Loading...
1992-213AN 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- structlon of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as be- lng the lowest responsible bids: BID NUMBER CONTRACTOR AMOUNT 1431 BARSON CONSTRUCTION $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, condl- tlons, plans and spe¢lflcatlons, 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 ~mprovements as authorized here~n, the City Council here- by authorizes the expendlture of funds ~n the manner and in the amount as speclfled in such approved bids and authorized contracts executed pursuant thereto. SECTION V. That thls ordinance shall become effective im- mediately upon its passage and approva~ PASSED AND APPROVED th~s the/~' day of~, 1992. ATTEST: JENNIFER WALTERS, CITY SECRETARY 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 Samtary Sewer - Barson Construction $139,167 85 II Storm Sewer - Barson Construction $197,902 20 Total Bid Award $337,070 05 S~RY: This bid is for the upgrade of both the Stuart Road Sanitary Sewer and Storm Sewer Drainage m the areas of Sunnydale, Kings Row, Sunvalley and Manhattan The total project is approximately $13,150 00 under budget The prelect includes 2000 feet of 1§" Sanitary Sewer and approximately 2400 feet of Storm Sewer ranging in size from 18" to 36" diameter Thru ma]or increase in eapamty should prevent sewage backups and overflows rote the surrounding areas BACKGROUND' Tabulation sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: C~tlzens of Denton, Denton Water Ut~htles. FISCAL IMPACT: Funds for Sanitary Sewer ~mprovements w~ll be taken from 1993 CIP funding' Funds for the Storm Sewer improvements w~ll be taken from 1986 CIP funding. ectfully sub. mitted City Manager Approved Name Tom D. Shaw, C P.M. Title Purchasing Agent agQnda ° STATE OF TEXAS COUNTY OF DEIT~ON CONTRACT AGREEMENT THIS AGREEMENT, DEC~Z~BER CITY OF DENTON made and entered into this 15 A.D., 19 92, by and between day of of the County of DENTON through LLOYD V. HARRELL and State of Texas, acting thereunto duly authorized so to do, hereinafter termed "OWNER," and 2BARS~N CONSTRUCTION/INC., 11340 KLINE DRIVE, DAI.T.~S, TEXAS 75229 of the City of D.~T.T.AS , County of and State of , 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 - STUART ROAD SANITARY SEWER AND STOP/~ 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 CI~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 ~q{EREOF, the parties of these presents have executed this agreement in the year and day first above written. c~ o~ (SEA~) ATTEST: AP PRQV-ED~--~ FORM: B/~ON CONSTRUCTION INC. CONTRAC~_T~Q_R ( (SEAL) CA 3 PERFORMANCE BOND STATE OF TEXAS COUNTY OF DENTON ¢ KNOW ALL MEN BY THESE PRESENTS: County of as PRINCIPAL, and That BARSON CONSTRUCTION INC. , of the City of , and State of TEXAS The Glens Falls Insurance Company , 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 '£~CI~OF DEi~ON as OWNER, in the penal sum of '£~EE~UNDRED~RTYT~ETEOUSANDSEVEN RUNDREDA~DSEVENTYA~D05/100 ...... 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 DECI~4BER , 19 92, for the construction of BID ~ 1431 - STUART ROAD SANITARY STORM 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 perfor~ 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. Principal % The Glens Falls Insurance Company Surety T~t~le Jack M. Crowley, Attor e~y-in-Fact Address: 11340 Kline Drive Dallas, TX 75229 Address: P.O. Box 429 Arlington, TX 76004-0429 (SEAL) (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 § § BARSON CONSTRUCTION KNOW ALL MEN BY THESE PRESENTS: That INC. of the City of County of D~T.T.AS , 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 x~ CITY OF DEi~TON , OWNER, in the penal sum of 05/100 · r.~EE HUNDRED THIRT~ SEVEN THOUSAND AND SEVENTY & 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 DECF/~BER 19 92 BID # 1431 - STUART ROAD SANITARY SEWER AND STOI~4 SEWER in the amount of ~337 r070.05. 