HomeMy WebLinkAbout2005-042ORDINANCE NO. Web ` 111;2,
AN ORDINANCE ACCEPTING COMPETITIVE SEALED BEST VALUE BIDS AND
AWARDING A CONTRACT FOR PURCHASE OF UNDERGROUND ELECTRIC SERVICE
INSTALLATION FOR DENTON MUNICIPAL ELECTRIC; PROVIDING FOR THE
EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING FOR AN EFFECTIVE DATE
(BID 3240—THREE YEAR CONTRACT FOR UNDERGROUND SERVICE INSTALLATION
AWARDED TO BARCO CONSTRUCTION, INC. IN THE ESTIMATED AMOUNT OF
$1,000,000).
WHEREAS, the City has solicited, received and tabulated competitive bids for the purchase
of necessary materials, equipment, supplies or services in accordance with the procedures of State
law and City ordinances based on the best value as determined by using the selection criteria set forth
in the request for bids; and
WHEREAS, the City's selection committee has reviewed and recommended that the herein
described bids are the best value based on the selection criteria for the materials, equipment, supplies
or services as shown in the "Bid Proposals" submitted therefore; and
WHEREAS, the City's Purchasing Agent has determined that the best value bid process
provides the best value to the City for this procurement; and
WHEREAS, the City Council has provided in the City Budget for the appropriation of funds
to be used for the purchase of the materials, equipment, supplies or services approved and accepted
herein; NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS:
SECTION 1. That the numbered items in the following numbered bids for materials,
equipment, supplies, or services, shown in the "Bid Proposals" on file in the office of the City
Purchasing Agent, are hereby accepted and approved as being the best value based on the selection
criteria contained in the request for bids for such items:
BID
NUMBER VENDOR AMOUNT
3240 Barco Construction, hic. Exhibit A
SECTION 2. That by the acceptance and approval of the above numbered items of the
submitted bids, the City accepts the offer of the persons submitting the bids for such items and agrees
to purchase the materials, equipment, supplies or services in accordance with the terms,
specifications, standards, quantities and for the specified sums contained in the Bid Invitations, Bid
Proposals, and related documents.
SECTION 3. That should the City and persons submitting approved and accepted items and
of the submitted bids wish to enter into a formal written agreement as a result of the acceptance,
approval, and awarding of the bids, the City Manager or his designated representative is hereby
authorized to execute the written contract which shall be on file in the office of the Purchasing
Agent; provided that the written contract is in accordance with the terms, conditions, specifications,
standards, quantities and specified sums contained in the Bid Proposal and related documents herein
approved and accepted.
SECTION 4. That by the acceptance and approval of the above numbered items of the
submitted bids, the City Council hereby authorizes the expenditure of funds therefor in the amount
and in accordance with the approved bids or pursuant to a written contract made pursuant thereto as
authorized herein.
SECTION 5. That this ordinance shall become effective immediately upon its passage and
approval.
/5_t�
PASSED AND APPROVED this day of 2005.
EULINE BROCK, MAYOR
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY:
APPROVED AS TO LEGAL FORM:
HERBERT L. PROUTY, CITY ATTORNEY
BY:
3-ORI
Z�l
M
a
t
W
O
p
O
p
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
C
U
p0
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
'�
O
O
O
O
O
O
O
c
O
O
O
O
O
O
O
O
O
O
N
O
'(
1
O
O
O
O
N
Ih
O
O
O
V
In
N
r
O
O
O
N
N
M
a
In
M
M
M
M
M
a
N
O
0
7
(«
m
vi
M�
EA
fA
f9
es
Vi
f
f
60
(s
tN
ER
fR
EA
f9
f9
N
fA
4'i
0
C
fiy
Z
a
«
i
0
N
y
O
o
o
in
o
0
0
0
0
0
0
0
0
po
0
0P�
0
U
In
N
In
O
I(')
O
O
OO
N
O
to
O
O
O
O
O
O
OO
N
N
M
V
O
CV
N
M
CV
(7
V'
O
N
M
M
M
M,
M
V'
to
IT10,010
f9
Yi
M
fA
b9
fR
fA
d3
ER
m
v
o0
0
0
o
c
o0
0
0
0
00
0
0
0
0
0
0
0
0
0
0
0
O
o
0
0
0
0
0
0
o
O
o
o
a
o
0
0
0
0
0
o
O
o
O
v/
YVi
�
O
V1
1�
O
O
o
0
0
vl
0
of
0
V1
0
0
0
0
0
0
0
N
0
0
o
g
o
V1
0
O
0
b
N
n
W
V
d
W
o
c
O
(/1
w
m
Z
>
M
0
m
Y
X
X
>
>
>
(y
O'
a
wLL
ti
.0w,
C
W
U
'u
o
v
v
v
avi
u
u
v
v
v
0
�w
O
O
O
O
Y'�^
0
a
U9
u
y
pNv ,
()
W
yOO9OO
DU'$._..
a
S
3
3
3
3
3
3
3
v
s
a10i
r
ti
u
N
W
W
CO
'ct
'Y
d'
O
st
m
b
�O
b
�O
M
Q
�O
W
R
b
9
CU
`
Z
v
v
v
v
v
v
v
v
v
v
u
v
v
v
b
o
0
0
0
d7v
F
F
V
o
0
0
LL0
0
x
tt0
LL0
0
Y
0
tt0
0
0
0
tt0
tt0
tt
LL
0
tt
F.
cd
c
c
0
v
u
u
X
X
X
X
Y
F.
�'
w
w
m
w
w
0
w
0
w
u
w
u
w
v
w
u
w
m
m
0
w
C
F
F
F
GI
m
W
fU
G1
Cq
07
0]
W
fC
Cq
C7
0.1
P]
Gl
.e
Pa
C1
CI
LC
fL
pq
m
m
2
=
N_
d
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
Fy
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
0
0
m
rn
m
a
Ed
u
c
Y
o
0
0
0
0
0
0
o
o
Q
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
U
o
0
0
0
0
0
0
0
0
0
0
N
M
O
O
O
O
O
N
O
O
XLq
O
N
O
O
O
N
tOO
O
O
w
i7
F
M
M
O
a
O
N
y�
M
O
4,
O
M
fA
M
7
M
M
O
to
0
?
W
E9
E9
fR
H,
E9
fA
M�
V,
EA
Y,
di
E9
r-
N,
6o
fA
C
C
Z
N
w
W
C
C
>
U
G
o
o
O00M
OM
n
0
0
0
0
0
0
0
00
M
M
V'
srO
O
V'O
O
O
V
'c1'
V
o
V
V
o
O
o
0
0
o
0
Pi
m
U
n
w
M
1
.3
L2
ui
u`i
u`i
ui
u`i
r1
a.
v•
�'
°
o
0000000
d
oossoo
o
mok
o00000
(n
y
N
N
M
N
N
N
T
N
N
N
y!
N
V
W
d
W
'p
a
7
O
O
y
p�
U)`
F
4)
w
a
z
g
°
C
fA
M
7
C
.�
noLL
•�•
�
F
CLU
v
E"
0
•Vi
•a
Q
A
�
N
N
�
aCo'
C
aVa
y
K
U
m
�G
J
GJ
y
3
gg
C
a.
J
�
c�
U
�
a�
y
3
v
H
H
3V
y
H��
c
c
c
d
IL
U
2O
U
F
3
v
v
o
v
i
U
A
O
p
U
�0
U
u0
U
..
Y
C
C
U>
U
epa
>
v
v>
v
v
a>
c
v
31
°
°
a•
1
A
F
`o
a
a
s
a
rn
m
a
a
v
v
ry
•p
U
U
a'
iry
m"
ed
N
•r
U
U
U
U
U
U
N
U
U
U
N
U
U
U
U
y
U
y
N
U
..
F•1
0.
0.
0.
0.
0.
0.
0.
0.
0.
0.
0.
0.
0.
.-.
0.
`ry
ry
'p
3
M?
