HomeMy WebLinkAbout1992-213ORDINANCE NO. a? ' 7
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD
OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE
EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING FOR AN EFFECTIVE DATE
WHEREAS, the City has solicited, received and tabulated com-
petitive bids for the construction of public works or improvements
in accordance with the procedures of state law and City ordinances,
and
WHEREAS, the City Manager or a designated employee has receiv-
ed and recommended that the herein described bids are the lowest
responsible bids for the construction of the public works or im-
provements described in the bid invitation, bid proposals and plans
and specifications therein; NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS:
SECTION I. That the following competitive bids for the con-
struction 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 Is Purchasing Agent filed according to the
bid number assigned hereto, are hereby accepted and approved as be-
ing the lowest responsible bids:
BID NUMBER
1431
CONTRACTOR
BARSON
AMOUNT
$337,070.05
SECTION II. That the acceptance and approval of the above
competitive bids shall not constitute a contract between the City
and the person submitting the bid for construction of such public
works or improvements herein accepted and approved, until such
person shall comply with all requirements specified in the Notice
to Bidders including the timely execution of a written contract and
furnishing of performance and payment bonds, after notification of
the award of the bid.
SECTION III. That the City Manager is hereby authorized to
execute all necessary written contracts for the performance of the
construction of the public works or improvements in accordance with
the bids accepted and approved herein, provided that such contracts
are made in accordance with the Notice to Bidders and Bid Propos-
als, and documents relating thereto specifying the terms, condi-
tions, plans and specifications, standards, quantities and speci-
fied sums contained therein.
SECTION IV. That 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 here-
by authorizes the expenditure of funds in the manner and in the
amount as specified in such approved bids and authorized contracts
executed pursuant thereto.
SECTION V. That this ordinance shall become effective im-
mediately upon its passage and approva
PASSED AND APPROVED this the /5_/ day of ( _ 1992.
BOB CASTLEBERRY, MA
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY.3A vD
APPROVED AS TO LEGAL FORM:
DEBRA A. DRAYOVITCH, CITY ATTORNEY
DATE. DECEMBER 15, 1992
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM. Lloyd V Harrell, City Manager
SUBJECT. BID # 1431 - STUART ROAD SANITARY SEWER AND STORM SEWER
RECOMMENDATION: We recommend this bid be awarded to the lowest bidder for both
the sanitary sewer and the storm sewer
I Sanitary Sewer - Berson Construction $139,167 85
II Storm Sewer - Berson Construction $197,902 20
Total Bid Award
$337,070 05
SUMMARY: This bid is for the upgrade of both the Stuart Road Sanitary Sewer and
Storm Sewer Drainage in the areas of Sunnydale, Kings Row, Sunvalley and
Manhattan The total project is approximately $13,150 00 under budget The
project includes 2000 feet of 15" Sanitary Sewer and approximately 2400 feet of Storm
Sewer ranging in size from 18" to 36" diameter This major increase in capacity
should prevent sewage backups and overflows into the surrounding areas
BACKGROUND- Tabulation sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Citizens of Denton, Denton
Water Utilities.
FISCAL IMPACT: Funds for Sanitary Sewer improvements will be taken from 1993 CIP
funding Funds for the Storm Sewer improvements will be taken from 1986 CIP
funding.
ec/tf/ully submitted
Lloyd V Harrell
City Manager
Approved
Name Tom D. Shaw, C P.M.
Title Purchasing Agent
agenda 318
N r
qp
H
yHy
FC
w
N
r
b
w VHl
b N
I ap
tV tj
z
O
,h---------py
M
z
O O
ft
y3z
M
ygz
H
H
W
O
htl
H H
x
yy
yip�
py
H
H
b d9 W
N
G
LD
N IC
R1
------------------
N
a
r
C
N
W
it
t=
rh
o
A
z
O
O
0
0
O
O
------------------
I
vn
to
4
N
r
C
O
at
m
�o
W
v
0
%0
}tl
co
N
W
r
------------
r
N
N
W
W
�
w
A
iP
P
P
------------
10
W
r
r
�p
qa
J
W
W
r
J
CO
J
O+
w
O
W
A
8
z
W 10,
C3 y
H
H
°z
------------------
N N
C
C] H
OD H
W co co
H
70d
O
z
O W
O O
— — — — — — — — — —
— —
— — — — — —
ro
o
;n
tV
W
W
co
H
O
W
0
O
an
w
N
r
N
J
r
to
W
co
P.
l0
W
O
O
O
O
— — — —
—
— — —
— —
—
— — — — —
Q
H
r�
W
nNi
ty��•
C
Sri ro
H
tq
W
N
ID
da
W
(H�
y 8
N
•
H
— — —
�
— —
O
— — —
— —
—
A
— — — — —
M
w
tw
uri
CC
ti
H
� A
W
�
z°
2
0.
