HomeMy WebLinkAbout1992-206ORDINANCE NO. 1(�
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 com-
petitive bids for the construction of public works or improvements
in accordance with the procedures of state law and City ordinances,
and
WHEREAS, the City Manager or a designated employee has receiv-
ed and recommended that the herein described bids are the lowest
responsible bids for the construction of the public works or im-
provements described in the bid invitation, bid proposals and plans
and specifications therein; NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I. That the following competitive bids for the con-
struction of public works or improvements, as described in the "Bid
Invitations", "Bid Proposals" or plans and specifications on file
in the Office of the City's Purchasing Agent filed according to the
bid number assigned hereto, are hereby accepted and approved as be-
ing the lowest responsible bids:
BID NUMBER CONTRACTOR AMOUNT
1429 FLOYD SMITH $96,500.00
SECTION II. That the acceptance and approval of the above
competitive bids shall not constitute a contract between the City
and the person submitting the bid for construction of such public
works or improvements herein accepted and approved, until such
person shall comply with all requirements specified in the Notice
to Bidders including the timely execution of a written contract and
furnishing of performance and payment bonds, after notification of
the award of the bid.
SECTION III. That the City Manager is hereby authorized to
execute all necessary written contracts for the performance of the
construction of the public works or improvements in accordance with
the bids accepted and approved herein, provided that such contracts
are made in accordance with the Notice to Bidders and Bid Propos-
als, and documents relating thereto specifying the terms, condi-
tions, plans and specifications, standards, quantities and speci-
fied sums contained therein.
SECTION IV. That upon acceptance and approval of the above
competitive bids and the execution of contracts for the public
works and improvements as authorized herein, the City Council here-
by 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 im-
mediately upon its passage and approval
PASSED AND APPROVED this the kLIday of aw"J&- 1992.
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY.
APPR VED AS TO LEGAL FORM:
DEBRA A. DRAYOVITCH, CITY ATTORNEY
BY* ` —
DATE DECEMBER 8, 1992
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V . Harrell, City Manager
SUBJECT • BID #1429 - CDBG SIDEWALK REPAIR PROGRAM
RECOMMENDATION. We recommend this bid be awarded to the low bidder, Floyd
Smith in the total amount of $96,500 00
SUMMARY: This bid is for all materials and labor to repair approximately 9000 linear
feet of sidewalks in various areas of Denton (Please see attached Memorandum from
Jerry Clark, February 26, 1992)
BACKGROUND: Tabulation sheet, Memorandum Barbara Ross November 20, 1992
OR GROUPS AFFECTED: Community Development and
areas
FISCAL IMPACT: Community Development Block Grant Funds Sidewalk Repair
Program account # 219-057-CD76-8502, Balance of account $105,499V66
Respectfull submltt d
Lloyd V Har ell
City Manager
Prepared by*
Name. Demse Harpool
Title Senior Buyer
Approved.