U
,V.
y
r
O
+
=
0
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
N�
W
W
U
mod+
F.
N
_
W
V'
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
��•1
U
'•OO
Q
U
'•OO
Q
U
Q
/-�
W
P
O
^
N
m
O
Vt
N
m
b
F
F
F-
F
F
F
F
p
H
P:
U
m
m
i y
0
g
A
A
A
A
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
rd
k
w
O
C
++
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
o
0
p
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
p0
o
o
o
o
Q
V
O
O
O
O
O
O
p
O�
O
N
0
0
7
0
0
0
0
0
0
0
p
O
O
N
O
0
O
F
>
6N9
N
t+1
O
c9
N
N
fy7
^M
509»
to
M
N
au
M
O
Fsi
9
f9
fA
yi
fA
M
z
C
Z
a
.c
0
N
<i
G
O
O
O
N
N
O
O
O
O
O
O
O
O
OOOOITCR
C
N
NNN
O
N
0
0
0
0
0
0
0
0
0
N
N
qcv
vv
v
�
N
0
0
0
TIT
m
IT
u
.2
a
o
0
0
0
0
0
0
0
0
o0
0
O
O
O
C
�
^
O
O
O
Y
N
u
W
M
u
°7
a
w
a
0
0
m
N
w
0
?
^0
C
W
F
o
L
w
O
v
a
0
O
p
Y
u
w
cai
a
F`
p
d
ti
L
3
�
C
J
a
�
c
c
3
,e,
❑
a
W
(�
p3�
1�0
a
F
N
V
O
V
60
M
F
F
v
S0
Epp
GO
00
KO
S0
E^0
.-•
.-+
U
��"
NU
U
U
U
V
<
q
V
V
01
�
d
U
U
U
O
O
a
L.
t
a
Q
Y
y�
a
U
y
U
y
(.)
y
U
U
N
U
U
U
(.)
N
U
U
(i
U
U
Uj
O
C
h
N
U
Q
Q
k
.D
'3
V
'0
'O
V
V
'0
Y
Y
V
V
v
E
'O
'O
'O
V
'O
9
V
E
ti
ti
v
u^
ti
ti
_
h
F
C
F
F
C�
F
F
F
F
F
F
C
F
F
F
G
Mimi
C
F
L
m
U
Q
U
d
U
Q
67
W
U
U
U
U
U
U
U
U
U
U
U
U
U
W
U
U
U
U
U
U
O_
.+
N_
tit
'at
N
b
r
W_
O\
O
�.
N
O
V
V1
b
n
d
m
m
m
1
I
I
N
N
N
N
N
N
N
N
^_
N_
U
U
CA
R7
W
U
U
U
U
Ad
LiU
py
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
w
a
:c
x
W
v
0
o
0
0
0
0
0
0
0
0
0
0
o
4
0
0
4
0
0
0
0
0
0
0
0
U
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
O
0
O
O
O
O
O
W
0
LQ
0
0
0
0
0
N
W
m
0
r
0
0
0
0
N
N
In
l+
x
O
N
O
O
N�
N
N
N
M
M
sF
1n
O
N
O_
O
N
O
V!
fA
fN
fA
EA
M�
fN
EA
fA
fN
fA
fN
fN
�N
Vi
L
CF
Y
O
W
c
c
i
C
d
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
pPI
OOO
7
V
m
0
r
N�
0
10C1
r
0
O
fA
69NNNN
59
ff!
{y
di
fN
EN
fN
fN
fA
EA
fA
fA
NM
m]
jV
Z
a
C
C
O
O
O
O
O
y
y
r"
ni
ri
N
V
W
V
d
W
c
M
00
d
w
z
C
W
U
o
U
�U+
dii
u.
IZ
O
O
W
Y
AA
.
.
UO
O
U>
C1
W
q
e
b
v
A
E
o
U
U
U
m_
u
a,
w
w
a
x
N
d
U
a
u
i
ry
.]
o
,
'L
'L
'L
,'i^`
x
x
d
v
X
X
X
.a
Q
ry
h
r
E
Q
'L
•F
'L
l'
�
Z
W
.,Cc
l-
yOy
W
W
W
W
W
W
W
W
Q
d
X
'�
k
U
U
U
A
A
O
O
O
O
5
L
u
�
A
O
p
p
L
W
K
W
W
N
W
u
u
u
Aw
0
0
0
ci
o
0
a
Q
o
0
o
F
•a°
o
o
z
Z
z
o
0
0
0
0
0
0
0
o
w
a?
w
G
c
M
E
b
u
u
a
a
a
,$
c
A°
a°
a°
o'
k
k
k•
3
3
m
F
U
U
U
U
U
U
F
W
W
W
ti]
v
o
v
v
�+
v
r
W
T
f'-.
.N-.
N
m
O
Hq
N
U
U
U
U
U
U
�""'
F
F
F-
14
W_
x
W
S
e
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
U
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
g
O�
0
O
0
0
0
0
0
N
O
0
In
O
a
N
N
7
0
N
N
N
O
�;
N
O
0
N
N
N
O
M
N
M
M
N
O
�Xt
O
(,7
W
Ni
fA
Ni
b4
fA
EA
fA
EA
EA
f9
f9
f9
fR
d3
fA
N
Ld
N
M
`
C
C
Z
Y!
.O
O
N
h
o
V
O
O
O
O
O
O
O
O
O
O
O
O
O
U
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
o
0
0
0
o
i[i
ui
o
0
0
0
00
t!j
�W
�N�
�R
�y
�R
mNCRq
�N
�Nry
5M9
bNm�4
ffNl
di
ER
�wry
�N�
SnN�R
E0N9
6�N9
VrOi
b0N9
fA
of
Vi
EA
W
{r.
W
W
{31
lL
W
W
IL
lal
W
4L
W
U
W
W
{L
W
W
W
W
W
W
W
W
W
W
W
u
•�
/V
v
N
N
N
N
N
N
N
V
N
�O
�°
.O
b
b
b
�°
b
�
h
VOI
�
R
y
N
V
N
u
W
V
d
W
G
0
of
N
w
o
0
m
Z
>
>
O
.+
u
w
F
U
m
y
n
ti
h
y
N
q
ii
y
C
O
O.
Q
9
u
T
Q
O
❑
❑
a0
Y
C
G
vr3
0
«
F
q
V
W
_
3
X
X
a,
X
X
X
X
`m
a
X
o
3
3
3
3
3
r
z
xIL
G€€
o
>>
CO
61
PC.
G
u
F
C
b
F
F
G
F
V
m
U
U
U
u
cm
=
U
U
U
M
O
O
o
O
O
O
H
V
p
N
3
u
u
U
U
N
U
U
U
N
U
F
p
G
'�
m
V
a
L
A
A
..
O
C
5
L?
c
U
W
F
Vl
W
V1
d'
b
r
O.Nn�Chb1�
OJTO
Nt1>
>
>
>
>
>
>
T-1
>
>
>
>
>
>
>
>
>
>
>
>
>
>
w
O
UO
N
m
a.
Ei
G
.0
x
W
U
O
O
C
0
0
p0
0
O
O
O
O
C
0
6
0
0
O
O�
0
'�
0
0
W
O
O
M
N
O
O
O
0
0
CSTw
4i
w
CI
Q
7
W
V)
M
EA
�
p
c
y
y
Z"0'
}
}
m
o
d
a
U
rn
o
0
0
o0
0
0
O
O
In
00
N
N
N
LO
M
O
m�
Vl
w
w
HT
w
fA
604
M
w
�
yg
w
�
�
CO
�
O
O
o
O
o
O
S
N
O
O
p
8
o
0
J
1
i
b
ry
N
N
O
O
O
�
1
u
W
N
N
m
W
�
y
W
a
u
Q
O
x
m
LU
W
y
Q
L
V
V
Q
q
m
v
v
F
m
L
a
b
O
U
O
V
W
LL
v
N
6
Gv
O
O
0.
