HomeMy WebLinkAbout1992-101ORDINANCE NO.
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
1366 FLOYD GLENN SMITH $12,901.00
1374 BOYD EXCAVATION $13,180.00
1388 SOUTHWEST INDUSTRIAL CONSTRUCTORS $138,636.00
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 approvg#.
PASSED AND APPROVED this the c-Aj-- day of ,1992.
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
W-1
APPWVED A5 TO LEGAL FORM:
DEBRA A. DRAYOVITCH, CITY ATTORNEY
BY: i6mu) La'tl
BOB CASTLEBERRY, MA
Page 2
DATE: JUNE 23, 1992
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID #1366 - WILSON STREET SIDEWALK IMPROVEMENTS
RECOMMENDATION: We recommend this bid be awarded to Floyd Glenn Smith
Contractors in the amount of $12,901.00.
SUMMARY: This bid is for the sidewalk improvements along Wilson Street from
Bradshaw Street to Ruddell, a distance of 1310 feet. The bid includes all labor and
materials as well as compliance with all U.S. Department of Housing and Urban
Development Regulations for Community Development Block Grant Contracts.
Only one bid was received from thirty four (34) notices mailed. The bid price was
below our engineers estimates for the project and Floyd Glenn Smith has performed
quality work on past projects.
BACKGROUND: Tabulation sheet, Memorandum from David Salmon, Senior Civil
Engineer.
OR GROUPS AFFECTED: Community Development
FISCAL IMPACT: Funds for this project will come from account #219-056-CD66-8509.
CDBG funds for Wilson Street Sidewalks.
speeccttfully submitted:
u
Lloyd V . Harrel
City Manager
Approved:
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
TS/jh
272. DOC
BID # 1366
BID NAME WILSON STREET
SIDEWALK
OPEN JUNE 2, 1992
# ITEM DESCRIPTION
TOTAL
BID BOND
FLOYD GLENN
SMITH
I VENDOR I
$12,901.00
YES
VENDOR
t
CITY of DEMTOM, TEXAS MUNICIPAL BUILDING / 215 E. McKINNEY / DENTON, TEXAS 76201
MEMORANDUM
DATE: June 4, 1992
TO: Tom Shaw, Purchasing Agent
FROM: David Salmon, Senior Civil Engineer
SUBJECT: Wilson Street Sidewalk Bid
Please process this bid for the next available City Council
meeting. Although only one contractor bid on the project, the
prices are extremely reasonable. The total bid is much lower than
our estimate. Obviously, Floyd Smith is a qualified contractor and
we should receive top quality work.
��
David Salmon
xc: Barbara Ross
AEE0016B
8171566-8200 D/FW METRO 434-2529
DATE: JUNE 23, 1992
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID #1374 - DEMOLITION AND CLEARING #19
RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, Boyd
Excavation in the amount of $13,180.00.
SUMMARY: This bid is for the demolition of existing structures and the clearing of
six (6) sites designated by the Community Development Department.
1)
625 Mill Street
2)
538 Maddox Street
3)
335 Mill Street
4) 222 Normal Street
5) 1512 N. Elm Street
6) 2303 Conway Street
Each site will be cleared and leveled suitable for mowing. Trees will remain
undisturbed where demolition work will permit.
BACKGROUND: Tabulation sheet, Memorandum from Barbara Ross, Community
Development Administrator.
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Community Development and
the Citizens of Denton.
FISCAL IMPACT: Funds for this project will come from account #219-056-CD67-8502
Community Development Department.
pectfully submitted:
Lloyd V . Harrell
City Manager
Approved:
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
TS/jh
273. DOC
�P
w
N
H
I ik
O
W
w
V
H
H
z
as
N
H
N
W
ON
W
Ul
N
W
w
W
N
O
H
N
VI
W
Ut
W
N
[•+Zy]
z
o
H
tj
E
�
0
o
H
co
HH
m
P.
H r
w
H
H
o
H z
H
N
kp
O
m
H
z
0
yH
r
— —
— —
— —
— —
— —
— — —
—
— — —
—
— —
— —
— — —
O
CD
z
Pb
O
O
W
J
O
In
O
O
O
O
to
O
I'1
L7•]
O
O
O
O
O
O
O
(zA
O
O
O
O
O
O
O
— —
— —
— —
— — —
—
— —
— —
— — —
— —
— —
— —
O
— —
Ua
R,
GC
[�
x m
W
�-•
N
In
H
H
H
`Z
z
O
O
O
O
O
O
O
fi1 H
0
0
0
0
0
0
0
z
— —
— —
— —
— —
— —
— —
— —
— — —
— —
— —
— —
— —
I I
-w
N
�n
D7
H
O
-----------------
O
r
p
w
N
�-•
u+
F+
H
H
H
N
J
N
N
W
CD
0
p
O
O
O
O
O
O
O
[z+J
O
O
O
O
O
O
O
-----------------
O
O
O
O
O
O
O
w
au
N
O
O
0
-----------------
c�
S v,
z
oW
o
x
H
'•pV
•J1
cIn ca
m w
O
k
C7
C
M
[9
z
x
H
H
°z
0
z
o
ro
H CC
CITY of DENTON
Community Development Office
110 West Oak Suite B
Denton, Texas 76201
(817) 383-7726
MEMORANDUM
DATE: June 10, 1992
TO: Tom Shaw, Purchasing Department
FROM: Barbara Ross, Community Development Administrator
SUBJECT: Demolition #19
The Community Development office would like to accept the bid of
Boyd Excavation for $13,180.00 to complete demolition and clearance
of the structures in Demolition #19.
Please inform us as soon as the purchase order has been approved by
City Council.
Thank you.
Barbara Ross
DATE: JUNE 23, 1992
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID #1388 - COOKE COUNTY COLLEGE CONSTRUCTION
RECOMMENDATION: Council approve award of Bid #1388, Cooke County College
Construction, to the low bidder, Southwest Industrial Constructors, in the amount
of $138,636.00 (base bid including alternates 1 through 7).
SUMMARY: Bids were received for the general construction and renovation of lease
space for Cooke County College at 608 East Hickory Street, Denton, Texas.
Southwest Industrial's base bid is $129,500 and the total amount including all
alternates (see tab sheet) is $138,636.00. Fourteen vendors received bid packages
and six bid proposals were submitted.
BACKGROUND: Tabulation sheet
5 OR GROUPS AFFECTED: Facilities Management Division
FISCAL IMPACT: Funds for this project will come from account #100-032-0002-9101.
The City of Denton will receive lease payments from Cooke County College offsetting
the cost of this project.
Roftpect submitted:
ol
Lloyd V . Harrell
City Manager
Prepared by:
Name: a,,Snie Harden
Title: Buyer
Approved:
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
277. DOC
a aapt
fD (9 f0 (0 (D (D (D
5 5 O p p C C
w w w w w w w
z zzzzzz
a b ro b ro ro
of OG
(0-, m p 5
.5p W E .�.. Q
mti o
o 0, N � 5 w Q.
a x
F A .0 F 0. 0
C (p O tlC pCp u�i'
C� p' r"n 7c' y T 5•
�� 7• 5'$ 5•n
no n n w
E- O 7• y y "" y ti
N N C
O 0 A p O
(D• T n '� O
w
� n. 5•
f c G N p
X A @ �. N
y
v o a
c Ov b
P w
S � P
p; N
a a
C N
a.
� o
� c
� a
IJ .a
0
0
n
O
n
O
Y
c
0
n
b7
p
x
O
c
W
:
m
n
W
T
m
of
IVp
p
�
d
r
n
Vl
�p
ray
�C
P•
p
co
O
�.
�-+
C
C
I
y
On
n
C
O
w,
7
P
r
p
P
�.
,t�.,
O•
tPi
0
C
o•
a
P
_
V
O
�
o
8
LP
J
y
W
Q6
p�
Q�
aQ
O
R9
�k
+
t
8
8
g
6
S
a
eP
-�
o
g
W
N
a
8
N
d
8
8
O
t3
$
W
4.
