Loading...
HomeMy WebLinkAbout1997-2611)17 ORDINANCENO 71-aOl AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated competitive 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 received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements 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 construction 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 being the lowest responsible bids BID NI JMBF.R CONTRACTOR AMOUNT 2075 FLOYD SMITH CONCRETE, INC EXHIBIT A SFrTION 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, and insurance certificate 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 Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein 3 SECTION IV That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V That this ordinance shall become effective immediately upon its passage and approval _/ nGI, PASSED AND APPROVED this the day of 1997 � _ ATTEST JENNIFER WALTERS, CITY SECRETARY BY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY BY 44 ,Z BID # 2075 BID NAME CONTRACT CONCRETE WORK OPEN DATE JULY 29,1997 PAGE IOF3 �^ FLOVD SMITH CONCRETE INC R nvlemIPTiON VENDOR 1 EA RING AND COVER (INLETS) $20000 2 SY REMOVE CONCRETE PAVEMENT 516201 3 LF REMOVE CONCRETE CURB & GUTTER $6 00I 4 SY REMOVE CONCRETE DRIVEWAY & SIDEWALK I 51620 5, Cy UNCLASSIFIED EXCAVATION $9 001 6 CY COMPACTED FILUEMBANKMENT I $2000 7 SY SOD $7 501 8 SY 9 A SY 2-ASPHALT PAVEMENT(TYPE D PATCH MAT) 4"CONCRETE FLATWORK (COLORED & TEXT) 0 TO 100 SQ YDS S75 00 S54 001 & SY 101 SQ YDS TO UP $54 001 l0 A SY 6"CONCRETE PAVEMENT(RADIUS,ETC) 0TO 50 SQ VDS S2925 & SY H TO 100 SQ YDS $29 251 C SY 101 TO 500 SQ YDS $28 00 11 A SY 6" CONCRETE PAVEMENT (RADIUS,ETC WITH FIBERS) 0 TO 50 SQ YDS S30 151 & 1 SY 51 TO 100 SQ YDS $3015 C SY 101 TO 500 SQ YDS $28 90 12 A SY 8" CONCRETE PAVEMENT (RADIUS, ETC) 0 TO 50 SQ YDS S33 751 B SY 51 TO 100 SQ VDS 03751 C SY 101 TO 500 SQ YDS S31 15 17 A SY 8" CONCRETE PAVEMENT(RADIU3, ETC.•WITH FIBERS) 0 TO 50 SQ VDS S34 65 B, SY 51 TO 100 SQ YDS _ S34 651 C SY 101 TO 500 SQ YDS $32 05I 14 CY ONE SACK CONCRETE BACKFILL $50 001 15 EA ADJUST MANHOLE AND INLETS S550 001 16 EA 4' ID MANHOLE (0'-6' DEPTH) $1,200 001 VF EXTRA DEPTH 5100001 17 EA S'X5' JUNCTION BOX (9'TO 6'DEPTH) $1,500 001 VF EXTRA DEPTH $10000 ____ 1& EA 4'INLET(0'T06' DEPTH) $1.350001 EXHIBIT "A" VF EXTRA DEPTH $100 00, BID # BID NAME OPEN DATE # Y 19 EA 20 EA VF 21 VF 22 A. EA B C 2075 CONTRACT CONCRETE WORK JULY 29,1997 PAGE 2OF3 TO 6' DE \DEPTH EXTRA DEPTH REBUILT INLET (REMOVE & REPLACE TOP) FLOYD SMITH CONCRETE INC 1,550 00 i $150 001 1.650 001 s7nn nn gp 6' INLET S750 00 EA 8' INLET $800 001 D EA 10' INLET S u uu 23 A EA REBUILT EXISTING INLET (SPECIAL) 4'INLET $1,500001 B. EA VINLET S1,600001 C EA 8'INLET _ $1.800001 D EA 10' INLET $2,000 001 24 LS BARRICADES, WARNING SIGNS & DETOURS $25_0 001 25 LF DOWEL -ON INTEGRAL CURB S6001 26 LF DOWEI.ON INEGRAL CURB (WITH FIBERS) $6 90I 27 CONCRETE CURB & GUTTER A LF 0' TO 250' 1 S7 751 B. 1 LF 250' TO 1,0()0'=FIBERMS)l C LF 11001, • UP 28 A LF CONCRETE CURB & GUTTER(WITH 0'TO 250'B LF 25VTO 1000'C LF 1,001'-UP1 29 EA OVERLAY MILLED CURB O'TOUP $6001 30 Sy OVERLAY MILLED CURB 0' TO UP/NBERS 31 LF 30" 3URMOUNTABLE CURB 32 LF 30" SURMOUNTABLE CURB I FIBERS t;S29 33 6" CONCRETE DRIVEWAYA. SY 0TO50SQ VDS ' R. SY 51 TO 100 SQ YDS S29 25 C SY 101 TO 500 SQ VDS S28 001 4 EXHIBIT ^A" BID # 2075 BID NAME CONTRACT CONCRETE WORK OPEN DATE JULY 29, 1997 PAGE 3 OF 3 FLOYD SMITH CONCRETE, INC # Y DESaw1w VENDOR 1 34 A SY 6" CONCRETE DRIVEWAYIFDIERS 0 TO 50 SQ YDS $3015 B SY 51 TO 100 SQ YDS S30 15 C SY 101 TO 500 SQ YDS S28 90I 35 A SY 4"CONCRETE SIDEWALK 0 TO 50 SQ YDS $27 00 1 B SY 51 TO 100 SQ YDS $27 001 C SY TO 1000 SQ YDS $25 00 7101 36 1 A 11 SY 4"CONCRETESIDEWALK/FIBERS 0 TO 50 SQ YDS $27 90 i B SY 51 TO 100 SQ YDS $27 90 C gy 101 TO 500 SQ VD9 S25 90 37 Sy CONCRETE MEDIANS S22 50 38 SY CONCRETE RIP RAP & DRAINAGE FLUMES $29 25 39 LF SAW CUT(EXISTING ASPHALT) $150I1 40 LF SAW CUT(EXISTING CONCRETE) $3 001 41 li Cy i 42 CY STRUCTURAL CONCRETE (CLASS A) CONC FOR LIGHT STANDARD BASES $350 001 $225 00 43 EA CONC FOR TRAFFIC CONTROL PULL BOX $300 00 _ 44 SY CONCRETE PADS