HomeMy WebLinkAbout1994-152TROMAMORD
ORDINANCE NO. 7 / 16_&
AN ORDINANCE PARTIALLY VACATING CERTAIN PUBLIC UTILITY AND DRAINAGE
EASEMENTS RECORDED IN THE REAL PROPERTY RECORDS OF DENTON COUNTY,
TEXAS AT VOLUME 1686, PAGES 0852, 0858 AND 0860; AND PROVIDING FOR
AN EFFECTIVE DATE.
WHEREAS, the City of Denton has received a request from Don
Allen for the partial abandonment of certain public utility and
drainage easements; and
WHEREAS, the City Council of the City of Denton has determined
that those portions of the public utility and drainage easements
being vacated are no longer needed for public use; and
WHEREAS, the fair market value of the vacated portions of the
public utility and drainage easements have been determined and
received, as required by section 272.001 of the Texas Local
Government Code and DENTON, TEX., CODE ch. 2 art. IV. (1991); NOW,
THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS:
SECTION I. That those portions of the public utility and
drainage easements described in Exhibits "A-1" and "A-211, attached
hereto and incorporated herein by reference, and recorded in Volume
1686, Pages 0852, 0858 and 0860 of the Real Property Records of
Denton County, Texas, are permanently vacated and extinguished as
public easements, to the extent described in said exhibits.
SECTION II. That by reason of such vacation the City of
Denton's property interest in the vacated portions of said ease-
ments shall, by operation of law, revert to the owner or owners
abutting the easements herein abandoned, and the City of Denton
releases any and all claims to the use of the vacated portions of
said property as public easements.
SECTION III. That this ordinance shall become effective immed-
iately upon its passage and approval.
PASSED AND APPROVED this the 4 day of , 1994.
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY.
AP OVED AS TO LEGAL FORM:
DEBRA A. DRAYOVITCH, CITY ATTORNEY
PAGE 2
EXHIBIT "A-1"
BEING a portion of a 16' Drainage and Utility Easement given to the City of Denton, Texas as
recorded in Volume 1686, Page 852, Real Property Records (R.P.R.), Denton county, Texas
and being a part of a 43.792 acre tract of land conveyed to Centennial Homes, Inc. DBA,
Trend Maker Homes as recorded in Instrument Number 94-R0003327 R.P.R., Denton County,
Texas, the portion of said easement being more particularly described as follows:
COMMENCING at a 5/8" iron rod set for the southwesterly corner of said 43.792 acre tract of
land, and being in the easterly right-of-way line of Lillian Miller Road (80' R.O.W.);
THENCE N 88043'53" E, along the southerly line of said 43.792 acre tract, same being the
northerly line of that certain tract of land described to Hersham Developement Corporation as
recorded in deed in Volume 3453, Page 547, D.R.D.C.T., 1150.80 feet to a point for corner;
THENCE N 04044'25" E, 27.56 feet to the THE POINT OF BEGINNING;
THENCE S 43000'57" W, 31.87 feet;
THENCE N 88043'53" E, 44.72 feet;
THENCE N 43000'57" E, 103.66 feet;
THENCE S 04044'25" W, 51.68 feet to the POINT OF BEGINNING and containing 542 square
feet of land, more or less.
GA93328101 \281 EX02. FNS
June.6, 1994
la-to-94
EXHIBIT "A-2"
BEING a portion of a 16' Drainage and Utility Easement given to the City of Denton, Texas as
recorded in Volume 1686, Page 858, Real Property Records (R.P.R.), Denton county, Texas
and being a part of a 43.792 acre tract of land conveyed to Centennial Homes, Inc. DBA,
Trend Maker Homes as recorded in Instrument Number 94-R0003327 R.P.R., Denton County,
Texas, the portion of said easement being more particularly described as follows:
BEGINNING at a 5/8" iron rod found for the northwesterly corner of said 43.792 acre tract of
land, and being in the easterly right-of-way line of Lillian Miller�Road (80' R.O.W.);
THENCE N 88039'49" E, along the northerly line of said 43.792 acre tract, 28.91 feet;
THENCE S 28049'03" W, 21.22 feet to a point for the beginning of a cure to the left having a
radius of 880.05 feet;
ALONG said cure to the left through a central angle of 20003'50", for an arc length of 308.18
feet;
THENCE S 82038'13" E, 291.20 feet;
THENCE S 05041'11" E, 16.42 feet;
THENCE N 82038'13" W, 294.88 feet to a point for the beginning of a cure to the right
having a'radius of 896.05;
ALONG said cure to the right through a central angle of 21 °41'27", for an arc length of
339.22 feet to a point in the easterly line of said Lillian Miller Road;
THENCE N 28049'03" E, along said easterly right-of-way, 23.03 feet to the POINT OF
BEGINNING and containing 0.239 acres (10,422 sq. ft.) of land, more or less.
GA933281 01 \281 EX01. FNS
June 6, 1994
S. VEDRO
I UaAe
-9¢
CERTIFICATE OF CITY SECRETARY
THE STATE OF TEXAS
COUNTY OF DENTON
CITY OF DENTON
06908
I, the undersigned, City Secretary of the City of Denton,
Texas '(the "City") DO HEREBY CERTIFY that according to the
records of the City of which I am custodian, that:
the attached is a true and accurate copy of Ordinance No. 94-152 as approved
by the City of Denton City Council on August 16, 1994.