4
0
+
0p6
8
O
$
N
S
try
8
8
6
8
L
$
N�
O
0
8
8
g$
-
u`
G
8
a
1
�.+
1
o
o
N
Lo
\
I<N
\
\
\
G
CONTRACT AGREEMENT
STATE OF TEXAS )(
COUNTY OF DENTON )(
AUG 2=RE(
. 1F�
THIS AGREEMENT, made and entered into this 23 day of JUNE
A.D., 19 92, by and between THE 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 GLENN SMITH P.O. BOX 1781, DENTON,
TEXAS 76201
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 bearing even date herewith, CONTRACTOR
hereby agrees with OWNER to commence and complete performance of the work
specified below:
BID #1366 — WILSON STREET SIDEWALK IMPROVEMENTS in the amount of
$12,901.00
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 all maps, plats, blueprints, and
CA-1
0114s
other drawings and printed or written explanatory matter thereof, and the
Specifications therefore, as prepared by ENGINEERING AND TRANSPORTATION
DEPARTMENTS I
, 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
0114s
IN WITNESS WHEREOF, the parties of these presents have executed this
agreement in the year and day first above written.
ATTEST:
ATTEST:
APPROVED AS TO FORM
-City'Attorney
CA-3
0114s
(SEAL)
PERFOKIANCE BOND
STATE OF TEXAS )(
COUNTY OF DENTON )(
KNOW ALL MEN BY THESE PRESENTS: That FLOYD GLENN SMITH
, of the City of DENTON
County of DENTON , and State of TEXAS
as PRINCIPAL, and Universal Surety 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 TWELVE THOUSAND NINE HUNDRED AND ONE AND
NO/100----- — ---- — Dollars ($12,901.00 ) 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 23 day of JUNE , 19 92, for the construction of
BID # 1366 - WILSON STREET SIDEWALK IMPROVEMENTS in the amount of $12,901.00
which contract is hereby referred to and made a dpart 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;
PB-1
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.
PROVIDED FURTHER, that if any legal action be filed upon this bond,
venue shall lie in DENTON County, State of Texas.
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 anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be performed thereunder.
IN WITNESS WHEREOF,
sealed this inst meat his 4th
ClPiincipal
By F:iC)\,'jd Sienn Sm 41h
Title Owr _'r
Address po. W_ i—IU
D fY_)iCn , T4 7Cc�
the said Principal and Surety have signed and
day of August , 1992 .
Universal Surety of America
Surety
Title Attorney In Fact
Address 1812 Durham
Houston, Texas 77007
(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
0091b
PAYPfENT BOND
STATE OF TEXAS )(
COUNTY OF DENTON )(
KNOW ALL MEN BY THESE PRESENTS: That
of the City of DENTON
FLOYD GLENN SMITH
County of DENTON _, and State of TEAS , 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 hound unto THE CITY OF DENTON
, OWNER, in the penal sum of TWELVE THOUSAND NINE HUNDRED
,,,.,, ONE ANp Ro lon----------------------------------- Dollars ($i7_ent_Oo )
for the payment whereof, the said Principal and Surety bind themselves and their
heirs, administrators, executors, successors and assigns, jointly and severally, by
thes presents:
WHEREAS, the Principal has entered into a certain written contract
with the Owner, dated the 23 day of JUNE , 19 92
BID #1366 - WILSON STREET SIDEWALK IMPROVEMENTS
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 prosection 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 anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be performed thereunder.
IN WITHNESS WHEREOF, the said Principal and Surety have signed and
this instrument this 4th day of August , 19 92
By I��Ic� �IP_i1i� �m�TN
Title Owner
AddressP. I
�' J I rV
Universal Surety of America
n Surety , ,
Title Attorney In Fact
Address 1812 Durham
Houston, Texas 77007
(SEAL) (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
0092b
MAINTENANCE BOND
STATE OF TEXAS X
COUNTY OF DENTON )�
KNOW ALL MEN BY THESE PRESENTS: THAT FLOYD GLENN SMITH
as Principal, and Universal Surety of American
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 ONE THOUSAND TWO HUNDRED
NINTY AND 10/100------------------------ Dollars 1,290.10 , 10% o£
-
the total amount of the contract for the payment of which sum said principal and
surety do hereby bind themselves, their successors and asssigns, jointly and
severally.
This obligation is conditioned, however, that:
WHEREAS, said FLOYD GLENN SMITH
has this day entered into a written contract with the said City of Denton to build
and construct BID # 1366 - WILSON STREET SIDEWALK. IMPROVEMENTS
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 incorporatd 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 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 day's failure on the part of said
Contractor to comply with the terms and provisions of said contract and this bond.
MB-1
0093b
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 Glenn Smith
as Contractor and Principal, has caused
these presents to be executed by Universal Surety of America
and the said Universal Suretyof America
as surety, has caused these presents to be executed by its Attorney —in —Fact
Jeff P. King and the said Attorney —in —Fact has hereunto set his band
this 4th day of August , 19 92 .
SURETY:
Universal Suretv of America
MB-2
0093b
UNIVERSAL SURETY OF AMERICA
1812 Durham, Houston, Texas 77007
Bond No. 698-1098
For verification of the authority of this power you may telephone (713) 863-7788.
GENERAL POWER OF ATTORNEY — CERTIFIED COPY
Know All Men by These Presents, That UNIVERSAL SURETY OF AMERICA, a corporation duly organized and existing under the laws
of the State of Texas, and having its principal office in Houston, Texas, does by these presents make, constitute and appoint
Jeff P. King
its true and lawful Attomey(s)—in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowifdge and
deliver bonds for! 5
Principe}, Floyd G. Smith dba Flog¢ Smith Concrete Contractor
Obligee City of Denton, Texas
Amount 12,201,00
and to bind the Company thereby as fully and to the same 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 Atmmey(s)—in—Fact may do within the above
stated limitations. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of Universal
Surety of America at a meeting held on the I I th 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 as Atteaney(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 seal of the corporation may be affixed or primed 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 wrporation."
in Witness Whereof, Universal Surety of America has caused these presents to be signed by Its President, John Knox, Jr. and' Its
corporate seal to be hereto affixed this 15th day of October , A.D., 19 90 .
w UNIVERSAL SURETY OF AMERICA
i3 y x By:
State of Texas ti! Jah ox r. President
ss:+.xwniwM
County of Harris
On this ISth 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.
3,Va/Q �•,�•r, •, W �^� lL
Notary Public
eN
I, the undersigned Secretary of Universal Surety 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 Attorney is still in force and effect,
GIVEN under my hand and the seal of said Company, at Houston, Texas, this 4th dayof ++August j , 19 92
Secretary
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,.; apprdved� and signed by the
City of Denton,. t -
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
following:
oo 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 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 REOUIREMENTSS
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 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._Jimits: 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 $500,000 policy limit for
CI - 3
DEFINITIONS
1. ADDITIONAL INSURED: The City of Denton, its elected and
appointed officials, officers and employees. (This does not
apply to Worker's Compensation.)
2. NOTICE OF CANCELLATION: Each policy shall require that thirty
(30) days prior to the cancellation, non -renewal, or any
material change in coverage, a notice thereof shall be given to
owner by certified mail. If the policy is cancelled for
non-payment of premium only ten (10) days written notice to
owner is required.
3. CONTRACTUAL COVERAGE: (Liability assumed by contract or
agreement, and would not otherwise exist.) The contractual
liability requirement shown on the reverse side of this
Certificate of Insurance under Comprehensive General Liability,
must include a definition of coverage broad enough to provide
coverage for obligations assumed by,.the contractor in the
referenced contract. This Certificate of _Insurance is provided
as required by the governing contract.
4. CLAIMS MADE POLICY FORM: Required period of coverage will be
determined by the following formula: Continuous coverage for
the life of the contract, plus one year (to provide coverage
for the warranty period), and a extended discovery period for
a minimum of five (5) years which shall begin at the end of the
warranty period.
5. FIRE LEGAL LIABILITY: (Required in all contracts that involve
the occupancy, construction or ,alteration _.of:_ICity-gyred_ ,qF
leased.tacil#t}� �. � jn$?1;aF►c eis t4`coy� �cl g g n�,e
(where applicable and"permanentaly installed equipmenvwwith
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 $500,000.
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
Twelve Thousand Nine Hundred One 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.