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 amendmd 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 signed and sealed this instrument thi~th day of 93 19 Surety have January Barson Construction, Inc. Principal The Glens Falls Insurance Company Surety Address: 11340 Kline Drive Dallas, TX 75229 Address: P.O. Box 429 Arlington, TX 76004-0429 (SEAL) (SEAL) 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 KNOW ALL MEN BY THESE PRESENTS: That BARSON CONSTRUCTION INC. 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 T~RTYSEVENTHOUSANDSEVENHUNDREDANDSEVENand 05/-100 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 I~a~RSONCONSTRUCTION INC. has this day entered into a written contract with the said city of Denton to build and construct BID ~ 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 9r 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 executed by The Glens Falls Insurance Company to be 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 Insuranc.~e Com~ Jac~M. Crow~ey Attorney-in-Fact PRINCIPAL: Barson Construction, Inc.~ MB - 2 The Glens Falls Insurance Company GENERAL POWER OF AI-I'ORNEY Know all men by these Presents, Thai THE GLENS FALLS INSURANCE COMPANY has made, constituted and appointed, and by these presenls does make, conslilule and appoinl Jack R. Cro~ley of Arlington, Texas ils true and lawful attorney, roi il and in ils name, place, and slead lo execute on behalf of Ihe said Company, as surety, bonds, undedakings and conlracts of suretyship lo be given Io Att Obi igees provided that no bond or undertaking or conlracl of surelyship exes:uteri under Ihis aulhorily shall exceed in amounl Ihe suni of Five Rittion (5,000,000) Doll. ars This Power of Atlorney is granled and is signed and sealed by facsimile under and by the aulhority o1' the following Resolution adopled by the Board of Directors of Ihe Company on Ihe 13Ih day of January, 1989: "RESO£V[ D, thai I he Chairman ot Ibc, Board, Ihe Vke Chairman ot Ihe Board. 1he Pr e~idenL an Executive Vice he~idenl o~ a Senio~ Vice Plesidenl or a Vice P~dt. nt o[ lite in Witness WhereoL TH E GLENS FALLS INSU ~NC~ COMPANY has caused ils official seal Io be hereunto affixed, and Ihese presents to be signed by one of ils Vice Presidenls and attested by one o[ ils Assistant Vice Presidenls [his16 day o~ da~ary ,19 ~ THE GLl:NS FALLS INSU~NCE COMPANY By STATE OF CONNECTICUT COUNTY OF HARTFORD On Ihis16 day of January ,1990, before m~ personally came Emil B. Askew, to me known, who being by me dui)' sworn, did depose and say Ihat he is a Vice Presidenl of Ihe THE GLENS IAI LS INSURANCE COMPANY, the (~rpnralion described in and which execuled the above inslrumenl; that he knows lite seal of the said corporalion; Ihal lEe seal al:f~xed to lilt' said ~nstrumenl is such corporate seal; Ihat it was so affixed by order of the Board of Directors of said corporalion and that he signed his name thereto by like order. C£RTll:ICATE ~ GLORIA D. SI LKIN$ No ta,"f Pubhc My Commission txpires March 3t, 1993 I, the undersigned, an Assistant Vice Presidenl of Ihe TI4E GLENS fALLS INSURANCE COMPANY, a Delaware corporation, DO HI:REBY CERTIFY II',al the foregoing and altached Power of Attorney remains in full force and has not been revoked; and furlhermore Ihal Ihe CITY OF DENTON INSURANCE REQUI EM _. S 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 tc 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 cf this contract. STANDARD PROVIgIONS: 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. Ail 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 a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A 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 - I o 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: 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. Ail policies shall be endorsed to provide thirty(30) days prior written notice of cancellation, non-renewal or reduction in coverage. 