wtth these addtttonal spectficattons throughout the duratton of the Contract, or longer, tf so noted [X] A General Lmbllity Insurance' General Lmblhty ~nsurance with combined single hm~ts of not less than shall be provided and malntmned 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 pohcles If the Commercml General Lmblhty form (ISO Form CG 0001 current edition) used · Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covenng this contract and broad form property damage coverage · Coverage B shall melude personal injury · Coverage C, medical payments, ts not required If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) la used, it shall include at least · Bochly 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 hablhty (preferably by endorsement) covenng tins contract, personal injury liability and broad form property damage liability [X] Automobile Liability Insurance. Contractor shall prowde Commercial Automobile Llabdlty insurance with Combined Single Limits (CSL) of not less than ~1 :OOO:ooo either in a single policy or in a combination of basic and umbrella or excess pohc~es The pohcy 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 reqmrement shall be in the form of a policy endorsement for · any auto, or o all owned, hired and non-owned autos [X] Workers Compensation Insurance Contractor shall purchase and malntmn Worker's Compensation insurance whmh, ~n addition to meeting the mlmmum 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 wmve 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 §406096 of the Texas Labor Code and role 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 dunng 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 pohcy shall be issued by the same Insurance company that cames the Contractors habahty Insurance Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate [ ] Fire Damage Legal Llablhty Insurance Coverage is required if Broad form General LIabihty is not provided or is unavmlable 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 hablhty insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is reqmred under this Agreement [ ] Builders' Pask 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 [ ] Additional Insurance Other insurance may be reqmred on an individual basis for extra hazardous contracts and specific service agreements If such additional insurance Is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications ATTACHMENT 1 IX] Workerts Compensation Coverage for Building or Construction ProJects for Governmental Entities A Definitions Certificate of coverage ("certlficate")-A copy of a certificate of insurance, a certificate of anthonty 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 entlty'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 promdmg servaces on the project ("subcontractor" in {}406 096) - includes all persons or entitlOS 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 careers, owner-operators, employees of any such entity, or employees of any entity which furmshes persons to provide services on the project "Services" include, without limitation, prowdmg, hauling, or dehvenng 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 dunng 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 obtmn from each person providing services on a project, and provide to the governmental entity (1) a certificate of coverage, prior to that person beginning work on the project, so the govenunental entity will have on file certificates of coverage showing enverage 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 showmg extension of