Unit and lump -sum prices as shown for each item listed in this
proposal, shall control over extensions.
Glenn Smith
P.O. Box 1781
Street Address -
Denton, Texas 76202
City and State
Seal & Authorization
(If a Corporation) (817) 565-0114
Telephone
B - 1
Wilson Street Sidewalk
BID TABULATION SHEET
blu Nu. Iihh
PO NO.
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL
3-B
Remove Concrete Curb
and Gutter
12
LF
$ 2.50(LF
$ 30.00
3.3
Unclassified Excavation
300
CY
$ 6.0QCY
$1,800.00
8.3-A
4" Concrete Sidewalk
582
SY
$ 14.85/sY
$g,642.70
3.10.7
Hydromulch
725
SY
$ 1.00/Sy
$ 725.00
SP-2
Concrete Saw Cut
32
LF
$ 3.00/LF
$ 96.00
1.21
Contractor's Warranties
and Understandings -
-
LS
$ 430.05/LS
$ 430.05
3:1
Preparation of
Right-of-way
-
LS
$ /LS
100.00
S
100.00
SP-39
Project Signs
2
EA
$250.00 /EA
$ 500.00
8.1
Barricading, Warning
Signs and Detours
-
LS
$ /LS
300.00
$ 300.00
8.3-B
6" Concrete Driveway
11
SY
$ 24.75 /SY
5 272.25
SP-40
Remove Brick Sidewalk
1
EA
$ 5.00 /EA
$ 5.00
S /
$
TOTAL
$ /
$12,901.00
$ /
S
$ /
$
$ /
5
$ /
$
$ /
$
$ /
$
r-3.10.3
Seeding
725
SY
$ 1.00/SY
$ 725.00
- * This item may be substituted for item 3.10.7 (Hydromulch) at the Engineer's option.
P - 3
U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT
CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY
INSTRUCTIONS
This certification is required pursuant to Executive Order 11246 (30 F. R. 12319-25). The implementing
rules and regulations provide that any bidder or prospective contractor. or any of their proposed subcon-
tractors. shall state as an initial part of the bid or negotiations of the contract whether it has participated in
any previous contract or subcontract subject to the equal opportunity clause: and, if so, whether it has filed
all compliance reports due under applicable instructions.
Where the certification indicates that the bidder has not filed a compliance report due under applicable in-
structions. such bidder shall be required to submit a compliance report within seven calendar days after bid
opening. No contract shall be awarded unless such report is submitted.
CERTIFICATION BY BIDDER
NAME AND ADDRESS OF BIDDER flncluds 2/P Canal ,
1. 8idder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause.
❑ Yes ❑ No
2. Compliance reports were required to be filed in connection with such contract or subcontract.
CO Yes ❑ No
3. Bidder has filed all compliance reports due under applicable instructions, including SF-100.
❑ Yes ❑ No ❑ None Required
4. Have you ever been or are you being considered for sanction due to violation of Executive Order 11248, as amended?
Yes ❑ No
NAME AND TITLE OF SIGNER (Pleat tyot)
SIGNATURE
DATE
,eoucu .on„ ..v'�25r.cu-,, wn,en n uesown HUO-ee0.1 111.781
(C-1)
SAMPLE
CERTIFICATION OF BIDDER REGARDING SECTION 3
AND SEGREGATED FACILITIES
Name of Prime Contractor Project Name & Number
The undersigned hereby certifies that
(a) Section 3 provisions are included in the Contract
(b) A written Section 3 plan was prepared and submitted
as part of the bid proceedings (if bid equals or.
exceeds $10,000). _ '
(c) No segregated facilities will be maintained.
Name
Name & Title of Signer (Print or Type)
gnature
Date
C-2
CONTRAC11JR
Section 3 Plan Format
(name of contractor) agrees to implement the following
specific affirmative action steps directed at increasing the utilization
of lower income residents and businesses within the City of
A. To ascertain from the locality's CDBG program official the exact boundaries
of the Section 3 covered project area and where advantageous, seek the
assistance of local officials in preparing and implementing the affirmative
action plan.
B. To attempt to recruit from within the city the necessary number of
lower income residents through: Local advertising media, signs placed
at the proposed site for the project, and community organizations and
public or private institutions operating within or serving the project
area such as Service Employment and Redevelopment-(SER), Opportunities
Industrialization Center (OIC), Urban League, Concentrated Employment
Program, Hometown Plan, or the U.S. Employment Service.
C. To maintain a list of all lower income area residents who have applied
either on their own or on referral from any source, and to employ
such persons, if otherwise eligible and if a vacancy exists.
*D. To insert this Section 3 plan in all bid documents, and to require all
bidders on subcontracts to submit a Section 3 affirmative action plan includi
utilization goals and the specific steps planned to accomplish these
goals.
*E. To insure that subcontracts which are typically let on a negotiated
rather than a bid basis in areas other than Section 3 covered project
areas, are also let on a negotiated basis, whenever feasible, when
let in a Section 3 covered project area.
F. To formally contact unions, subcontractors and trade associations to
secure their cooperation fbr,this program.
G. To insure that all appropriate project area business concerns are
notified of pending subcontractual opportunities.
H. To maintain records, including copies of correspondence, memoranda,
etc., which document that all of the above affirmative action steps
have been taken.
I. To appoint or recruit an executive official of the company or agency
as Equal Opportunity Officer to coordinate the implementation of
this Section 3 plan.
*Loans, grants, contracts and subsidies for less than $10,000 will be exempt.
(C - 3)
J. To list on Table A, information related to subcontracts awarded for the
three year period preceding date of this bid submission.
K. To list on Table B, all projected workforce needs for all phases
of this project by occupation, trade, skill level and number of
positions.
As officers and representatives of
(Name of Contractor)
We the undersigned have read and fully agree to this Affirmative Action Plan,
and become a party to the full implementation of this program.
Signature
Title
Signature
Date
Title Date
(C-4)
PROPOSED SUBCONTRACTS BREAKDOWN TABLE A
FOR THE PERIOD COVERING 19_ through
(Duration of the CDBG-Assisted Project)
COLD=' 1
CCLUZZ; 2
CCU':: 3
COLC'C: G
CCtC„i
E OF CONT2+CT
(BUSINESS OF PF.0-
FESSIO:N)
TOTAL :1.`iBE_R OF
CO::TP.ACTS
TOTAL kPPROXrATZ
DOLLAR MUZU\T
ESTl!(W.:D .`..U!!5E2.
OF CO.,T2;.CTS
TO PROJECT AREA
BUST\?SSLS *
ESTI:'% D DOLLAR
1J:CUM TO MojJ T
AAE:.JSI::ESSFS•
*The Project Area is coextensive with the City of
boundaries.
Company
Project Name
Project Number
I
EEO Officer (Signature)
Date
TABLE B
ESTMATM PROJECT WOMFORCE BRE. O :':7
COL'::: 1
I CU;:_ =t 2
1 CC•_.:::: 1
COLL._(4
1 COLL7-"*
JOB CATEGORY
TM%1, ESTL"aTE
I POSITIONS
::0. POSiTIO::s CUR-
� =-LY CCCUPT-ED 9Y
PEp`L4:;E:.T E':?LO':�cS
+ :;0. POSiTIO:S
I NOT CL'77 S;—MY
OCCUPIED
NO. POSiTI:::S
TO BE FILLED
�:ZTH L.Z ?.A..+
OFFIC=RS/
SUPERVISORS
PROFESSIONALS
TT-C H;TI C IA:CS
130USI;:G SAL_S/
OFFICE CLERICAL
SERVICE 1%*07?'.£RS
OTHERS
TRADE:
JOUP�T:`.fE:1
HELPERS
APPRE:?ICES
fir-=11M NO.
TRAINEES
OTHERS
TRADE:
HELPERS
Appp.E'.7IC°S
TRAINS S
OTHERS
TROD E:
JOL'C\^^:E:i
H'LP'RS
APPRE':TIC'S
TRAINEES
OT?T1'RS
tOt'AL
*Lower Income Project Area residents.