TO CERTIFY WHICH, witness my official signature and the
seal of said City, this the 78tb day of August 19 9
Y �
'''qF
ty ec tary
y 9 9 ity of enton, Texas
0469C
CONTRACT AGREEMENT
STATE OF TEXAS $
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 16 day of
AUGUST A.D., 19 94 , by and between
CITY OF DENTON
of the County of DENTON and State of Texas, acting
through LLOYD V. HARRELL
thereunto duly authorized so to do, hereinafter termed "OWNER," and
FLOYD SMITH CONCRETE
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 attached
hereto, CONTRACTOR hereby agrees with OWNER to commence and
complete performance of the work specified below:
BID # 1652 - CONTRACT CONCRETE WORK
in the amount of EXHIBIT A 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
3
blueprints, and other drawings and printed or written explanatory
matter thereof, and the Specifications therefore, as prepared by
rrmv OF nMMN DEPARTMENT OF ENGINEERING AND TRANSPORTATION
all of which are made a part hereof and collectively evidence and
constitute the entire contract.
Independent Status
It is mutually understood and agreed by and between City and
Contractor that Contractor is an independent contractor and shall
not be deemed to be or considered an employee of the City of
Denton, Texas, for the purposes of income tax, withholding, social
security taxes, vacation or sick leave benefits, worker's
compensation, or any other City employee benefit. City shall not
have supervision and control of Contractor or any employee of
Contractor, and it is expressly understood that Contractor shall
perform the services hereunder according to the attached
specifications at the general direction of the City Manager of the
City of Denton, Texas, or his designee under this agreement.
Indemnification
Contractor shall and does hereby agree to indemnify and hold
harmless the City of Denton from any and all damages, loss, or
liability of any kind whatsoever, by reason of injury to property
or third persons occasioned by any error, omission or negligent act
of Contractor, its officers, agents, employees, invitees, and other
persons for whom it is legally liable, with regard to the
performance of this Agreement, and Contractor will, at its cost and
expense, defend and protect the City of Denton against any and all
such claims and demands.
Choice of Law and Venue
This agreement shall be governed by the law of the State of
Texas and venue for its construction and enforcement shall lie in
the courts of Denton County, Texas.
The CONTRACTOR hereby agrees to commence work on or after the
date established for the start of work as set forth in written
notice to commence work and complete all work within the time
stated in the Proposal, subject to such extensions of time as are
provided by the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the
price or prices shown in the Proposal, which forms a part of this
contract, such payments to be subject to the General and Special
Conditions of the Contract.
CA - 2
IN WITNESS WHEREOF, the parties of these presents have
executed this agreement in the year and day first above written.
ATTEST:
:A - 3
•
(SEAL)
FLOYD SMITH CONCRETE
CONTRACTOR
MAILING ADDRESS
GIZ - lsu`5-C>114-
PHONE NUMBER
81-1 - S(os - a 114
11.1if. 1,1191, z"WA
PRINTED NAME
(SEAL)
1652
BID NAME
OPEN DATE
2.11.5
EA
3-A
I
SY
3-B
LF
3-C I SY
3.3
Cy
3.9
SY
I
5.7-B
TN
5.8A-2 1 SY
5.8-A
A.
B.
C.
6.2.10(C)
6.7.2-A
7.6.A-1
7.6.A-1
(1)
7.6.A-2
7.6.A-2
(1)
7.6.A. -3
SY
SY
SY
SY
SY
SY
CY
EA
EA
VF
CONTRACT CONCRETE
WORK
JULY 21, 1994
PAGE 1 OF 3
RING AND COVER (INLETS)
REMOVE CONCRETE PAVEMENT
REMOVE CONCRETE CURB
& GUTTER
REMOVE CONCRETE DRIVEWAY
& SIDEWALK
UNCLASSIFIED EXCAVATION
SOD
2" ASPHALT PAVEMENT
(TYPE D PATCH MATERIAL)
4' CONCRETE FLATWORK
(COLORED AND TEXTURED)
6" CONCRETE PAVEMENT
(RADIUS, ETC)
0 TO 50 SQ YDS
50 TO 100 SQ YDS
100 TO 500 SQ YDS
08 CONCRETE PAVEMENT
(RADIUS, ETC)
0 TO 50 SQ YDS
50 TO 100 SY YDS
100 TO 500 SQ YDS
ONE SACK CONCRETE BACKFILL
ADJUST MANHOLE AND INLETS
4' ID MANHOLE (0- TO 6'DEPTH)
EXTRA DEPTH
EA I 5'X5' JUNCTION BOX
(0' TO 6' DEPTH)
VF EXTRA DEPTH
4' INLET (070 6'
FLOYD
SMITH
$200.00
$0.30
$4.50
.$16.20
$9.00
$5.50
$75.00
$43.00
$29.25
$28.00
$25.75
$32.40
$31.15
$28.90
$45.00
$550.00
$1,200.00
$100.00
$1,300.00
$100.00
a
EXHIBIT A
BID # 1652
BID NAME CONTRACT CONCRETE FLOYD
WORK SMITH
OPEN DATE JULY 21, 1994
PAGE 2 OF 3
7.6.A.-3
VF
EXTRA DEPTH
$100.00
(1)
7.6.A-4
EA
6' INLET (0' TO 6' DEPTH)
$1,450.00
7.6.A-4
VF
EXTRA DEPTH
$150.00
(1)
SY
7.6.A-5
EA
8' INLET (0' TO 6' DEPTH)
$1,550.00
7.6.A-5
VF
EXTRA DEPTH
$150.00
(1)
7.6.A-6
EA
10' INLET (0' TO 6' DEPTH)
$1,650.00
7.6.A-4
VF
EXTRA DEPTH
$200.00
(1)
7.6.A-7
REBUILT INLET (REMOVE AND
REPLACE TOP)
A.