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 REOUIREMENTS= Ail 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 Cx) 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: 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: C Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures. Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. [X] Automobile Liability Insurance: Comprehensive or Business Automobile Liability insurance shall be provided by the Contractor with limits of not less than $ ~00,000 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 o%rned, non-owned and hired automobiles and employee non-ownership use. (ISO Form CA 0001 Current Edition) [X] Workers commansation 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 Coble-Cravens, Inc. ProjeGtName:Stuart Road Sanitary Sewer & Sewer 202 E. Border Project No.: Bid # 1431 Arlington, TX 76010 Phone794-1600 Project Location: Stuart Road - Denton Managi.gDept: City of Denton Engineering Staff 11340 Kline Drive A Bituminous Casualty Corporation Dallas, TX 75229 Phone214)243-4764 S C Comprehensive General Liability Occurrence - OocurTsnos inder 2/30/93 Bodily Injury $ A . Claims Made (sea #4-Page CI-4) ]-5845 Property Damage S ~: Premieee/Operatons Damage Combined ~000 ~ Personal injury X Contractual Liability (see #3-Page CI-4) X Explosion and Collapse Hazard X Underground Hazard - Liquor Liability Coverage ~: Fire Legal Liability (see #S-Page CI-4) _x_ _a f o p_. .............................................................................. - olaims made (see #~-Page CI-4) Comprehensive Automobile Liability Bodily Injury/Person $ A X Owned/Leased Automobiles Binder 12 / 30/93 . B.._o_di_l_yJ.~nj_u_ry_/_A_c_ci_d_e_nt ......... $ X Non-owned Automobiles 15845A ..?j_oEe_.r~__D..a_m_a_g_e- ............ _S_ ......... X Hired Automobiles Bodily Injury/Property Damage Combined $ 500 To follow $ Binder A ]Excess Liability - Umbrella Form I5845U 12/30/93 ;1000 Name and address of Certificate Holder. CITY' OF DENTON, TEXAS PURCHASING AGENT 901-B TEXAS STREET DENTON. TEXAS 76201 Janu~y 4, 1993 r ~ T UE ~AUTHORIZED REPRESENTA'~'~'~ SEE DEFINITIONS ON PAGE C1-4 ATTACHED AAAOOTBF CI- 5 DEFINITIONS ADDITIONAL INSURED: The City of Denton, appointed officials, officers and employees. apply to Worker's Compensation.) its elected and (This does not 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. 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. 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. 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. 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 WORK DAYS BID NO. 1431 Stuart Road Sanitary Sewer Phase I PO NO. BID TABULATION SHEET 16" Ductile Iron Sanitary 2.12-A Sewer (Coal & Tar Lined) 110 LF $ ~8,~(i~/LF $ ~-~61, ,~,.~ 2.12-B 15" Sanitary Sewer 2,000 LF $ ~,~o/LF $~,, 2.12-C 12" Sanitary Sewer 183 LF $ 2.12-D 10" Sanitary Sewer 32 LF 2.12-F 6" Sanitary Sewer 45 LF SP-42 Remove Sanitary Sewer 80 LF $ ~,. SP-43 Concrete Sa~. (S~.:ia~) Break Through Existing SP-44 Wing Wall i EA $ ~ct~t ~/EA $ WS-11 Sewer Service i EA SP-32 Remove Manhole 3 EA $ / /EA 7.6.A-1 5' Manhole 6 EA $~ / /EA / 7,6.A-9 4' Manhole Break Into Existing / / SP-31 Manhole 2 EA $ '730.~/EA SP-2 Concrete Sawcut 28 LF $ 3.B Remove Curb and Gutter 75 LF $ C 3.A-1 Remove 8". Valley Gutter 5 SY $ Remove 6- Concrete 3.A-2 Pavement 30 SY $ 3.A-3 Remove Concrete Rip-Rap 6 SY $ 8.2-A Concrete Curb & Gutter 75 LF $ 5.8A 8" Concrete Valley Gutter 5 SY $ P 3 WORK DAYS BID NO. 1431 PO NO. Stuart Road Sanitary Sewer Phase I BID TABULATION SHEET 5.8B 6" Concrete Pavement 30 SY 8.15 Concrete Rip Rap 6 S¥ $ ~.