= A
'OO
a
{V
Q
O
b
V0
OC
O O
U
V
�R
ti
F
V
U
W
m
w C
N
G
b
k
N
W
fA
UJ
y
.2 �000
b
U
Z
d
�
IL'
IL
O
v
v
A
]
N
O
O
qq
Y W
V
F
U
O E
'C
yOy
I -a
W
iG
N
>>
O
E
m
"'
.F v
'�
p
e
d
u
��
a
w
v.
G.
�
u
u
5
v
c.
���
•°'o
b
r
m
ry
ry
0
m
0
a
0
In
0
b
0
r
O
y
y
ti
CONTRACT AGREEMENT
STATE OF TEXAS
§ COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 2nd day of February A.D., 2005, by and
between City of Denton of the County of Denton
and State of Texas, acting through Michael A. Conduff thereunto duly authorized so to do,
hereinafter termed "OWNER," and
Barco Construction, Inc.
2804 N. Elm St.
Denton, Texas 76201
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 #3240 — Underground Electric Service Installation
in the estimated amount of $1,000,000 and all extra work in connection therewith, under the terms
as stated in the General Conditions of the agreement; and at his (or their) own proper cost and
expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor,
insurance, and other accessories and services necessary to complete the work specified above, in
accordance with the conditions and prices stated in the Proposal and the Performance and Payment
Bonds, attached hereto, and in accordance with all the General Conditions of the Agreement, the
Special Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as
referenced herein and on file in the office of the Purchasing Agent, and in accordance with the
plans, which includes all maps, plats, blueprints, and other drawings and printed or written
explanatory matter thereof, and the Specifications therefore, as prepared by:
all of which are referenced herein and made a part hereof and collectively evidence and constitute
the entire contract.
CA-1
f
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
IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the
year and day first above written.
ATTEST:
City of Denton
OWNER
BY: 7
(SEAL)
CONTRACTOR
sic i ill /
MAILING ADDRESS
• 0/
Qy0- 5,n-9(-19
{NUMBER
BY:
TIAE
Oran RP -ad es, Tr
APPROVED AS TO FORM: PRINTED NAME
(SEAL)
CITY ATTO Y
CA-3
BOND NO. 4346201
PERFORMANCE BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That Barco Construction. Inc.-1 hose address
is 2804 N. Elm St., Denton Texas 76201 hereinafter called Principal, and
SURETEC INSURANCE COMPANY, corporation organized and existing under the laws
of the State of Texas , and fully authorized to transact business in the State of Texas, as
Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and
existing under the laws yyf the State of Texas, herei after called Owner, in the penal sum of One
million and no cents-fOLLARS ($1,000.000.00) us ten percent of the stated penal sum as an
additional sum of money representing additional court expenses, attorneys' fees, and liquidated
damages arising out of or connected with the below identified Contract, in lawful money of the
United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to
be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns,
jointly and severally, firmly by these presents. This Bond shall automatically be increased by the
amount of any Change Order or Supplemental Agreement, which increases the Contract price, but
in no event shall a Change Order or Supplemental Agreement, which reduces the Contract price,
decrease the penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 2005-042, with the City of Denton,
the Owner, dated the 2nd day of February A.D. 2005 , a copy of which is hereto attached and
made a part hereof, for Bid #3240 — Underground Electric Service Installation✓
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all
of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance
with the Plans, Specifications and Contract Documents during the original term thereof and any
extension thereof which may be granted by the Owner, with or without notice to the Surety, and
during the life of any guaranty or warranty required under this Contract, and shall also well and
truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any
and all duly authorized modifications of said Contract that may hereafter be made, notice of which
modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all
defects due to faulty materials and workmanship that appear within a period of one (1) year from
the date of final completion and final acceptance of the Work by the Owner; and, if the Principal
shall fully indemnify and save harmless the Owner from all costs and damages which Owner may
suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay
and expense which the Owner may incur in making good any default or deficiency, then this
obligation shall be void; otherwise, it shall remain in full force and effect.
9M
THIS BOND IS SUBJECT TO THE ATTACHED RIDER ✓
PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue
shall lie in Denton County, State of Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and
agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the
Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the
same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any
such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to
be performed thereunder, or to the Plans, Specifications, Drawings, etc.
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government
Code, as amended, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Denton County to whom any requisite notices may be delivered and on whom
service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-
1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which
shall be deemed an original, this the To day of February, 2005.✓
ATTEST:
BY: A). /I 0 �
SECRETARY
ATTEST:
BY:! ` —tag
Barco Construction, Inc.
BY:
PRESIDENT
SURETY
SURETEC INSURANCE CO,M�ANY
BY:
ATTORNEY -IN -FACT
Pauline L. Lesch
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
process is:
NAME:
BONDING AGENCY
STREET ADDRESS: 417 oakbend Dr., #150, Lewisville, TX 75067
(NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a
person's name.)
BOND NO. 4346201
PAYMENT BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That Barco Construction, Inc.,✓whose address
is 2804 N. Elm St., Denton Texas 76201 , hereinafter called Principal, and
SURETEC INSURANCE COMPANY a corporation organized and existing under the laws of
the State of Texas , and fully authorized to transact business in the State of Texas, as
Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and
existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms,
and corporations who may furnish materials for, or perform labor upon, the bidding or
improvements her inafter referred to, in the penal sum of One million and no cents DOLLARS
( 1 000 000.00 lawful money of the United States, to be paid in Denton, County, Texas, for the
payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors,
administrators, successors, and assigns, jointly and severally, firmly by these presents. This Bond
shall automatically be increased by the amount of any Change Order or Supplemental Agreement
which increases the Contract price, but in no event shall a Change Order or Supplemental
Agreement which reduces the Contract price decrease the penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 2005-042, with the City of Denton,
the Owner, dated the 2nd day of February A.D. 2005✓, a copy of which is hereto attached and
made a part hereof, for Bid #3240 — Underground Electric Service Installation.✓
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and
make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying
labor and/or material in the prosecution of the Work provided for in said Contract and any and all
duly authorized modifications of said Contract that may hereafter be made, notice of which
modifications to the Surety being hereby expressly waived, then this obligation shall be void;
otherwise it shall remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall
lie in Denton County, Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and
agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the
Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the
same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any
such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to
be performed thereunder, or to the Plans, Specifications, Drawings, etc.
THIS BOND IS SUBJECT TO THE ATTACHED RIDER.
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government
Code, as amended, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Denton County to whom any requisite notices may be delivered and on whom
service of process may be had in matters arising out of such surety, as provided by Article 7.19-1 of
the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed 4 copies, each one of which
shall be deemed an original, this the 2"a day of February, 2005. ✓icy
ATTEST:
BY: 7�. 21j��
SECRETARY
ATTEST:
BY:
aip-19
I• : 1► 1' .
Barco Construction, /Inc.
BY: L�2
PRESIDENT
SURETY
SURETEC INSURANCE CO PANY
ATTORNEY -IN -FACT
Pauline L. Lesch
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
processis:
NAME: PCL CONTRACT BONDING AGENCY
STREET ADDRESS: 417 Oakbend Dr., #150, Lewisville, TX 75067
(NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation,
give a person's name.)
Q�v�
�\b71
SureTec Insurance Company
5000 Plaza on the Lake, Suite 290
Austin, TX 78746
512-732-0099
RIDER
To be attached to and form a part of:
Bond Number: 4346201
Principal: Barco Construction, Inc.
Obligee: City of Denton, Texas
Said bond, issued by SureTec Insurance Company, as Surety, is hereby amended as follows:
It is hereby understood the obligations under this bond are limited to year one of the referenced multi
year contract obligation. Surety shall not be liable to Obligee for Surety's failure or refusal to write,
nor for Principal's failure to obtain bonds for the next renewal period.
Effective date of rider: February 2, 2005
All other terms and conditions shall remain the same.
Signed and sealed this 21d day of February. 2005.