----------------
e
o
°
d
z
t�
W
o
m
OA
H z
N
J
— — —
N
O
— —
W
In
— — —
— —
—
— — — — —
CONTRACT AGREEMENT
STATE OF TEXAS 5
COUNTY OF DENTON 5
THIS AGREEMENT, made and entered into this 15 day of
DECEMBER A.D., 19 92 , by and between
CITY OF DENTON
of the County of
through
,a
LLOYD V. HARRELL
and State of Texas, acting
thereunto duly authorized so to do, hereinafter termed "OWNER," and
BARSOR CONSTRUCTION JNC., 11340 XLINE DRIVE, DALLAS, TEXAS 75229
of the City of
DALLAS , County of DALLAS
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 bearing even
date herewith, CONTRACTOR hereby agrees with OWNER to commence and
complete performance of the work specified below:
BID # 1431 - STDART ROAD SANITARY SEWER AND STORM SEWER in the amount of
$337,070.05.
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 attached hereto, and in accordance
with all the General Conditions of the Agreement, the Special
Conditions, the Notice to Bidders (Advertisement for Bids),
Instructions to Bidders, and the Performance and Payment Bonds, all
attached hereto, and in accordance with the plans, which includes
CA - 1
all maps, plats, blueprints, and other drawings and printed or
written explanatory matter thereof, and the Specifications
therefore, as prepared by
CITY OF DENTON ENGINEERING STAFF
all of which are made a part hereof and collectively evidence and
constitute the entire contract.
Independent Status
It is mutually understood and agreed by and between City and
Contractor that Contractor is an independent contractor and shall
not be deemed to be or considered an employee of the City of
Denton, Texas, for the purposes of income tax, withholding, social
security taxes, vacation or sick leave benefits, worker's
compensation, or any other City employee benefit. City shall not
have supervision and control of Contractor or any employee of
Contractor, and it is expressly understood that Contractor shall
perform the services hereunder according to the attached
specifications at the general direction of the City Manager of the
City of Denton, Texas, or his designee under this agreement.
Indemnification
Contractor shall and does hereby agree to indemnify and hold
harmless the City of Denton from any and all damages, loss, or
liability of any kind whatsoever, by reason of injury to property
or third persons occasioned by any error, omission or negligent act
of Contractor, its officers, agents, employees, invitees, and other
persons for whom it is legally liable, with regard to the
performance of this Agreement, and Contractor will, at its cost and
expense, defend and protect the City of Denton against any and all
such claims and demands.
Choice of Law and Venue
This agreement shall be governed by the law of the State of
Texas and venue for its construction and enforcement shall lie in
the courts of Denton County, Texas.
The CONTRACTOR hereby agrees to commence work on or after the
date established for the start of work as set forth in written
notice to commence work and complete all work within the time
stated in the Proposal, subject to such extensions of time as are
provided by the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the
price or prices shown in the Proposal, which forms a part of this
contract, such payments to be subject to the General and Special
Conditions of the Contract.
CA - 2
IN WITNESS WHEREOF, the parties of these presents have
executed this agreement in the year and day first above written.
(SEAL)
ATTEST:
BARSON CONSTRUCTION INC.
q CONTRAC R
T i "l l�
(SEAL)
CA - 3
PERFORMANCE BOND
STATE OF TEXAS §
COUNTY OF DENTON §
r
KNOW ALL MEN BY THESE PRESENTS: That BARSON CO
, of the City of DALrAS
County of DALLAS , and State of TEXAS
as PRINCIPAL, and The Glens Falls Insurance Company
INC.
, as SURETY, authorized under the laws of
the State of Texas to act as surety on bonds for principals, are
held and firmly bound unto the THE CITY OF DENTON
as OWNER, in the penal sum of THREE HUNDRED THIRTY THREE THOUSAND SEVEN
HUNDRED AND SEVENTY AND 05/100 ------ Dollars ($ 337,070.05 ) for the
payment whereof, the said Principal and Surety bind themselves, and
their heirs, administrators, executors, successors and assigns,
jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written
contract with the OWNER, dated the 15 day of DECEKBER
19 92, for the construction of BID # 1431 - STUART ROAD SANITARY STORK
SEWER in the amount of $337,070.05.
which contract is hereby referred to and made a part hereof as
fully and to the same extent as if copied at length herein.