FOR SPAN SHELTERS $33 75 i 4S EA WATER SERVICE ADJUSTMENTS �$250 46 LS MISC SPINKLER SYSTEM ADJUSTMENTSE $250 00 STEPS (SF) $8 50 EXHIBIT "A" DATE SEPTEMBER 2, 1997 TO Mayor and Members of the City Council FROM Kathy DuBose, Assistant City Manager of Finance SUBJECT BID # 2075 - CONTRACT CONCRETE WORK RECOMMENDATION: We recommend this annual contract be awarded to the single bidder, Floyd Smith Concrete, Inc, with option to renew The estimated expenditures are approximately $300,000 00 per year SUMMARY: This contract is for the performance of various concrete related construction and maintenance projects which are usually $1,000 00 to $5,000 00 per project Included are street cut repairs, curb and gutter installation and repair, handicap access ramps, driveway replacement, drainage improvements, sidewalks and other miscellaneous projects (see tabulation sheet) The Departments which use this contract daily are Electric Distribution and Water & Sewer Field Services Other departments such as Traffic, Facilities Management and Parks use this contract for special projects The City reserves the right to bid projects that are estimated at $15,000 00 or more Floyd Smith Concrete, Inc was the only respondent for this bid Twenty one notices were sent to prospective bidders Floyd Smith Concrete has performed this service for a number of years and continue to offer very competitive prices PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED, Utility Divisions, Street Department, Drainage Division, Parks Department and Engineering Department are the primary users of this contract FISCA . TMP_.._ AST. Funds for each project will come from approved budget funds, the appropriate bond or other special appropriations Attachment Tabulation Sheet Respectfully submitted K Kath �sese Assistant City Manager of Finance Name Tom D Shaw, C P M Title Purchasing Agent 916 AGENDA BID # 2075 BID NAME CONTRACT CONCRETE WORK 'OPEN DATE JULY 29,1997 PAGE IOF3 FLOYD SMITH CONCRETE INC # QTY IiS1WQN VENDOR 1 EA RING AND COVER (INLETS) S200 00 2 SY 314 LF 4 SY REMOVE CONCRETE PAVEMENT S1620 REMOVE CONCRETE CURB & GUTTER 56 0 REMOVE CONCRETE DRIVEWAY & SIDEWALK $1620 5 CY UNCLASSIFIED EXCAVATION $900 6 CY COMPACTED FILI✓EMBANKMENT $20 0 7 SY SOD I S7 50 8 SY 2"ASPHALT PAVEMENT(TYPE D PATCH MAT) S75 00 9 A 3Y 4"CONCRETE FLATWORK (COLORED & TEXT) 0TO IO SQ VDS S540 B SY 101 SQ YDS TO UP $54 01 10 6"CONCRETE PAVEMENT(RADIUS,ETC) A SY 0TO 50 SQ YDS I $2925 B C SY SY 51 TO 100 SQ VDS 101 TO 500 SQ YDS $28 01 t 1 A SY 6" CONCRETE PAVEMENT (RADIUB,ETC-WITH FIBERS) 0 TO 50 SQ YDS I I S30 15 B SY 51 TO 10 SQ YDS S30 15 C SY 101 TO 50 SQ YDS S28 90 12 A F SY 8" CONCRETE PAVEMENT (RADIUS, ETC) 0 TO 50 SQ YDS $33 751 B SY 51 TO 10 SQ YDS $33 75 C SY 101 TO $O SQ YDS S31 IS U A SY 8" CONCRETE PAVEMENT(RADIUS, ETC -WITH FIBERS) 0 TO 50 SQ YDS S34 65'I B. SY 51 TO I00 SQ YDS _ S34 651 C t SY 101 TO 500 SQ YDS $32 05 I _ 14 CY ONE SACK CONCRETE BACKFILL _-I5.EEAA ADJUST MANHOLE AND INLETS _ S50 00 $550 00 16 EA 4' ID MANHOLE (0'-6' DEPTH) S1,20 00 _ VF EXTRA DEPTH 1 O1S 0�001 17 EA VXT JUNCTION BOX (9'TO 6'DEPTH) $1,50 0 VF EXTRA DEPTH I $10000 18 EA 4' INLET (070 6' DEPTH) $1,350 0 VF EXTRA DEPTH 51000 BID # 2075 BID NAME CONTRACT CONCRETE WORK OPEN DATE JULY 29,1997 PAGE20F3 # TY iSCi�iF1'iABi FLOYD SMITH CONCRETE INC VENDOR 19 EA 6' INLET (0' TO 6' DEPTH) $1,550 00 VF EXTRA DEPTH $150 00 20 EA 8' INLET (0' TO 6' DEPTH) $1,650 00 VF EXTRA DEPTH S150 00 21 VF EXTRA DEPTH $200 00 22 A EA REBUILT INLET (REMOVE & REPLACE TOP) 4'INLET S70000 B EA 6'INLET S75000 C EA 8'INLET $80000 D EA 10' INLET $850 00 23 A EA REBUILT EXISTING INLET (SPECIAL) 4'INLET $1,50000 B EA 6' INLET $1,600 001 C EA 8' INLET S1,800 00 D EA 10 INLET 52,000 00 i 24 LS BARRICADES, WARNING SIGNS & DETOURS S250 001 25 LF DOWEL -ON INTEGRAL CURB $6.00 26 LF DOWEL ON INEGRAL CURB (WITH FIBERS) S6.901 27 A LF CONCRETE CURB & GUTTER 0' TO 260' S7 75 & LF 250' TO 1,000, S7 75 C LF 1,001' UP $7 00 28 A LF CONCRETE CURB & GUTTER(WITH FIBERS) 0' TO 250, i S8 65 B LF 251' TO 1,000' $8 65 C LF 1,001' - UP $7 901 _ 29 EA OVERLAY MILLED CURB 0-TO UP I $6 001 30 SY OVERLAY MILLED CURB 0' TO UP/FIBERS S6 901 31 LF 30" SURMOUNTABLE CURB S10 50 32 LF 30" SURMOUNTABLE CURB / FIBERS III 40 33 A I SY 6" CONCRETE DRIVEWAY 0 TO 50 SQ VDS I $29 25 & SY 51 TO 100 SQ YDS $29 251 C SY 101 TO 500 SQ YDS 1 $28.00 Bll3 # 2075 ' BID NAME CONTRACT CONCRETE WORK OPEN DATE JULY 29,1997 PAGE 3 OF 3 --1 FLOYD SMITH CONCRETE INC # TY 1SC4A�7C%ON VENDOR ! 