SureTec Insurance Companv
Surety
By: -
Pauline L. Lesch, Attomey-in-fact
suretec multiyr annual renew limit rider.doc rev. 11.11.03 1
REINSURANCE CERTIFICATION
Surety Company:
State of
SureTec Insurance Company
Incorporation: Texas
952 Echo Ln., Suite 450
Houston, Tx 77024
Principal:
Obligee: City of Denton
Barco Construction, Inc.
2804 Elm St.
Denton, TX 76201
Proect:Bid#3240, underground Elec
Bond No.: 4346201 Servi
Amount: $1 000,000.00
Reinsuring Company
Treasury Limit*
Partner Reinsurance Company of the U.S.
$45,298,000
Employers Reinsurance Corporation
$481,532,000
*Per Federal Circular 570 dated 7-1-2004
Federal Treasury Compliance
Pursuant to 31 CFR 223.10-11, the above referenced Bond is in compliance with Federal Treasury
Regulations and Limitations. SureTec Insurance Company has been certified in compliance with the law
and regulations of the U.S. Department of the Treasury and acceptable as surety on Federal Bonds under
Title 31 USC Sections 9304-9308. All non -Federal bonds, including the bond described, that exceed
the Federal Treasury limitation, are reported to Treasury and certified in compliance through the use of
acceptable reinsurance as outlined above.
Texas Public Works Compliance
We certify that the above referenced bond is in full compliance with the Texas Department of Insurance
Regulations and is in compliance with Texas Statutes, including Vernon Civil Statutes Articles 6.16 and
7.19-1.
Signed this 2nd day of February , 2005
S�ureTe urance mpany Countersigned
QGaXiXda / Michael P. Whisenant Pauline L. Leach
Vice President Attorney -in -Fact
SureTec Insurance Company
ric
Reinsurance Certification.doc rev. 7-04
SureTec Insurance Company
THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION
Statutory Complaint Notice
To obtain information or make a complaint:
You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099
You may also write to the Surety at:
SureTec Insurance Company
5000 Plaza on the Lake, Suite 290
Austin, TX 78746
You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or
complaints at 1-800-252-3439.
You may write the Texas Department of Insurance at
PO Box 149104
Austin, TX 78714-9104
Fax#: 512-475-1771
PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you
should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance.
Important Notice Regarding
Terrorism Risk Insurance Act of 2002
In accordance with the Terrorism Risk Insurance Act of 2002 (the "Act"), this disclosure notice is provided for surety
bonds on which one or more of the following companies is the issuing surety: SureTec Insurance Company, U. S.
Specialty Insurance Company, and any other company that is added to SureTec Insurance Company for which
surety business is underwritten by SureTec Insurance Company ("Issuing Sureties").
The premium attributable to any bond coverage for "acts of terrorism" as defined in Section 102(1) of the Act is
Zero Dollars ($0.00).
The United States will reimburse the Issuing Sureties for ninety percent (90%) of any covered losses from terrorist
acts certified under the Act exceeding the applicable surety deductible.
The actual coverage provided by your bond for acts of terrorism, as is true for all coverages, is limited by the terms,
conditions, exclusions, penalties, limits, other provisions of your bond and the underlying contract, any
endorsements to the bond and generally applicable rules of law. This Important Notice Regarding Terrorism
Insurance Risk Act of 2002 is for informational purposes only and does not create coverage nor become a part or
condition of the attached document.
Exclusion of Liability for
Mold, Mycotoxins, and Fungi
The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable
for, molds, living or dead fungi, bacteria, allergins, histamines, spores, hyphae, or mycotoxins, or their related
products or parts, nor the remediation thereof, nor the consequences of their occurrence, existence, or appearance.
SureTei
GENERAL POWER OF ATTORNEY
Know All Men Qy These Presents, That SURETEC INSURANCE COMPANygff a "Company"), a corporation duly organized and
existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents
make, constitute and appoint
Clem F. Lesch, Pauline L. Lesch,- ary Alatula, Steven W. Levis
of Lewisville. Texas its true and lawful Attorney(s)-in-fact, with full power and authority hereby conferred in its mine. place and
stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of
suretyship to include waivers to the conditions of tracts and consents of surety, providing the bond penally does not exceed
Five Million Dollars and no1100 (55,000,000.00 nd to bind the Company thereby as fully and to the same extent as if such bonds
were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary hereby ratifying and
confirming all that the said Attomey(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the
following resolutions of the Board of Directors of the SureTec Insurance Company:
Be it Resoh•ed, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant
Secretary shall be and is hereby vested with full power and authority to appoint any one or more tunable persons as
Attorneys) -in -Fact to represent and act for and on behalf of the Company subject to the following pro% isions:
Atror-nev-in-Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute.
acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and odrercondilional or
obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder.
and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the
President and sealed and effected by the Corporate Secretary.
Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any
Power of attorney orany certificate relating thereto by facsimile, and any power of attomey or certificate hearing facsimile
signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it
is attached. (Adopted at a meeting held on 20" of April, 1999.)
/n Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its
corporate seal to be hereto afTxed this 1 Ith day of June, A.D. 2002.
Corporate Seal
State of Texas
County of Harris
S�JRANe f
W4 �' �'�CO
s
W�W �
Ic y J2
1 � x
ss:
SURETEC INSURANCE COMPANY
By
Job Jr.,
President
On this I I th day of June A.D. 2002 before me personally came John Knox, Jr., tome known, who, being by me duly sworn, did
depose and say, that he resides in Houston. Texas, that he is President of SURETEC INSURANCE COMPANY, the company
described in and which executed the above instrument: that he knows the seal of said Company that the seal affaxedlosaid instrument
is such corporate seal; that it was so affixed by order of the Board of Directors of said Company: and that he signed his name thereto
by like order.
,,._ DONNA U. 19A
:,. ,rgrrr.N Lish�-
Notary Seal` r,cr...u... Donna U. Ibanez Notary it
JuNE 11.200E My commission expires June 1 I, 2006
1, Michael P. 1Whisenant. Vice President and Assistant Secretary of SURETEC INSURANCE COMPANY, do herebpcertify that the
above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and
effect: and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect.
In Witness Whereof, 1 have hereunto set my hand and affixed the seal of said Company at Houston. Texas this2nd day of
February .20 05 , A.D.
`?SUHANefC !LL t/ /1 IAA/•._-. �_
w /�yt 99 .`; '/ t�FGfLQQ•t, IV✓ Vr-INCD•w"
Corporate Seal a;WjN= Michael P. \Whisenant,
�e\ 1 ��/ t Vice President, Assistant Secretary
OJ v
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.
•• That such insurance is primary to any other insurance available to the additional
insured with respect to claims covered under the policy and that this insurance
applies separately to each insured against whom claim is made or suit is brought.
The inclusion of more than one insured shall not operate to increase the insurer's
limit of liability.
• All policies shall be endorsed to read:
"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 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.
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
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 (XCi1) 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 either in a single policy or in a combination of
basic and umbrella or excess policies. The policy will include bodily injury and property
damage liability arising out of the operation, maintenance and use of all automobiles and
mobile equipment used in conjunction with this contract.
Satisfaction of the above requirement shall be in the form of a policy endorsement for:
any auto, or
all owned, hired and non -owned autos.
[X] Workers Compensation Insurance
Contractor shall purchase and maintain Worker's Compensation insurance which, in addition
to meeting the 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.
[ ] 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.
[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:
(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) a certificate of coverage, prior to the other person beginning work on the
project; and
(b) a new certificate of coverage showing extension of coverage, prior to the
end of the coverage period, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(7) contractually require each person with whom it contracts, to perform as required
by paragraphs (1) - (7), with the certificates of coverage to be provided to the
person for whom they are providing services.
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.
