Loading...
HomeMy WebLinkAboutContract 26368 Ira%Awl nas CITY SECRETARY �- COMA= CONTRACT N0. A6a— CONtRAmin mm a :7.4c"SICIEW CITY OF FORT WORTH, TEXAS ....__..MYMA.�1a MOMCf LUMP SUM CONSTRUCTION CONTRACT EMERGENCY REPAIRS 9"l:Em1W. THE STATE OF TEXAS .,__..�,..VIp-FII,ECM KNOW ALL MEN BY THES,1:..R=,.SE.K1.TQ COUNTY OF TARRANT r This agreement made and entered into this the 13' day of October AD, 2000 by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.D. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city, hereinafter called OWNER, and Bowsher Construction, Inc. of the City of Haltom City , County of Tarrant, State of Texas hereinafter called CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Repair culvert and roadway pavement at the intersection of Bourine Street and Donnelly Avenue as outlined in the attached Scope of Work. The work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Scope of Work and the City of Fort Worth Standard Specifications for Street and Storm Drainage Construction. The undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Transportation and Public Works Director of the City of Fort Worth. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278 as amended by City Ordinance 7400 (Fort Worth City Code Section 13A-21 through 13A-29). The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10)days after being notified in writing to do so by the Owner. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Transportation and Public Works Director of the City of Fort Worth and City Council of the City of Fort Worth within a period of 90 calendar days. City agrees and binds itself to pay, and the said contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions there from, the price shown on the Proposal hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount shall be $ 50.770.00 . If the contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from anv mo due or which may thereafter become due him, the liquidated damages outlined `n9Z- y� , not as jp fit " Cpl MCCRO PARY Ido _ a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in four counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in five counterparts with its corporate seal attached. Done in Fort Worth, Texas, this the 13'h day of October , A.D., 2000. Bowsher Construction, Inc. _ Cony By: � �..✓ APPROVED: Sig t urel l _�o I'l - . Richard H. Bowsher, President Mike Groomer Assistant City Manager APPROVAL RECO ENDED: RECORDED: By: By: I ranspo4ffon and Public Wor City Secretary APPROVED,AS TOORM AND LEGALITY: By: Date Gary teinberger ' Assistant City Attorney C contract Authorization Date Uj CNN KI.CMIMV A t aof;1,9A Uo FoFTWOFTH SCOPE OF WORK BOURINE-DONNELLY CULVERT REPLACEMENT September 28, 2000 SCOPE OF WORK Perform emergency repair of corroded 66" corrugated metal pipe (CMP) culvert, 90 feet long, under Bourine Street at its intersection with Donnelly Avenue, Fort Worth Mapsco 75J, in accordance with the following scope of work: 1. Remove and dispose of existing 66" CMP culvert, including asphalt pavement, backfill and debris in culvert trench. 2. Install 90 LF of 66" reinforced concrete pipe (RCP) on approximately same alignment, following City of Fort Worth installation and backfill standards. 