coverage, if the coverage period shown on the current cemficate of coverage ends dunng the duration of the project F The contractor shall retain all required certfficates of coverage for the duration of the project and for one year thereafter G The contractor shall notify the governmental entity in wntlng by cemfied mail or porsonal dehvery, watlun 10 days after the contractor knew or should have known, of any chango 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, xn the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are reqmred to be covered, and stating how a person may verify coverage and report lack of coverage I The contractor shall contractually reqmre each person with whom it contracts to provide services on a project, to (1) provide coverage, based on proper reporting of classfficatlon codes and payroll mounts 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 promdlng 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 dunng the duration of the project, (4) obtmn fi.om each other person with whom it contracts, and provide to the contractor (a) a certtficate of coverage, prior to the other person beginning work on the project, and (b) a new certtficate 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 dunng the duration of the project, (5) retmn all reqmred 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 mai1 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 serwces on the project, and (7) contractually requtre each person with whom ~t contracts, to perform as reqmr~d by paragraphs (1) - (7), with the cemficates of coverage to be prowded to the person for whom they are providing services J By signing th~s 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 w~th the appropriate ~nsurance earner or, in the case of a self-insured, w~th the commlssxon's Division of Self-Insurance Regnlat~on Prowdlng false or misleading mformatxon may subject the contractor to administrative penalties, criminal penalties, eIwl 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 w~th~n ten days after receipt of notice of breach fi.om the governmental entity Bid 2571- Graveyard Branch Interceptor Sanitary Sewer Main - CONTRACT & INS 10 -00 In the ewmt of ~ awat'd of a ~ m ~ ~i~, ~ u~ ~ ~h a ~in~~p~~~,~~of~ Unit ~ ~ ~ ~s ~ ~ ~r ~ ~ ~ m ~ pro~, s~l ~n~l ov~ CO~R BY C~ ~ S~ B-10 WORK D&Y$ 19~ BID NO. 2~7! ~ ~ PO NO S ET ~ ~ ~, ~1~ ~1 ~ work, co~le~ m pl~, ~ follo~ ~) SP-39 [pmjectS,~ 2 EA $~ 15~/EA 2 12 4 [ 48" CL 111 W~I B RCP 8 LF $ I~ ~ $/~ ~ ~ SS 10' to 12' D~& /LF 2 12 ~ 36' SS O' ~ 8' Dep~ * 122 LF $ ~ ~ $9,~ ~ /LF Umt Pnce m Wo~ ~ ~- ~ ~ ~//~ r5 212 36" SS S' to10' Dep~ * I 205 LF$7'~/LF [$~ UmtPncemWor& ~' ~l[~ ~]}~ CF 2 12 36" 10' to 12' Dep~ * 809 $ 7~ ~ $6~//~ /LF Umt Prtce m WO~S ~u ' ~ 2 12 36" 12' to 14' Dep~ * ~ 7~ LF $ ~ ~ ] $~ ~ /LF 2 12 36" SS 14' to 16' Dep~ * 842 /LES ~ 9 $ $~ ~/~ ~ 2 12 36" SS 16' m 18' Dep~ * 241 LF $ ~ ~ I~,~ ~ /LF Umt Pdce m Words ~ST~ ~tM~ ~o I I~ 2 12 ] 36" SS 18' to 20' Oepm * 2~ LF $ ~ ~ $ I~ ~ ~ /LF Umt Pri~ m Wo~ ~5 ~- ~/~ 2 12 [ 36" SS 20' m 22' Dep~* J 201 LF $ 79 ~ $ ~ B~. ~ I I B-1 BID TABULATION SHEET (Furnish and ms~all, in~l,.4!,i all appu~e,snt work. complete m place, the fi~Howlng_it~ ) Umt Prl~e m Words .5'Eff~j 4-~ - b. ft N& 2 12 36" SS 24' to 26' Depth * " 806 LF $ /LF Umt Price m Words 5 ~f~u -' h//, £~ ~r, J Umt Price reWords ..~g-V~.-~t'f..