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