3. Install Type B standard headwalls (per TPW Construction Standard S-SD 13A) at upstream and downstream end. 4. Clean and shape upstream and downstream channels up to 50 feet to remove scour holes and improve flow conditions. 5. Replace asphalt pavement over trench to match existing roadway; replace existing guard rail, Type III barricade, and flood gauge on east side of roadway. 6. Manage traffic control, barricades, project trench safety, and utility clearances and other miscellaneous appurtenant work items as required. 7. City of Fort Worth will obtain rights-of-entry or construction easements as required. SPECIAL CONDITIONS Contractor shall verify all field conditions. Work shall include all storm drainage and street repair work necessary to accomplish complete culvert replacement and restoration of traffic on the street. All work shall conform to City of Fort Worth Standard Specifications for Street and Storm Drainage Construction. Traffic control measures shall conform to the Manual on Uniform Traffic Control Devices. Work shall be completed within 20 working days after Notice to Proceed is issued. Minority and Women Business Enterprise Specifications. The City's M/WBE goal on this project is 10% of the base bid value of the contract. If the total dollar value of the contract is less than $25,000, the M/WBE goal is not applicable. Informational Note: CSR Hydro Conduit of Roanoke, Texas, has indicated that they have 90 LF of 66'r RCP in stock. Contact Al at 817-491-4321 for purchase information. - TRANSPORTATION AND PUBLIC WORKS DEPARTME `v THE CITY OF FORT WORTH * 1000 THROCKMORTON STREET * FORT WORT EXU SU7 ' L�_^'f (817)871-7800 * FAX(817)871-8092 :;!r�4 Prl ed on recycled paper VOW xa�E �r �- -• 9r ru cu cu DONNE Lt:`/ `A`IENUE + 1 Woo tJ I V f W U*3j �w J Bowsher Construction, Inc. 6320 Eden Drive Haltom City, 'T'exas 76117 (817) 429-0785 October 4,2000 Steve Eubanks City of Fort Worth 1000 Tkarockmorton Fort Worth,Texas 76102 RE:Quote for Bourine Street Emergency Culvert Replacement Item No. QTY Description Unit Prise Total Price 1 90LF Remove&Dispose of existing $20.00/LF $1,800.00 66"Corrugated Pipe 2 90 LF Install 66" RCP $283.00/LF $25,470.00 3 2 Ea. Type B Standard Headwalls $6,000.00/ea $12,000.00 4 1 LS Grade upstream&Downstream $4,000.00/LS $4,000.00 Channel 50 feet each way 5 45 LF Pavement Repair $60.00/LF $2,700.00 6 1 LS Replace Existing Type [Il Guardrail $3,000.00/LS $3,000.00 7 1 LS Replace Flood Gauge $300.00/LS $300.00 8 1 LS Traffic Control,Barricades, $1,500.00/LS $1,5Q0.00 Trench Safety TOTAL. $50,770.00 If you have any questions please call me at (8 170 429-0785 or(817) 822-0405. Sincerely, Richard H Bowsher President Ce! "`7 &' PAYMENT BOND Bond No. KO-6338768 THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS: That we (1) BOWSHER CONSTRUCTION, INC. a(2)CORPORATION of TEXAS, hereinafter call Principal, and(3)INDEMNITY INSURANCE COMPANY OF NORTH AMERICA, a corporation organized and existing under the laws of the State and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all person, firms, and corporations who may furnish materials, for or perform labor upon the building or improvements hereinafter referred to in the penal sum of: FIFTY THOUSAND SEVEN HUNDRED SEVENTY AND