CITY OF DENTON
THREE-YEAR CONTRACT FOR UNDERGROUND ELECTRIC SERVICE INSTALLATION
BID PROPOSAL
To
Denton Municipal Electric
For Underground Electric Service Installation
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. The undersigned has also carefully examined the form of the
contract, Notice to Bidders, specifications and the construction units therein referred to, and
agree to provide all the necessary labor, machinery, tools, apparatus, and other items
incidental to construction. Denton Municipal Electric will provide all materials required for
construction. The undersigned will do all the work called for in the contract and specifications
in the manner prescribed herein and according to the requirements of Denton Municipal
Electric as therein set forth.
It is understood that the following quantities of work, to be done at unit prices, are only
intended to serve as a guide in evaluating the bids, and that this bid will be awarded in its
entirety to a single contractor.
It is agreed that the quantities of work to be done, will be increased or diminished as may be
considered necessary, in the opinion of Denton Municipal Electric. 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. This contract is not a guarantee of a minimum purchase.
The undersigned hereby proposes and agrees to perform all work of whatever nature required,
- an-strict-aGraord -and-specifications4brAhe foil owing.su.m_-or-unit pry to -
wit:
For evaluation purposes the price for the annual contract for underground electric service
installation will be the total evaluated cost from the Bid Proposal page 38.
hmo M6114a 64 A Barad F k47hnysuvd Fourtur,L1lm5 ($ %� �� • �Ji% )
(Price in Words) w5o/oo-
In submitting this bid, the vendor agrees that acceptance of any or all bid items by Denton
Municipal Electric within a reasonable period of time constitutes a contract. The completed
Bid Proposal must be properly priced, signed, and returned.
The undersigned agrees this bid becomes the property of the City of Denton after the official
opening.
The undersigned affirms he has familiarized himself with the local conditions under which the work
is to be performed; satisfied himself of the conditions of delivery, handling and storage of
PAGE 32 OF BID # 3240 Bidder's Initials M
CITY OF DENTON
THREE-YEAR CONTRACT FOR UNDERGROUND ELECTRIC SERVICE INSTALLATION
Item 03
Installation of a 45-foot fiberglass streetlight standard with arm and cobra fixture.
Installation of a 45-foot fiberglass streetlight standard with arm and cobra fixture shall include:
pole burial depth of 7 feet, installed streetlight poles shall be vertical and within two inches of the 7
foot burial, excavation for the pole shall be filled with high -density polyurethane foam, streetlight
fixtures are to be installed on the arm, install the bulb, and test the light. The contractor shall
auger drill all pole holes. Pole hole backfilling shall be accomplished by using 3 gallons of
expanding high -density polyurethane foam after the pole has been checked for vertical
straightness. The Contractor will be required to correct any deviation from the above requirements
discovered within 180 days after installation.
Items 04 and 05
Installation of single phase and three phase fault indicators.
Item 06
Auger drill hole, use sonotube to set and pour cage (if required), set cage, install stub outs for
the conduit prior to pouring concrete and set pole. Secure base and straighten the streetlight
pole. On direct embedded streetlight poles connect conduits to pole, straighten and foam in
the pole.
Item 07
Contractors required to tag all conductors. Tagging must be approved by DME before job is
accepted. DME will provide the tags.
See appendix for information required by DME on all tags.
Service Installation
Item S1
Service Installation. Run secondary or service conductors. Can be from either padmounted
transformers or pedestals to customer's service entrance or between pedestals or junction
boxes as required for services.
PAGE 31 OF BID # 3240 Bidder's Initials 4L
2804 N Elm
' • Denton, Tx 76201
Phone: 940-382-3904
Facsimile: 940-387-7496
Email: barco-reaves@mBn.com
11 JANUARY 2005
CITY OF DENTON
PURCHASING
SINCE S1 WAS NOT CLEAR IN THE DESCRIPTION AND THERE WAS NOT A
DESCRIPTION FOR S2, S2a, S3, WE PROPOSE A PRICE OF $180.00 FOR A 60'
MINIMUM SERVICE AND $3.50 A FOOT OVER 60'.
SI
NCERELY
�,
ORAN REAVES, JR
............................
• CITY OF DENTON
THREE-YEAR CONTRACT FOR UNDERGROUND ELECTRIC SERVICE INSTALLATION
equipment and all other matters that may be incidental to the work, before submitting a bid.
The undersigned agrees, if this bid is accepted, to furnish any and all items/services upon which
prices are offered, at the price(s) and upon the terms and conditions contained in the
Specifications. The period for acceptance of this Bid Proposal will be ninety (90) calendar days or
until award is made; whichever comes first.
The undersigned affirms that they are duly authorized to execute this contract, that this bid has
not been prepared in collusion with any other Bidder, nor any employee of the City of Denton, and
that the contents of this bid have not been communicated to any other bidder or to any employee
of the City of Denton prior to the official opening of this bid.
Vendor hereby assigns to purchaser any and all claims for overcharges associated with this
contract which arise under the antitrust laws of the United States,15 USCA Section 1 et seg., and
which arise under the antitrust laws of the State of Texas, Tex. Bus. & Com. Code,
Section 15.01, et seg.
The undersigned affirms that they have read and do understand the specifications and any
attachments contained in this bid package.
NAME AND ADDRESS OF COMPANY:
a�oc�Elm
11 (a D 1
Tel. No. Q4o- 34';1 - 3g0(4
AUTHORIZE REFS NTATIVE:
Signature G/.
Date -
Name C)�-ayi
Title Pt'CS1dQh�
Fax No. GL!0- 2A'1-`II1R (a
Email. bace0—ce0.0eS &M-Gn.Cbm
COMPANY IS: -
Business included in a Corporate Income Tax Return? ✓ YES NO
I/ Corporation organized & existingunder the laws of the State of Texas
Partnership consisting of
Individual trading as
Principal offices are in the city of
PAGE 33 OF BID # 3240
CITY OF DENTON
ANNUAL CONTRACT FOR UNDERGROUND ELECTRIC SERVICE INSTALLATION
Installation Units
Descriptions and requirements for installation of units are given in the s ecifications section.
Item
Description
Unit
Unit Cost
Est. Qty.
�Evaluated
Excavation and Backfill
Dl. ITrenchwith.