c_
Name Tom D Shaw, C P M
Title Purchasing Agent
agenda 313
BID # 1429
BID NAME CDBG SIDEWALK REPAIR PROGRAM
OPEN DATE NOVEMBER 12, 1992
# IQUANTITY
DESCRIPTION
TOTAL AMOUNT
BOND
LARRY MANNING
VENDOR
$98,750 00
YES
FLOYD GLENN
SMITH
$96,500.00
YES
CITY of DENTON, TEXAS
DATE:
TO:
FROM:
SUBJECT:
RECEIVE
CITY OF Otkd }
PURL,'
1997 NOV 23 Eli 3 44
Community Development Office
105Va West Hickory Street
Denton, Texas 76201 4115
(817) 383 7726
MEMORANDUM
November 20, 1992
Tom Shaw, Purchasing Agent
Barbara Ross, Community Development Administrator
Community Sidewalks/Bid #1429
Based on the recommendation of David Salmon, the Community
Development Office would like to accept the bid of Floyd Smith for
the Community Sidewalks project. Mr. Smith's bid of $96,500 was
low bid on the project
Please schedule the bid for City Council approval as soon as
possible. Call me at extension 7235 if you have any questions or
�n
d additional information. Thank you
7zC e.J
Barbara Ross
xc: David Salmon, Senior Civil Engineer
"Dedicated to Quality Service"
CITY of DENTON, TEXAS MUNICIPAL BUILDING / 215 E McKINNEY / DENTON, TEXAS 76201
MEMORANDUM
DATE February 26, 1992
TO Barbara Rose, Community Development Coordinator
FROM Jerry Clark, Director of Engineering & Transportation
SUBJECT. Sidewalk Repair Cost Estimates - Priority List
Quadrant #1
Bryan - Oak to Scripture 1,056 LF
Normal - Oak to Scripture 1,640 LF
2,696 LF
2,696 LF = 1,198 BY
Quadrant #2
Frame -
Mingo to Grove
300
890
LF
LF
Vine -
Grove to Texas
408
LF
Fowler
- Peach to Forrest
Palmer
- Peach to Forrest
488
LF
2,086
LF
2,086 LF = 927 BY
Quadrant #3
Prairie -
Bernard to Ave A
150
LF
Jacqueline - Parvin to Willowwood
200
LF
Westwood
- Parvin to Willowwood
60
LF
Locust -
Eagle to Mulberry
528
LF
Stroud -
Carroll to Elm
1,056 LF
1,994
LF
1,994 LF = 886 SY
Quadrant #4
Robertson - Bell to Jackson
45
LF
Wainwright -
Sycamore to Prairie
685
LF
Oak - Austin
to Bell
808
LF
Industrial -
Hickory to Bell
405
LF
Alegra Vista
- Dallas Dr to End
212
LF
2,155
LF
2,155 LF = 958 SY
AEEOOODC
P - 4
8171566-8200 D/FW METRO 434-2529
Cou Zito
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this
DECEMBER A.D., 1992 , by and between
THE CITY OF DENTON
of the County of
DENTON
through LLOYD V. HARRELL
day of
and State of Texas, acting
thereunto duly authorized so to do, hereinafter termed "OWNER," and
FLOYD SMITH, P.O. BOX 1781, DENTON, TEXAS 76202
of the City of
and State of
IODOOORI
termed "CONTRACTOR."
, County of
DENTON
, hereinafter
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by
OWNER, and under the conditions expressed in the bonds bearing even
date herewith, CONTRACTOR hereby agrees with OWNER to commence and
complete performance of the work specified below:
Rrn # 1429 - CDBG SIDEWALK REPAIR PROGRAM in the amount of $96,500.00
and all extra work in connection therewith, under the terms as
stated in the General Conditions of the agreement; and at his (or
their) own proper cost and expense to furnish all materials,
supplies, machinery, equipment, tools, superintendence, labor,
insurance, and other accessories and services necessary to complete
the work specified above, in accordance with the conditions and
prices stated in the Proposal attached hereto, and in accordance
with all the General Conditions of the Agreement, the Special
Conditions, the Notice to Bidders (Advertisement for Bids),
Instructions to Bidders, and the Performance and Payment Bonds, all
attached hereto, and in accordance with the plans, which includes
CA - 1
all maps, plats, blueprints, and other drawings and printed or
written explanatory matter thereof, and the Specifications
therefore, as prepared by ENC.ZNEERING STAFF
aii ;L whicn 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:
�'r2�kC�-tG�Ldf�
ATTEST:
CITY OF o,u .
OWNER
By
(SEAL)
M-19
/_!'
(SEAL)
CA - 3
PERFORMANCE BOND
STATE OF TEXAS §
COUNTY OF DENTON r�
KNOW ALL MEN BY THESE PRESENTS: That From SMITH
, of the City of DENTON
County of nRN1:)N and State of TES
as PRINCIPAL, and Universal Suiety of America
as SURETY, authorized under the laws of
the State of Texas to act as surety on bonds for principals, are
held and firmly bound unto the THE CITY OF DENTON
as OWNER, in the penal sum of NINTY-SIX THOUSAND FIVE HUNDRED and
not100------------------------
--- Dollars ($ 96 500.00
for the
payment whereof, the said Principal and Surety bind themselves, and
their heirs, administrators, executors, successors and assigns,
jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written
contract with the OWNER, dated the B day of DECEMBER
1992 , for the construction of BID # 1429 - CDBG SIDEWALK REPAIR
PROGRAM in the amount of $96,500.00.
which contract is hereby referred to and made a part hereof as
fully and to the same extent as if copied at length herein.