NO/CENTS... ($50,770.00)Dollars in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we hereby bind ourselves, our heirs, executors, administrators and successors,jointly and severally,firmly to these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth,the Owner,dated the 13'" day of October A.D. , 2000, a copy of which is hereto attached and made a part thereof,for the construction of.: REPAIR CULVERT AND ROADWAY PAVEMENT AT THE INTERSECTION OF BOURINE STREET AND DONNELLY AVENUE NOW THEREFORE, the condition of this obligation is such that, if the Principal shall promptly make payment to all claimants as defined in Article 5160, Revised Civil Statutes of Texas, supplying labor and materials in the prosecution of the work provided for in said Contract,then this obligation shall be null and void,otherwise it shall remain in full force and effect. THE BOND IS MADE AND ENTERED into solely for the protection of all claimants supplying labor and material in the prosecution of the work provided for in said Contract, as claimants are defined in said Article 5160, and all such claimants shall have a direct right of action under the bond as provided in Article 5160 of the Revised Civil Statutes. PROVIDED FURTHER, that if any legal action be filed upon this bond,venue shall lie in Tarrant County, State of Texas,that the said Surety, for value received,hereby stipulates and agrees that no change, extension of time,alteration of addition to the terms of the contract or to the work to be performed thereunder or the specification s accompanying the same shall in any wise 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 the specifications. F10 , 1'1P,'lvi�U Lt �151�1s I 14(MAT 40 yr IMA, -RMWT '.1d 4.1m Jw?w 1.v i I Ott Jr ar�rn r►rriire�, is ,� '" J .xtMt�i t cJ , rr ! 'r►rkz , Ir r! ter tt�w ,t1 .r LAW f tr .OP'OND l ts-.-:; '11m?.aOJ 10 1�Vtj mbft gaiaft boa; to r„i I1 ij(5go(T. iu I;itAW add, =.', [2rr ,a""it mmi-wJ ;ra. , o 4.11102AM MUIUMMAMM—H out nT gpft�ib`3 riaway;V A nW itai iir 'lam 26*1 2SAW VJW adt 11', 'w .MM, Jg' saJi4J fO 21L.4jot; ren.U.1wmtvutdA JTJD&ww5 JAM Im' 'Wmew baa rNgrk �w Asm W ghm b ,p-V-P, ofm JJ�Iedw 3L ljwr+UTI JJ d04 Id ere r, W, K tJ„A 10 .. .s T'r }„. 3 , { -9 a-tri 4J.) K01'). PIr.,Baa+' :;Ift4wt*=5hdi},Lgit :r;b"-66O.-Awl.3A war' -AM OkPOR lug& 44�BEL U Afidl JQJ2 4 not-040SWI 10 Afffk'l. vrr ilt OX t oilm Idkw IR~ 'UyaT10JOIDIkIg .:) .r'uJ + :i; trm +mi �' a'�r �m�f .•f: J� �1��.hF[r�' 4ktr�t 9d� ar4krh �t wa3�1� �ai► '?Arrx iu�]�Jia�a•� >IiiN!ari4%w���art►r�Muruf�a r artb . i� t ih i arii J �,b c �t' hi[ r" i ikui rr jib)q IR*VJ"-.I*atlt itb IiJ��'ori rir�'kr ,�;+si1l'� '�aJ '.m� ►1 ! ��� r�#�l�f1�'�r<�A:��1,1��#�� -4aMoaa twit vdMi,J vlow wst4,fvft.Xi*a®4?bs.';it"Xb#J&. xsr*0Q"u'Jfiu-�: a rr f++ w+k�r, ter Y iM4l rli 9°�Ci a t,mrk f s lr. t# rpt :aJ w .r:gJii>L.rNpe fm 1'r ...114 . .tm 0 PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in 10counterparts each one of which shall be deemed an original, this the 24th day of October A.D., 2000 . BOWSH-ER CONSTRUCTION INC. ATTEST: I MCIPAL(4 (� BY: Title: (Principal)Secretary 6320 EDEN DRIVE HALTOM CITY,TEXAS 76117 � ,(SEAL) (Address) dl �' -1 Indemnil v Insurance Company of North America Witness as to Otincipal Sur / BY kjL p � - (Attorn