Trencher 6" wide by 30" deep
Ft
.50
70,000
35,000. op
D2 ITrenchwith
Trencher 6" wide by 48" deep
Ft
1, 615
100,000
18 5 600, 00
D3 ITrench
with Trencher 6" wide by 60" deep
Ft
1.66
5,000
500.06
D4
Trench with Backhoe 18" wide 48" deep
Ft
, 00
178,000
5t o o Oo
D5
Trench with Backhoe 18" wide 60" deep
Ft
4,50
10,000
000. o0
D6
Trench with Backhoe 18" wide 72" deep
Ft
160
30,0001
q0 000. oo
D7
Trench with Backhoe 18" wide 84" deep I
Ft
4- D D
1,000
, on
D8
Trench with Backhoe 18" wide 96" deep
Ft
5 6b
1,000
.00
D9
Trench with Backhoe 24" wide 48" dee
Ft
01.60
1,000
J 0 , 00
D10
Trench with Backhoe 24" wide 60" deep
Ft
, 60
15,000
315w, 00
Dl l
Trench with Backhoe 24" wide 72" deep
Ft
I.AA
5,000
p , 00
D12
Trench with Backhoe 24" wide 84" deep
Ft
, DD
5,000
al' D D 0, 00
D13
Trench with Backhoe 24" wide 96" deep
Ft
5,00
1',000
OD6, 60
D14
Trench with Backhoe 36" wide 48" deep
Ft
a2. od
. 1,000
00
D15
Trench with Backhoe 36" wide 60" deep
Ft
1,000
DD
D16
Trench with Backhoe 36" wide 72" deep
Ft
F ,3 00
1,000
3 pop, p0
D17
D18
Trench with Backhoe 36" wide 84" deep
Trench with Backhoe 36" wide 96" deep
Ft
Ft
<i.60
1 D.00
1,000
100
4 000.00
D, 06
D 19
I Special trencher for trenching in rock, 6" width
Ft
a , 5d
2,000
5 , OD
D20
D21
D22
Rock Adder, Backhoe 18" Width, Cutting & Jack Hammer
Rock Adder, Backhoe 24" Width, Cutting & Jack Hammer
lRoGk Adder, Backhoe 36" Width, Cutting & Jack Hammer
Ft
Ft
Ft
, 00
8,00
A. o p
100
100
100
3 . as
300.06
Joe, ob
_1
D23
Rock Adder, Backhoe 18" Width, Large Rock Quantity
Ft
1,000
3 0oo. oa
D24
Rock Adder, Backhoe 24" Width, Large Rock Quantity
Ft
0
500
500. D D
D25
Rock Adder, Backhoe 36" Width, Large Rock Quantity
Ft
0 p
100
OD
D26
Hand Digging 12" x 30" deepor less
Ft
d
1,000
DO
D27
"
Hand Digging 12" x 31- 48" deep
Ft
cj , ;lp
500
.OD
D28
Concrete Backfill of Trench Excavated by Backhoe
Cy
1,200
0 , Da
D29
Concrete Backfill of 6" Trench
A Cy
rj
2,000
J 66(), OD
D30
D31
D32
Mechanical Tamping of Trench Excavated by Backhoe
2" - 4" Thick Asphalt Saw Cut
1" - Concrete Saw Cut
6"
Ft
LF
LF
l , OO
13. 9D
2,0001
100
100
A OD12 0 0
390. O6
95, oi7
D33
8"+ Thick Concrete Saw Cut
LF
"5,35
100
535.06
D34
4"+Asphalt and/or Concrete Saw Cut
LF
1 4.05100
Q ,
Page 34 of BID # 3240
CITY OF DENTON
ANNUAL CONTRACT FOR UNDERGROUND ELECTRIC SERVICE INSTALLATION
Installation Units
Descriptions and requirements for installation of units are given in the sped 'ea 'ons section.
Item
Description
p
Unit
Unit Cost
Est. Qfy.
Evaluated
Cost
Conduit Installation in 6" Wide Trench
CTl
Conduit 1" PVC
Ft
,3
3,000
60.00
CT2
Conduit 2" PVC
Ft
112,000
tlb, OD
CT3
Conduit 2 & 1/2 " PVC
Ft
5
2,000160.
O D
CT4
Conduit PVC
Ft
100
O.Oa
CT5
Conduit 4"PVC
Ft
55
21,000
CT6
Conduit 1" PVC 90 degree sweepEa
4.06
200
$Ob.Oa
CT7
Conduit 2" PVC 90 degree sweep
Ea.
900
07)
CT8
Conduit 2 & 1/2 " PVC 90 degree sweep
Ea
o
2,500
p oa
CT9
Conduit 3" PVC 90 degree sweep
Ea
1
,OD
CT10
Conduit 4" PVC 90 degree sweep
Ea
1) -6
250
/ a
CTl1
Conduit 2" PVC 45 degree sweepEa
0i7
200
2�00
CT12
Conduit & 1/2 "PVC 45 degree sweep
Ea
41.DD
200
1) 6.
CT13
Conduit 3" PVC 45 degree sweep
Ea
44. 00
1
Ob
CT14
Conduit 4" PVC 45 degree sweep
Ea
65
, 6Z
CT15
Cond7t4" PVC 22 & 1/2 degree sweep
Ea
rj, bD
80
�i o. Da
Multiple Conduit Installations in 18" to 36" Trench
CB I
Conduit V PVC
Ft
i3o
1,000
3 oo. o0
CB2 lAdditional
1" PVC Conduit in Trench
A
, 3a
100
30 . n
CB3
Conduit 2" PVC
Ft
y
15,000
7 9w. oo
CB4. JAdditional
2" PVC Conduit in Trench
Ft
,14
2,000
R 100.8D
CB5
Conduit 2 & 1/2 " PVC
Ft
1,000
500. o
CB6
Additional 2 & 1/2" PVC Conduit in Trench
Ft
0
1,000
5p ,
-CB-7-
Conduit 3" PVC
Ft
SD
100
0
CB8
Additional 3" PVC Conduit in Trench
Ft
100
.50.00
CB9 .
Conduit 4" PVC
Ft
20,000
0 ,oD
CB10
Additional 4" PVC Conduit in Trench
Ft
SS
20,000
p o0.00
CBI
lConduit 6" PVC
Ft
/p
20,000
AQb a
CB12
Additional 6" PVC Conduit in Trench
Ft
/,�0
12,000
CB 13
Bank of two 6", two 4", two 2", and two 1" installed in conduit
spacers
Ft
,ob
2,000
/v 000. o 0
CB14
Bank of three 6", three 4", three 2", and two V installed in
conduit spacers
Ft
to. S0
1,000
(D 5b0.00
C1315
Conduit 1" PVC 90 degree sweep
Ea
4, oo
10
A0110, 00
CB 16
Conduit 2" PVC 90 degree sweep
Ea
14, oa
45
/ gp , o D
CB17
Conduit 2 & 1/2 " PVC 90 degree sweep
Ea
, p
5
J0, pa
CB18
Conduit 3" PVC 90 degree sweep
Ea
4,131) OD
1
4"0-6
CB19
Conduit 4" PVC 90 degree sweep
Ea
, D O
1251
iA 5, OO
CB20
Conduit 6" PVC 90 degree sweep
Ea
00
1 501
36C).6n
Page 35 of BID # 3240
CITY OF DENTON
ANNUAL CONTRACT FOR UNDERGROUND ELECTRIC SERVICE INSTALLATION
Installation Units
Descriptions and requirements for installation of units are given in the s ecifications section.
Evaluated
Item Description Unit Unit Cost Est. Qty. Cost
Ea
pa
20 Q.DO
CB21
Conduit2" PVC 45 degree sweep
5 00
CB22
Conduit 2 & 1/2 " PVC 45 degree sweep
Ea
.00
c4D.
CB23
Conduit 3"PVC Al degree swee
Ea
4, DD
1 . Da
CB24
Conduit 4" PVC 45 degree sweep
Ea
5. Do
200 0D0. 00
CB25
Conduit 6" PVC 45 degree swee
Ea
7, OD
20 DOD
CB24
Conduit 4" PVC 22 & 1/2 degree sweep
Ea
5, D 1,
20 /O 0. 00
CB27
Conduit 6" PVC 22 & 1/2 degree sweep
Ea
%. Oa
20 /�{0, Oa
rrimary ana 5econaary %-unuucly.