EA
4' INLET
$700.00
B.
EA
6' INLET
$750.00
C.
EA
V INLET
$800.00
D.
EA
10' INLET
$850.00
7.6.A-8
REBUILT EXISTING INLET
$1,500.00
(SPECIAL)
A.
EA
4' INLET
$1,500.00
B.
EA
V INLET
$1,600.00
C.
EA
V INLET
$1,800.00
D.
EA
10' INLET
$2,000.00
7.6.A-9
EA
INLET SITE PREPARATION
$150.00
8.1
LS
BARRICADES,WARNING
$250.00
SIGNS & DETOURS
8.2
LF
DOWEL -ON INTEGRAL CURB
$4.00
8.2-A
CONCRETE CURB & GUTTER
A.
LF
0' TO 250'
$7.75
B.
LF
250' TO 1000'
$7.00
C.
LF
1000'-UP
$6.50
8.2.A-1
LF
OVERLAY MILLED CURB
$4.00
0' TO UP
EXHIBIT A
BID # 1652
BID NAME CONTRACT CONCRETE
FLOYD
WORK
SMITH
OPEN DATE JULY 21, 1994
PAGE 3 OF 3
.>..... DE RIPTI
8.2.A-2
LF
300 SURMOUNTABLE CURB
$10.50
8.3
6' CONCRETE DRIVEWAY
A.
SY
0 TO 50 SQ YDS
$29.25
B.
SY
50 TO 100 SQ YDS
$29.25
C.
SY
100 TO 500 SQ YDS
$25.75
8.3-A
4' CONCRETE SIDEWALK
A.
SY
0 TO 50 SQ YDS
$27.00
B.
SY
50 TO 100 SQ YDS
$24.75
C
SY
100 TO 1000 SQ YDS
$20.26
8.4
SY
CONCRETE MEDIANS
$20.25
8.6
SF
CONCRETE STEPS
$8.50
8.15
SY
CONCRETE RIP RAP
$29.25
8.48
EA
ABANDON INLET/LATERAL
$500.00
SP-1
LF
SAW CUT EXISTING ASPHALT
$1.50
SP-2
LF
SAW CUT(EXISTING CONCRETE)
$3.00
SP-3
CY
STRUCTURAL CONCRETE
$325.00
(CLASS A)
SP-4
CY
CONC FOR LIGHT
$150.00
STANDARD BASES
SP-6
EA
CONC FOR TRAFFIC
$275.00
CONTROLL PULL BOX
EXHIBIT A
CITY OF DENTON
INSURANCE REQUIREMENTS
FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below. It
is highly recommended that bidders confer with their respective insurance
carriers or brokers to determine in advance of Bid submission the
availability of insurance certificates and endorsements as prescribed and
provided herein. If an apparent low bidder fails to comply strictly with
the insurance requirements, that bidder may be disqualified from award of
the contract. Upon bid award, all insurance requirements shall become
contractual obligations which the successful bidder shall have a.duty to
maintain throughout the course of this contract.
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the
Contractor, the Contractor shall "provide and maintain until the
contracted work has been completed and accepted by the City of Denton,
Owner, the minimum insurance coverage as indicated hereinafter.
As soon as practicable after notification of bid award, Contractor shall
file with the Purchasing Department satisfactory certificates of
insurance, containing the bid number and title of the project.
Contractor may, upon written request to the Purchasing Department, ask
for clarification of any insurance requirements at any time; however,
Contractors are strongly advised to make such requests prior to bid
opening, since the insurance requirements may not be modified or waived
after bid opening unless a written exception has been submitted with the
bid. Contractor shall not commence any work or deliver any material
until he or she receives notification that the contract has been
accepted, approved, and signed by the City of Denton.
All insurance policies proposed or obtained in satisfaction of these
requirements shall comply with the following general specifications, and
shall be maintained in compliance with these general specifications
throughout the duration of the Contract, or longer, if so noted:
o Each policy shall be issued by a company authorized to do
business in the State of Texas with an A.M. Best Company
rating of at least A
o Any deductibles or self -insured retentions shall be declared
in the bid proposal. If requested by the City, the insurer
shall reduce or eliminate such deductibles or self -insured
retentions with respect to the City, its officials, agents,
employees and volunteers; or, the contractor shall procure
a bond guaranteeing payment of losses and related
investigations, claim administration and defense expenses.