NOW, THEREFORE, the condition of this obligation is such, that
if the said principal shall faithfully perform said Contract and
shall in all respects, conditions and agreements in and by said
contract agreed and covenanted by the Principal to be observed and
performed, and according to the true intent and meaning of said
Contract and the Plans and Specifications hereto annexed, then this
obligation shall be void; otherwise to remain in full force and
effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of Texas
as amended by acts of the 56th Legislature, Regular Session, 1959,
and all liabilities on this bond shall be determined in accordance
with the provisions of said Article to the same extent as if it
were copied at length herein.
PB - 1
PROVIDED FURTHER, that if any legal action be filled upon this
bond, venue shall lie in DENTON County, State of
Texas.
Surety, for value received, stipulates and agrees that no
change, 9iCtans:zon of i:i1je, a1zezaticn ]r addition to the .. _-ms
the contract, or to the work performed thereunder, or the plans,
specifications, or drawings accompanying the same, shall in any way
affect its obligation on this bond, and it does hereby waive notice
of any such change, extension of time, alteration or addition to
the terms of the contract, or to the work to be performed
thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed
and sealed this instrument this 14 day of December
1992 .
Smith
Principal
Address: P.O. Box 1781
Address:
950
Echo Lane Suite 250
Denton, Texas 76202
Houston,
Texas
77024
(SEAL)
(SEAL)
The name and address of the Resident Agent of Surety is:
Ramey King & Minnis
101 S. Locust Suite 707, Denton, Tx. 76201
NOTE: Date of Bond must not be prior to date of Contract.
PB - 2
PAYMENT BOND
STATE OF TEXAS S
OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That FLOYD SMITH
of the City of DENTON
County of DENTON , and the State of mFxas
as principal, and Universal Surety of America
authorized under the laws of the State of Texas to act as surety on
bonds for principals, are held and firmly bound unto
THE CITY OF DENTON OWNER, in the penal sum of
NINTY-SIX THOUSAND FIVE HUNDRED AND no/100----- Dollars ($ 96,500.00
for the payment whereof, the said Principal and Surety bind
themselves and their heirs, administrators, executors, successors
and assigns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written
contract with the Owner, dated the B day of DECEMBER
19 92
BID # 1429 - CDBG SIDEWALK REPAIR PROGRAM in the amount of $96,500.00.
to which contract is hereby referred to and made a part hereof as
fully and to the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH,
that if the said Principal shall pay all claimants supplying labor
and material to him or a subcontractor in the prosecution of the
work provided for in said contract, then this obligation shall be
void, otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to
the provisions of Article 5160 of the Revised Civil Statutes of
Texas as amended by the acts of the 56th Legislature, Regular
Session, 1959, and all liabilities on this bond shall be determined
in accordance with the provisions of said Article to the same
extent as if it were copied at length herein.
PB - 3
Surety, for value received, stipulates and agrees that no
change, extension of time, alteration or addition to the terms of
the contract, or to the work performed thereunder, or the plans,
specifications, or drawings accompanying the same, shall in any way
affect its obligation on this bond, and it does hereby waive notice
c_` char.g- ex=enslcn of time alters ,
' ti,,r. or add -
_ion to
the terms of the contract, or to the work to be performed
thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have
signed and sealed this instrument this 14 day of December
19 92—.