n- (5) Martin A.Prisant Address A T: (Address) ( ety)Secretary 811 Lamar, Suite 310,Fort Worth,Texas 76102 (Address) (SEAL) NOTE: Date of Bond must not be prior to date of contract (1) Correct Name of Contractor (2) A Corporation,a Partnership or an Individual,as case may be (3) Correct name of Surety (4) If contractor is Partnership all Partners should execute Bond (5) A true copy of Power of Attorney shall be attached to Bond by Witness as to Surety Attorney in Fact. 811 Lamar,Suite 310,Fort Worth,Texas 76102 CR PCIMlh W�Py II ' 1 kc1(�nq VEX. PERFORMANCE BOND Bond No. KO-6338768 THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS: That we (1) BOWSHER CONSTRUCTION, INC. a (2) CORPORATION of TEXAS, hereinafter call Principal, and (3)INDEMNITY INSURANCE COMPANY OF NORTH AMERICA a corporation organized and existing under the laws of the State and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas,hereinafter called Owner, in the penal sum of: FIFTY THOUSAND SEVEN HUNDRED SEVENTY AND NO/CENTS... ($50,770.00)Dollars in lawful money of the United States,to be paid in Fort Worth,Tarrant County,Texas,for the payment of which sum well and truly be made,we hereby bind ourselves,our heirs,executors,administrators and successors,jointly and severally,firmly by these presents. THE CONDITION OF THIS of: OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth, the Owner, dated the 13`x'day of October, 2000, a copy of which is hereto attached and made a part hereof,for the construction of: REPAIR CULVERT AND ROADWAY PAVEMENT AT THE INTERSECTION OF BOURINE STREET AND DONNELLY AVENUE NOW THEREFORE, if the Principal shall well, truly, and faithfully perform the work in accordance with the plans, specifications, and contract documents during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action filed upon this bond, venue shall lie in Tarrant 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 the specifications accompanying the same shall in any wise affect its obligations 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 or to the specifications. UWRCCJ11L MOO CIZ,,�1��tEC�''�Q�G�I F1 l�il, IN WITNESS WHEREOF, this instrument is executed in 5 counterparts each one of which shall be deemed an original,this the 24Th of October , 2000. ATTEST: BOWSHER CONSTRUCTION,INC. (Principal) Secretary P C ) BY: Title: (SEAL) 6320 EDEN DRIVE HALTOM CITY,TEXAS 76117 (Address) IndemniftlInsurance Com ""ortn America Witness o Principal Surety l�3ao F�� JIM4 L- A Address BY. Aj ATTEST: (Alto -in (5) Martin A.Pnsant (Sure Secretary 811 Lamar, Suite 310,Fort Worth Texas 76102 (Address) (SEAL) NOTE: Date of Bond must not be prior to date of Contract (1) Correct Name of Contractor (2) A Corporation,a Partnership or an Individual,as case may be (3) Correct name of Surety (4) If contractor is Partnership all Partners should execute Bond (5) A true copy of Power of Attorney shall be attached to Bond by Attorney-in-Fact.. ltness as to Surety 811 Lamar Suite 310,Fort Worth Texas 76102 (Address) O&MCCRA� EMU F2 L'�! U': JU w ALAN J�CI j' IIsi' .1 f 1'INS JRANCI Gt AN' 4F Nt RT I AA+tSRIGA 9 � t�tQ ' $�I��1 'lcT. � i3387fi s KppvY all rtiep by these precepts Tbat INDEMNffY INSURANCE COMPANY OF NORTH AMERICA a corporation of the Commonwealth of Psi vans ha�tn rig y Ru .. it the said t~Ls ' pnNcipal° �to the; rry tr#Phtiat1.le#phis,Pen nra, i to the ftfTTowtn RestsTu{tit,at3ctpted':liy tha..Board of.