CI - 1
I n A11nIq
o Liability policies shall be endorsed to provide the following:
00 Name as additional insured the City of Denton, its
Officials, Agents, Employees and volunteers.
oo That such insurance is primary to any other insurance
available to the additional insured with respect to claims
covered under the policy and that this insurance applies
separately to each insured against whom claim is made or
suit is brought. The inclusion of more than one insured
shall not operate to, increase the insurer's limit of
liability.
o All policies shall be endorsed to .pr.ovide thirty(30) days
prior written notice of cancellation, non -renewal or reduction
in coverage.
o 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:
o 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.
o Should any required insurance lapse during the contract term,
requests for payments originating after such lapse shall not
be processed until the City receives satisfactory evidence of
reinstated coverage as required by this contract, effective as
of the lapse date. If insurance is not reinstated, City may,
at its sole option, terminate this agreement effective on the
date of the lapse.
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS:
All insurance policies proposed or obtained in satisfaction of this
Contract shall additionally comply with the following marked
specifications, and shall be maintained in compliance with these
additional specifications throughout the duration of the Contract, or
longer, if so noted:
CI - 2
AAA00819
Ki General Liability Insurance:
General Liability insurance with combined single limits of not
less than $500,000.00 shall be provided and maintained by the
contractor. The policy shall be written on an occurrence basis
either in a single policy or in a combination of underlying and
umbrella or excess policies.
If the Commercial General Liability form (ISO Form CG 0001
current edition) is used:
o Coverage A shall include premises, operations, products,
and completed operations, independent contractors,
contractual liability covering this contract and broad form
property damage coverages.
o Coverage B shall include personal injury.
o Coverage C, medical payments, is not required.
If the Comprehensive General Liability form (ISO Form GL 0002
Current Edition and ISO Form GL 0404) is used, it shall include
at least:
o 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.
o Broad form contractual liability (preferably by
endorsement) covering this contract, personal injury
liability and broad form property damage liability.
[X] Automobile Liability Insurance:
Comprehensive or Business Automobile Liability insurance shall be
provided by the Contractor with limits of not less than
$500,000.00 per occurrence either in a single policy or in a
combination of underlying and umbrella or excess policies. The
policy will include bodily injury and property damage liability
arising out of operation, maintenance or use of any auto,
including owned, non -owned and hired automobiles and employee
non -ownership use. (ISO Form CA 0001 Current Edition)
IX
Workers Compensation Insurance
/ j 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
CI - 3
AAA00819
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.
Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all times
during the prosecution of the work under this contract, an
Owner's and Contractor's Protective Liability insurance policy
naming the City as insured for property damage and bodily injury
which may arise in the prosecution of the work or contractor's
operations under this contract. Coverage shall be on an
"occurrence" basis, and the policy shall be issued by the same
insurance company that carries the contractor's liability
insurance. Policy limits will be at least
combined bodily injury and property
aggregate.
damage per occurrence with a
Fire Damage Legal Liability Insurance
Coverage
provided
leases or
than
is required if Broad form General Liability is not
or is unavailable to the contractor or if a contractor
rents a portion of a City building. Limits of not less
each occurrence are required.
Professional Liability Insurance
Professional liability insurance with limits not less than
per claim with respect to negligent acts, errors or
omissions in connection with professional services is required
under this Agreement.
Builders' Risk Insurance
Builders' Risk Insurance, on an All -Risk form for 100% of the
completed value shall be provided. Such policy shall include as
"Named Insured" the City of Denton and all subcontractors as
their interests may appear.
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.
CI - 4
AAAnnp,,
WORK DAYS
BID NO. 1652
PO NO.
BID TABULATION SHEET
ITEK
DESCRIPTION
QUANTITY
UNIT
I UNIT PRICE
TOTAL
2.11.5
Ring and Cover
inlets
EA
$ aD.Co /EA
$
3-A
Remove Concrete Pavement
SY
$ .30 /SY
3-8
Remove Concrete Curb &
Gutter
LF
4.AV
$ /r.r.
$
3-C
Remove Concrete Driveway
& Sidewalk
SY
$ ,1 i
'70 llt�
$
3.3
Unclassified Excavation
CY
$ 9.00 /CY
$
3.9
Sod
SY
$ 5.50 /SY
$
5.7-B
2" Asphalt Pavement
(TypeD Patch Material
TN
$ 75,0o /TN
$
5.8-A-2
4" Concrete Flatwork
colored and textured
SY
$ 43•00 /sY
$
5.8-A
6" Concrete Pavement
Radius, Etc.
$
$
a. 0 to 50 Sq. Yde.
BY
$ 29.25 /By
$
b. 50 to 100 Sq. Yde.
BY
$ 28•00 /SY
$
C. 100 to 500 Sq. Yde
SY
$ 25.75 /SY
$
5.8-B
8" Concrete Pavement
Radius, etc.
$
$
a. 0 to 50 Sq. Yde.
SY
$ 32.40 /SY
$
b. 50 to 100 Sq. Yde.
BY
$ 31.15 /SY
$
C. 100 to 500 Sq. Yde
SY
$ 28.90 /SY
$
6.2.10 (C)
One Sack Concrete
Backfill
CY
$ 45.W'/CY
$
6.7.2-A
Adjust Manhole and
Inlets
EA
$ 550.()D /EA
$
7.6.A-1
4' ID Manhole (0' to 6'
Depth)
EA
$12"M /EA
$
7.6.A-1 (1)
Extra Depth
VF
$ 1C0C0/VF
$
7.6.A-2
5' x 5' Junction Box (0'
to 6' Depth)
EA
$ 11.U.00 /EA
$
CONCRETE'WORK
BID TABULATION SHEET
WORK DAYS
BID NO. 1652
PO NO.