NOW, THEREFORE, the condition of this obligation is such, that
if the said principal shall faithfully perform said Contract and
shall in all respects, conditions and agreements in and by said
contract agreed and covenanted by the Principal to be observed and
performed, and according to the true intent and meaning of said
Contract and the Plans and Specifications hereto annexed, then this
obligation shall be void; otherwise to remain in full force and
effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of Texas
as amended by acts of the 56th Legislature, Regular Session, 1959,
and all liabilities on this bond shall be determined in accordance
with the provisions of said Article to the same extent as if it
were copied at length herein.
PB - 1
PROVIDED FURTHER, that if any legal action be filled upon this
bond, venue shall lie in DENTON County, State of
Texas.
Surety, for value received, stipulates and agrees that no
change, extension of time, alteration or addition to the terms of
the contract, or to the work performed thereunder, or the plans,
specifications, or drawings accompanying the same, shall in any way
affect its obligation on this bond, and it does hereby waive notice
of any such change, extension of time, alteration or addition to
the terms of the contract, or to the work to be performed
thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed
and sealed this instrument this 4th day of January
19 93
Barson Construction, Inc.
n- : - - : - - 1
Address • 11340 Kline Drive
Dallas, TX 75229
(SEAL)
The Glens Falls Insurance Company
Surety
C�
Title Jack M. Crowley, Attor ey-in-Fact
Address • P.O. Box 429
Arlington, TX
76004-0429
(SEAL)
The name and address of the Resident Agent of Surety is:
Coble -Cravens, Inc.
202 E. Border, Arlington, TX 76010
NOTE: Date of Bond must not be prior to date of Contract.
PB - 2
PAYMENT BOND
STATE
OF
TEXAS §
COUNTY
OF
DENTON §
KNOW ALL MEN BY THESE PRESENTS: That BARSON CONSTRUCTION
INC. of the City of DALLAS
County of DALLAS and the State of TEXAS ,
as principal, and The Glens Falls Insurance Company
authorized under the laws of the State of Texas to act as surety on
bonds for principals, are held and firmly bound unto
_ THE CITY OF DENTON , OWNE//RQ,, in the penal sum of
THREE HUNDRED THIRTY SEVEN THOUSAND AND SEVENTY &OSpollars
for the payment whereof, the said Principal and Surety bind
themselves and their heirs, administrators, executors, successors
and assigns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written
contract with the Owner, dated the 15 day of DECEMBER
19 92 .
BID # 1431 - STUART ROAD SANITARY SEWER AND STORM SEWER in the amount of
$337,070.05.
to which contract is hereby referred to and made a part hereof as
fully and to the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH,
that if the said Principal shall pay all claimants supplying labor
and material to him or a subcontractor in the prosecution of the
work provided for in said contract, then this obligation shall be
void, otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to
the provisions of Article 5160 of the Revised Civil Statutes of
Texas as amended by the acts of the 56th Legislature, Regular
Session, 1959, and all liabilities on this bond shall be determined
in accordance with the provisions of said Article to the same
extent as if it were copied at length herein.
PB - 3
Surety, for value received, stipulates and agrees that no
change, extension of time, alteration or addition to the terms of
the contract, or to the work performed thereunder, or the plans,
specifications, or drawings accompanying the same, shall in any way
affect its obligation on this bond, and it does hereby waive notice
of any such change, extension of time, alteration or addition to
the terms of the contract, or to the work to be performed
thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have
signed and sealed this instrument this4th day of January
19 93
Barson Construction, Inc.
Principal
Address: 11340 Kline Drive
Dallas, TX 75229
(SEAL)
The Glens Falls Insurance Company
Surety
Ti a Jack M. Crowley, Attorne in -Fact
TiZe
Address: P.O. Box 429
Arlington, TX 76004-0429
(SEAL)
The name and address of the Resident Agent of Surety is:
Coble -Cravens, Inc.
202 E. Border, Arlington, TX 76010
PB - 4
MAINTENANCE BOND
THE STATE OF TEXAS
COUNTY OF DENTON
INC.
0
KNOW ALL MEN BY THESE PRESENTS: That BARSON CONSTRUCTION
as Principal, and
The Glens Falls Insurance Company
a corporation authorized to do business in the State of Texas, as
Surety, do hereby acknowledge themselves to be held and bound to
pay unto the City of Denton, a Municipal Corporation of the State
of Texas, its successors and assigns, at Denton, Denton County
Texas, the sum of THIRTY SEVEN THOUSAND SEVEN HUNDRED AND SEVEN and 05A60
Dollars ($33,707.05 ), ten (10%) percent of the total amount of
the contract for the payment of which sum said principal and surety
do hereby bind themselves, their successors and assigns, jointly
and severally.