#Jiirectors of: :: mpay an Dec,ecertber5;1: 83,to utt . $b,31st pufd... toArnetes 3 18 and 5 E Af t1 *Laws,the 04.owing Jtog_Awl googm'the pxtscwi4e torttM Company of tantl5 other wn jgs in the mtw a . racpgrnaartces roawetSan3 .. 7lur�ta Preudatk aa)r Fsntor v>ct P�eaiaatC any�?t«1 >aced nutsanc v�ca Presi�e„e o.,rt.anorney m 3�may axecwr_,andan i�dtal Vjf e4it pony arty ani.nbatds�.f asakm i�cogntrmea ., mnaaetsanftgt(f}YwsmrtgsmthetttrOgtFtheteof tke�unctotaeifttestedwhatr arytkj theC a1.lnyAcdatatttC Secy'aedffieaealt �eC . Plteddeay a+ySatett Via Pretrdeat ariy Ytce Ptestilm[or iLuuwm Vtcc a Ss odter °fA6�Y dtaeto.salt t!k!A ttetat tuthoexegtpop:of an wd►weekaa�i tin 6EDatf of tht my.: Prest¢em:inay sad atttharfxE ttt:y Ofttc a(eteatbS w apputttte of tbaaeeytty atu:Anors fie in Fact m so iecute or apps �nenpanyandt4:affhe-seal0ftheC.r panYdtere�. : ,. -: (2) Airy sacb writigj soured in acrnrdana'witti these Rules sAalt be as binding upon the Cagy k arty :_- caw as diough signed by the Presidart and mated to'by the Corporate Secretary. (1) The sissatWe of the President.or a Savior Vice prudent,or a Vice President,or an Assistant Vice President and the sat of the may be affixed faoimile as of to this Raolehoa mdtbe>ri tx04 a W ifying Officer and the 4aat of tfie Canpony may be affixed by faatmtk to any canftcae of as power.arta ary by power or ce�rtificue baring t 1e tgnaf es tar and �epl. be:rats and Mndiag 90ithe teeny. (43 h ot6a C?Pfieeri afaCle Campauy atrt Atfaneyaa t as slptt have anthgniy to paf,fy or v4nty eeKliea AfEh,s RaotuEwn the.Bg t ays aFthe Corrgapy sa+2 pny affidavu oeacord of the C4eyaay.Reebssary eo ibt :. !?trge1. thpr dtstes,.: : P. (:) passe.' 1ht%gesiiit ttgrAoa aoa erolis any earner au 5riry primed*Ra testi..ms of the Roatti of t]trectao adopted oa Aute 9 t953[may 2g:;975 axd MaErR 2}:147? : t#oea herebNfttottlinate,coo strtute anti appoint MAII TIN A 1.l'RI ANT of the:i. of IIA u,:Mate of vlont each tt drvfdually of there.be mo �th: oqe: rtirtited,tls true and lawftiT,attorney tri fact;to make,execute;:seal a.d:. . an tis 6ehaff and as i is act and deed acid all bids uicdet tainngs n�cagftrnces t antracts and other writings to the nature thteof ttr pefialrtes notexecetizn..g Ftt<C Hundred Thousandl#prs{SS(xOlQp.};ttMd 41e execut:o of such"writings in pursuance of these presents shall be as bitmirig upon said Company as fully and amply as if tfiky'hid been duly executed and 4 r�p ackowledged by the regularly elected officers of the Company at its principal office. a TN 1?VITNFSS #T fiiwREOF,the said W(li� Jtfngreis V1ce.:President,has ht reunto srtbitred hrs:na7ne and afEsxeti:the corpotaee serf}pf the sand y lfl�(DEMNfit Ilms TRANCE COl#t�'AI�T Y OIC N it I ti AMERICA this:l l th&. of July Zm .p iAEtfE11 NITY�'itSt) ANG>r COMPA!<Tl O NOR-. AMERICA' *�' r �: ; rn U William Jungreis,Vice President C !JONW1z�k TH OF PENNSYLVANIA T.II- l0 s COfi3NTY OF`l'HTT ftt?hLPMA s. -' : On Tltrs 1#th day df iuly ;"�D f300 before me,a Ntxiary Fabric of the f ptraxronwraT(!t of{'ennsyTvanfa to and forth Cormtytaf'Pbiladelpbra °. 9t :iic8.