QUANTITY
UNIT
UNIT PRICE
TOTAL
ITEM
DESCRIPTION
7.6.A-2 (1)
Extra Depth
VF
$ 100.0D 1VF
$
7.6.A-3
4' Inlet (0' to 6'
Depth)
EA
$1,250.0D /EA
$
7.6.A-3 (1)
Extra Depth
VF
$ 100.00 1VF
$
7.6.A-4
6' Inlet (0' to 6'
Depth)
EA
$12450,C0 /EA
$
7.6.A-4 (1)
Extra Depth
VF
$ /VF
$
7.6.A-5
8' Inlet (0' to 6'
Depth)
EA
$11550.0D /EA
$
7.6.A-5 (1)
Extra Depth
VF
$ 150•00 /VF
$
7.6.A-6
10, Inlet (0' to 6'
Depth)
EA
$1,650.00 /EA
$
7.6.A-6 (1)
Extra Depth
VF
$ 20D.0D /VF
$
7.6.A-7
Rebuilt Inlet (Remove
and Replace To
$
$
a. 4' Inlet
EA
$ 700 ()O/EA
$
b.6' Inlet
EA
$ 750 0/EA
$
C. 8' Inlet
EA
$ 800,00/EA
$
d. 10' Inlet
EA
$ 850'00/EA
$
7.6.A-8
Rebuilt Existing Inlet
(Special)
$
$
a. 4' Inlet
EA
$ 1,500.0D/EA
$
b. 6' Inlet
EA
$ 1,600.00/EA
$
C. 8' Inlet
EA
$ 1)800•00/EA
$
d. 10' Inlet
EA
$ 2,C(p,CQ/EA
$
7.6.A-9
Inlet Site Preparation
EA
$ 150,00/EA
$
1
F
Barricades, Warning
Signs 6 Detours
LS
$ 250.00/LS
$
n - 1)
CONCRETE "WORK
BID TABULATION SHEET
WORK DAYS
BID NO. 1652
PO NO.
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
8.2
Dowel -On Integral Curb
LF
$ 4.00 /LF
I
$
8.2-A
Concrete Curb d Cutter
$
$
a. 0' to 250'
LF
$ 7.75 /LF
$
b. 250' to 1000'
LF
$ 7.00 /LF
$
C. 1000' - up
LF
$ 6.50 /LF
$
8.2.A-1
Overlay Milled Curb 0'
to U
LF
$ 4.00 /LF
$
8.2.A-2
30" Surmountable Curb
LF
$ 10•5D /LF
$
8.3
6" Concrete Driveway
$
$
a. 0 to 50 Sq. Yde.
SY
$ 29.25 /By
$
b. 50 to 100 Sq. Yde.
SY
$ 28.00 /By
$
C. 100 to 500 Sq. Yde.
SY
$ 25.7.5 /SY
$
8.3-A
4" Concrete Sidewalk
$
$
a. 0 to 50 Sq. Yde.
SY
$ 27.00 /By
$
b. 50 to 100 Sq. Yds.
SY
$ 24.75 /By
$
c. 100 to 1000 Sq. Yds.
SY
$ 20.25/SY
$
8.4
Concrete Medians
SY
$ 20.25/SY
$
8.6
Concrete Steps
SF
$ 8.50/SF
$
8.15
Concrete Rip -Rap
BY
$ 29.25 /SY
$
8.48
Abandon Inlet/Lateral
EA
$ 500.00/EA
$
SP-1
Saw Cut (Existing
Asphalt)
LF
$ 1.50/LF
$
SP-2
Saw Cut (Existing
Concrete)
LF
$ 3.00/LF
$
my-,T, MWORK
WORK DAYS
BID NO. 1f,S2
PO NO.
BID TABULATION SHEET
ITEM -
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
SP-3
Structural Concrete
(Class A
CY
$ 325.00 /CY
$
SP-4
Conc. for Light Standard
Bases
CY
$ n.D)/CY
$
SP-6
Conc. for Traffic
Control Pull Box
EA
$ 275.OD /EA
$
TOTAL
$
AAA02571
P - 4
This bid will be in effect for a period of one year from date of award,
but may be extended for an additional year 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
(817) 565-0114
Telephone
Floyd Glenn Smith
Bidder
Signafute
Title
P - 5
..................................
ill:®11:11®
Ramey & King Insurance
830 1.75E Suite A
Denton TX 76205-
_...... ... 1.1........
INSURED
Floyd Smith Concrete Contr
Floyd Glenn Smith
P O Box 1781
Denton TX 76M
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
POLICIES BELOW.
...............................
COMPANIES AFFORDING COVERAGE
I--..................................................................................1... _ _ ...
DLL Y A Trinity Universal
COMPANY B
.......... LETTER
....................... -
COMPANY C
LETTER
COMPANY D
LETTER
COMPANY E
LETTER
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
.....:.............. .............................................. ......................................................................... .............................. ........... ........... ........................... ............................................
.......
'b : TYPE OF INSURANCE POLICY NUMBER: POLICY EFFECTIVE :POLICY EXPIRATION LIMITS
DATE (MWDDNY) DATE (MMA)Dn
.... ......................................... ............ ..... ..... ......