Ft
a5
10,000
500, o0
CIl
Cable, Cu OF SOL, 12/2 awg Secondary
C12
Cable, Al #6 Duplex
Ft
, 50
80,000
a 000. o 0
C13
Cable, Al 4/0 4/0 2/0 Secondary
Ft
,50
90,000
5 600.00
CI4
Cable, 350, 350, 4/0 Secondary
Ft
g0
10,000
po .On
CI5
Cable, # 2 AI 15 kV Single Phase Pull
Ft
.60
70,000
3 0 oo . 00
C16
Cable, #4/0 Al 15 kV Single Phase Pull
Ft
, 0
9,000
5 0o. 00
CI7
Cable, #2 Al 15 kV Three Phase Pull
Ft
/, 00
1,000
/ 000 , no
CI8
Cable, # 4/0 Al 15 kV Three Phase Pull
Ft
/, 50
7,000
/ 0 600 . 0 0
CI9
Cable, 250 MCM Cu 15 kV Three Phase Pull
Ft
o o
CI10
Cable, 500 MCM Cu 15 kV Three Phase Pull
Ft
5p
2,000
5000. 0 0
CIl l
Cable, 750 MCM Cu 15W Three Phase Pull
Ft
0QQ0
1,000
<{ 000 . 00
/1T17
O.W. R T,;nlry (711
Ft -
1 JL)
2,000
oD. DQ
Tl
iermmauuus
Elbow,-Loadbreak #2 AL 220 mil 15 kV
0. 0
50.0
_
O o 00, 0 o
T2
Elbow, Loadbreak 44/0 AL 220 mil 15 kV
Ea
A-{O. oo
50
cl 000. o 0
T3
Elbow, T Nonloadbreak 250 MCM or 4/0 15 kV
Ea
5co, 00
3
0.06
T4
Elbow, T Nonloadbreak 500 MCM 15 kV
Ea
1,0. va
3
/ 0 00
T5
Elbow, T Nonloadbreak 7 5 0 MCM 15 kV
Ea
1p,00
3
A18.60
T6
Termination Rack / Utility Pole single phase # 2
Ea
g0, pD
35
Q 7S6. 00
T7
Tenmination Rack / Utility Po1e,,, phase # 2
Ea
oal `1 5, 00
4
100. o0
T8
Termination Rack / Utility Pole 3 phase # 2
Ea
300 , 00
12
00. 00
T9
Termination Rack /Utility Pole single phase #4/0
Ea
ciSb. 00
1
50. Da
T10
Termination Rack on a Utility Pole vee phase # 4/0
Ea
5.00
1
oa
T11
Termination Rack on aUtility Pole 3 phase # 4/0
Ea
0.0
1
'v00. 0 a
T12
Termination Rack on alltility Pole 3 phase 250MCM
IEa
pp
1
SD , Or
T13
ITermination Rack on a Utility Pole 3 phase 500 MCM
Ea
pp, 00
T14
ITcrinination. Rack on a Utility Pole 3 phase 750MCM
Ea
5oo. o0
1
00. e0
T15
600 - 200 AMP Plug Adapter
Ea
/o. 00
9
90. 00
r_—_1_._A n1....,,TendnnA Pln nc
Ea
5, oD
50
6, dd
Page 36 of BID # 3240
CITY OF DENTON
ANNUAL CONTRACT FOR UNDERGROUND ELECTRIC SERVICE INSTALLATION
Installation Units
Descriptions and requirements for installation of units are given in the s ecih tons section.
Item
Description
Unit
Unit Cost
Est. Qty.
Evaluated
Cost
Arresters
Al
Arrester Elbow, 10 kV
Ea
tj
1 2001
60 0 . ba
A2
Arrester, Bushing 10 kV
Ea
I 5, oa .
25
/,9, o D
A3
lArrester, Parking Stand 10 kV
Ea
1 5,
3
/ 5, o a
Nran�,gio� 4..ay9..trg
VI 12
Way Manhole 12' X 12' X 9' with 5' of Cover
Ea 1
21
5 6 D0. D -o
V2 14
Way Manhole 12' X 12' X 9' with 5' of Cover
Ea
.ba 1
3
56o:00
V3 13
Way Manhole 12' X 10' X 9' with 5' of Cover
Ea
0 0 .oa
2
o. oa
V4 lAdditional
foot of cover for 4 Way or 3 Way to 10'
Ft
306.ov
11
3bo. oa
VS IPolymer
Concrete Vault 4'W X 4'D x 81 Surface Mount
Ea
D 1
21
KD6. Da
V6 jPolymer
Concrete Vault 4'W X 4D x 6 L Surface Mount
Ea
, oa 1
2
, OD
V7 jPolymer
Concrete Vault 4'W X 4'D x 51 Surface Mount
Ea I
8nn.a-b
2
600.0a
V8 jPolymer
Concrete Vault 4'W X 4'D x 41 Surface Mount
Ea
o8 1
2
5FI6.06
V9 jPolymer
Concrete Box 13 "W X 18"D x 24"L Surface Mount
Ea
uei. Da
12
506 oa
V 10 jPolymer
Concrete Box 12"W X 12"D x 12"L Surface Mount
Ea I
)(bo, aD
12
/ goo. on
V11
IFiberglass Sleeve, Pri. Connection Cabinet 1 Phase
Ea .
/po, 00
1
e).Da
V12
lFiberglass Sleeve, Pri. Connection Cabinet 3 Phase
Ea
406. 0 D
1
400. Oa
V13
lExcavation to Access side of a Manhole
Ea
b0.00
4
760.00
V14
I Excavation to Access side of a Vault
Ea
75.00
21
/5 p, ob
V 15
6" Conduit Entry into Manhole
Ea
6 , 0 0
6
3 6. Da
V 16
4" Conduit Entry into Manhole
Ea
0, o O
1 61
Ian. Da
V 17
12 1/2" Conduit Entry into Manhole
Ea
1 J5. o o
1 6
/ -b , 0 D
V 18
2" Conduit Entry into Manhole
Ea
1 .2e), 0 0
1 6
/,10 . Da
V 19
6" -Conduit Entry -into Vault
Ea
[o & 0 O
1 6
V20
4" Conduit Entry into Vault
Ea
00
1 6
40. Da
V21
12 1/2" Conduit Entry into Vault
Ea
a5.01)
6
50, Da
V22
2" Conduit Entry into Vault
Ea
c1b. b0
6
1t), D -6
V23
I Concrete Blocking of Conduits entering a Manhole
CY
.75
70
5 , 50
Fmmdafinnc
Pl
ITrausformer Pad 48" X 54" Fibercrete
I Ea
I 115_oo
I250
`�$ 750.00
P2
Switch Gear Pad 7' x Tx 3'
Ea
5 o0 .00
11
5 SDO. o D
Fmiinment
El I
Secondary Connection Pedestal I
Ea
5p, o0
45 01
b0.0 O
E2
Single Phase Transformer on Pad
Ea
,a 5, 00
250
31 01 0. 0 O
E3
ThreePhaseTransformer onPad
Ea
/BD.oO
41
/op .00
E4
Switch Gear on Pad - (PINE Gear)
Ea
15 0. 0O
11
/ 0 0
E5
Primary 1 Phase Sectionalizing Pedestal on Sleeve
Ea
1,415. o b.
11
/ 5 , D b
Page 37 of BID # 3240
CITY OF DENTON
ANNUAL CONTRACT FOR UNDERGROUND ELECTRIC SERVICE INSTALLATION
Installation Units
Descriptions and requirements for installation of units are given in the specifications section.
Item
Description
Unit
Unit Cost
Est, Qty.
Evaluated
Cost.
Equipment (Continued)
E6
JPrimary 3 Phase Sectionalizing Pedestal on Sleeve
Ea,
00
1
/56. 0 0
E7
Fused Cabinet
Ea
OO. O 7
101
a 60. Do
E8
JFused Cabinet Sleeve
Ea
I 10e).Oa
101
IQ B.
Fiber
F1
I Place Overhead Fiber
Ft
I , 95 1
2,000
90o, 00
F2
JPull Fiber in Conduit
Ft
I /, OD
1 2,0001
c0.000,1H)
Other
01 120
Ft Concrete Pole and Street Light, 976 pounds
Ea
.00
300
OD, D D
02
35 Ft Concrete Pole and Street Light 1,750 pounds
Ea
7510D
1260301).8D
03 145
Ft Fiberglass Pole and Street Light
Ea
a .06
6
757p. 00
04
Place Fault Indicator Single Phase
Ea
5, 6 ZU
25
, 0
05
Place Fault Indicator Three Phase
Ea
S,aD
2
DOD
06
Streetlight Poles with either bases or anchor cages on
streetlights
Ea
3nn.bZ
1 201
4. MD.
07
Multiple Duct Bank Tagging of Conductors in Multiple Duct
Banks (individual conduits and cables shall be included in
1 base bid)
Ea
5, O 0
500
560. D O
Service Installation
S1 I
One 1" PVC Conduit and One 2-1/2" PVC Conduit
Ft
OD
70,000 / 4J p 000. o n
S2 _
Install 2.5" conduit with underground secondary conductors.