Individuals residing within the City
of whose family income does nor CMINM
exceed M% of the median income in
U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT
CERTIFICATION BY PROPOSED SUBCONTRACTOR REGARDING
EQUAL EMPLOYMENT OPPORTUNITY
NAME OF PRIME CONTRACTOR
PROJECT NUMBER
INSTRUCTIONS
This certification is required pursuant to Executive Order 11246 (30 F. R. 12319-25). The implementing
rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcon-
tractors, shall state as an initial part of the bid or negotiations of the contract whether it has participated in
any previous contract or subcontract subject to the equal opportunity clause; and, if so, whether it has riled
all compliance reports due under applicable instructions.
Where the certification indicates that the subcontractor has not filed a compliance report due under appli-
cable instructions, such subcontractor shall be required to submit a compliance report before the owner
approves the subcontract or permits work to begin under the subcontract.
SUBCONTRACTOR'S CERTIFICATION
NAME AND ADDRESS OF SUBCONTRACTOR flndeda ZIP Coeur
1. Bidder hu participated in a previous contract or subcontract subject to the Equal Opportunity Clause.
❑ Yes ❑ No
2. Compliance reports were required to be filed in connection with such contract or subcontract
❑ Yes ❑ No
3. Bidder has filed all compliance reports due under applicable instructions, including SF-100.
❑ Yes ❑ No ❑ None Required
4. Have you ever been or are you being considered for sanction due to violation of Executive Order 11246, as amended?
Cl Yes ❑ No
NAME AND TITLE OF SIGNER /Phew type)
SIGNATURE
DATE
Reol Farm HUDA238.CD-2, w ,h is ObsoWa
(C - 7)
HUD-0e0.2 Ill -1e1
SAMPLE
PROPOSED
Name of Sub Contractor Project Name & Nil er
The undersigned hereby certifies that
(a) Section 3 provisions are included in the Contract
(b) A written Section 3 plan was prepared and submitted
as part of the bid proceedings(if bid equals or exceeds
$10,000).
(c) No segregated facilities will be maintained as
required by Title VI of the Civil Rights Act of 1964.
Name & Title of Signer (Print or Type)
Signature
Date
(C - 8)
U.I.• r e 0 nwsir Ar U Aa v l0 r
COMMUNITY DEVELOPMENT BLOCK GRANT ►ROC►AN
CONTRACTOR'S CERTIFICATION
CONCERNING LABOR STANDARDS AND PREVAILING WAGE REQUIREMENTS
1. The aderalp.ed. Irving rsocuted a c"Itact ailh
the cometttctien of the shove-WentiDed project. Acknowledges that:
(a) TIN Labor Stnadseds revisions are included in Ike afaesaW eentrmet;
(b) Cwrectfea of may inflections of the eferafa W conditions. Including in(nctieae by any of his subconttacten and
may Twee Use subcontractors, is his retpannibility;
2. He caliNea that.
(a) Neither he nor say fir", partnership a association is which ht hen substantial Internet is desiptated as as
Ineligible eeotnete, by the Cowptrollel General of Ike United States pnraatet to Section S.6(b) of the Regutalfaa
of the Secretary of Labor. Pmrl S f-'y GFR. Pen 5)or punant to Section S(m) of the Devia.8aora Act."
sst"iml 4`40 V.i.C. 776u—X& A
(b) No pail of the afa ematloned calrett has tree at will be subcontracted to any subcontractor if aoeh Bob.
contractor an may FMw, earpantien, peanenhip se asociatial in which such subcontrseter has a substantial
Neatest is desip pled as as ineligible eatracla ponant to say of the sfarewmmilead regutatmey a statutery
Provisions.
S. Ne opocm to o►loia end (amend to t►o afaewesUeoed Iecipieat within ten days metal the asecuttan efaaywbcontnset.
imeledipe Wean esaeated 4 his subcwUoclers and may In tier embeentraelers, a Subcoattaeter's Cartifiesi ma
Concerning labor Stmedends and PaaiUsg Wage Regsireinents esocuted by tl:c subcoatmaters.
d. He ts"I tes Ihatt
The legal sent cad the bvsieoss adkecs of Ike eodersigaed as SS#
RACE : -
NI A aMeLa mwowwns Taw W.w 1 Itt • teneOnATM N 004Aw4e60 to fit STATC O►
Ona.r. t ATOO.
(C - 9)
(d) 1Le Hanes t,d •eu,use•. alel all uhtl sutnns, 4311, ruu•d and cegerelf, he ... 9 • wbuennul uewsl m the enAe.uq•nd,
end the eat." .l 11,4 +nl.rctf ve ill n... ....e•r. I.
— — re.(--•---�_• •eewai. •atu.c o. lr.anf.♦
Hares, •ddrtffp ted oede clessllicsl•ens of all elhtr budding cgnsrwarsn t..reUOrs In.41" the w.dvwq,N has
rera I •ou.aas I Tnaua CaesaltlCenOr
rce,,..ea„r
M1111MING
V.i Oee...1 Ceee. Lrnen Iola. Title to. U.S.C.. smite. In new. '•vhs..n..... r•a......•... aur•. n. n.nl•anw uq
an..•na in. .ewe 1. M let$...... abll be I.... mot .e . In.. a5.900 e, rinMr.onen ns, Here U••n ...• ..... er rne.^
C-10
U.S. Of ►ARTYe NT OI UOUSINC ANO URSA NOeve LOetie NT
COMMUNITY DEYELO►MENT OLOCK GRANT ►RODRAM
SUBCONT?ACTOR'S CEO TIFICATION
CONCERNING LABOR STANDARDS AND PREVAILING
TO (.Ipp,e►nnu Nrr(pratl:
oaTe
..we
R EN CN TS
L The undersigned, laving executed a contract with
enou<mr er v ruuanor
the amount of S
In the construction of the abuva.identified project, certifies that:
(a) The Labor Standards Provisions of The Contract For Construction are included in the aforesaid contract.
(b) Neither he net any firm, corpoation, partnership or association in which he has a substantial interest is
designated as an ineligible contractor by the Comptroller General of Ike United States pursuant to Section S.6(Ir)
of the Regulations of the Secretary of Label, Pan S 129 CYR. putt S). or pursuant to Section 3(a) of the I:avis.
I3ecen Act, as amenced (10 U.S.C. 776a-7(a)A
(e) Tle part of the aforementioned contract has been or will be subcontracted to any suoeuntraetor If such
subcontractor or any firm, corporation, partnership or association in which such sueeentiaetor has a
substantial interval is designatN as so ineligible contractor pursuant to the aforesaid legulatery or
ststutmy provisions.
2. He agrees to obtain and lerwnd to the contractor, for transmittal to the recipient, within ten days site, ine execution
of any lower subcontract, a Subcontractor's Certification Concerning Labor Standards and Prevailing Wage Requue�
Wants. executed by the lower tam succontractor, in duplicate.
(0) The workmen will report for duty on of about
air
3. me certifies that.
(0) The legal Rome and the Lusiness address of the ea4ersi9ne4 air. SS#
A arNel.
RACE:
:
nlNie( sat OYN aN OnO aN(aATIeN
Iae iN
(c) The acme, fill, and address of the owner, partners at albtau of the unaersigned are:
C-11
IQ Th. 110\11f and .Jdle\U\ OI •11 OII.N ON\M'y `rlh e•�wel 0.J e.genb, 6•.inj . wblo.lid ,.Iwof in 1hs II.JNfi/nfdf
OrA -he .elure el the iuwe\I of, (I/-„ f. as
MAM[ AUOnt1f McTUnl OarM♦lneeT
(o) Th•iw..f, ddnu•f a•J ind• e6uifi<•N•ef d oil e1hN ►u.lding :onUrvnion tenlnNere in Thigh the •eMnitn•J Ms
"Aug I .CCnCO I TM.OI CLhfsrnON.OM
fbdreeneoef)
all
fJ:�..f...f
WARNING
fTp.d.Wwe and Fill*)
U.L Well.ei Code. &wile 1010, Tlllo 11, V.LG. O.e.ld.e I. {..0 •Vhsoo..... suhee. pu.o. onwo. ""with" 6.7
elelwe.l. hl e-J-9 the s.ne to be 1.1.0...... bell be flnN oe/ M.. then /L000 of I.M.e..d u1 M.r. 1►r. Iw Tess. of ►elh."