34 A SY 6" CONCRETE DRIVEWAY/FIBERS 0 TO 50 SQ YDS $30 15 g SY 51 TO 100 SQ YDS $30 15 C SY 101 TO 500 SQ YDS $28 90 35 A ' SY 4"CONCRETE SIDEWALK 0 TO 50 SQ VDS $27 00 g r-Sy-1 51 TO IN SQ YDS $27 00 C SY 1 101 TO 1000 SQ YDS $25 00 36 A SY 411CONCRETE 3HIEWALKIFHIERS 0 TO 50 SQ YDS $27 90 g SY 51 TO 100 SQ YDS $27 901 _C 37 SY SY 101 TO 500 SQ YDS S25 90 CONCRETE MEDIANS S22 50 38 SY CONCRETE RIP RAP & DRAINAGE FLUMES $29 251 39 LF SAW CUT(EXISTING ASPHALT) Sl 50 40 LF SAW CUT(EXISTING CONCRETE) S3 00 41 CY 42 CY STRUCTURAL CONCRETE (CLASS A) CONC FOR LIGHT STANDARD BASES $350 00 5225 OO 43 EA CONC FOR TRAFFIC CONTROL PULL BOX $300 001 i 44 SV CONCRETE PADS FOR SPAN SHELTERS S33 751 45 EA WATER SERVICE ADJUSTMENTS $25000 46 LS MISC SPINKLER SYSTEM ADJUSTMENTS $250 00 STEPS (SF) S8 50 CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this SEPTEMBER A D , 19 97 , by and between THE CITY OF DENTON 2 day of of the County of 12ENTON and State of Texas, acting through TED BENAVIDES thereunto duly authorized so to do, hereinafter termed "OWNER," ana FLOYD SMITH CONCRETE, INC P.O. BOX 1781 DENTON, TX 76202 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 attachea hereto, CONTRACTOR hereby agrees with OWNER to commence ana complete performance of the work specified below BID # 2075 - CONTRACT CONCRETE WORK in the amount of NOT To FxrEEQ $3QQ 000 0o 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 all maps, plats, CA - 1 blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by ENGINEERING DEPARTMENT all of which are made a part hereof and collectively evidence ana constitute the entire contract Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written l ATTEST APPROVED AS TO FORM AAA0184D Rev 08/14/96 CA - 3 CITY OF DENTON FLOYD SMITH CONCRETE, INC CONTRACTOR PO box 1'78( T) "_' k A 0 1k 7�_3oa MAILING ADDRESS V-o \ 5(US- O11 14 PHONE NUMBER cj �� % S- O 1 1 y FAX ER �a BY �eslde TITL PRINTED' NAME (SEAL) BID # 2075 SIDEWALK, CURB AND GUTTER BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That we F104 SMITH LAIC2E7,6, TNC as principal, and the other subscribers hereto as sureties, are held and firmly bound unto the City of Denton, Texas, a municipal corporation, its successors and assigns, at Denton, Texas, in the sum of One Thousand ($1,000 00) the payment of which will and truly be made, we hereby bind ourselves, our heirs, successors, and assigns, forever firmly by these presents, WITNESS OUR HANDS ON THIS the day of A D 199 7 The condition of the above obligation is such that whereas the said F64V/) Srnad (�(2/1/'P r ' 77ti/G has made application for a permit to construct, repair and reconstruct sidewalks and/or curbs and gutters in the City of Denton, Texas, NOW THEREFORE, if the said Flntn rn) TH Tz5, T-A shall do all work in the construction, repair, and reconstruction of any sidewalk and/or curb and gutter in a good and workmanlike manner, and if the said n( shall faithfully and strictly comply with the specifications and with the terms of all City ordinances, resolutions, and regulations that are now or may be in effect, in Denton, Texas, relating to the construction, reconstruction and repairs on sidewalks and/or curbs or gutters, and if the City of Denton shall be fully indemnified and held whole and harmless from any and all cost, expense or damage, whether real or asserted on account of any in]ury done to any person or property in the prosecution of said work, that may arise out of or be occasioned by the performance of said work by the principal herein, and if said principal shall without additional cost to the person for whom the work was done, maintain all sidewalks, and/or curbs or gutters, so constructed, reconstructed, or repaired by the said principal for a period of one year from the date of such construction, reconstruction