This obligation is conditioned, however, that:
WHEREAS, said BARSON CONSTRUCTION INC.
has this day entered into a written contract with the said City
of Denton to build and construct
BID 8 1431 - STUART ROAD SANITARY SEWER AND STORM SEWER in the amount of
$337,070.05.
which contract and the plans and specifications therein mentioned,
adopted by the City of Denton, are filed with the City Secretary of
said City and are hereby expressly incorporated herein by reference
and made a part hereof as though the same were written and set out
in full herein, and;
WHEREAS, under the said plans, specifications, and contract,
it is provided that the Contractor will maintain and keep in good
repair the work therein contracted to be done and performed for a
period of one (1) year from the date of acceptance thereof and do
all necessary backfilling that may become necessary in connection
therewith and do all necessary work toward the repair of any
defective condition growing out of or arising from the improper
construction of the improvements contemplated by said contractor on
constructing the same or on account of improper excavation or
backfilling, it being understood that the purpose of this section
is to cover all defective conditions arising by reason of defective
materials, work, or labor performed by said Contractor, and in case
the said Contractor shall fail to repair, reconstruct or maintain
said improvements it is agreed that the City may do said work in
MB - 1
accordance with said contract and supply such materials and charge
the same against the said Contractor and its surety on this
obligation, and said Contractor and surety shall be subject to the
damages in said contract for each day's failure on the part of said
Contractor to comply with the terms and provisions of said contract
and this bond.
NOW, THEREFORE, if the said Contractor shall perform its
agreement to maintain said construction and keep same in repair for
the maintenance period of one (1) year, as herein and said contract
provided, then these presents shall be null and void and have no
further,effect; otherwise, to remain in full force and effect.
It is further agreed that this obligation shall be a
continuing one against the Principal and Surety and that successive
recoveries may be had hereon for successive breaches of the
conditions herein provided until the full amount of this bond shall
have been exhausted, and it is further understood that the
obligation to maintain said work shall continue throughout said
maintenance period, and the same shall not be changed, diminished,
or in any manner affected from any cause during said time.
IN WITNESS WHEREOF, the said Barson Construction, Inc.
as Contractor and Principal, has caused these presents to be
executed by The Glens Falls Insurance Company
and the said The Glens Falls Insurance Company
as surety, has caused these presents to be executed by its
Attorney -in -Fact
Jack M. Crowley
and the said Attorney -in -Fact has hereunto set his hand this 4th
day of January , 19 93
SURETY:
The Glens Falls Insurance Com
BY:
Jac M. Crowley
Attorney -in -Fact
MB — 2
PRINCIPAL:
Barson Construction, Inc.
The Glens Falls Insurance Company
GENERAL POWER OF ATTORNEY
Know all men by these Presents, That THE GLENS FALLS INSURANCE COMPANY has made, constituted and
appointed, and by these presents does make, constitute and appoint
Jack M. Crowley of Arlington, Texas
its true and lawful attorney, for it and in its name, place, and stead to execute on behalf of the said Company, as surety, bonds, undertakings
and contracts of suretyship to be given to
All Obligees
provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of
Five Million (5,000,000) Dollars
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by
the Board of Directors of the Company on the 13th day of January, 1989:
"RESOLVED, that the Chairman of the Board, the Vice Chairman of the Board. the President, an Executive Vice President or a Senior Vice President or a Vice Presdent of the
Company, be, and that each many of them hereby is, authorized to execute Powers of ASorney qualifying the attorney named in the given Power of Attorney to execute in behalf of the
Company, bonds, undertakings and all contracts of suretyship; and that an Assistant Vice President, a Secretary or an Assistant Secretary be, and that each or any of them hereby is.
authorized to attest the execution of any such Power of Aaomey, and to attach thereto the seal of the Company.
FURTHER RESOLVED, that the signatures or such officers and the seal of iho Company may be affixed to any such Power of Attorney or to any certificate relating thereto by
facsimile, and any such Powerof Attorneys certificate bearingsuch facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed and inthe future
with respttn In any bond, undenaking of contract of suretyship to which it is attached."