C-12
MU0.griJ
U.S. Deportment of Housing and Urban Development
CERTIFICATE OF OWNER'S ATTORNEY
1, the undersigned. the
duly authorized and acting legal representative of
do hereby certify as
follows:
I have ezaatned the attached contract(al and surety bonds and the manner
of eiscution thereof, and I an oc the opinion that each of the aforesaid
agreeaents has been duly ezecuted by the proper parties thereto acting
through their duly authorized representatives: that said representatives
have full power and authority to ezecute said agreements on behalf of the
respective parties named thereon: and that the foregoing agreements conati-
inte valid and legally binding obligations upon the parties *locating the
east in accordance with terms, conditions and provisions thereof.
Date:
(CO - 1)
PRODUCER
FICiAT� QF :tNSU RANCE ISSUE DATE (MM O
.° 05/01/92
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
Ramey King h Minnls Insurance
101 S. Locust
Suite 707
Denton TX 76201-
POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
CODE SUBCODE COMPANY A Trinity
7
COMPANY B
INSURED LETTER
COMPANY C -
Floyd Smith Concrete Contr LETTER
Floyd Glenn Smith ......
P O Box 1781 COMPANY D
Denton TX 76201- LETTER
COMPANY E
LETTER
COVERAGES
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.
CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS
LTR DATE (MMIDD/YY) DATE IMMIDDNY)
A GENERAL LIABILITY GLA74749/8 05/01/92 05/01/93 GENERAL AGGREGATE 1 1000000
COMMERCIAL GENERAL LIABILITY
PRODUCTS-COMP/OP AGO
$
CLAIMS MADE X OCCUR
PERSON& 8 ADV. INJURY
$
5000D0
A X OWNER'S 8 CONTRACTOR'S PROT BINDER
08/04/92 08/04/93 EACH OCCURRENCE
1
5D0000
FIRE DAMAGE (Any one fee)
$
50000
MED EXPENSE (Any one perm) S
50DO
AUTOMOBILE LIABILITY
COMBINED SINGLE
MY AUTO
LIMIT
$
ALL OWNED AUTOS
BODILY INJURY
SCHEDULED AUTOS
(Per peram)
$
HIRED AUTOS
BODILY INJURY
NON -OWNED AUTOS
(Per acc'denr)
$
GARAGE LIABILITY
PROPERTY DAMAGE
$
EXCESS LIABILITY
EACH OCCURRENCE
$
UMBRELLA FORM
AGGREGATE
$
OTHER THAN UMBRELLA FORM
STATUTORY LIMITS
WORKER'S COMPENSATION
A WC8273085
05/01/92 05/01/93 EACH ACCIDENT
S
100000
AND
DISEASE - POLICY LIMIT
$
500000
EMPLOYERS' LIABILITY
DISEASE - EACH EMPLOYEE
$
100000
OTHER
DESCRIPTION OF OPERATIONS.00ATIONSVEHICLESSPECML ITEMS
Additional Insured : City of Denton
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
City of Denton
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
901E Texas St.
MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
Denton TX 76201-
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIABILITY. OF ANY KIND UPON THE CO,YPANY. ITS AGENTS OR REPRESENTATIVES.
:. AUTHORIZED REPRESENTATIVE
ACORD ."2$tS' (77801"
@AOORO: CORV.ORAMON AW
_61 ALLUTATE INSURANCE COMPANY LJ ALLSTATE INDEMNITY COMPANY ❑ ALLSTATE TEXAS LLOYD'E
HIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFI
ATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
C}tg of Denton
a ® as additional insured
Floyd Smith
Box 1781
Denton, Tx. 76201
Is to certify that policies of insurance listed below have been Issued to the Insured named above subject to the expiration date indicated below,
vithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be Issued or may
aln. 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
IMMERCIALGENERAL LIABILITY Policy
Number 1171837
Effective
Expiration
-
Date 06-10-92
Date 06-10-93
Limit
ENERALAGGREGATELIMIT(OtharthanProducts— CompletedOperations)
$
Amount
RODUCTS — COMPLETED OPERATIONS AGGREGATE LIMIT
$
RSONAL AND ADVERTISING INJURY LIMIT
$
ACH OCCURRENCE LIMIT
$
1YSICAL DAMAGE LIMIT
$
EDICAL EXPENSE LIMIT
ANYONE LOSS
RKERS'COMPENSATION6 Policy
$
Effective
ANY ONE PERSON
PLOYERS'LIABILITY Number
Date
Expiration
Coverage
Date
Limits
ORKERS'COMPENSATION
llowin
STATUTORYEBYDISFASE
States:
APLOYERS'
BODILY INJU
S
EACH ACCIDENT
ABILITY
BODILY INJUR
$
EACH EMPLOYEE
BODILY INJUR
$
POLICY LIMIT
OMOBILE LIABILITY Policy Effective Expiration
Number. 1171837 Date 06-10-92 Date n6—T A-04
AYAUTO p OWNEDAUTOS HIREDAUTOS
3PECIFIEDAUTOS NON•OWNEDAUTOS
IWNEDPRIVATE PASSENGER AUTOS
BRELLA LIABILITY Policy Effective Expiration
Number Date Date
-.R (Show Policy Effective Expiration
)f Policy) Number Date Date
RIPTION OF OPERATIONS/LOCATIONS/VEHICLESIRESTRICTIONSISPECIAL ITEMS
Ford F250 1FTEF25Y4EKBO4548 86 Ford F350
Ford F500 F25GK669655
ELLATION
oar of days notice
Id any of the above described policies be cancelled before the expiratioi
entered above, written notice to the certificate holder named above. But
ipon the company, Its agents or representatives.
81 Ford F250
1FDKF37L5GPA53945
1FDMF60HIBVA04181
ulftu /23aZaelativ Otls
the Issuing company will endeavor to mail within the number of
to mail such notice shall Impose no obligation or liability of any
,94-I,01
CONTRACT AGREEMENT
STATE OF TEXAS )(
COUNTY OF DENTON )(
THIS AGREEMENT, made and entered into this 23 day of
A.D., 19 92, by and between THE CITY OF DENTON
ti
of the County of DENTON and State of Texas, acting through
LLOYD V. HARRELL thereunto duly authorized so to do,
hereinafter termed "OWNER," and
SOUTHWEST INDUSTRIAL CONSTRUCTORS INC., 121 EXPOSITION STREET,
DENTON, TEXAS 76205
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 bearing even date herewith, CONTRACTOR
hereby agrees with OWNER to commence and complete performance of the work
specified below:
BID 1 1388 - COOK COUNTY COLLEGE CONSTRUCTION in the amount of $138,636.00
(Labor $74 570.00 and Material $64 066.00)
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 all maps, plats, blueprints, and
CA-1
0114s
other drawings and printed or written explanatory matter thereof, and the
Specifications therefore, as prepared by CORGAN ASSOCIATES ARCHITECT
, 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
0114s
i
IN WITNESS WHEREOF, the parties of these presents have executed this
agreement in the year and day first above written.
ATTEST:
CITY OF D N
OWNER
Y
(SEAL)
ATTEST:
0114s
CA-3
SOUTHWEST INDUSTRIAL CONTRACTORS, INC.
CONTRACTOR
By. J
Title T.E. STANEK, PRESIDENT
(SEAL)
PERFORPANCE BOND
STATE OF TEXAS )(
COUNTY OF DENTON )(
BOND NO. 382-1825
KNOW ALL MEN BY THESE PRESENTS: That SOUTHWEST INDUSTRIAL
i
`CONSTRUCTORS INC , of the City of DENTON
County of DENTON , and State of TEXAS
as PRINCIPAL, and UNIVERSAL SURETY 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 CITY OF DENTON
as OWNER, in the penal sum of ONE HUNDRED THIRTY EIGHT THOUSAND SIR HUNDRED THIRTY
SIX AND NO/100 Dollars ($138,636.00 ) 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 23 day of JUNE , 19 92 , for the construction of
BID 1 1388 - COOKE COUNTY COLLEGE CONSTRUCTION in the amount of $138 636.00
which contract is hereby referred to and made a dpart 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;
PB-1
IMPORTANT NOTICE
To obtain information or make a complaint:
You may contact the Texas Department of Insurance to obtain
information on companies, coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance:
P. O. Box 149104
Austin, TX 78714-9104
FAX #(512) 475-1771
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or about a claim
you should contact the agent or the company first. If the dispute is
not resolved, you may contact the Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not become a part or
condition of the attached document.