or repair, to the satisfaction of the City Engineer, and shall reconstruct or repair such sidewalk and/or curb and gutter to the satisfaction of said City Engineer of the City of Denton, Texas at any time within one year after the construction, reconstruction or repair of such sidewalk and/or curb or gutter, upon a ten day notice from said engineer, then this obligation shall be null and void, otherwise, it shall remain in full force and effect The term of this bond shall be for a period of one year from the date hereof CB - 1 WITNESS OUR HANDS ON,THE DAY, MONTH AND YEAR ABOVE WRITTEN Elaqd:��&Abq� Principal. 6-CiCe 12 allel PIT-J-7-Melwo Mayor City Attorney AAA046E3 CB - 2 Suretly OLD k4EPa8tIC 6u2ETy Co /}T 10kAJEx -/N- Fl-')cT rises=r�a,-__ — ___- ISMS WALCM =- =_ - - B_-rtF�Y Ai81n=tfrura €�rriTsu ties=�[+ake - grasgut = _ 9 , ale fs t€rsor€Y€�fnd ati[e`aAt€lrin_ -_t _r nit• ° '- �uhsutJna€T�f __ etsartrtfaF_fas �a , All 44 r f�1 [hSaw,AAtl# t L % it wtOlh Pf AER de - -=[afF s# �seofFtrrser __ r�7ent _t_ _ +QYMr� n 2T eF g f nd�eleer _� tiandtspltl�rl_ ei!§�$?trs - w-a' ^s �{ Ftnde pies __ _ Hiusiir� nl�lie,+ _ __ Itat�a��RPt�+Hg�#h�ito8[�#[ x!tee0��b���� �_ _ kl� SURETY '_ - _- -5du Maid elk#6 -fd sa rd3vtctce ^ _±€Difsrr �1Lf�1Av6Hlndtnr�imt€orfp _ - - - -� -_ - _ _ > eatr1r�- _ _ $ - _ si•� otl&taflt= '- twyv� seal raw Z`tr"k"W17aFiI9n_erf_ __tF _ tV[cAt?MW <t��FIZS��LlYi�� ram_ rfl$ 1+ _or _ 0, 8_`-�h =tts praea#irad- _ _--_-_Iii�Il3tftFSff€� _ _RtYa_O )MU _ _ _ ___ _ _ _ - - -12 _ iFrstraysf$n--' - - e POM ft'C_t� " TWO Jz 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 fads to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract Upon bid award, all insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract STANDARD PROVISIONS: 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 AAA00350 REVISED 10/12/94 Cl - 1 Insurance Requirements Page 2 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 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 AAA00350 REVISED 10/12/94 Cl - 2 Insurance Requirements Page 3 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 [XI 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 CIS 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 (XCU) exposures • Broad form contractual liability (preferably by endorsement) covering this contract, personal Injury liability and broad form property damage liability AAA00350 REVISED 10/12/94 Cl - 3 Insurance Requirements Page 4 [XI Automobile Liability Insurance Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000 00 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 [XI 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) [ I 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 AAA00350 REVISED 10/12/94 Cl - 4 Insurance Requirements Page 5 "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 [ I 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 [ I 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 [ I 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 [ I 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 AAA00350 REVISED 10/12/94 Cl - 5 Insurance Requirements Page 6 ATTACHMENT [XI Worker's Compensation Coverage for Budding 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 entitles 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 01 1(44) for all employees of the contractor providing services on the project, for the duration of the project AAA00350 REVISED 10/12/94 CI - 6 Insurance Requirements Page 7 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 AAA00350 REVISED 10/12/94 Cl - 7 Insurance Requirements Page 8 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 AAA00350 REVISED 10/12/94 Cl - 8 Insurance Requirements Page 9 (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 carner 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 1s 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 AAA00350 REVISED 10/12/94 Cl - 9 Concrete Work WORK DAYS BID NO. PO NO: BID TABULATION SHEET QUANTITY UNIT UNIT PRICE TOTAL ITEM DESCRIPTION 2 11.5 Ring and Cover (Inlets) EA $ 200.00/EA $ Unit Price in Words: Two hundred and 00/100 dollars 3-A Remove