Floyd Smith
Principal
BY—Y nj 1 41d
Title # /
Address: P.O. sox 1781
Denton, Tx. 76202
(SEAL)
Universal Surety of America
Surety
Address: 950 Echo Lane Suite 250
Houston, Texas 77024
(SEAL)
The name and address of the Resident Agent of Surety is:
Ramey King & Minnis
101 S. Locust Suite 707. Denton, Tx. 76201
PB — 4
MAINTENANCE BOND
THE ST?.TE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS: That FLOYD SMITH
as Principal, and Universal Surety of America
a corporation authorized to do business in the State of Texas, as
Surety, do hereby acknowledge themselves to be held and bound to
pay unto the City of Denton, a Municipal Corporation of the State
of Texas, its successors and assigns, at Denton, Denton County,
Texas, the sum of NINE THOUSAND SIX HUNDRED FIFTY and no/100--------
Dollars ($ 9,650.00 ), ten (10%) percent of the total amount of
the contract for the payment of which sum said principal and surety
do hereby bind themselves, their successors and assigns, jointly
and severally.
This obligation is conditioned, however, that:
WHEREAS, said FLAYD SMITH
has this day entered into a written contract with the said City
of Denton to build and construct BID # 1429 - CDBG SIDEWALK REPAIR
PROGRAM
which contract and the plans and specifications therein mentioned,
adopted by the City of Denton, are filed with the City Secretary of
said City and are hereby expressly incorporated herein by reference
and made a part hereof as though the same were written and set out
in full herein, and;
WHEREAS, under the said plans, specifications, and contract,
it is provided that the Contractor will maintain and keep in good
repair the work therein contracted to be done and performed for a
period of one (1) year from the date of acceptance thereof and do
all necessary backfilling that may become necessary in connection
therewith and do all necessary work toward the repair of any
defective condition growing out of or arising from the improper
construction of the improvements contemplated by said contractor on
constructing the same or on account of improper excavation or
backfilling, it being understood that the purpose of this section
is to cover all defective conditions arising by reason of defective
materials, work, or labor performed by said Contractor, and in case
the said Contractor shall fail to repair, reconstruct or maintain
said improvements it is agreed that the City may do said work in
MB - 1
accordance with said contract and supply such materials and charge
the same against the said Contractor and its surety on this
obligation, and said Contractor and surety shall be subject to the
damages in said contract for each dayfs failure on the part of said
Contractor to comply with the terms and provisions of said ccntract
:na cnis .:ond.
NOW, THEREFORE, if the said Contractor shall perform its
agreement to maintain said construction and keep same in repair for
the maintenance period of one (1) year, as herein and said contract
provided, then these presents shall be null and void and have no
further effect; otherwise, to remain in full force and effect.
It is further agreed that this obligation shall be a
continuing one against the Principal and Surety and that successive
recoveries may be had hereon for successive breaches of the
conditions herein provided until the full amount of this bond shall
have been exhausted, and it is further understood that the
obligation to maintain said work shall continue throughout said
maintenance period, and the same shall not be changed, diminished,
or in any manner affected from any cause during said time.
IN WITNESS WHEREOF, the said Floyd Smith
as Contractor and Principal, has caused these presents to be
executed by Floyd Smith
and the said Universal Surety of America
as surety, has caused these presents to be executed by its
Attorney -in -Fact James E. King
and the said Attorney -in -Fact has hereunto set his hand this 14
day of December 19 92
SURETY:
Universal Surety of America
BY:
Attorney-in—F
PRINCIPAL:
Eirr�'0:0w"POFA /2A
MB - 2
UNIVERSAL SURETY OF AMERICA
950 Echo Lane, Suite 250, Houston, Texas 77024
Bond No, 698-1107
For verification of the authority of this power you may telephone (713) 722-4660,
GENERAL POWER OF ATTORNEY — CERTIFIED COPY
Know All Alen by These Presents, That UNIVERSAL SURETY OF AMERICA, a corporation duly organized and existing under the laws
of die State of Texas, atxl having its principal office in Houston, Texas, does by these presents make, constitute and appoint
James E. King
its true and lawful Attotney(s)—in—Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and
deliver bonds for:
Principal Floyd G. Smith dba Floyd Smith Concrete Contractor
Obligee Cityof Denton Texas
Amount 9000,00
and to bind the Company thereby as fully and to the HMO extent as if such bonds were signed by the President, sealed with the corporate seal of
the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s)—in—Fact may do within the above
stated 1'unitadons. Said appointment is made under and by authority of lire following resolution adopted by the Board of Directors of Universal
Suety of America at a meeting held on the 1 Ith day of July,1984.