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.
PROVIDED FURTHER, that if any legal action be filed upon this bond,
venue shall lie in DENTON County, State of Texas.
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 anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 25th day of June 1992 .
SOUTHWEST INDUSTRIAL CONSTRUCTORS, INC.
Principal
By �j
T.E. STANEK
Title eeGs 1'1915:-/i/7`
Address
121 Exposition
Denton. Texas 76205
(SEAL)
UNIVERSAL SURETY OF AMERICA
Surety
�ir,r tiCttiZ.ei � r1a-ZiJ/[�-��
Pauline L. Lesch
Title Attorney -in -Fact
Address
P. 0. Box 1150
Lewisville, Texas 75067
-The name and address of the Resident Agent of Surety is:
PCL Insurance Agency, Inc.
206 Elm St., #105, Lewisville, TX 75057
(SEAL)
NOTE: Date of Bond must not be prior to date of Contract.
P B-2
0091b
PAYMENT BOND
STATE OF TEXAS )i
COUNTY OF DENTON X
BOND NO. 382-1825
KNOW ALL MEN BY THESE PRESENTS: That SOUTHWEST INDUSTRIAL CONSTRUCTORS
INC. of the City of DENTON
County of DENTON , and State of TEXAS , 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 ONE HUNDRED THIRTY EIGHT
TH(1T/C AN11 (.;Tx AfTN11RFIl T{iTRT'V STx AND NO1100 Dollars (t138,636.00 )
for the payment whereof, the said Principal and Surety bind themselves and their
heirs, administrators, executors, successors and assigns, jointly and severally, by
thes presents:
WHEREAS, the Principal has entered into a certain written contract
with the Owner, dated the 23 day of JUNE , 1992
FOR BID # 1388 - COOKE COUNTY COLLEGE CONSTRUCTION
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 prosection 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 anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be performed thereunder.
IN WITHNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 25th day of June , 19 92
SOUTHWEST INDUSTRIAL CONSTRUCTORS, INC.
Principal
By
T.E. STANEK
Title
Address
121 Exposition
Denton, Texas 76205
(SEAL)
UNIVERSAL SURETY OF AMERICA
Surety
Pauline L. Lesch
Title Attorney -in -Fact
Address
P. 0. Box 1150
Lewisville, Texas 7�067
The name and address of the Resident Agent of Surety is:
PCL Insurance Agency, Inc.
206 Elm St., #105, Lewisville, TX 75057
PB-4
0092b
(SEAL)
UNIVERSAL SURETY OF AMERICA
1812 Durham / Houston, Texas 77007
GPA 382 1825
For verification of the authority of this power you may telephone (713) 863-7788. Power of Attorney Valid Only If
Last Four Digits Appear In Red
GENERAL POWER OF ATTORNEY — CERTIFIED COPY
Knorr All Men by These Presents, That UNIVERSAL SURETY OF AMERICA, a corporation duly organized and existing under
the laws of the State of Texas, and having its principal office in Houston, Texas, does by these presents make, constitute and appoint
Pauline L. Lesch Clem F. Lesch Don E. Cornell
of Lewisville and State of Texas its true and lawful Attorney(s)-in-Fact, with full power
and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver
Ronrie not to exceed $ 000 unless such is accompanied by a letter of
authority signed by the President, Secretary or Executive Vice President
of universal Surety of America
and to bind the Company thereby as fully and to the same 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 Attorney(s)-in-Fact may do
within the above stated limitations, and such authority is to continue in force until June 30, 1994
Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of Universal Surety
of America at a meeting held on the I lth 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 as 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 seal 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 be signed by its
President John Knox, Jr. -_ __and its corporate seal
to 1x hereto affixed this 1st day of
March , A.D., 19 90
",SwE:: UNIVERSA RET A
I'o' 6z By
State of TexasJohn nox,' Jr. President
£W; ..,i
County of Harris ss: ,�
On this Ist day of March , in the\year go, 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 corporation therein
named and acknowledged to me that the corporation executed it.
rm`2`QV W STUCc,�.
W.
.3;60 U V Notary Public
1, the undersigned Secretary of Universal Surety 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 Attorney is still in
force and effect. _ _
GIVEN under my hand and the seal of said Company, at Houston, Texas, this 25th day of June Iq 92 .
Secretary
COMPLAINT -NOTICE: Should any disputes arise regarding either your premium or a claim, contact Universal
Surety of America at 1812 Durham, Houston, Texas 77007 or by calling (713) 863-7788. If the problem is not resolved you
may also write the State Board of Insurance, P.O. Box 149091, Austin, Texas 78714-9091, Fax (512) 475-1771. This notice
of complaint procedure is for information only and does not become a part or condition of this bond.
Any instrument issued in excess of the penalty stated above is totally void and without any validity.
SALES TAX
Materials which are incorporated into or becomes part of the
project are exempt from sales tax. A "separated contract" will
be issued by the City of Denton which separates charges for
material from charges for labor. The contractor is expected to
execute a resale certificate instead of paying the sales tax at
the time of purchase. The City of Denton will issue an exemption
certificate for the materials as long as they are a part of the
finished project.
If a contractor does not issue a resale certificate, then the
amount of sales tax must be included in the prices quoted. No
additional compensation, beyond the prices quoted, is due the
contractor for sales tax.
A. Total Labor ....................... $
B. Total Materials ................... $
1200.DOC
ita>.... FROM fRCjiat;FiSSGC,.'kP•:HI7EC.T5 Tl-. •y,y13173514692,. P.L-t ..,'
SUMM1=1) BY SOUTHWEST INDUSTRIAL CONSTRUCTORS INC. _
(Name of Bidder)
121 EXPOSITION STREET, DENTON. TEXAS _76205
(Address) -
Dear Sir:
The undersigned, having examined the drawings, specifications, related documents, and the
sites of the proposed work, and being familiar with all of the conditions surrounding the
work, including the availability of materials and labor, hereby proposes to furnish all labor,
materials, and equipment required for General Construction and Renovation of Lease Space
for Cooke County College in accordance with the drawings and project manual prepared by
Corgan Associates, Inc., Architects, for the lump sung BASE BID amount of:
Note: Amount shall be shown in both words and figures. In case of discrepancy, the
amount shown in words shall govern.
Note: The above amount does not include State of Texas Sales Tax.
The undersigned affirms that the above stipulated base bid stun represents the entire cost
per drawings, specifications, and addenda and that no claim will be made on account of any
increase in wage scales, material prices, taxes, lnsurance, cost indexes, or any other rates
affecting the construction industry and/or this project.
Should the undersigned fail to deliver the signed Contract or the required Bvnds within the
10 day period, the Bid security accompanying this Bid will be forfeited to the Owner as
liquidated damages.
Alternates: The undersigned agrees to the following additions or deductions front the Base
Bid Sum if the listed alternates itemized below are accepted by the Owner. Alternate prices
include all variations in profit, overhead, bonds, insurance and similar related items, and
represent the total cost to the Owner for each Alternate.
12 Aine 1992 Bid Proposal Form - 1 CAA 92029.00
JUN-15-1992 11:08 FROM CAR 653-8291
TO 18173832066 P.04
Alternate No. 1. Provide marker boards in Classrooms #201, 202, 203, 204 and 217.
liaa Co case Dla me lunowmg amount:
Dollars_
E Alternate No. 2. Provide millwork, rough in and sink installation in room #213. Refer
02/A3.
Add to Base Bid the following amount:
a
96n, IM
ec;;>
Alternate No. 3. Provide gas lines and gas cocks to Room #214. Refer to M.E.P. sheet.
Add to Base Bid the
Alternate No. 4. Extend existing millwork in Classroom #210. Refer to elevation Ol/A3.
Add to Base Bid the following amount:
AS ,4 -7-1 fl ✓S 4-, o f-) 4L
Dollars ($ Ze , Ql).