In Witness Whereof, THE GLENS FALLS INSURANCE COMPANY has caused its official seal to be hereunto affixed, and these presents to
be signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this16 day of January , 19 90
Attest:
D.L. Santa, Assistant VKe President
STATE OF CONNECTICUT
$:
COUNTY OF HARTFORD
THE GLENS FALLS INSURANCE COMPANY
By
Emit B. Askew, Vice President
On thisl6 day of January , 199o, before me personally came Emil B. Askew, to me known, who being by me duly sworn, did
depose and say that he is a Vice President of the THE GLENS IAI LS INSURANCE COMPANY, the corporation described in and which
executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said Instrument is such corporate
seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order.
o�o s et
a
N0
7ARY�I
Pllaet�
�T,:��jr GLORIA D. SrCKINS
✓ Notary Public
CERTIFICATE My Commission Expires March 31, 1997
I, the undersigned, an Assistant Vice President of the THE GLENS FALLS INSURANCE COMPANY, a Delaware corporation, DO HEREBY
CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore that the
Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force. 12 %�'
Signed and sealed al the town of Farmington, in the Slate of Connecticut. Daled the/ day oY �A19 7Z
r
1.. Dennis 9,A,,rlm`ViceVFinid�ent
YYY Primed in U,S.&
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:
o Each policy shall be issued by
business in the State of Texas
rating of at least A
a company authorized to do
with an A.M. Best Company
o 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
CI - 1
contractor shall procure a bond guaranteeing payment of
losses and related investigations, claim administration and
defense expenses.
o Liability policies shall be endorsed to provide the
following:
oo Name as additional insured the City of Denton, its
Officials, Agents, Employees and volunteers.
oo 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.
o All policies shall be endorsed to provide thirty(30) days
prior written notice of cancellation, non -renewal or
reduction in coverage.
o 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.
o 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.
o 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.
SPECIFIC ADDITIONAL INSURANCE REOUIREMENTS:
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:
CI - 2
[X] General Liability Insurance:
General Liability insurance with combined single limits of not
less than $500,000 shall be provided and maintained by the
contractor. The policy shall be written on an occurrence
basis either in a single policy or in a combination of
underlying and umbrella or excess policies.
If the Commercial General Liability form (ISO Form CG 0001
current edition) is used:
o Coverage A shall include premises, operations, products,
and completed operations, independent contractors,
contractual liability covering this contract and broad
form property damage coverages.
o Coverage B shall include personal injury.
o 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:
o 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.
o Broad form contractual liability (preferably by
endorsement) covering this contract, personal injury
liability and broad form property damage liability.
[X] Automobile Liability Insurance:
Comprehensive or Business Automobile Liability insurance shall
be provided by the Contractor with limits of not less than
$ S00,000 per occurrence either in a single policy or in a
combination of underlying and umbrella or excess policies.
The policy will include bodily injury and property damage
liability arising out of operation, maintenance or use of any
auto, including owned, non -owned and hired automobiles and
employee non -ownership use. (ISO Form CA 0001 Current
Edition)
[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
CI - 3
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.
CI - 4
CITY OF DENTON
,Name and'Address of Agency:
City of Denton Reference:
Storm
Coble -Cravens, Inc.
ProjectNama:Stuart Road Sanitary Sewer &
Project No.: Bid # 1431
Project Location: Stuart Road - Denton
Sewer
202 E. Border
Arlington, TX 76010 Phone794-1600
Managing Dept. City of Denton Engineering
Staff
Name and Address of Insured:
--------------------•---- ---•-------------
Barson Construction, Inc.
Companies Affording Coverage:,
A Bituminous Casualty Corporation
11340 Kline Drive
Dallas, TX 75229 Phone214)243-4764
9
C
This is to certify that: 1) Policies of insurance listed below have bean
issued and are in force at this time. 2) The City of Denton is listed as an
additional insured as to all applicable coverage.
Company
Expiration Limits of Liability
Letter Type of Insurance
Policy Number Date In Thousands (000)
Comprehensive General Liability
Occurrence
- Occurrence
inder
2/30/93
Bodily Injury
$
A
- Claims Made (see #4-Page CI-4)
15845
Property Damage
3
Broad Form to Include:
Bodily Injury and Property
X Premises/Operations
Damage Combined
11000
X Independent Contractors
X Products/Completed Operations
X Personal Injury
X Contractual Liability (see #3-Page CI-41
X Explosion and Collapse Hazard
X Underground Hazard
- Uquor Liability Coverage
X Fire Legal Liability (see #5-Pepe CI-4)
X Broad Form Property Damage
---------------------------------------
-----------
---------
-------------------------
-----------
- Professional Errors/Omissions
- occurrence
- claims made (see #4-Page CI-4)
Comprehensive Automobile Liability
Bodily Injury/Person
$
A
X Owned/Leased Automobiles
Binder
12/30/93
Bodily Injury/Accident
— --- —-------- ----------
$
----------
X Non -owned Automobiles
15845A
Property Damage
11
X Hired Automobiles
.