~ ' /~t re 2 12 I 36" SS 28' to 30' Depth * 345 LF $ /LF Unit Price m Words -~£V~-/q'f.,~' ,/b//, r~: 2 12 36" SS 32' + Depth * 1,342 LF/LF$ 'Tq. o~ $ ]O~[,~ °9' Umt Price m Words ~$/~u - A/~ ~/F_ SP-1 I 36- PVC w/48- Steel Casing 2 12 - by other than open cut /LF Unit Price In Words ~/~ ,~//~/~c/'r~ 2128 ~ 36" DIP SS 0' to S' Dep~ 87 LF$/~q~$*~/LF UmtPflce~nWor~ ~ ~K~ ~/~ 2128 ~ 36" DIP SS S' to10' D~p~ " 16 LF/LF$/~ $~ UmtP~co~nWords ~ ~p~d~ ~/M~ ~//~r~ 2128 ~36"D~SS10'tot2'Dep~ 14 LF $/~q~/LF [$~ ~ Umt Price m Words ~ ~, ~ ~9~ 2128 36" DIP SS12' + Dep~ 13 LF/LF$/~ $~/~ Umt Price m Words[ ~ff~.u~O~. ES ~ ]$~~ 2 12 8 ] 36" D~ Aerial Crossing, Incl Pte~ 1 Umt Price m Words ~ - ~ t ~g ~DB3hgO 212 [~0"SSl2'tol4'Dep~* ~ 84 LF/LF$57~ $~ B-2 BID TABULATION SHEET (Furmsh and install, including all appurtenant work, complete tn place, fl~e followm~ items) Umt Price in Words 2 12 30" SS 16' to 18' Depth * 318 $,~¢ /LF Umt Price m Words 2 12 $ 30" DIP SS 10' to 12' Depth 43 Umt Price m Words 2 12 8 30' DIP SS 12' to 14' Depth 110 Umt Price m Words 2 12 8 30' DIP SS 14' to 16' Depth 95 Umt Price m Words Unit Price in Words 2 12 8 30" DIP SS 18' to 20' Depth 16 Umt Price m Words 2 12 8 30' DIP SS 20' to 22' Depth 11 $ Umt Price m Words 2 12 8 30" DIP SS 22' to 24' Depth 23 /LF Unit Price in Words 2 12 8 [ 30" DIP SS by other than open cut 350 SP- ! I /LF Umt Price m Words 2 12 27" SS O' to 8' Depth * 14 /LF Umt Price m Words 2 12 27' SS 8' to 10' Depth * 25 $ /LF B-3 BID SHEET 2 12 27" SS 10' to 12' Depth * 356 LF Umt Pri~ Lq Words 2 12 I 27' SS 12' to 14' Depth * 484 ' I /LF e m Words 12 27" SS 14' to 16' Depth * 442 /LF Umt Pnee La Words 12 27' SS 16' to 18' Depth * 1,608 /LF Umt Pnce m Words 2 12 27" SS 18' to 20' Depth * 1,4~0 $ -~q. /LF Umt Price m Words 2 12 27' SS 20' to 22' Depth * 73 /LF Umt Price Lq Words 2 12 27" SS 22' to 24' Depth * 329 $ I-O /LF Unit Price m Words 2 12 27' SS 24' to 26' Depth * 35 /LF; 5q. ~ $ ItqO? .5O Umt Price m Words 2 12 24" SS 10' to 12' Depth * 332 $/LF Umt Price m Words 2 12 24' SS 12' to 14' Depth * 1,564 $.~o'~ /LF Umt Price 212 I 24' $$ 14' tO 16' Depth* 937 /LF $ ,.~t~ Umt Pnc~ m Words 2 12 I 24" SS 16' to 18' Depth * 41 $,~/~ /LF Umt Price ixt Words B-4 BID TABULATION SH '.I .T (Furnish a~d install, iaol~!.g all appurtena-t work, complete m place, the folio ~wu~ item?) 2 12 15" SS O' to 8' Depth * 19 /LF Umt Price ul Words 212 I 15- SS 8, to 10' Depth * 3 /LF Umt Pnce m Words 2 12 [ 1~' SS 10' to 12' Depth* 411 /LF Umt Price m Words 2 12 ss to 14' oepth* /LF 2 12 15" SS 14' to 16' Depth * 596 $o~., /LF Umt Price In Words 2 12 15" SS 16' to 18' Depth 111 $ /LF Umt Pnce m Words 2 12 I 15' SS 18' to 20' Depth * 270 $ Umt Price m Words SP-1 15" SS w/24' Steel Casing 540 $ 2 12 by other than open cut * Umt Price m Words 2 12 ] 10" SS 10' to 12' Depth * 15 /LF Umt Price tn Words ' 2 12 [ 10" SS 14' to 16' Depth * 5 $ 35 /LF 2 12 10" SS 22' to 24' Depth * 5 $ /LF f Umt Price tn Words 12 8" SS 10' to 12' Depth * 25 $3~4 ~ $~O /LF Umt Price m Words B-$ BID TABULATION SHEET 2 12 6" SS 10' to 12' Depth * 5 $ /LF Umt Price m Words WS-25 ] Trench Safety System 18,408 $o~ /LF Umt PrIce m Words SP-57 [ Flowable Backfill 200 $/~ /LF Umt Prtcem Words WS-24 Post Con~trucuon Clean & TV 19,298 I°°~ /LF Umt Price m Words SP-3 PolyBond Plus Lmm! for 36" Diameter 190 CL 51 DIP /LF a Words SP-3 cLP°lyB°nd51 DIpPlUs Lmmg for 30" Dmmeter 680 /LF , 2 I Concrete Enca~ement (for all pipe sizes) 310 $ /LF Umt Price m Words 7 6A Std 6' Diameter MH 16 $ /EA Umt Price m Words 7 6A 6' MH Extra Depth 218 $ /VF Umt Price m Words 7 6A I Std 5' Dtameter MR 29 /EA Umt Price m Words 7 6A I 5' MH Extra Depth 298 $ f~O. ~ '7/,,0 /VF Umt P~ce m Words 7 6A Std 4 Dmmeter MH 1 /EA $ ~/5~ Umt Prxce m Words - B-6 BID TABULATION SI:Ilg~ET (~h ~ ~11, 11~!'1i'~111~ ~ ~t