"Be It Resolved, that the President, any Vice President, Secretary or any Assistant Secretary shall be and is hereby vested with full power
and authority to appoint any one or more suitable persons H Attorney(s)—in—Fact to represent and act for and on behalf of the Company."
"RESOLVED that the signature of any officer of the corporation, and the seat of the corporation may be affixed or printed by facsimile to
any power of attorney of the corporation, and that such printed facsimile signature and seal shall be valid and binding upon the corporation."
In Witness Whereof, Universal Surety of America has caused these presents to he signed by Its President, John Knox, Jr. and Its
corporate seal to be hereto affixed this 15th day of October . A.D., 19 90
UNIVERSAL SURETY OF AMERICA
By:
Stale of Texas Joh ox,Jr. OF President
ss:
County of Harris
On this 15th day of October , In the year 90 , before me Wendy W. Stuckey a notary public, personally appeared
John Knox, Jr„ personally known to me to be the person who executed the within instrument as President on behalf of the corpora—
tion therein named and acknowledged to me that the corporation executed It.
(, a �J��.Caa LJ. C,4t�,ueere
Notary Public
1, the undersigned Secretary of Universal Suety of America, hereby certify that the above and foregoing is a full, true and correct copy of
the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Auorooy is still to force and offers.
GIVEN under my hand and the seal of said Company, at Houston, Texas, this 14 day of December) 19 92 .
52" eibe
Secretary
CITY OF DENTON
INSURANCE REQUIRIMIE VTS
FOR CONTRACTORS
Bidders 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
CI - 1
contractor shall procure a bond guaranteeing payment of
losses and related investigations, claim administration and
defense expenses.
o Liability policies shall be endorsed to provide the
--_low:..-, 3:
oo Name as additional insured the City of Denton, its
Officials, Agents, Employees and volunteers.
00 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 riot operate to increase the insurer's
limit of liability.
o All policies shall be endorsed to provide 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
[X] General Liability Insurance:
General Liability insurance with combined single limits of not
less than 500,000 shall be provided and maintained by the
contractor. The policy shall oe written on an occurr=rc_
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 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)
[X] 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
CI - 3
occupational disease. The City need not be named as an
"Additional Insured" but the insurer shall agree to waive all
rights of subrogation against the City, its officials, agents,
employees and volunteers for any work performed for the City
by t"e Na=ed Insured.
CI - 4
Name and Address of Agency:
City of Denton Reference:
Ramey King & Minnis
Project Name: CDRG Sidewalk Repairs
Project No.:
101 S. Locust Suite 707
Denton, Tx. 76201 Phone 817-382-9691
Project Location:
Managing Dept:
Name and Address of Insured:
Companies Affording Coverage:
Floyd Smith
P.O. Box 1781
A Trinity
Denton , Tx. 76202 Phone
B
C
This is to certify that: 1) Policies of insurance listed below have been issued and are in force at this time. 2) The City of Denton is listed as an
additional insured as to all applicable coverage.
Company
Letter Type of Insurance
Expiration Limits of Liability
Policy Number Date
In Thousands (000)
A
Comprehensive General Liability
GLA7474918
5/1/93
• Occurrence
Occurrence
Bodily Injury
$
- Claims Made (see #4-Page CI-4)
Property Damage
$
Broad Form to Include:
Bodily Injury and Property
- Premises/Operations
DamageCombined
$ 1,000
• Independent Contractors
• Products/Completed Operations
- Personal Injury
• Contractual Liability (see #3•Page CI-4)
- Explosion and Collapse Hazard
- Underground Hazard
- Liquor Liability Coverage
- Fire Legal Liability see #5-Pape CI-4)
_—Broad Form Property Damage
• Professional Errors/Omissions
- occurrence
- claims made (see #4-Page CI.4)
Comprehensive Automobile Liability
Bodily injury/Person
3
- Owned/Leased Automobiles
Bodily Injury/Accident
9
- Non -owned Automobiles
Property Damage
___�______�_«_am___
9
- Hired Automobiles
Bodily Injury/Property Damage
'—""---'—
Combined
3
• Workers' Compensation and Employers' Liability
Statutory Amount
A
WC8273085
5/1/93
3 100
each accident
- Owners' Protective Liability
3
Otherinsurance
Description of Operatlons/Locatione/Vehicles.