---------------'--------_
Bodily Injury/Property Damage
-----------
Combined
$500
- Workers' Compensation and Employers Liability
Statutory Amount
To follow
$
each accident
- Owners' Protective Liability
$
Othsrinsurance
A
Excess Liability - Umbrella Form
inde15845Ur
12/30/93
1000.
Description of Operstiona/Locationa/Vehicles.
Each policy shall require thirty (30) days notice of cancellation, non -renewal, or material change in coverage. (See #2, Page CI-4).
crtira
CITY OF DENTON, TEXAS
PURCHASING AGENT
901-8 TEXAS STREET
DENTON, TEXAS 75201
Sanu*y 4, 1993
TVV1`✓i'UstJt�f..il. _.T
AUTHORIZED REPRESENT
SEE DEFINITIONS ON PAGE CI-4 ATTACHED
AAA0078F C1 . 5
DEFINITIONS
1. ADDITIONAL INSURED: The City of Denton, its elected and
appointed officials, officers and employees. (This does not
apply to Worker's Compensation.)
2. NOTICE OF CANCELLATION: Each policy shall require that thirty
(30) days prior to the cancellation, non -renewal, or any
material change in coverage, a notice thereof shall be given to
owner by certified mail. If the policy is cancelled for
non-payment of premium only ten (10) days written notice to
owner is required.
3. CONTRACTUAL COVERAGE: (Liability assumed by contract or
agreement, and would not otherwise exist.) The contractual
liability requirement shown on the reverse side of this
Certificate of Insurance under Comprehensive General Liability,
must include a definition of coverage broad enough to provide
coverage for obligations assumed by the contractor in the
referenced contract. This Certificate of Insurance is provided
as required by the governing contract.
4. CLAIMS MADE POLICY FORM: Required period of coverage will be
determined by the following formula: Continuous coverage for
the life of the contract, plus one year (to provide coverage
for the warranty period), and a extended discovery period for
a minimum of five (5) years which shall begin at the end of the
warranty period.
5. FIRE LEGAL LIABILITY: (Required in all contracts that involve
the occupancy, construction or alteration of City -owned or
leased facilities). Insurance is to cover buildings, contents
(where applicable) and permanently installed equipment with
respect to property damage to structures or portions of
structures if such damage is caused by the peril of fire and
due to the operations of the contractor. Limit of liability is
to be a minimum of $500,000.
6. OWNER: The term owner shall include all authorities, boards,
bureaus, commissions, divisions, departments, and offices of
the owners, and individual members, employees, and agents
thereof in their official capacities, and/or while acting on
behalf of the owner.
CI - 6
Stuart Road Sanitary Sewer Phase I
BID TABULATION SHEET
WORK DAYS 60
BID NO. 1431
PO NO.
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICEM
2.12-A
16" Ductile Iron Sanitary
Sewer Coal & Tar Lined)
110
LF
$ C,nQ/LF
2.12-B
15" Sanitary Sewer
2,000
LF
$ /LF
2.12-C
12" Sanitary Sewer
183
LF
$ /LF
3_ CC.
$ .�
E, /s
2.12-D
10" Sanitary Sewer
32
LF
$.3N 0` /LF
$
2.12-E
8" Sanitary Sewer
10
LF
$ /LF
$
2.12-F
6" Sanitary Sewer
45
LF
$ •2 J o` /LF
SP-42
Remove Sanitary Sewer
80
LF
$, /LF
$
SP-43
Concrete Saddle (Special)
1
EA
$. /EA
15cc.cc
$-
SP-44
Break Through Existing
Wing Wall
1
EA
$SCC,C.,/EA
$ �C�•�'�
WS-11
Sewer Service
1
EA
$ V)c CC-
J
$ (/
JCt <
SP-32
Remove Manhole
3
EA
$SCE <� /EA
$ /�Cb !`•�
7.6.A-1
5' Manhole
- 6
EA
$ i /EA
1c�S�. cc
$
/7 3cc !u
7.6.A-2
5' Drop Manhole
2
EA
$ZSCv /EA
$
7.6.A-9
4' Manhole
1
EA
C Cc,/EA
$ /1cz
SP-31
Break Into Existing
Manhole
2
EA
/
$ ce /EA
$ /3 L10 B '
SP-2
Concrete Sawcut
28
LF
$ /LF
$
3.B
Remove Curb and Gutter
75
LF
$ S /LF
o c
$ /
17� • o
3.A-1
Remove 8". Valley Gutter
5
BY
$ /By
SCC
$
ZS.di)
3.A-2
Remove 6" Concrete
Pavement
30
BY
$ •CC' /By
$ /St) o4)
3.A-3
Remove Concrete Rip -Rap
6
SY
$ S /SY
cc
$
30. eo
8.2-A
Concrete Curb & Gutter
75
LF
$ /LF
/
$
S.BA
e" Concrete Valley Gutter
5
SY
$ Ze/SY
P — 3
Stuart Road Sanitary Sewer Phase I
BID TABULATION SHEET
WORK DAYS 60
BID NO. 1431
PO NO.