=1Yilbam J(lttgreiS:,'Vt4e-Prestdetti of the iN1}1~MNITY INSURANCE C�3iHr-,Nit OPNORTH AIDER 1. A tt:me peri... ik ly- nown to be the ' 'j...-ja l :;;to afficer�vbci:exeCUI&.he precgdiin itstrume it,and fie acknoavT fged shat: a execu*d the sRmo aq that the$et a£€ixed to ilio-ecedmg I! grstthttrterrt w the t orporate Seal of said Company,that the Said corporate seal and his signature wt duly atI....c by the authority and direCtWtt tsf the said t2 .: etrporatton rand that Aesai ution,adt�ptedSy the Board of Lkrectors of;sard Cottpany,referfed to Ott the pr ec+edtng ntsfttlrttmt now in farce '' IN TEST`#l.y WHEREOF I have hereunto set my Band arnd affixed ofFict 1_seal at YTre City of Philadtttph ' he day still year 3ast shave ;.e O..I 'Lo written. - ... ... .: I. 11 A C Q N w W 'y: ""'" �.'y: . tv ,;, :a e . ,, W..... - % -.... . - lISaTlklti111 eEAL S ' Kstkliaste allyl,Notary Public Notary PubPit U #; PhiladelphiaCity. Philadelphia County .�� C41 s'E�iP � r My con miss ton expires Sep.22 2003 yy,,, ' `�;4M 'Ml I the ttndersr ned Secretary ofI1�1DENiltRITY iNSiTRA11TGE Ol4IPAI+i1r O>f l�#ORIIIi e111IERICA . heiehy celfy that the(st�gitra# ,0WAR1. OF A"4" IL t'OR3�i 9f�Ybieh,the foregoing is a substantially true arst!c0i feet copy;rs fn full force atrtt effectiii : : .;; in witness uy#iercof,l have benettnto sWbscribed narue as Secreta tend tlffixd the cratporate leak(sf the Gtxlwratiart;thtsday of mY,. rX . .. OC. f1 ?LX r �� � . .ate' . . } s .> I. :. . .' : L . .6j: W. ... . ... . L a4l.I ., ' :: ::� - ::::.::. -.1... I". . 'S' + ' .'" 1. Detatx H P�tztora;'Seere k . ; . <. .,I p03TdER OF AT I OC A4AY T�T£pT B>r USED TC:I XECUTE ANY bi T WITHL.AN INCE ICC .. �,:.::::.. aawstatiCe..;jn,,r�p,rpN. :: < .... l �'DT�. ►.L CTI 'L1 SS '.1ti TEB n TE 5�►� GRQ ,TI .. BS-38449d CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to article 8308-3.23 of Vernon's Annotated Civil Statutes, Contractor certifies that provides worker's compensati9p insurance coverage for all of its em 19yeesemp Ioyed on City of Fort Worth Project Number: Qj1�(lit Y. ontrac r Title ► � 101) Date STATE OF TEXAS § COUNTY OF TARRANT § B FO ME, the undersigned authority, on this day personally appeared Richord known to me to be the person whose name is subscribed to the forgoing instrument, and acknowledged to me that he executed the same as the act and in the capacity therein stated. _ d 1000 GIVEN UNDER MY HAND AND SEAL OF OFFI E da of UYQ �! , �s y , M\1111111/ �./ � , ��°!' PA NO,RuG&C �� Notary Public in and for the State of Texas '" : X19 STATE OF TE M MY Comm.EXP.07-W2002 I 0ilk1C^0�D Irlt i!�'+yr`i Uu�t �LS�dd _ Page 1 of 1 1 ' I ISSUE OA-E t � I FPRODUCEA: t`EIFGATEI� ITV `. RAiVCE ' Rp�aces al„pre11:ious, Certificates` ;I:'I.1!,'' 1o/31roo ,. THIS CERTIFICATE IS s5UE0 A5 A MATTER OF iN�Qt t �►lllp j�p� �pn�0�I•N=� Marsh USA, Inc. UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE bets aer 1 l,,k,.wSfIY 1�YRgd �i Tej THE COVERA(IF ArF-----i,----_ __ 500 West Monroe Street Chicago, IL 60661-3630 (312-627-6000) COMPANIES AFFOAOIN-0 INSURED: Certified Systems, Inc., all subsidiary and affiliated Companies COMPANY A: Continental Casualty Company 3218 Hwy. 67 Mesquite TX 75150 COMPANY B: CO-EMPLOYER!CLIENT CO. Bowsher Construction Company