Loading...
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