Install 1" conduit and ditch warming tape__ 60' minimum
Ft
50,000 l 50 Do. o o
S2a
Additional price per foot for lengths greater than 60'
Ft
3,50
10,000 3 006,0 o
S3
Trip charge for additional trips after initial trip
Trip'
5D , Do
.0 0
Total Evaluated Cost 1 /, 6,56) 0 I U. 50 1
u •' • . • - • � 1 • • - • u' tar Eff `� .r'.'�+ 9`.� • � �� �� D+� :=P.
Provide the following as attachments to this proposal:
1. List of owned equipment and number of full-time personnel employed
2. U.S. Department of Labor OSHA 300 Logs
3. Completed safety record questionnaire
4. Detailed safety program description and manual
5. Three references
6. Copy of journeyman certification(s)
7. Completed signature page (pages 32-33)
8. Cashier's check, certified check or acceptable bid bond in an amount not less than 5% of the total bid submitted
or $15,000, whichever is less.
Page 38 of BID # 3240
ACORq CERTIFICATE OF
LIABILITY INSURANCE
CEITI`IFICATE O.
AC05-10001 N16 DATE
A18/2000014-165125
1/15/2005 9: 11: OB PM
PRODUCER
Eisenmann Risk Placements, Inc.
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
14160 Dallas Parkway, Suite 500
Dallas, TX 75254
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
(972) 764-0965 Fax: (972) 404-9950
INSURERS AFFORDING COVERAGE
INSURED
INSURERA: DALLAS FIRE INSURANCE COMPANY
BARCO CONSTRUCTION
2804 N. ELM
DENTON, TX V6201
(940) 381-0772 Fax: (940) 387-7996
(\yl�
V
�\''`/�
INSURER B:
INSURER C:
INSURER D:
INSURER E:
7�
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 LTR
TYPE OF INSURANCE
POLICY NUMBER
O C
LIMITS
GENERAL
LIABILITY
EACH OCCURRENCE
$
FIRE DAMAGE (My Ore Fire)
S
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE ❑ OCCUR
MED EXP (Any one person)
S
PERSONALS ADV INJURY
$
GENERAL AGGREGATE
S
GENL AGGREGATE LIMIT APPLIES PER:
PRODUCTS-COMP/OP AGG
S
POLICY O" F1 LOC
AUTOMOBILE LIABILITY
ANY AUTO
COMBINED SINGLE LIMIT
(Ea amideM)i0em)
$
ALLOWNED AUTOS
SCHEDULEDAUiO.S
BODILY INJURY
(Per person)
$
HIRED AUTOS
NON -OWNED AUTOS
BODILY INURY
(Per accroent)
$
PROPERTY DAMAGE
(Per awWent)
S
GARAGE LIABILITY
AUTOONLY-EAACCIDENT
$
OTHER THAN EA ACC
$
ANY AUTO
n
S
AUTO ONLY: AGG
EXCESS LIABILITY
EACHOCCURRENCE
$
OCCUR CLAIMS MADE
AGGREGATE
S
S
DEDUCTIBLE
$
$
RETENTION $
A
WORKERS COMPENSATION ANO
EMPLOYERS' LIABILITY
WCO20006
6/20/2004
6/20/200
WC srA -tw
E.EACH ACCIDENT
$ 1000000
E.L DISEASE - EA EMPLOYEE
$ 1000000
E.L. DISEASE-POUCYLIMITS
1000000
OTHER
LIMITS
$
LIMITS
$
DESCRIPTION OF OPERATIONSILOC MONSNEHICLE&EXCLUSIONS ADDED BY ENDORSEMENTISPECUU. PROVISIONS
1. This certificate remains in effect, provided the client's account is in good standing with AMS. Coverage
is not provided for any employee for which the client is not report ages to AMS. Applies to 100% of the
employees of AMS leased to BARCO CONSTRUCTION, effective 06/20/20091�2. Certificate holder is provided with a
waiver of subrogation where required by written contract.✓
ar ifaA
BNDULP AHT OP THE ABOYE DEBGRIBED POLICIES BE WINDELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30� WRITTEN
CITY OF DENTON V NOTICETOTHECERTIFICATEHOLOER NAMED TOTHELEFT, BUT FAILURETO DO SO SHALL
901 B. Texas St.
Attn: Tom Shaw IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
DENTON, TX 76209 REPRESENTATIVES.
AUTHORIZED MPRMENTATNE
O
03/10/2005 15:42 9725178695 OLDHAM AND ASSOCIATE PAGE 01/01
ACORI �R CERTIFICATE OF LIABILITY INSURANCE 3 10ro2 105
PROMICER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Oldham a Associates, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER- THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
2011- W. Spring Creek Pkmy. #750 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW,
Plana, Tx 75023
972-517-9454 INSURERS AFFORDING COVERAGE HAIG#
INSURED $arCO Construction, Inc INSURERA: Mt. Hawley Ins. CO an
dba Reaves Enterprises INSURER B: Nationwide Mut- Fire XnV. Co.
2804 N. Elm yT,rrj�Sn INSURER 01 Landmark Amerioan Inm- Compmny
Denton, TX 76201 °j� J° INSURER D:
940-387-7496 fax J' 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 BYTHE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES, AGGREGATE LIMITS SHOWN MAYHAVE BEEN REDUCED BY PAID CLAIMS,
LTa
0
CE
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIMSMADE OCCU
f::
POLICY NUMBER
GL0140201t"
DATE 'INF:
11/26/04
rVLTE MV00 TION
11/26/0
LIMITS
AI
EACH OCCURRENCE
S 1,000,000
PRE 19E8 Feamwrmce
S 50,000
M IOW(Myappe,pan)
S EXCLUDE
PERSDNALaADVINJURY
$ 1,000,000
GENERAL AGGREGATE
S 2 000,000'
GEML AGGREGATE
POLICY
LIMIT APPLIES PER:
FX7 .P,%(r LOC
PRODUCTS-COMPIOPAGG
S 1 OGO 000
E
ALMOMDERUSUABILRY
ANYAUTO
ALLOWNEDAUTOS
SCHEDULED A(1T09'�
HIRED AUTOS /
NON-OWNEDAUTDB,
918A549580-3001�
03/03/05
03/03/06
COMBINED SINGLE LIMIT
S 1,000,000
BOOILV INJURY
(PRrILMINI)
S
X
X
SODILYINJURY
(PeraWdeM)
g
x
PROPERTY DAMAGE
(Pe,a�adant)
$
GARAGELIABILITY
ANYAUTO
-
AUTO ONLY- EAACCIOENT
{
OTHERTHAN EA ACC
AUTOONLY: AGG
$
S
C
EXCESMIMBRELIA LIABILITY
X OCCUR Cl CLAIMSMADE
DEDUCTIBLE
X RETENTION S 104000
LMN028007
1
11/26/04
11/26/05
EACH OCCURRENCE
S 5,000,000
AGGREGATE
S 5,0001000
s
$
S
WORKERS COMPENSATIONAND
EMPLOYERS LIABILITY
ANV PROPRIETCRRARilER,EXE0.RNE
O ICERMEMKA FXCi.uDeOy
Ryye� decaibeunex
SPECIALPROV191ONS below
- ER
O LIMnS
E.L. EACH ACCIDENT
S
E.L. DISEASE - EA EMPLOYE
S
E.L. DISEASE - POLICY LIMIT
S
OTHER -
OESCRIFTIONOFOPERATIONSILOCATK)NS/VEHICLES/ EXCLUSIONSADDEO BY ENDORBEMENTISPECWL PROVISIONS
City of Denton, It's officials, agents, employees and volunteers are listed as
additional insuryd✓ General liability coverage is primary and a 30 day notice
of canoellation, a ept 10 days for non-payment has been granted to the
City of Denton. ✓
— �r1�YCa-�.NI IV19
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIO
City Of Denton DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL30 �-'ow$ WRITTEN
901-5 Texas Street NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 00 90 SHALL
Denton, Texas 76209 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
Attn: Raven Smith AUTHORIZED REPRESENTATNE A
191311