A GENERAL LI INU TY GLA747491845 ..... 09/01/94 05/01/95 GENERAL AGGREGATE S 1000000
X :COMMERCIAL GENERAL LIABILITY _....... .......................
.... CLAIMS MADE X : OCCUR.
OWNERS A CONTRACTORS PROT.
ROBLE LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
GARAGE LIABILITY
A
DESCRIPTION OF 0PIERAT IDNSLOCATI NSNEHICLEMPECW. mBAS
Additional Insured: City of Denton, Officials, Agents, Employees and
Volunteers.
WC - Waiver of Subrogstlon - City of Denton
PRODUCTSCOMPAP AGO.
.... .................
PERSONAL A ADV. INJURY
.......... ....._..._................
EACH OCCUMOJCE
..............................................
FIRE DAMAGE (Any one Sre)
MED. EXPENSE (Any am perms
.............................................
COMBINED SINGLE
LIMN
..............................................
BODILY INJURY
(Par perms)
..............................................
BODILY INJURY
(Per accidene
PROPERTY DAMAGE
I— ..........................
EACH OCCURRENCE
AGGREGATE
STATUTORY LIMITS
.:........:..................................
ON01/94 05/011% EACH ACCIDENT
DISEASE - POLICY LIMN
............................................
DISEASE - EACH EMPLOYEE
................
r
..59110g9.._-
.
............... ........
100000
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
City of Denton Is MAIL 30 DAYS WRTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
Purchasing Dept !!:'- LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
9018 Texeai'3 LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
Denton TX 76201 ...,
RLLSTRTE WRYNE HOLT TEL:817-566-5942 Aug 29,94 13:34 No.002 P.01
CERTIFICATE OF INSURANCE
4
® ALLSTATE INSURANCE COMPANY ❑ ALLSTATE INDEMNITY COMPANY ❑ ALLSTATE TEXAS LLOYD'8
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CEATlFI-
CATE DOES NOTAMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
CITY OF DENTON ITS OFFICIALS, AGENTS, FLOYD SMITH
EMPLOYEES AND VOLUNTEERS AS ADDITIONAL PO BOX 1781
INSUREDS I DENTON TX 76201-1781
This Is to certify that policies of Insurance listed below have been Issued to the Insured named above subject to the expiration date Indicated below,
notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be Issued or may
pertain. The Insurance afforded by the policies described herein Is subject to all the terms, exclusions, and conditions of such policies.
TYPE OF INSURANCE AND LIMITS
COMMERCIAL GENERAL LIABILITY Policy Effective
Number Date
Expiration
Date
Limit
Amount
GENERAL AGGREGATELIMITOtherthanProducts — Completed Operations)
$
PRODUCTS — COMPLETED OPERATIONS AGGREGATE LIMIT
$
PERSONAL AND ADVERTISING INJURY LIMIT
$
EACH OCCURRENCE LIMIT
$
PHYSICAL DAMAGE LIMIT
$
ANY ONE LOSS
MEDICAL EXPENSE LIMIT
$
ANY ONE PERSON
WORKERS'COMPENSATIONJk Policy Effective
EMPLOYERS' LIABILITY Number Date
Expiration
Date
Coverage
Limits
WORKERS'COMPENSATION
STATUTORY —applies only in the following stales:
EMPLOYERS'
LIABILITY
BODILY INJURY BY ACCIDENT
$
EACHACCIDENT
BODILY INJURY BY DISEASE
$
EACH EMPLOYEE
BODILY INJURY BY DISEASE
$ -
POLICY LIMIT
AUTOMOBILE LIABILITY Policy Effective
Number 649559731 Date 6/11/94
Expiration
Date 6/11/95
Coverage Basis
Limits
MANY AUTO ❑OWNED AUTOS O➢HIRED AUTOS
MSPEGIFIEDAUTOS 110 NON -OWNED AUTOS
DOWNED PRIVATE PASSENGER AUTOS
C30WNED AUTOS OTHER THAN PRIVATE PASSENGER
Combined Sin Ie Limitof Liability
BODILY INJURY 6 PROPERTY DAMAGE $ 1.000,
000 000.
EACH ACCIDENT
SpIRLIablittyLlmlts
Badly Injury
Pr Deme a
Each
$
:IMS21.i+,
PERSON
$
1 $
1 ACCIDENT
UMBRELLA LIABILITY Policy Effective
Number Date
Expiration
Date
EACH OCCURRENCE
GENERALAGGREGATE
T PRODUCTS —COMPLETED OPERATIONS AGGREGATE
$
Is
OTHER(Show Policy Effective
type of Policy) Number Date
Expiration
Date
DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESIRESTRICTIONSISPECIAL ITEMS
CANCELLATION `
Number of days notice 30 11�61/94
Aulho,lnd AprwrmMlln Dale
Should any of the above described policies be cancelled beforethe expiratlondate, the Issuing company will endeavor to mail wllhin the number of
days entered above, written notice to the certificate holder named above. But failure to mail such notice shall Impose no obligation or liability of any
kind upon the company, Its agents or representatives.
