HomeMy WebLinkAbout1992-055ORDINANCE NO C� U
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
1347 MANNING INC $46,345 65
1348 ALMOND ROOF CONSULTANTS $88,550 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 approva
PASSED AND APPROVED this the /_ day of ,1992
CASTLEBERRY,
ATTEST
JENNIFER WALTERS, CITY SECRETARY
BY r l�lJtD
APPROS TO LEGAL FORM
DEBRA A DRAYOVITCH, CITY ATTORNEY
FM
ALL0001F
DATE April 7, 1992
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID #1347 - NOTTINGHAM CONCRETE WORK
RECOMl1{ENDATION We recommend this bid be awarded to the low bidder, Manning
Inc in the total amount of $46,345 65
SUMMARY This bid is for all materials and labor for the construction of specified
concrete work The bid includes 905' of 4' sidewalk, 2850' of curb/gutter, 215
square yards of flatwork and driveways along with 4089 square yards of hydromulch
and other associated activities
The project is located south of University Drive and North of Mingo Road The
concrete work is a portion of the Nottingham Drive Project
BACKGROUND Tabulation sheet
PRnVRAMR_ nF.PARTMFNTS OR GROUPS AFFECTED Citizens of Denton,
FISCAL IMPACT Funds for this project will come from Street Bond funds
account # 443-020-STRT-8526-9105
spct
ectfully submitted
1
Lloyd V Harrell
City Manager
Approved
Name Tom D Shaw, C P M
Title Purchasing Agent
257 DOC
TS/Ih
BID # 1347
BID
OPEN
NAME NOTTINGHAM CONCRETE
WORK
MARCH 24, 1992
MANNING
FLOYD SMITH
SOUTHWEST
IND CONST
#
ITEM DESCRIPTION
VENDOR
VENDOR
VENDOR
1
TOTAL BID
$46,345 65
$48,674 15
$78,253 00
2
BID BOND
YES
YES
YES
DATE April 7, 1992
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID #1348 - REROOF EMILY FOWLER LIBRARY
RECOMMENDATION We recommend this bid be awarded to the low bidder, Almond
Roof Consultants, in the amount of $88,550 00
SUMMARY This bid is for all labor and materials to replace the roof on the Emily
Fowler Public Library The protect will have a 15 year warranty from the material
manufacturer, and a 2 year contractor warranty which guarantees a waterproof
building
BACKGROUND Tabulation sheet
Emily Fowler Library and
using
FISCAL IMPACT Funds will be from Certificates of Obligation
#445-032-ROOF-9217
#445-032-ROOF-9122
pe/ct/fully submitted
v
Lloyd V Harrell
City Manager
Prepared by
Name Denise Harp
ool
Title Senior Buyer
A roved
Name Tom D Shaw,C P M
Title Purchasing Agent
256 DOC
DH/lh
N
r
I »k
O
x
UO
10
H
H
— — — —
— —
— — — — — — —
— —
— —
m
0
O
z
tv
H
0
t+Od
H
[y+J
�=
z
�
Cyr
o
x
H g
N
N
W M
W
b
H
k H
ID
tl
H
%O
C
N
Z
gO
t+
C+l
-----------------------
H
OrD INJI O
O N H O
ID
C
C+OI
y
K' y
C
14
0000010
N
y MM
CA
y
xO
t�
CNd
H
v
0
— — —
— —
— — — — — — — —
O
— —
— —
— —
— —
— —
O
N 0
coW r 0 N co
O P
N
iw
O
[+l
O
N
CAO
o 00 O 010
H
W
m
O
IV p N
LHU
O
— — —
— — —
— — — — — —
O
— — —
— —
A
J O� H
C
0 r 0
m
[�
m
co
Co
N
o
O
Co
0 0 Po
0
(off
0
9 y
O
----------------
O
J
HHH
«.
CO UI N N
H
C
O A 0
H
l�
y
0 0 0 0 0
O
I00
0
rtl
M
N
DO H
O
— — —
— —
— — — — — — —
O
— — —
— —
N
CONTRACT AGREEMENT
STATE OF TEXAS S
COUNTY OF DENTON S
THIS AGREEMENT, made and entered into this
APRIL A.D., 19 92 , by and between
DENTON
of the County of
DENTON
through LLOYD v. HARRELL
7 day of
THE CITY OF
and State of Texas, acting
thereunto duly authorized so to do, hereinafter termed "OWNER," and
LARRY MANNING, INC. 821 RINGS ROW, 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 # 1347 - NOTTINGHAM CONCRETE WORK iu the amount of $46,345.65
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 CITY of DENTON ENGINEERING STAFF
all of which are made a part hereof and collectively evidence and
constitute the entire contract.