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
S.8B
6" Concrete Pavement
30
SY
$20 /BY
$ �cC
8.15
Concrete Rip Rap
6
BY
$�JOJ /BY
SP-41
Saw Cut Asphalt
2,304
LF
$ /LF
$.
SP-4
Lower Waterlines
3
EA
0C`c�/EA
$
SP-37
Excavation Protection
2,365
LF
$ C-/6 /LF
$
G
1.21
Contractor's Warranties
and Understandings
--
LS
!
$lODL.c"o/LS
$/OCt) OLD
8.1
Barricade, Warning Signs,
and Detours
--
LS
f
$ 00/LS
i
SP-10
Rock Excavation
2,835
CY
$ O /CY
$
SP-39
Project Signs
2
EA
$ ZSC ry/EA
$
3.1
Right -of -Way Prep.
--
LS
$ Sp Oc /LS
$
Materials incorporated
into project plus labor
$�S6%5'
Other
$
�i3scaez
$
Total
$
$ /
$
$ /
$
P — 4
Stu3it Road Drainage
BID TABULATION SHEET
WORK DAYS 60
BID NO. 1431
PO NO.
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
2.12.3-A
18" Class III RCP
31
LF
$73.OQ/LF
2.12.3-B
18" Class IV RCP
145
LF
$ Z,[i/ GG/LF
77�
$� 7,�p, �c�
2.12.3-C
21" Class III RCP
86
LF
$ /LF
�S.rc
$"
.3r5'7o,l)c,
2.12.3-D
21" Class IV RCP
58
LF
G
2.12.3-E
24" Class III RCP
472
LF
$ - /LF
Jv
/
$�� 'F'M."C
i
2.12.3-F
24" Class IV RCP
192
LF
$�3� /LF
$/0 /76 .e
2.12.3-G
30" Class III RCP
383
LF
$ /LF
$L y[y[j•,@C
2.12.3-H
30" Class IV RCP
53
LF
$}r oc /LF
$ 312.� c c,
2.12.3-1
36" Class III RCP
552
LF
/LF
$ J
2.12.3-J
36" Class IV RCP
431
LF
$6E.Cc. /LF
$
i
7.6 . A-3
4 x 4 Junction Box and
Cover
3
EA
$ 32Z6 EA
$
7.6.A-4
5 x 5 Junction Box and
Cover
2
EA
$YVnr, c /EA
$ v
7.6.A-5
6 x 5 Junction Box and
Cover
1
EA
$�pp,r.:, EA
7.6.A-6
6' Curb Inlet
3
EA
$2/cu r,./EA
$
7.6.A-7
10' Curb Inlet
2
EA
$Zyo.e /EA
$.rJieG.C„
7.6.A-8
10' Special Curb Inlet
2
EA
$27euCb/EA
L.OJ
2.11.5
Inlet Frame & Cover
7
EA
$ , 7 /EA
$
SP-44
Break Through Existing
Concrete Win Wall
1
EA
/
$ -%SC Bu /EA
/
$ )S O • CC
SP-2
Sawcut Concrete
36
LF
$ I-/LF
$ jS/q-CG
SP-41
Sawcut Asphalt
2,304
LF
$ /LF
3-B
Remove Curb & Gutter
189
LF
$ Je!� D /LF
$ 9 YS� `r(")
8.2-A
Concrete Curb & Gutter
34
LF
$ O env /LF
$ 3y�," c
P — 5
Stuart Road Drainage
BID TABULATION SHEET
wuA VH1. OV
BID NO. 1431
PO NO.