Alternate No. 5. Provide electrical outlets at classroom #204 on all walls at 48" on -center
and 42" A.F.F.
-"a*� �--eg;at"
Ii
Alternate No. 6. Provide all new 2' x 4' layin ceiling tile throughout areas -indicated on RCP
Plan 2/A2 and ground floor entry corridor. Existing ceiling grid to remain, remove all wall
paint and debris from existing grid.
Add to Base Bid the following amount:
Dollars ($—f-P F6 • °`
12 June 1992 Bid Proposal Form - 2 CAA 92029.00
JUIH'15-V:J 2 11;bb FKUM I.HH iU Idl1.,b3cnbb r.n�
Alternate No. 7. Time of Completion. Substantial completion of the entire work prior to
midnight August 15, 1992.
Deduct from the Base Bid the following amount:
Dollars ($ 1,o_ ).
E
Bid Security: Bid security accompanies this bid. Bid security is made payable to the City
of Denton in the amount f five n rcent (5%) of the Bid suaa SLcurity shall be either a
certified check, casiuex's deck orid bond by surety license in Texas.
Enclosed with this proposal is bid security in the Sum of 4 a-P— � m� 15W
Dollars
Time of completion: The undersigned agrees to commence work under this contract within
10 days of receipt of written Notice to Proceed from the Owner, and to substantially
complete the entire work for the project as follows prior to midnight August 1, 1992.
Addenda: The undersigned hereby acknowledges receipt of the following addenda to the
Drawings and Specifications, all of the provisions and requirements of which addenda have
been taken into consideration in the preparation of this Proposal.
Addendum No. dated 6• t 2 -92
Addendum No.
dated_
Addendum No.
dated
Addendum No.
dated
Addendum No.
—dated —
Attachments: The undersigned hereby acknowledges attachment to this Proposal Form a
current and complete AIA Document A305 Contractor Qualification Form
12 June 1992 Bid Proposal Form - 3 CAA 92029.00
RO?1---ORGWi N3°OC. ARCHITECTS TO - 1817-3- 6G= =.G7
i
JUNE 17, 1992 �a
Data Signed --
Title JOI wR. ALLEN, VICE PRESIDENT
Name of Firm SOUTHWEST INDUSTRIAL CQNSIRUCTORS INC.
Organized as a: (Mark one)
Proprietorship.—
partnership
Corporationv
Under the law of the State Of: TEXAS
Legal Address: 121 EXPOSITION STREET
DPNTON TFXAC 7r9n,; --
(Date) JUNE 17, 1992
Telephone No. 817 - s 6 6 -18 9 9
If Bid is by a corporation, affix seal above address.
12 June 1992
END OF BID FORM
Bid Proposal Form - 4
C A,% 92029.00
9.3.1.5 Monthly Applications for Payment shall include waivers of liens for all work
included in the previous months' application for payment. Waiver of Liens for the
subcontractors and materialmen shall be the total amount paid prior to the previous months'
application for payment.
9.3.1.6 With each Application for Payment, Contractor shall certify that such
Application for Payment represents a just estimate of cost reimbursable to the Contractor
under the terms of the Contract Documents and shall also certify that there are not any
Mechanics' or Materialmens' Liens outstanding at the date of this Application for Payment,
that all due and payable bills with respect to the Work have been paid to date or shall be
paid from the proceeds of that Application for Payment, and that there is no known basis
for the filing of any Mechanics' or Materiahnens' Liens against the Surety in connection with
the Work, and that waivers and bills paid affidavit forms from all subcontractors and
materialmen have been or will be obtained in such form as the Owner may require.
9.5 DECISIONS TO WITHHOLD CERTIFICATION
Add the following Clause 9.5.1.8 to Subparagraph 9.5.1:
.8 failure to submit written plan indicating action by Contractor to regain time
schedule for completion of Work within the Contract Time.
9.10 FINAL COMPLETION AND FINAL PAYMENT
Add the following Clause 9.10.2.1 to Subparagraph 9.10.2:
9.10.2.1 In addition to items listed in 9.10.2 to be submitted before Final Payment will
be made or remaining retainage released, Contractor shall deliver items required by Section
01700; Contract Closeout of the Project Manual.
ARTICLE 11; INSURANCE AND BONDS
11.1 CONTRACTOR'S LIABILITY INSURANCE
11.1.1 Add the following sentence to 11.1.1 Contractor's insurance shall be placed only with
companies that have achieved at least an "A" rating with A.M. Best.
11.1.1.1 Delete the semicolon at the end of Clause 11.1.1.1 and add: ,including private
entities performing Work at the site and exempt from the coverage on account of number
of employees or occupation, which entities shall maintain voluntary compensation coverage
at the same limits specified for mandatory coverage for the duration of the Project.
3 June 1992 SUPPLEMENTARY CONDITIONS - 6 CAA 92029.00
pp m5,,n++r�Uc_ 2q«Jt�2n�c DyVLY
9.3.1.5 Monthly Applications for Payment shall include waivers of liens for all work
included in the previous months' application for payment. Waiver of Liens for the
subcontractors and materiahnen shall be the total amount paid prior to the previous months'
application for payment.
9.3.1.6 With each Application for Payment, Contractor shall certify that such
Application for Payment represents a just estimate of cost reimbursable to the Contractor
under the terms of the Contract Documents and shall also certify that there are not any
Mechanics' or Materialmens' Liens outstanding at the date of this Application for Payment,
that all due and payable bills with respect to the Work have been paid to date or shall be
paid from the proceeds of that Application for Payment, and that there is no known basis
for the filing of any Mechanics' or Materialmens' Liens against the Surety in connection with
the Work, and that waivers and bills paid affidavit forms from all subcontractors and
materialmen have been or will be obtained in such form as the Owner may require.
9.5 DECISIONS TO WITHHOLD CERTIFICATION
Add the following Clause 9.5.1.8 to Subparagraph 9.5.1:
.8 failure to submit written plan indicating action by Contractor to regain time
schedule for completion of Work within the Contract Time.
9.10 FINAL COMPLETION AND FINAL PAYMENT
Add the following Clause 9.10.2.1 to Subparagraph 9.10.2:
9.10.2.1 In addition to items listed in 9.10.2 to be submitted before Final Payment will
be made or remaining retainage released, Contractor shall deliver items required by Section
01700; Contract Closeout of the Project Manual.
ARTICLE 11; INSURANCE AND BONDS
11.1 CONTRACTOR'S LIABH= INSURANCE
11.1.1 Add the following sentence to 11.1.1 Contractor's insurance shall be placed only with
companies that have achieved at least an "A" rating with A.M. Best.
11.1.1.1 Delete the semicolon at the end of Clause 11.1.1.1 and add: ,including private
entities performing Work at the site and exempt from the coverage on account of number
of employees or occupation, which entities shall maintain voluntary compensation coverage
at the same limits specified for mandatory coverage for the duration of the Project.
3 June 1992 SUPPLEMENTARY CONDITIONS - 6 CAA 92029.00
ron_ W5S pr.,/-(/C_ '�.Q F5.22rJGE DY�J L�
11.1.1.2 Delete the semicolon at the end of Clause 11.1.1.2 and add:
or persons or entities excluded by statute from the requirements of Clause 11.1.1.1 but
required by the Contract Documents to provide the insurance required by that Clause;
Add the following Clauses 11.1.1.8 and 11.1.1.9 to Subparagraph 11.1.1:
11.1.1.8 Liability insurance shall include all major divisions of coverage and be on a
comprehensive basis including:
1. Premises Operations (including X, C and U coverage as applicable).
2. Independent Contractor's Protective.
3. Products and Completed Operations.
4. Personal Injury Liability with Employment Exclusion deleted.
5. Contractual, including specified provision for Contractor's obligation under
Paragraph 3.18.
6. Owned, non -owned and hired motor vehicles.
7. Broad Form Property Damage including Completed Operations.
11.1.1.9 If the General Liability coverage is provided by a Commercial General
Liability Policy on a claims -made basis, the policy date or Retroactive Date shall predate
the Contract; the termination date of the policy or applicable extended reporting period
shall be no earlier than the termination date of coverage required to be maintained after
final payment, certified in accordance with Subparagraph 9.10.2.