work, w~lem m pl~, ~ foHow~ ~m) 7 6A 4' MH Extra Dep~ 3 $ ~,~ ~F Umt Price m Words WS-13 l~uon Box (Sm 0+~) 1 Umt Price m Wo~ SP-61 [ Aenfl Cro~, P~em B~ BI~, ~ 1 $~ Appune~s Umt Pn~ m Wor~ SP-56 L~ for Conos~on ~oteeuon for 230 l~ct~on Box ~d 48" RCP Stub /SF Umt ~lee m Wo~ SP-56 ~ L~ ~r Co.stun ~o~Uon 6' 177 $ D~ ~'s (Sm 1+~ ~ Sm 75+11 ~) NF Umt Pfl~ m Wo~ SP-5 ~ ~emr ~ ConSol 1 Unit Prl~ m Wor~ WS-14 ~ MH Bolt~ Lid ~ lEA Umt Price m Wor~ WS-14 [ Vent for WT MH Bol~d L~d 4 $ lEA Umt Pwce m Words SP-58 MH S~gn & Mounting Pole 9 /EA Umt ?rice m Words SP4 12" Gab~on Ma~ess 1,690 /SY Umt Price m Words SP4 flter Fabric for Gab~on MaRress 1,860 $ F /SY Umt Price m Wor~ 8 3A ] 6' Concrete Can Pa~ 8,055 I /SF Umt Price m Wor~ B-7 2 12 :tS" SS 16' to 18' ~ * 2,208 /LF 12 to20' Depth* !,660 Unit; 2 12 18" S8 20' to 22' Dep~ * 274 l~SA 2 1:2 18' SS 22* to 24' l)eplh * 813 2 12 18' SS 24' u 26' Dq~h * 841 r Unit n Wu~~ 2 12 18' SS 26' to 28' Depth * 687 2 12 18" SS 28' to 30' Det~ * 345 t2 18" SS 32' 4. ~ * 1,342 sP-i 18- pre w/20- sud cush 238 2128 18' D~0'm 8' ~ ~ Umt ~ ~ Umt ~ , ~ 2 12 8 18' D~ ~ 10' m 12' ~ 57 W~ 2 L2 8 D~ ~ 12' m 14' ~ 1~ U~ ~ 8 18' D~ ~S 14' m 16' ~ 95 2 12 8 DIP SS 16' m 18' Depth 32 Unit 8 DIP SS 18~ to 20' ~ in Words: 2 128 18' DIP SS 20' to 22' Doplh 11 Uni~ 2128 18" DIP SS 22' to 24' De~th 23 12 8 18" DIP SS fo~ Aerbd CroMinS 60 $ 2128 18. DIP SS By O~her 'flun Open Cm 350 2 12 15, ss 14' to 16' Uep~ * 10 - Um 10" SS 14' ~o 16' De~h * r 6A Std $' Dhmnmr Mil 39 B-~D ALTERNATE BID TABULATION 12" (hbion Mattress 800 /SY ~Worch FJlmr Fal~ic for (hbion Mattress 880 $ /SY Unit Prtco 2 ~ hydro Mu~ Seed~ ~.44'7 /S¥ 2 15 4"'T(V Soft 78,787 $ /SY t o~INANCE NO AN ORDINANCE AUT.ORIZIN~ THE EXECUTION OF CHAN~E ORDER NO 1 TO THE PUBLIC WORKS CONTRACT PROVIDING FOR CONSTRUCTION OF THE GRAVEYARD BRANCH INTERCEPTOR SANITARY SEWER MAIN BETWEEN THE CITY OF DENTON, TEXAS AND S J LOUIS CONSTRUCTION OF TEXAS, LTD, L L P, PROVIDING FOR AN EXPANSION OF SERVICES, AND AN INCREASE IN THE SCOPE OF WORK, MATERIALS, LABOR AND AN INCREASE IN THE PAYMENT AMOUNT, AND PROVIDING AN EFFECTIVE DATE (BID NO 2571 TO S J LOUIS CONSTRUCTION OF TEXAS, LTD, L L P IN THE AMOUNT OF $2,302,537 22 PLUS CHANGE ORDER NO 1 IN THE AMOUNT OF $171,516 75) WHEREAS, on October 17, 2000 (Ordinance No 2000-374), the City awarded a public works contract to S J Louis Construction of Texas, Ltd, L L P, in the amount of $2,302,537 22 to construct the Graveyard Branch Interceptor Sanitary Sewer Mmn, and WHEREAS, the City Manager having recommended to the Council that a change order be authorized to amend such contract with respect to the scope of work, materials, labor and an increase in the payment amount, and said change order being in compliance with the requirements of Chapter 252 of the Texas Local Government Code, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION 1 That Change Order No 1, increasing the amount of the Contract between the City of Denton, Texas and S J Louis Construction of Texas, Ltd, L L P on file in the office of the Purchasing Agent, in the amount of One Hundred Seventy One Thousand Five Hundred Sixteen and 75/100 Dollars ($171,516 75), is hereby approved and the expenditure of funds therefor is hereby authorized The master Contract amount is hereby amended to read $2,474,053 97 SECTION 2 That this ordinance shall become effective lmme&ately upon its passage and approval P^SSED PPROVED sthe dayof 2001 EULINE BROCK, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY S \Our Documents\Ordinances\01 \S J Louis Constm,tlon of Texas - Change Order No I doc