110520 2
RUG 29 '94 13:50 917 566 5942 PRGE.001
TRNDMAKR.ORD
ORDINANCE NO. 7 / 1Sa••
AN ORDINANCE PARTIALLY VACATING CERTAIN PUBLIC UTILITY AND DRAINAGE
EASEMENTS RECORDED IN THE REAL PROPERTY RECORDS OF DENTON COUNTY,
TEXAS AT VOLUME 1686, PAGES 0852, 0858 AND 0860; AND PROVIDING FOR
AN EFFECTIVE DATE.
WHEREAS, the City of Denton has received a request from Don
Allen for the partial abandonment of certain public utility and
drainage easements; and
WHEREAS, the City Council of the City of Denton has determined
that those portions of the public utility and drainage easements
being vacated are no longer needed for public use; and
WHEREAS, the fair market value of the vacated portions of the
public utility and drainage easements have been determined and
received, as required by section 272.001 of the Texas Local
Government Code and DENTON, TEX., CODE ch. 2 art. IV. (1991); NOW,
THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS:
SECTION I. That those portions of the public utility and
drainage easements described in Exhibits "A-1" and "A-211, attached
hereto and incorporated herein by reference, and recorded in Volume
1686, Pages 0852, 0858 and 0860 of the Real Property Records of
Denton County, Texas, are permanently vacated and extinguished as
public easements, to the extent described in said exhibits.
SECTION II. That by reason of such vacation the City of
Denton's property interest in the vacated portions of said ease-
ments shall, by operation of law, revert to the owner or owners
abutting the easements herein abandoned, and the City of Denton
releases any and all claims to the use of the vacated portions of
said property as public easements.
SECTION III. That this ordinance shall become effective immed-
iately upon its passage and approval.
PASSED AND APPROVED this the/day of � � 1994.
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
B?OVED
A IASTO LEGAL FORM:
DEBRA A. DRAYOVITCH, CITY ATTORNEY
PAGE 2
EXHIBIT "A-1"
BEING a portion of a 16' Drainage and Utility Easement given to the City of Denton, Texas as
recorded in Volume 1686, Page 852, Real Property Records (R.P.R.), Denton county, Texas
and being a part of a 43.792 acre tract of land conveyed to Centennial Homes, Inc. DBA,
Trend Maker Homes as recorded in Instrument Number 94-R0003327 R.P.R., Denton County,
Texas, the portion of said easement being more particularly described as follows:
COMMENCING at a 5/8" iron rod set for the southwesterly corner of said 43.792 acre tract of
land, and being in the easterly right-of-way line of Lillian Miller Road (80' R.O.W.);
THENCE N 88043'53" E, along the southerly line of said 43.792 acre tract, same being the
northerly line of that certain tract of land described to Horsham Developement Corporation as
recorded in deed in Volume 3453, Page 547, D.R.D.C.T., 1150.60 feet to a point for corner;
THENCE N 04044'25" E, 27.56 feet to the THE POINT OF BEGINNING;
THENCE S 43000'57" W, 31.87 feet;
THENCE N 88043'53" E, 44.72 feet;
THENCE N 43000'57" E, 103.66 feet;
THENCE S 04044'25" W, 51.68 feet to the POINT OF BEGINNING and containing 542 square
feet of land, more or less.
G193328101\281EX02.FNS
June 6, 1994
Ef"
(o-io-14
EXHIBIT "A-2"
BEING a portion of a 16' Drainage and Utility Easement given to the City of Denton, Texas as
recorded in Volume 1686, Page 858, Real Property Records (R.P.R.), Denton county, Texas
and being a part of a 43.792 acre tract of land conveyed to Centennial Homes, Inc. DBA,
Trend Maker Homes as recorded in Instrument Number 94-R0O03327 R.P.R., Denton County,
Texas, the portion of said easement being more particularly described as follows:
BEGINNING at a 5/8" iron rod found for the northwesterly corner of said 43.792 acre tract of
land, and being in the easterly right-of-way line of Lillian Miller Road (80' R.O.W.);
THENCE N 88039'49" E, along the northerly line of said 43.792 acre tract, 28.91 feet;
THENCE S 28049'03" W, 21.22 feet to a point for the beginning of a curve to the left having a
radius of 880.05 feet;
ALONG said curve to the left through a central angle of 20003'50", for an arc length of 308.18
feet;
THENCE S 82038'13" E, 291.20 feet;
THENCE S 05041" 1" E, 16.42 feet;
THENCE N 82038'13" W, 294.88 feet to a point for the beginning of a curve to the right
having a radius of 896.05;
ALONG said curve to the right through a central angle of 21 041'27", for an arc length of
339.22 feet to a point in the easterly line of said Lillian Miller Road;
THENCE N 28049'03" E, along said easterly right-of-way, 23.03 feet to the POINT OF
BEGINNING and containing 0.239 acres (10,422 sq. ft.) of land, more or less.
GA933281 01\281 EX01.FNS
June 6, 1994
GARY S. VEDRO
r .............t,
of
Nr
'V4
POINT OF COMMENCING
I
I
I
I
l
I
II
I
z I
I
�1
w I
m �
II
I
II
HERSHAM
DEVELOPMENT CORPORATION
VOL 3453, PG. 547
R.P.R.D.C.T.
G
II
1
�I I
0 1
�I
I
i
I
I
I
I
II
II
A
0 100 200 400
SCALE FEET
8p.