Add the following Clause 11.1.2.1 to Subparagraph 11.1.2:
11.1.2.1 The insurance required by Subparagraph 11.1.1 shall be written for not less
than the following limits, or greater if required by law:
1. Worker's Compensation:
(a) State: Statutory
(b) Applicable Federal: Statutory
2. Employer's Liability: $500,000 per Accident
$500,000 Disease, Policy Limit
$500,000 Disease, Each Employee
3. Comprehensive or Commercial General Liability (including Premises -
Operations; Independent Contractors' Protective; Products and Completed
Operations; Broad Form Property Damage):
(a) Bodily Injury: $500,000 Combined single limit each occur.
$1,000,000 Combined single limit policy aggregate
3 June 1992 SUPPLEMENTARY CONDITIONS - 7 CAA 92029.00
GG�_ 1NSu 22'�C7 2L6I,/LnrCL fJN C.y
SJGh ii0-1 7 /.YYJ
(b) Property Damage: $500,000 Combined single limit each occur.
$1,000,000 Combined single limit policy aggregate
(c) Products and Completed Operations to be maintained for two years
after final payment: $500,000 Aggregate
(d) Property Damage Liability Insurance shall provide Y, C and U
coverage. Property damage deductible not to exceed $500 per
occurrence.
(e) Broad Form Property Damage Coverage shall include Completed
Operations.
(f) Coverage to be extended to include the interests of the Architect and
his consultants.
4. Contractual Liability:
(a) Bodily Injury: $500,000 Each Occurrence
$500,000 Aggregate
(b) Property Damage: $250,000 Each Occurrence
$500,000 Aggregate
5. Personal Injury, with Employment Exclusion deleted:
(a) Coverage: $500,000 Each Person Aggregate
$500,000 General Aggregate
6. Business Auto Liability (including owned, non -owned and hired vehicles):
(a) $1,000,000 Combined single limit each occurr.
7. Umbrella Excess Liability:
(a) Over Primary Insurance: $1,000,000 Each Occurrence
Add the following Clauses 11.1.2.1 and 11.1.2.2 to Subparagraph 11.1.2:
11.1.2.1 Each policy of insurance listed above to be purchased and maintained by the
Contractor and each certificate of insurance for said insurance shall contain a complete
waiver of subrogation against Owner, Architect and Architect's Engineers. Each certificate
shall also list Owner, Architect and Architect's Engineers as a party insured. The immunity
of the owner shall not be defense from the insurance carrier.
11.1.2.2 Contractor shall not commence work at the site under this Contract until he
obtained all required insurance and submitted appropriate certifications.
3 June 1992 SUPPLEMENTARY CONDITIONS - 8 CAA 92029.00
Add the following sentence to Paragraph 11.1.3:
If this insurance is written on the Comprehensive General liability policy form, the
Certificates shall be AIA Document G705, Certificate of Insurance. If this insurance is
written on a Commercial General Liability policy form, ACORD form 25S will be
acceptable.
11.3 PROPERTY INSURANCE
11.3.1.1 Add the following sentence to Clause 11.3.1.1:
The form of policy for this coverage shall be Completed Value.
Delete Clause 14.3.1.4 and substitute the following:
11.3.1.4 The Contractor shall provide insurance coverage for portions of the Work
stored off the site after written approval of the Owner at the value established in the
approval, and also for portions of the Work in transit.
11.4 PERFORMANCE BOND AND PAYMENT BOND
Delete Subparagraph 11.4.1 and substitute the following:
11.4.1 The Contractor shall furnish bonds covering faithful performance of the Contract and
payment of obligations arising thereunder. Bonds may be obtained through the Contractor's
usual source, under the conditions listed below, and the cost thereof shall be included in the
Contract Sum. The amount of each bond shall be equal to 100 percent of the Contract Sum.
11.4.1.1 The Contractor shall deliver the required bonds to the Owner not later than
three days following the date the Agreement is entered into, or if the Work is to be
commenced prior thereto in response to a letter of intent, the Contractor shall, prior to the
commencement of the Work, submit evidence satisfactory to the Owner that such bonds will
be furnished.
11.4.1.2 The Contractor shall require the attorney -in -fact who executes the required
bonds on behalf of the surety to affix thereto a certified and current copy of the power of
attorney, indicating the monetary limit of such power.
11.4.1.3 Provide each bond on the form provided in the Project Manual. a
11.4.1.4 No sureties will be accepted by the Owner who are now in default or
delinquent on any bonds or who are interested in any litigation pending against the Owner
during the term of this Contract. All bonds shall be executed by a corporate surety
authorized to do business in the applicable jurisdiction of this Project. The surety upon any
3 June 1992 SUPPLEMENTARY CONDITIONS - 9 CAA 92029.00
r-po- INSUar.AXAL "Fif/&C1J0c O�Ly
S;zc- pfzoAZ(-t' 2�
Ramey King 6 Minnie Insurance
101 S. Locust
Suite 707
Denton TX 76201-
CE4 • _.r._
INSURED
Southwest Industrial
Consumtom Inc
121 Exposition
Denton TX 76201-
\iF{,14d.>!4T!!1Tl�/Far E: �oB ,csc 6.?[sxoc asx 06/25/92
.:,..,.a..o..oul�e3..R5..f :Y&�8 r°
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
.................
COMPANY A
LETTER
COMPANY B
LETTER
New Hampshire
.............. I ...... ......I ....... ...
Lumbermen Mutual
...............................................................................
LETTER COMPANY C Trinity
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.
................................................................................................................................................
............................... ..........
.................
CO i TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION
LAIRS
LTR; DATE (MMO,D D" DATE
A GENERAL LMBLRy TC%545201 10/01/91 10/Ol/92
GENERAL AGGREGATE :5
2000000
A X COMMERCIAL GENERAL LIABILITY TCP7545201 10/01/01 10/01/92
PRODUCTSSCOMPOP AGO. ;
................ .................t....................
1000D00
....
...,.....>... ....
CLAIMS MADE X OCCUR.
.
PERSONAL S ADV. INJURY S
10DD000
C )( OWNERS 8 CCNTRACTORII PROT. BINDER 03/23/92 09/23/92
:........:
EACH OCCURRENCE is
:...........................
1000000
A X 'BROAD FORM CONTRACTUAL
....................................
FIRE DAMAGE (Any ana fire) is
50000
... .: ... .........
:.. .. .. .....;....
MED. EXPENSE (Anyone pereon):S
.. _
SOOD
B AUTOMOBILE LMBLRV BAIT 545200 10/01/91 10/01/92
COMBINED SINGLE
.$
1000000
ANY AUTO
'
;LIMIT
..............:.................. .. .. .. .
ALL OWNED AUTOS
._...._..._..._
BODILY INJURY
SCHEDULED AUTOS
'(Per person)
HIRED AUTOS
: BODILY INJURY
.NON -OWNED AUTOS
..
:(Per accdenry
:................................... ... . ... .. ..
GARAGE LIABILITY
PROPERTY DAMAGE :S
B EXCESS Lwmm UL3270390
10/01/91 10/01/92 :EACH OCCURRENCE s 1000000
X UMBRELLA FORM
i AGGREGATE 'S 1000000
:.... ................... ....... ...... .. ..........._„......
..
OTHER THAN UMBRELLA FORM
....
STATUTORY LIMITS. . .�
I WORKER'S COMPENSATION
;
A 3BA011087-00
10/01/91 10/01/92 ` EACH ACCIDENT :i 500000
AND
i DISEASE - POLICY LIMIT :S 500000
EMPLOYERS LIASAM
. — - ......................... ........................
DISEASE -EACH EMPLOYEE :$ 500000
OTHER
A INLAND MARINE SPF1410M
10/01/92 10/01/93
DESCRIPTION OF OPERATONSLOCATONSNEHOLESSPECIAL HEMS
.. ... .. .... .
BTDFI3SS-Cook County College Construction
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
City of Denton
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
lxDSeLpL`F::
70
9POPurchasing
B
MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
Denton TX 76201-
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIABILITY OF ANY KIND UPON THE COMPANY, ITS I GETS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE -(A _