Inc #00368 COMPANY C: 6320 Eden Drive Haltom City TX 76117 COMPANY D: OVERAGS` I: THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAin CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE” POLICY EXPIRATION LIMITS LTR DATE(MMlDDiYY{ DATE(MM/DDrYYI GENERAL LIABILITY GENERAL AGGREGA rE $ COMMERCIAL GENERAL LIABILITY PRODUC I S-COMPIOP AGG. $ CLAIMS MADE OCCUR PERSONAL&ADV IN IURY + $ OWNER'S&CONTRACTOR'S PROT. EACH OCCURRENCE $ FIRE DAMAGE(AnY One FIla) $ MED EXPENSE(Anv One P.mnl $ AUTOMOBILE LIABILITY I ---- — — ANY AUTO ALL OWNED AUTOS COMBINED SINGLE LIMIT $ SCHEDULED AUTOS I $ BODILY INJURY IF.,Pp for•) FIIRF.1)AI;TOS 37DILY INJURY;Pa•ACCAI-0 $ NON-OWNED AUTOS PROPERTY DAMAGE $ GARAGE LIABILITY EXCESS LIABILITY UMBRELLA FORM EACH OCCURRENCE $ ' OTHER THAN UMBRELLA FORM AGGREGATE $ iWORKERS' COMPENSATION srnruTORruMITs A AND WC21136060600 03/01/00 03/01/01 EACH ACCIDENT $1,000,000 EMPLOYERS' LIABILITY GVSEASE-POLICY LIMIT $1,000,000 I DISEASE-EACH EMPLOYEE $1,000OOQ I COVERAGE APPLIES ONLY TO CSI EMPLOYEES LEASED BY: Bowsher Construction Company Inc #00368 DESCRIPTION OF OPERATIONS/LOCATION/VEHICLES/SPECIAL ITEMS. Project: N/A t � i 1 .LSC RT ,'{!, r E ! iiCANCE.I ATIQN t %: SHOULD ANY OF THE CANCELLED BEFORe .: THE EXPIRATION DATE TF ANY WILL 1��G1&�¢ I ATE HOLDER NAMOC TO MAIL 30 DAYS WR Imo, TO THE LEFT, BUT F ILUf r TI SHALL IMPOSE MD OBLIGATION OR LIABIL Y iY� E C MPANY,ITS AGENTS I J.L. Bertrum 1,cC'i•;. � � OR REPRESENTATIVES. �t�!,.La 1�• ..J d J l�G�n '•))'i.1 i l;QI':{I'{i '•'ii ii;:{IIS nili;'1:,��ddl:}I II{i%';i1',f1...I�.:! '�i; :i,��a:b:n{ai',:" :°i1 •I„ I,1' i� a {I !'�'•,''c :I,y, ,l.,ll: �yI{ �i ,L, :!;;. ,; I,:!:'ag.';.i';i1i"'jlrN:laa: PRESE UTHOR EO RENTAT 4U VE i (; :p(� I: i.llil �`C , .q; •, !!V. !'11 ,,I'I �. I{',I,I. •::i.l l 1."., i 1tl.�T, .,.. � '1,. 19M` ..14 Ill ,I ';p,': ,,��A'I- lilI{i I•t. .I•...�. I-y.r,L., ,.I�' ,�,11 r 4f.'i° 1 I:h, �'li a ;.I,.ii I' 11. l�:•1-, I t .. {� I'i I 1. .I..1.f I I...I, "f 1 .I i..••1 sl !•il 1 :.# l ��a(f,�j i I..�!:��,.,.( 1 41..I 4��I i�,itdl., .S�l}.J14'I a{I.�� .i•I,I ,.{,I I�i i'"ritt•I/.,.I.1.. ..t.. I.II. r.1:• :,t. it 10/19/20PJD 28:23 8172821433 HARDMAN INS PAGE 62 z AQORDROM TM To 0 I WR= As A MAT"R OF RVIORMAIMi GREG HARONIAM comes NO foam Urm TMS CimtriCATX S0 50*01d Rd 8102 HOUNDL CRR (CATS DOU NOT AtMPA IXTVM OR I Befttd.TX 70M OR HE i f COW (817)282-1551 COMPANICS ; 1 v. .. FA81 7) X: ( 282.1433 oOMrAANr FI ST SPECIALTY INSURANCE i e+I:IaIgD A COMPAW >!A MRS INSURANCE GROUP � �BOWSHER CONSTRUCTION mow,, 6320 EDEN DRIVE F.ALTON CITY, TEXAS 76117 COWAW j E ; Tem w To com FY THAT THE FOUMS OF INSURANCE USTM BELOW HAVE BEEN AM= THE INSUREDS NAI IM ABOVE POR THS POLICY PeRIOo INDICATED.NOTWRM9TANDM ANY FMU�MT,TERM OR CoNmrory cr ANY OR oTMCFi tocol AiiNT W"ResPecr T p wFIrCM T1118 cEaTuIr.ATz MAY On assL,aa CO w►r rEwr�w r►+r a4BURANce AI'rQRL1m e T T H! o MCRlN 18 T TO ALL TMETEIIYIS. 090L` �.