Each policy shall require thirty (30) days notice of cancellation, non -renewal, or material change in coverage. (See #2- Pane CI.41.
name
CITY OF DENTON, TEXAS
PURCHASING AGENT
901-8 TEXAS STREET
DENTON,TEXAS 76201
Dec,mber 14 1992
DAT IS NE0
WUTHO"ESENTATIVE
SEE DEFINITIONS ON PAGE CI-4 ATTACHED
AAA0078F CI- 5
titan 1 Ir ILfMi C V r anavlvanvc
Q ALLSTATE INSURANCE COMPANY D ALLSTATE INDEMNITY COMPANY ❑ ALLsTATETEXASLLOYD'S
THt$ CERTIFTCIATE to ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO NJM UPON THE CERTIFICATE HOLDER. THIS CERTIFI-
....ar.nrou v&"cuntvTounnaalTFwTWrCMEGOEAFFORDEDBYTHEPOLICIES BELOW.
City of Denton its Officials, Agents
Employees and Volunteers as additional
insureds =
to to wily that policies of Inswance Usted below
Floyd Smith
P 0 Box 1781
Denton, Tx. 76201-1781
to the inured named above subject to the expiration data Indicated WOW.
notwlthstana tp any requtremw, term of conottion w any cvm— v...r.,,, ,,•,•„a,.a...........�-.._ ....._.. _.__ __-
psrtalo.the Nsuwnoe aHordeO by the poUclµ described hMaln is aubWct to all tie twrna, exeiwlons, and conditlona of such poflclae.
TYPE OF INSURANCE AND LIMITS
_ pdhey
OOMMERCIALGENERALLiABIGTY Number
Efnwve
Date
exprreram
Date
U"
An+outtt -
GENERALAGOREGATEGMtT MrtwiProduots-SdOMMUOmlli
---
pROWM - COMP ED OPERATIONS AM TE LIMIT
PERSONAL AND ADVERTISM INJURY LIMIT
S
•------
EACH OGOURRENCE UNIT
=
ANYONELOSS
PHYSIMOAMAGELIMIT
t
__-
ANY ONE PERSON
MEDICAL EXPENSE LIMIT
WORKERB'COMPRJMTION• POW
Effective
ExPbettoo
Data
EMPLOYBRS'UASberIUTY Num
Data
..�.—....__...._
LAnNs
--.---- •' -
nty In the follow
stttea:
yyp
BODILY INJURY BN7YACCIDE
S -^`._�
EACNACCIOENT
'
EMPLOYERS'
BWLY INJURY BY OIEEASE
EACH EMPLOYEE . -
LIABILITY
BOOILYINJURYByOW.ASE
i
POLICY LIMIT
AUTOMOBILELIABIGTY PN� 49-603074
Effeattve
Data
06-11-92
Evitatton
_ Date 06-11-93
Cover Bails
Lhnft
LlAl1Y AUTO ❑OWNFJI AUKS ■INKED AUtOS
LLMI of
._...... _
EACH ACCIDENT
eOXYINJURY 6PUOKftTY
S
.-
RSISIfiEDAUTOS ■ NOwMEDAUTOS
B
0OWNEOpRfilgeM5SOWAU"S
ACCIDENT
0OWNEOWMOTHER THAN FRA TERWEWA S
Policy
Effective
ExPMshon
UMBRELLAGAOILITY Nufr
Date
Date •- -. -.
EACHOCCUIIREl10E GENERALAGG T
PRODUCfs-COMPLETEDOPERATIONSAGGREGATE_..
S
S
OTHERMhOW Polley
Elleov"
Expiration
Date-
type of Policy) Number
------•. _._ ...._
DESCRIPTION OF OPERATIONSILOCATKWiNEHICLESI WFOCT*HSMPEGM(TENS
CANCELLATION
Number of deys frotke 30
� kMrduDof111ModrgenXivaQelasOlrspleawaan.a.