Independent Status
It is mutually understood and agreed by and between City and
Contractor that Contractor is an independent contractor and shall
not be deemed to be or considered an employee of the City of
Denton, Texas, for the purposes of income tax, withholding, social
security taxes, vacation or sick leave benefits, worker's
compensation, or any other City employee benefit. City shall not
have supervision and control of Contractor or any employee of
Contractor, and it is expressly understood that Contractor shall
perform the services hereunder according to the attached
specifications at the general direction of the City Manager of the
City of Denton, Texas, or his designee under this agreement.
Indemnification
Contractor shall and does hereby agree to indemnify and hold
harmless the City of Denton from any and all damages, loss, or
liability of any kind whatsoever, by reason of injury to property
or third persons occasioned by any error, omission or negligent act
of Contractor, its officers, agents, employees, invitees, and other
persons for whom it is legally liable, with regard to the
performance of this Agreement, and Contractor will, at its cost and
expense, defend and protect the City of Denton against any and all
such claims and demands.
Choice of Law and Venue
This agreement shall be governed by the law of the State of
Texas and venue for its construction and enforcement shall lie in
the courts of Denton County, Texas.
The CONTRACTOR hereby agrees to commence work on or after the
date established for the start of work as set forth in written
notice to commence work and complete all work within the time
stated in the Proposal, subject to such extensions of time as are
provided by the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the
price or prices shown in the Proposal, which forms a part of this
contract, such payments to be subject to the General and Special
Conditions of the Contract.
CA - 2
IN WITNESS WHEREOF, the parties of these presents have
executed this agreement in the year and day first above written.
ATTEST:
a
CA - 3
(SEAL)
LARRY MANNING INC
CON RAC
!��
01
Title
(SEAL) —
PERFORMANCE BOND
STATE OF TEXAS §
Bond No. TX 482027
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That LARRY MANNING INC.
of the City of DENTON
County of DENTON , and State of TEXAS
as PRINCIPAL, and MERCHANTS BONDING COMPANY (Mutual)
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 Forty Six Thousand Three Hundred Forty
FIVE AND65/100--------------------- Dollars ($ 46,345.65 ) 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 7 day of APRIL
19 92 , for the construction of BID 9 1347 - NOTTINGHAM CONCRETE
WORK in the amount of $46,345.65
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, 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 anyway
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 27th day of August
19 92
LARRY MANNING, INC.
Principal
Address•
82� Kings Row
Denionr. TX 76201
(SEAL)
MERCHANTS BONDING COMPANY (Mutual)
Surety
Pauline L. Lesch
Title_ _Attorney -in -Fact
Address•
2100 Grand Ave.
Des Moines, IA 50312
(SEAL)
The name and address of the Resident Agent of Surety is:
PCL Insurance Agency, Inc.
206 Elm St., Suite 105, Lewisville, Texas 75057
NOTE: Date of Bond must not be prior to date of Contract.
PB - 2
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.
PAYMENT BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That LARRY MANNING INC.
of the City of DENTON
County of DENTON , and the State of TEXAS ,
as principal, and MERCHANTS BONDING COMPANY (Mutual)
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
FORTY SIX THOUSAND THREE HUNDRED FORTY FIVE 665/10mollars ($ 46,345.65 )
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 7 day of April
199_
BID 1 1347 - NOTTINGHAM CONCRETE WORK in the amount of $46,345.65
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 anyway
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 27th day of August
19 92
LARRY MANNING, INC.
Principal
Title �—
Address:
821 Kings Row
Denton, TX 76201
(SEAL)
MERCHANTS BONDING COMPANY (Mutual)
Surety
Pauline L. Lesch
Title Attorney -in -Fact
Address:
2100 Grand Ave.
Des Moines, IA 50312
(SEAL)
The name and address of the Resident Agent of Surety is:
PCL Insurance Agency, Inc.
Elm St., Suite 105, Lewisville, Texas 75057
J k1
PB — 4
MAINTENANCE BOND
THE STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That LARRY MANNING INC.
as Principal, and MERCHANTS BONDING COMPANY (Mutual)
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 Four Thousand Six Hundred Thirty Four and56/100— ----
Dollars ($ 4,634.56 ), 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 LARRY MANNING INC.
has this day entered into a written contract with the said City
of Denton to build and construct BID 1 1347 - NOTTINGHAM CONCRETE
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 day's failure on the part of said
Contractor to comply with the terms and provisions of said contract
and this bond.