©3 /SY $ SP-4 Lower Waterlines 3 EA SP-37 Excavation Protection 2,365 LF Contractor's Warranties 1.21 and Understandings -- LS Barricade, Warning Signs, 8.1 and Detours -- LS s~-10 Rock Excavation 2,S35 CY SP-39 Project Signs 2 EA $ 3.1 Right-of-Way Prep. -- LS $~=O,ec /LS $ Materials incor~rated into ~ro)ect plus labor $7- ~ ~Z~' Total P - 4 WORK DAYS 60 BID NO. 1431 ~' S~u~t Road Drainaqe PO NO. BID TABULATION SHEET 2.12.3-8 18" Class IV RCP 145 LF 2.12.3-C 21" Class III RCP 86 LF 2.12.3-D 21" Class IV RCP 58 LF 2.12.3-E 24" Class III RCP 472 LF 2.12.3-F 24" Class IV RCP 192 LF 2.12.3-G 30" Class III RCP 383 LF 2.12.3-H 30" Class IV RCP 53 LF 2.12.3-J 36" Class IV RCP 431 LF $~.~ /LF 4 x 4 Junction Box and 7.6.A-3 Cover 3 EA 5 x 5 Junction Box and 7.6.A-4 Cover 2 EA $ ~. ~ ~/EA $ 6 x 5 Junction Box and 7.6.A-5 Cover i EA $ ~o, ~/EA $ 7.6.A-6 6' Curb Inlet 3 EA $~'~c/EA 7.6.AL7 10' Curb Inlet 2 EA $,)c~<j. /EA 7.6.A-8 10' Special Curb Inlet 2 EA 2.11.5 Inlet Fr~e & Cover 7 EA $ Break Though Existing SP-44 Concrete Win~ Wall i EA $ SP-2 Sawaut Concrete 36 LF SP-4i Sawcut Asphalt 2,304 LF $ /,~O /LF $~.~,~ 3-B Remove Curb & Gutter 189 LF 8.2-A Concrete Curb & Gutter 34 LF $ P - 5 BID NO. 14~ . .'-' Stuart Road Drainaqe PO NO. BID TABULATION SHEET SP-4 Waterline Lowering 6 EA SP-37 Excavation Protection 1,377 LF $~, 3.10.7 Hydromulch 40 SY $ :c~ /SY $ SP-10 Rock ~xcavation 2,550 CY $ ~,~/ /CY $ SP-27 Adjust Water Service I EA $ /~.~EA $ Contractors Warranties ~ 1.21 and Understandings -- Barricades, Warnings 8.1 Signs and Detours -- LS SP-39 Project Signs 2 EA $'~ 3.1 Right-of-Way Prep. -- LS $ Materials incorporated into project plus labor Other Total $ S / 3.10.3 Seeding P - 6 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 proposal, shall control over extensions. Street Address City and St'ate item listed in this Seal & Authorization (If a Corporation) Telephone B - 1 CERTIFICATE HOLDER CITY OF DENTON, TEXAS PURCHASING AGENT 9OI-B TEXAS STREET DENTON, TEXAS 76201 CERTIFICATE OF INSURANCE [] HOUSTON GENERAL INS. CO. [] HOUSTON GENERAL LLOYDS [] TRADERS & GENERAL INS. CO. P.O. Box 2932 Ft. Worth, Texas 76113 This Certificale is issued as a matter Gl informaEon only and confers no rights upon the Certificate holder. This certificate does not amend, extend or alter Ihe coverage described below, RE; BID #1431 STEWART ROAD SANITARY SEWER THE INSURANCE COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRI3q'EN NOTICE OF CANCELLA- TION TO CERTIFICATE HOLDER AT ADDRESS ~NDICATED ABOVE, BUT FAILURE TO MAIL SUCH NO- TICE SHALL IMPOSE NO OSLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY. "THISISTO CER~FYTHATINSURANCE POLICY(lES) LISTED BELOW AREISSUEDTO THE NAMEDINSURED" NAMEOFINSURED BARSDN CONSTRUCTION, INC. ADDRESS 11340 KLINE DRIVE DALLAS, TX 75229 POLICY LIMITS OF LIABILITY EACH TYPE OF INSURANCE POLICY NUMBER PERIOD OCCURRANCE AGGREGATE GENERAL LIABILITY BODILY INJURY $ S [] COMPREHENSIVE [] NON-COMPREHENSIVE [] PROTECTIVE UASILITY PROPER3¥ DAMAGE $ $ [] PRODUCT/COMPLETED OPE RATION BODILY INJURY AND [] CONTBACTLJAL LIABIMTY PROPER~ DAMAGE* (COMBINED SINGLE $ $ [] PERSONAL INJURY LIMIT) CSL [] BROAD FORM PC. [] *Applies to Products~Completed [] Operations Hazard PERSONAL INJURYI BODILY INJURY $ AUTOMOBILE LIABILITY lEACH PERSON) BODILY INJURY [] COMPREHENSIVE (EACH OCCURANCE) [] NON'COMPREHENSIVE PROPERTY DAMAGE [] BODILY INJURY AND PROPERTY DAMAGE. $ (COMBINED SINGLE LIMIT) CSL EXCESS LIABILITY BODILY INJURY AND PROPERTY DAMAGE- [] UMBRELLA FORM (COMBINED SINGLE $ $ [] LIMIT) CSI WORKERS' COMPENSATION 12/04/92 and TO STATUTORY EMPLOYERS' LIABILITY o5 TWC 1030625-00 12/O4/93 $ . 5OO,000 (EACH ACCIDENT) AUTOMOBILE PHYSICAL DAMAGE - SPECIFY OTHER CHOOI NAME AND ADDRESS OF AGENCY: CDBLE-CRAVENS, INC. PD BOX 429 ARLINGTON, TX 76004 Countersigned By ~~Authoriz~