12-16-92
om -
endeavor to mall within the m,mberof
unpo mabitoalbnOfliability Of any
.."b
Biz SGG 59 2 Feel
DEC 17 '92 15,09 ** TOTAL PAGE .00-
DEFLNITIONS
1. ADDITIONAL INSURED: The City of Denton, its elected and
appointed officials, officers and employees. (This does not
apply to Worker's Compensation.)
2. NOTICE OF CANCELLATION: Each policy shall require that thirty
(30) days prior to the cancellation, non -renewal, or any
material change in coverage, a notice thereof shall be given to
owner by certified mail. If the policy is cancelled for
non-payment of premium only ten (10) days written notice to
owner is required.
3. CONTRACTUAL COVERAGE: (Liability assumed by contract or
agreement, and would not otherwise exist.) The contractual
liability requirement shown on the reverse side of this
Certificate of Insurance under Comprehensive General Liability,
must include a definition of coverage broad enough to provide
coverage for obligations assumed by the contractor in the
referenced contract. This Certificate of Insurance is provided
as required by the governing contract.
4. CLAIMS MADE POLICY FORM: Required period of coverage will be
determined by the following formula: Continuous coverage for
the life of the contract, plus one year (to provide coverage
for the warranty period), and a extended discovery period for
a minimum of five (5) years which shall begin at the end of the
warranty period.
5. FIRE LEGAL LIABILITY: (Required in all contracts that involve
the occupancy, construction or alteration of City -owned or
leased facilities). Insurance is to cover buildings, contents
(where applicable) and permanently installed equipment with
respect to property damage to structures or portions of
structures if such damage is caused by the peril of fire and
due to the operations of the contractor. Limit of liability is
to be a minimum of $5o0,o00.
6. OWNER: The term owner shall include all authorities, boards,
bureaus, commissions, divisions, departments, and offices of
the owners, and individual members, employees, and agents
thereof in their official capacities, and/or while acting on
behalf of the owner.
CI - 6
BID SUMMARY
TOTAL BID PRICE IN WORDS
Ninty-six thousand five hundred and no/100 -------------------------------------
In the event of the award of a contract to the undersigned, the
undersigned will furnish a performance bond and a payment bond for
the full amount of the contract, to secure proper compliance with
the terms and provisions of the contract, to insure and guarantee
the work until final completion and acceptance, and to guarantee
payment for all lawful claims for labor performed and materials
furnished in the fulfillment of the contract.
It is understood that the work proposed to be done shall be
accepted, when fully completed and finished in accordance with the
plans and specifications, to the satisfaction of the Engineer.
The undersigned certifies that the bid prices contained in this
proposal have been carefully checked and are submitted as correct
and final. 1.
Unit and lump -sum prices as shown for each item listed in this
proposal, shall control over extensions.
Flnvri Smi th
CONT C, JR
BY /
P n nnx 17A1
Street Address
ilcnt in Taxes.- 76?m
City and 'State
Seal & Authorization
(If a Corporation) (N17) 565-0114
Telephone
B - 1
Q}QG Sidewalk Repair Program
BID TABULATION SHEET
BID-NO-
IDNO
PO NO..
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
3.1
Preparation of Right -or-
Way
LS
LS
5 ZOOD OD/LS
$ 2�0OD 00
1.21
Contractors Warranties
and Understandings
LS
LS
$0 ,.,./LS
W
$ 3 2�.QO
3-C
Removing Concrete
Sidewalks
3,970
SY
$ 4 50/SY
$ 17,865 00
8.3-A
concrete Sidewalks
3,970
SY
S 18.OD/ SY
$ 74460.OD
8.3-A.1
Handicapped Ramps
5
EA
$ 22,E O/EA
$ 1 1Z.00
SP-39
Project Signs
1
EA
$ 3DO.MEA
$ 30D.00
8.1
Barricades, Detours and
Warninq Slone
LS
LS
$ 50000(LS
S _T0 C()
TOTAL
$ JrDO OD
P - 3