�+ AND CCi'="Mn OF SUCH POUCH,LMTS SHOWN MY HAVE MWV, R/1b CuM. I � Pw.arr QrrcnK „gar LrR TYPt OP UOYaANCSI POLICY NUMYR OATt•R 1 Tt tnr4onyl LAMM aea%u s 2,000,001 X LGEMMA.UAYI M PRo0=-COIMMF AW s 1 000 000 0 PGL35071 5-8-00 5-8-01 MWONALaADVRAW s 1,00Q0001, OWNS”a CCW A4Toa's Paan Mcm OCaat69cE 1 1 000 000 FMDANUM VL-go.AW s 50 0 0 M�up w,r d+.wreA1 : 5,000 cIASK I1Y ro+nodw 394W umff s 1 ,000,000 , ANY AUTO 'L'OWNmAUTOG 6928 41 15 8-27--00 B-27-01 ��� _ SCMMX LEO AUTOS MMAUTOe a NON-OWNED AUTOS rRpFC UT GANAGG s 1 DQE yOALTy A=GNI.Y-EA ALIT s ft 7 ANY AUTO On-dX Tr"AUM ONLY: 6iKx1 AO�IT i �. A00lIpATB � I IOcm LlAEKM EACHOCCURRMWs tPASIMLLA FOAM Aa*IE SATE OTMa T►1AN UMM"lA MM y WOMUM C0W4mIt1ATICN AIO � eie � OM-LUTWIT UAMUTY CL SACN A02DW 1yR MICE CL 04CAM-PQUGf LW a ow+oswsAtte ®c0. IL OW-AN•EA EWUYVW I OT"m omauPTM of a, nwo PROTECT: BOURINE STREET EMG MCY CULVERT REPLACEMENT FL ANYTmoo C!<tOalpD PCUW CA/I MAA aaa%M T1R CITY OF FORT WORTH ON T"wwwUsAw°0" "Y"� ro MwATTR: STEVE EUBANKS 14 Nwr=KTa Twc=T■cArf,getr!•wftm w Tm 1000 THROCKMORTON ST. ;IALA a "Aa."""aoTlea ''�°�M0°KO'r0M oRtaAAaItY FORT WORTH, TEXAS 76102 °A AM TM ' "' A owm OR Yarrow A City of Fort Worth, Texas "11yor and C.Ouncil Communication DATE REFERENCE NUMBER LOG NAME PAGE 3/20/01 **C-18498 20CULVERT 1 of 2 SUBJECT CONFIRM EMERGENCY PROCUREMENT CONTRACT WITH BOWSHER CONSTRUCTION COMPANY, INC. FOR REPLACEMENT OF THE CULVERT IN BOURINE STREET AT DONNELLY AVENUE RECOMMENDATION: It is recommended that the City Council confirm an emergency procurement contract with Bowsher Construction Company, Inc. for replacement of the culvert at the intersection of Bourine Street at Donnelly Avenue, based upon the low bid of $50,770.00 and additional work in the amount of $11,882.00, for a total cost of $62,652.00. DISCUSSION: On September 8, 2000, a portion of the corrugated metal pipe culvert under Bourine Street collapsed. Replacement of the metal culvert was beyond the capabilities of the staff of the Transportation and Publics Works Department. After receiving approval from the Law Department, qualified contractors were contacted, resulting in bids being received from the following three contractors: BIDDERS BID AMOUNT Bowsher Construction Company, Inc. $50,770.00* Jackson Construction, Ltd. $51,975.00 Larett, Inc. $68,385.00 *During construction, it was determined that an additional length of culvert and erosion protection was required to protect the roadway and reduce future erosion of the channel. The total additional cost of $11,882.00 was necessary to complete the project. Staff has reviewed the quantities as submitted by the contractor and considers them to be fair and reasonable. Bowsher Construction Company, Inc. is in compliance with the City's M/WBE Ordinance by utilizing 10% M/WBE participation on the base bid and Change Order No. 1. The City's goal on this project is 10%. This project is located in COUNCIL DISTRICT 7. City of Fort Worth, Texas I *Vapor andcommunication Council DATE REFERENCE NUMBER LOG NAME PAGE 3/20/01 **C-18498 20CULVERT 2 of 2 SUBJECT CONFIRM EMERGENCY PROCUREMENT CONTRACT WITH BOWSHER CONSTRUCTION COMPANY, INC. FOR REPLACEMENT OF THE CULVERT IN BOURINE STREET AT DONNELLY AVENUE FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Street Improvements Fund. MG:k Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) Mike Groomer 6140 CITY Originating Department Head: CITY COUNCIL Hugo Malanga 7801 (from) MAR 20 2001 C115 541200 020115028917 $62,652.00 ,1 Additional Information Contact: (�,_"`. � City Semtary of the Hugo Malanga 7801 city of Fort worth.Tease