Concrete Pavement SY $ 16.20/SY $ Unit Price in words: Sixteen and 20/100 dollars 3-B Remove Concrete Curb & Gutter LF $ 6.00/LF $ Unit Price in Words. Six and 00/100 dollars 3-C Remove Concrete Driveway & Sidewalk SY $ 16.20/sY $ Unit Price in Words- Sixteen and 20/100 dollars 3 3 Unclassified Excavation CY $ 9.00/CY $ Unit Price in Words Nine and 00/100 dollars 3 7 Compacted Fill/Embankment CY $ 20.00/CY $ unit Price in Words: Twenty and 00/100 dollars 3.9 Sod SY $ 7 50/sY $ Unit Price in Words: Seven and 50/100 dollars 5.7-B 2" Asphalt Pavement (Type D Patch Material) SY $ 75.00/SY $ Unit Price in Words: Seventy five and 00/100 dollars 5 8-A-2 4" Concrete Flatwork (colored and textured) a. 0 to 100 Sq Yde. SY $ 54.00/SY $ Unit Price in Words: Fifty four and 00/100 dollars b 101 Sq Yds to up SY $ 54.00 /sY $ Unit Price in Words. Fifty four and 00/100 dollars P - 3 Concrete Work WORK DAYS BID NO. PO NO BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 5 8-A 6" Concrete Pavement (Radius, Etc ) a 0 to 50 Sq Yde SY $ 29 25/SY $ Unit Price in words Twenty nine and 25/100 dollars b 51 to 100 Sq Yda sY I $ 29.25/sY $ Unit Price in Words. Twnety nine and 25/100 dollars c 101 to 500 Sq Yde SY $ 28.00/sY $ Unit Price in words Twenty eight and 00/100 dollars 5 8-A 1 6" Concrete Pavement (Radius, etc - with fibers) a 0 to 50 Sq Yde SY $ 30.15/sy $ Unit Price in Words• Thirty and 15/100 dollars b. 51 to 100 Sq Yds SY $ 30.15/sY $ Unit Price in words Thirty and 15/100 dollars c. 101 to 500 Sq. Yde SY $ 28 99sY $ Unit price in words Twenty eight and 90/100 dollars 5 8-B 8" Concrete Pavement (Radius, etc ) a 0 to 50 Sq Yda SY $ 33.75/SY $ Unit Price in words Thirty three and 75/100 dollars b 51 to 100 Sq. Yde. SY $ 33.75 /SY $ Unit Price in words: Thirty three and 75/100 dollars C. 101 to 500 Sq Yde SY $ 31.15/Sy $ Unit Price in Words Thirty one and 15/100 dollars P - 4 Concrete Work WORK DAYS BID NO: PO Not BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT I UNIT PRICE TOTAL 5 8-B 1 8" Concrete Pavement (Radius, etc - with fibers) a. 0 to 50 Sq Yds sx 1 $ 34.65/sx $ Unit Price in Words Thirty four and 65/100 dollars b 51 to 100 Sq Yde sx $ 34.65/sY $ Unit price in words: Thirty four and 65/100 dollars c 101 to 500 Sq Yds. SY $ 32.05 /SY $ Unit price in words Thirty two and 05/100 dollars 6 2 10 (C) One Sack Concrete Backfill CY $ 50.00 /cY $ Unit Price in words Fifty and 00/100 dollars 6 7 2-A Adjust Manhole and Inlets EA $ 550.00 /EA $ Unit Price in words Five hundred fifty and 00/100 dollars 7 6 A-1 4' ID Manhole (0' to 6' Depth) EA $1,200 00/EA $ Unit Price in Words. Twelve hundred and 00/100 dollars 7 6 A-1 1 Extra Depth VF $ 100.00/VF $ Unit Price in words: One hundred and 00/100 dollars 7 6 A-2 5' x 5' Junction Box (0' to 6' Depth EA I $1,500.00/EA $ Unit Price in words Fifteen hundred and 00/100 dollars 7 6 A-2 1 Extra Depth VF $ 100 00/VF $ Unit Price in words. One hundred and 00/100 dollars 7 6 A-3 4' Inlet (0' to 6' Depth) EA $1,350.00/EA $ Unit Price in Words Thirteen hundred fifty and 00/100 dollars 7 6 A-3 Extra Depth 1 VF $ 100.00/VF 1 $ Unit Price in Words e hundred and 00/100 dollars P - 5 Concrete Work WORK DAYS BID NO PO NO: BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 7 6.A-4 6' Inlet (0' to 6' Depth) EA $ 1,550.00/EA $ Unit Price in Words Fifteen hundred fifty and 00/100 dollars 7.6 A-4 1 Extra Depth VF $ 150.00/vF $ Unit Price in Words One hundred fifty and 00/100 dollars 7 6 A-5 8' Inlet (0' to 6' Depth) EA $ 1,650.00EA 1 $ Unit Price in Words Sixteen hundred fifty and 00/100 dollars 7 6 A-5 (1) Extra Depth VF $ 150 O&F $ Unit Price in Words One hundred fifty and 00/100 dollars 7 6 A-6 10' Inlet (0' to 6' Depth) EA $ 1,750 O)VEA I $ Unit Price in Words Seventeen hundred fifty and 00/100 dollars 7 6 A-6 (1) Extra Depth VF $ 200.0;;F $ Unit Price in Words Two hundred and 00/100 dollars 7 6 A-7 Rebuilt Inlet (Remove and Replace Top) a 4' Inlet EA $ 700 00/EA $ Unit Price in Words Seven hundred and 00/100 dollars b 6' Inlet EA $ 750.00 /EA $ Unit Price in Words Seven hundred fifty and 00/100 dollars c 8' Inlet EA 1 $ 800.00 /EA $ Unit Price in Words. Eight hundred and 