Rp
`J
FUTURE SOUTHRIDGE ESTATES
PHASE I / fgle �Pt
/r
I
'
CENTENNIAL HOMES INC.. DBA ISFASTING DRAINAGE kUTILTY EASEMENT
TRENDMAKER HOMES R.PIRR6, P. 858 -y/
94-R0003327 �� I
43.792 ACRES
II
1
II
II
II
II
11
II
II
FUTIRE I /
II
EXISTING DRAINAGE &
PONT OF BEGINNINGU
UTILITY EASEMENT / 1
V.P. 652
AEI DETAIL \` R.P.R..R, / /
//
II
I
•
`,. ST I; t' ////
,; t •' / /
CHARLES W. MCNEILL AND W
V RGINIA LEE MCNEILL
VOL 477. PG 6D4
FUTURE SOUTHRIDGE ESTATES R.P.R.D.GT.
I / / PHASE 2
II /
11
II
In
f
1 S sT.6e
31.87 O4
` 31.67 S Y�4'.-5- W
� I
50' ROAD EASEMENT
I FOR RIGHT-OF-WAY
-- --_—_T
_
--'" — POINT OF BEGINNING \�
DEWEY E. BALL TO
DENTON COVNTY
voL. 33a Pc. IR
542 Sq. Ft.
ORj�
ST DETAIL
100'
W a
e
...5u... seu..«
OARY S.e EDRO $ _
...• oea..y.e•
�� •• off' �' O�
Ps° �'� ��a�'.
�®
•
aUFIV�y J.C. THOMAS AND RIFE
MINNIE THOMAS
293,
. ) VOL 29a PG 134
.GT.
•
EXHIBIT "B-1" /s®
PARTIAL EASEMENT ABANDONMENT VFN®
CUrtOr BUrge=
16'DRAINAGE & UTILITY EASEMENT
n9Tn"rrInHD M{ hitecture,
b�s"ll9
P,RIRt
VOL_ 1686, PG. 852
CARTER do BURGESS, INC.
7950 ELLIBROOM OM SUITE 250
DA11AS, TX 75247-4961
Mi��eR I
� A
\R�Hq
0 100 200 400
Y
� SCALE FEET
� so.
\9k
FUTURE SOUTHRIDGE ESTATES
? POINT OF BEGINNING
PHASE i
D 21.41'27'
8639'49• E
R - 896.05'
8.91
T - 171.67'
/As'
L - 339.22'
'49'03' W
C . 337.20'
18' E%IS11NC DRAINAGE &
CENTENNIAL HOMES INC., DBA unu EasEMENr D . 2ovs'so•
V. lass, P. 858 R . 880.08'
TRENDMAKER HOMES R.P.R. 7. ISS.68'
94—R000 3327 0.23E L - �1S'
HERSHAM ACRE
DEVELOPMENT CORPORATION ' 43.792 ACRES
VOL. 3451 PO, 547 I {p ¢
R.P.RA.C.T.
r11113
"♦♦♦ ! I S OV41'11• E
`♦ ♦ ! 1 16.42
I 16' EWISTING DRAINAGE
--.4 I+--- & UTILITY EASEMENT
VOL. 1686, PG. 552
R.P.R.
CHARLES W. MWEILL AND WIFE
< < ;;'�', /:• �!'/ //// I MRGIWA LEE NCIB'ILL
VOL 477, PG. 604
vV:+'�. ///// RP,R.D.C. T.
/
I
_ FUTURE SCUTHfl IDGE ESTATES
�_. PHASE 2
II I
{I
II
II
II
I
j 50' ROAD EASEMENT
1 I FOR RIGHT-OF-WAY
I DEWEY E. BALL TO
J DENTON COUNTY
-- VOL 333, PG. i9
.a ZtAw'w
F
�'A,rF�gS� ;: ,ISJ,(, .LC. THOMAS AND WIFE
Q......• t_1 .� MINNIE THOMAS
$UF�v vGL 2g3, .C. ,x
R203,D.C,T.
E IBIT "B-2" In CarteruBurgess
PARTIAL EASEMENT ABANDONMENT Camuitants in Engineering. Architecture.
16'DRAINAGE & UTILITY EASEMENT Planning and Lh. Envimnm.nt
VOL. 1686, PG. 858 7sU5oTERwBR6oRBUDRRR�£SwITINC.
DMus. Tx 75x+7-w ,
RETURN TO: City of Denton
215 E. McKinney
Denton, TX 76201
ATTN: Roger N. Wilkinson
ply nnD" ISInN Rc^F'^I °,rlr i RESTRICTS THE SALE. R' .T'
C. THE I'Fi01 &8 f L {', PENTY Cr�AUSE I=F UULLd Oit fv.,...�
INVALIDAND UNENF,. :At.4 .UNOERUZRALL,J.
THESTATEOFTEXAS'(
COUNTYOFUNTON 1
Iherelryclulltythat this lnsimmentWe9E11.0 In the File Numeer5eeuvueon
the date and tha lmm stamped hereon h?me: and wis duh wonamintha
OfticadPublic nccoresofRSlPrapctlyctUsn9on0ue."47" rson
AUG 2 4 1994
s ,
COUNTY CLERK
DCt:T09 COU':TY,'; E;J;S �,e,
Filed for Record in:
DENTON COUNTYv TX
HONORABLE TIM HODGES
/COUNTY CLERK
On 1994/08/24
At 3:01p
Number: 94—R0065968
Type : OR 23.00