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
SP-4
Waterline Lowering
6
EA
,._e3 $ //L /EA
$�1
/CIC�(>'•
SP-37
Excavation Protection
1,377
LF
$G /O /LF
$ /37 lc)
3.10.7
Hydromulch
40
SY
$ /By
$
SP-10
Rock Excavation
2,550
CY
$ ; C�/CY
$ 7�•SG
SP-27
Adjust Water Service
1
EA
$ /CIO c`/EA
$ /Orc�,Ct1
1.21
Contractors Warranties
and Understandings
--
9�
LS
Svc r , c:�
, /LS
3P..;• . ,
_�,��"
4i NPsP:PE
8.1
Barricades, Warnings
Signs and Detours
--
LS
.•
$Soe, cc /LS
_
$ SCC) 'v
SP-39
Project Signs
2
EA
$. /EA
$
3.1
Right -of -Way Prep.
--
LS
$ �- /LS
$
S /
S
S /
S
5 /
5
Materials incorporated
into project plus labor
/517U87,7
$
Other
Total
$
S /
5
$ /
$
3.10.3
Seeding
$
$
$ /
$
BID SUMMARY
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.
It is understood that the work proposed to be done shall be
accepted, when fully completed and finished in accordance with the
plans and specifications, to the satisfaction of the Engineer.
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.
CONTRACTOR
BI-
Street Address
�/mil'/���i
City and State
Seal & Authorization (If a Corporation)
Telephone
B - 1
Cis
CERTIFICATE OF INSURANCE
ZI HOUSTON GENERAL INS. CO.
[IHOUSTON GENERALLLOYDS
THPP�❑ TRADERS & GENERAL INS. CO.
P.O. Box 2932
Ft. Worth, Texas 76113
CERTIFICATE HOLDER This Certificate is Issued as a matter of information only
and confers no rights upon the Certificate holder. This
certificate does not amend, extend or alter the coverage
CITY OF DENTON, TEXAS described below.
PURCHASING AGENT RE: BID N1431 STEWART ROAD
901—B TEXAS STREET SANITARY SEWER
DENTON, TEXAS 76201
THE INSURANCE COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE OF CANCELLA-
TION TO CERTIFICATE HOLDER AT ADDRESS INDICATED ABOVE, BUT FAILURE TO MAIL SUCH NO-
TICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY.
"THIS IS TO CERTIFY THAT INSURANCE POLICY(IES) LISTED BELOW ARE ISSUED TO THE NAMED INSURED"
NAME OF INSURED BARSON CONSTRUCTION, INC.
ADDRESS 11340 KLINE DRIVE
DALLAS, TX 75229
POLICY
LIMITS
OF LIABILITY
EACH
OCCURRANCE
AGGREGATE
TYPE OF INSURANCE
POLICY NUMBER
PERIOD
GENERAL LIABILITY
BODILY INJURY
$
$
❑ COMPREHENSIVE
❑ NON -COMPREHENSIVE
❑ PROTECTIVE LIABILITY
PROPERTY DAMAGE
S
$
BODILY INJURY AND
❑ PRODUCT/COMPLETED OPERATION
❑ CONTRACTUAL LIABILITY
PROPERTY DAMAGE.
(COMBINEDSINGLE$
$
❑ PERSONAL INJURY
❑ BROAD FORM P.O.
CSL
❑
'Applies to ProductvCompleted
❑
Operations Hazard
$
(PERSONAL INJURYI
BODILY INJURY
$
AUTOMOBILE LIABILITY
(EACH PERSON)
BODILY INJURY
$
❑ COMPREHENSIVE
(EACH OCCURANCE)
PROPERTY DAMAGE
$
❑ NON -COMPREHENSIVE
❑
BODILY INJURY AND
PROPERTY DAMAGE.
$
(COMBINED SINGLE LIMIT)
CSL
EXCESS LIABILITY
BODILY INJURY AND
UMBRELLA FORM
PROPERTY DAMAGE -
(COMBINED SINGLE
S
$
❑
LIMIT
CSL
WORKERS' COMPENSATION
12/04/92
and
TO
STATUTORY
EMPLOYERS' LIABILITY
05 TWO 1030625-00
12/04/93
$ , 500,000 (EACH ACCIDENT)
AUTOMOBILE PHYSICAL
DAMAGE - SPECIFY
OTHER
NAME AND ADDRESS OF AGENCY:
COBLE-CRAVENS, INC.
PO BOX 429
ARLINGTON, TX 76004
CH001
Countersigned By
Autnor12 apreSentative