00/100 dollars d 10' Inlet EA $ 850 00 Unit Price in Words Eight hundred fifty and 00/100 dollars C� Concrete Work WORK DAYS BID NO: PO NO: BID TABULATION SHEET ITEM DESCRIPTION QUANTITY I UNIT UNIT PRICE TOTAL 7 6.A-8 Rebuilt Existing Inlet (Special) a 4' Inlet EA $ 1,500.00/EA $ Unit Price in Words- Fifteen hundred and 00/100 dollars b. 6' Inlet EA $1,600.00/EA 1 $ Unit Price in Words: Sixteen hundred and 00/100 dollars c 8' Inlet EA $1,800.00/EA $ Unit Price in Words Eighteen hundred and 00/100 dollars d 10' Inlet EA $2,000 00EA $ Unit Price in Words Two thousand and 00/100 dollars 8 1 Barricades, Warning Signs & Detours LS $ 250.09LS $ Unit Price in Words Two hundred fifty and 00/100 dollars 8 2 Dowel -On Integral Curb LF $ 6 09LF $ Unit Price in Words Six and 00/100 dollars 8 2 1 Dowel -On Integral Curb LF $ 6.90/LF $ Unit Price in Words Six and 90/1 0 dollars 8 2-A Concrete Curb & Gutter a 0' to 250' LF $ 7.75 Unit Price in Words. Seven and 75/100 dollars b 250' to 1,000' LF I $ 7.75 /LF $ Unit Price in Words- Seven and 75/100 dollars c 1,001' - up LF $ 7.00 /LF $ Unit Price in Words 3even and 00,100 do lars P - 7 Concrete Work WORK DAYS BID NO: PO NO BID TABULATION SHEET ITEM DESCRIPTION I QUANTITY I UNIT I UNIT PRICE TOTAL 8 2-A 1 Concrete Curb & Gutter (With Fibers) a 0' to 250' LF $ 8.65/LF $ Unit Price in Words Eight and 6 100 do lays b 251' to 1,000' LF $ 8.65/LF $ Unit Price in Words Eight and 65/100 dollars c 1,001' - up LF $ 7,90/LF $ Unit Price in Words Seven and 90/100 dollars 8 2 A-1 Overlay Milled Curb 0' to U EA $ 6.00/LF $ Unit Price in Words Six and 00/100 dollars 8 2 A-2 Overlay Milled Curb 0' to SY $ 6 90/LF Unit Price in Words Six and 90/100 dollars 8 2 A-2 30" Surmountable Curb LF $ 10.50/LF $ Unit Price in Words Ten and 50/100 dollars 8 2 A- 2.1 30" Surmountable 1 Curb/Fibers I SY I $ 11 40/LF $ Unit Price in Words- Leven and 40/100 dollars E 8 3 6" Concrete Driveway a 0 to 50 Sq Yde SY $ 29 2`a'SY $ Unit Price in Words Dwenty nine and 25/100 dollars b. 51 to 100 Sq Yde SY $ 29.25ySY $ Unit Price in Words- Nenty nine and 25/100 dollars c 101 to 500 Sq Yda SY $ 28.0Q/SY $ Unit Price in words Twenty eight and 00/100 dollars Concrete work WORK DAYS BID NO: PO NO. BID TABULATION SHEET ITEM DESCRIPTION 2UANTITY UNIT UNIT PRICE TOTAL 8 3 1 6" Concrete Driveway/Fibers a 0 to 50 Sq. Yda SY $ 30.15/sY $ Unit Price in Words Thirty and 15/100 dollars b. 51 to 100 Sq Yda SY $ 30.15lay $ Unit Price in words Thirty and 15/100 dollars C. 101 to 500 Sq. Yda SY $ 28 90/SY $ Unit Price in Words Twenty eight and 90/100 dollars 8 3-A 4" Concrete Sidewalk a 0 to 50 Sq. Yde SY $ 27.00/SY Unit Price in words Twenty seven and 00/100 dollars b 51 to 100 Sq Yde SY $ 27,00'SY $ Unit Price in words Twenty seven and 00/100 dollars c 101 to 1,000 Sq Yda sY 1 $ 25.005Y $ Unit Price in Words: Twenty five and 00/100 dollars 8 3-A 1 4" Concrete Sidewalk/Fibers a 0 to 50 Sq Yds SY $ 27 90 /SY $ Unit Price in words Rventy seven and 90/100 dollars b 51 to 100 Sq. yds. SY $ 27 90 /sY $ Unit Price in words rwenty seven and 90/100 dollars c 101 to 500 Sq. Yds. SY $ 25.90 /sY $ Unit Price in words. Nenty five and 90/100 dollars 8 4 Concrete Medians SY $ 22.50 /sY $ Unit Price in words. enty two and 50/100 dollars P - 9 Concrete Work WORK DAYS BID NO: PO No: BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 8.6 Concrete Steps SF $ 8.50/SF $ Unit Price in Words: Eight and 50/100 dollars 8 15 Concrete Rip -Rap and Drainage Flumes SY $ 29.25/sY $ Unit Price in Words: Twenty nine and 25/100 dollars SP-1 Saw Cut (Existing Asphalt) LF $ 1.50/LF $ Unit Price in Words: One and 50/100 dollars SP-2 Saw Cut (Existing LF $ 3.00/LF $ Unit Price in words: Three and 00/100 dollars SP-3 Structural Concrete Cy S 350.00/CY $ Unit Price in Words Three hundred fifty and 00/100 dollars SP-4 Conc for Light Standard Bases cY S 225.00/cY I $ Unit Price in words. Two hundred twenty five and 00/100 dollars SP-6 Conc. for Traffic Control Pull Box 7�7 EA S 300.00/EA $ Unit Price in Words: Three hundred and 00/100 dollars SP-7 Concrete Pads for Span Shelters SY $33.75 /SY $ Unit Price in Words Thirty three and 75/100 dollars SP-8 Water Service Adjustments EA S 250.00/EA $ Unit Price in Words: TWO hundred fifty and 00/100 dollars SP-9 Misc Sprinkler System LS $ 250.00/LS $ Unit Price in words. o hundred fifty and 00/100 dollars P - 10 This bid will be in effect for a period of one year from date of award, but may be extended for additional one year periods if agreed upon, in writing, by both parties with all prices and conditions remaining the same. In submitting this bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a reasonable period of time constitutes a contract. The completed Bid Proposal must be properly priced, signed, and returned. P.O. Box 1781 Mailing Address Denton, TX 76202 City State Zip Code (904) 565-0114 Telephone FLOYD SMITH CONCRFfE INC. Bidder SignatUke President Title P - 11 RAMEY S KING INSURANCE POLICIES B 880 S. WM Bulb A Denton TX TSUII.7M COMPANY LETTER A ROUND COMPANY LEM B ANY Floyd SMP lnOh Comets CO LETTERC Floyd Glom Smhh P 0 Box 1781 COMPANY D Denton TX um LETTER COMPANY LEM E OWILIB7 ISSUED AS A MATTER OF INFORMATION ONLY AND UPON THE CERTIFICATE MOLDER THIS CERTIFICATE KTEND OR ALTER THE COVERAGE AFFORDED BY THE COMPANIES AFFORDING COVERAGE THE TRAVELERS INSURANCE 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 M 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 PAID CLAIMS m TYPS OF INS RANOE POLICY NUMBER POLICY MFOOM POLICY EXPIRATION LIMITS .TR GATE PAMODHY) DATE (MMNDNY) A awdEm LLMMM 181.115350841 N ERA O9*M OWM7 GENERAL AGGREGATE + 1000000 X COMMERCIAL GENERAL LIABILITY ' CLAIMS MADE X OCCUR OVMEYB S CONTRACTOR'S FImT AUTOMOBILE LIABILITY ANY AUTO ' ALL OARED AUTOS SCHEDULED AUTOS LASED AUTOS NOhPCWNED AUTOS GARAGE LAM.ITY E(CEES LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM WORI®IS OIAP®mMTLR A AND BOPLOYaa ummuw OTHER A CURB AND OUT= BOND CRY OF DENTON PRCWCWCCMPIOP AGO i ' PERSONAL E ADV IWURY �i 1000000 EACH OCCURRENCE i 1000000 FIRE DAMAGE (My " he) i um WED EXPENSE DMy " pemrr) + ofLIMIT Sm COMBINED SINGLE L BODILY INJURY i (Per p.rw) BODILY INJURY + (Wr w klw* PROPERTY DAMAGE i ' EACH OCCURRENCE I AGGREGATE + STATUTORY LIMITS IEEUBBBSWIBI 09/22I86 CONSIST EACH ACCIDENT i 100000 DISEASE POLICY LIMIT + 500000 DISEASE EACH EMPLOYEE i 100000 LPBBUM 03124197 OWSYBB 1000 OBBCRIPTION OF OPI ATOAWUTVN&VO40LBLWWtt L MOM ADDITIONAL INSURED IS CRY OF DENTON, ITS OFFICIALS, AGENTS, EMPLOYEES AND VOLUNTEERS. ..................... SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLEDBEFORE THE I EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO CITY OF DENTON MAIL S0— BUDAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE B01B TEXAS 8T f LEFT T FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR DENTON TX ?Owl '� LI r ANY KIND UPON THE C ANY, ITS AGENTS OR REPRESENTATIVES � fiPRfiB@NT� RECEIVEC 9 23 97, 11 59AM, 18173837302 '- OENTON-CITY•ACCTO, A2 FRO N+ CITY 4F DF,nTOtL,� viP7l.Jti�Is�q 73837302 bBP 23,97 098.43 No.001 P.01 CERTIFICATE OF INSURANCE Q ALLwATHIN®URANCEC.OMPANY ® ALLSTATEINDEMNITYCOMPANY Q ALLBTATETEXAS LLOYD'S THIS CERTIFICATE 11 ISWWA8 A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDUP THISCERTIFI CAT&DOES NOT AMEND, EXMOOR ALTER THU COVGRA09 AFFOROVO BY THE POLICIES BELOW. GERVINIOATCHOLOOR NAMBDI RED tjoirgo and Add=ot Party toWhom tale Willoole Islwuad NafneandAd naeo}fnaumd CITY OF DEENiON FLOYD 34M PURCHASING DEPT PO BOX 1781 ATTN TOM SHAM DENTON TX 75201-1.781 TW(940) 349-7302 y T1+1a 1910 OertRr urosea.2 THE STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS That FLOYD SMITH CONCRETE, INC, whose address is P.O. BOX 1781 DENTON, TX 76202, hereinafter called Principal, and Universal Surety of America , 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, in the penal sum of THREE HUNDRED THOUSAND and no/100 -- ($300,000 00) plus 10 percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages ansing 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 97-261, with the City of Denton, the Owner, dated the 2 day of September A D 1997, a copy of which is hereto attached and made a part hereof, for BID # 2075 -- CONTRACT CONCRETE WORK 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 PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas PERFORMANCE BOND - Page 1 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 suretyslup, as provided by Article 7 19-1 of the Insurance Code, Verrion'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 2 day of September,1997 ATTEST ATTEST PRINCIPAL SURETY i qllypr of America BY BY AT RNE -IN-FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the processes NAME Ramey & King Insurance STREETADDRESS 830 S I35 Suite A Denton Tx 76205 (NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give a person's name ) PERFORMANCE BOND - Page 2 THE STATE OF TEXAS COUNTY OF DENTON ' KNOW ALL MEN BY THESE PRESENTS That FLOYD SMITH CONCRETE, INC, whose address is P.O. BOX 1781 DENTON, TX 76202, hereinafter called Principal, and Universal Surety of America 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 building or improvements hereinafter referred to, in the penal sum of THREE HUNDRED THOUSAND and no/100---($300,000.00) 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 97-261, with the City of Denton, the Owner, dated the 2 day of September, A D 1997, a copy of which is hereto attached and made a part hereof, for BID 0 2075 -- CONTRACT CONCRETE WORK 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 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 PAYMENT BOND - Page 1 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 ansing 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 2 day of September,1997. ATTEST ATTEST PRINCIPAL Floyd Smith Concrete, Inc _ SURETY Universal Suretyof America BY BY AT' RNE -IN-FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the processis NAME Ramey & King Insurance STREET ADDRESS 830 S I35 Suite A, Denton, Tx 76205 (NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a corporation, give a person's name ) PAYMENT BOND - Page 2 UNIVERSAL SURETY OF AMERICA p 0 BOX 1O69 -Houston, Texac 77251-1069 GFNt RAL POWER OF ATTORNEY - (ERTIFIED COPY NnndNwnM+ TX OY2i19400 nd he Start.µ+ All Mail Texas, and having ita pnPresents n�IpalThat OffiNN liolwu n TexasYl, es bOF y rh�e pressrumake cnn� tOTittion nnC and appoint exlsunl! tinder the law. (+I Cathv Mtuer its IruL trod lawful Auorney(s) In Fact will, full pow,,r and authority hLnhy LonlLned In Its name place and shad to e%,eLUIL acknowlLdge gild dLllver bonds fur Printlpal hinyciSmah GonuLte ha Obllgee C try ill Notion, TX Amount $100 Otto 00 Ud by u. settled with tile and to hind tI dulyll IHLI tad hyhtaaswtrLl ary, hereby r nlY npeantd confiah if lmung all hach bonds t thi. 4 111 Antnmey(s) nli,ncl may do ithmfileralu,vale easmtedt firml11Y a a inLct rip hLldlon the 11 ent Is h sunder and by ainhonry, of IhL following resoluhon adopted by the Hoard ul DvLLu,r. of lintverngl Sw,.ry ,d tations `IgId l bc and le i R yo appotd int vry Preside'", e'", and any suitable i Lr Pr aukul as n ,,,Ia m MacIT ao reprrnem and a�f r and ou hJhalt of h C mnpanyh filll power III( d (IT prunt,d by "RI SIX VI U hat th, sIgilfnut, tation laid y )MctrIII lnled' XLn lllhl veand The seal d(if 4CThe shall III- valid and hlndlnon may be lE(up0I thL L rp,,n IIn11 n1f IIC IO any power ill unomLy of IhL Lorp InrWitness t heareof heretn Universal ifilled Surety day oferica hall caused , qes presents to be signed by its President, inhn Knox, Jr and Its cnr96 UNIVERSAL SURETY OF AMERI( A •Yyar iY ' Jr Prelldenl dale It Texas as, County of Harris On this 301h day of September, in the year of 1996, before me Rhonda Kay Wilke, a notary public, personally appeared John Knox,Jr tpersonally erso v dgenow known nbe the tbet the perpnratluo executed executed ithe within instrument as President, on Ischalf Of the Lorporatlon therein named me tU Notary "hhL of Umveraal Curet ui Atnuice, hurhy unify that the above and toreglnng Is a fhll, tnlr and u,nect copy of the I the undersigned Stcrelaryy hat the said power ul Attomcy Is still n al li.0 Original Power of AnomLy IssuLd by said Company and do hereby IunhLt cemly C(TOBER it)07 OrIVI N under my hand And hL seal of nahi contpeny, at Houston Texas this aTH (lily of — As leiem Cacrcmry Por veriftoation of the authority of thin power you may tcicphonL (711) 722 4600