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 LARRY MANNING, INC.
as Contractor and Principal, has caused these presents to be
executed by
and the said MERCHANTS BONDING COMPANY (Mutual)
as surety, has caused these presents to be executed by its
Attorney -in -Fact
Pauline L. Lesch
and the said Attorney -in -Fact has hereunto set his hand this 27th
day of August , 19 92
SURETY:
MERCHANTS BONDING COMPANY (Mutual)
BY: t ck t.vw C L'
Pauline L. Lesch
_Attorney -in -Fact
Attorney -in -Fact
PRINCIPAL:
LARRY MANNING, INC.
MB - 2
Lewisville, Texas
27th August 92
December 31, 1992
CITY OF DENTON
INSURANCE REQUIREMENT'S
FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below.
It is highly recommended that bidders confer with their respective
insurance carriers or brokers to determine in advance of Bid
submission the availability of insurance certificates and
endorsements as prescribed and provided herein. If an apparent low
bidder fails to comply strictly with the insurance requirements,
that bidder may be disqualified from award of the contract. Upon
bid award, all insurance requirements shall become contractual
obligations which the successful bidder shall have a duty to
maintain throughout the course of this contract.
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the
Contractor, the Contractor shall provide and maintain until the
contracted work has been completed and accepted by the City of
Denton, Owner, the minimum insurance coverage as indicated
hereinafter.
As soon as practicable after notification of bid award, Contractor
shall file with the Purchasing Department satisfactory certificates
of insurance, containing the bid number and title of the project.
Contractor may, upon written request to the Purchasing Department,
ask for clarification of any insurance requirements at any time;
however, Contractors are strongly advised to make such requests
prior to bid opening, since the insurance requirements may not be
modified or waived after bid opening unless a written exception has
been submitted with the bid. Contractor shall not commence any
work or deliver any material until he or she receives notification
that the contract has been accepted, approved, and signed by the
City of Denton.
All insurance policies proposed or obtained in satisfaction of
these requirements shall comply with the following general
specifications, and shall be maintained in compliance with these
general specifications throughout the duration of the Contract, or
longer, if so noted:
o Each policy shall be issued by a company authorized to do
business in the State of Texas with an A.M. Best Company
rating of at least A.vii
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 REOUIREMENTS•
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 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,'00 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 the Named Insured.
CI - 4
Name and Address of Agency
Phone
Name and Address of Insured:
City of Denton Reference:
Project Name:
Project No:
Project Location:
Managing Dept:
------------------
Ccmpanies Affording Coverage:
A
B
Phone I 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 Expiration latter 7--9 T--------- _ .. p atlon Limitt of liahili+-
-- - nmiuer
uate
In Thousands 000
'
Comprehensive General Liability
- occurrence
occurrence
- Claims Made (see #4-Page CI-4)
Bodily Injury
$
Broad Form to Include:
- Premises/Operations
Property Damage
j
- Independent Contractors
Bodily injury and Property
- Products/Completed Operations
- Personal injury
- Contractual Liability(see #3-Page CI-4)
Damage Combined
:
- Explosion and Collapse Hazard
- Underground Hazard
Fire LegalbLiabilitye(see
-
#5-Page CI-4)
- Broad Form Property Damage
- Professional Errors/Omissions
- --------I
- occurrence
- claims made (see #4-Page CI-4)
Comprehensive Automobile
Liability
Bodily Injury/Person
s
Bodily injury/Accident
i
- Owned/Leased Automobiles
- Non -owned Automobiles
Property Damage
_
$
- Hired Automobiles
Bodily Injury/Property
Damage Combined
j
- Workers' CoMensation and
Employers' Liability
Statutory Amount
edUn accident
- Owners' Protective Liability
=
Other Insurance
uescrlption or uperationS1L0cat1ons/Vehicles.
Each policy shall require thirty (30) days notice of cancellation, non -renewal, or material change in coverage.
(See #2, Page CI4).
Naar and address of Certificate Holder.
CITY OF DENTON, TEXAS I
PURCHASING AGENT
901-8 TEXAS ST.
DENTON, TEXAS 76201
1
I CI -S SEE DEFINITIONS ON PAGE CI-4 ATTACHED.
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:
agreement, and would not
liability requirement st
Certificate of Insurance u:
must include a definition
coverage for obligations
referenced contract. This
(Liability assumed by contract or
otherwise exist.) The contractual
own on the reverse side of this
ider Comprehensive General Liability,
of coverage broad enough to provide
assumed by the contractor in the
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.
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 $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 TABULATION SHEET
ITEM
DESCRIPTION
QUANTITr
UNIT
UNIT PRICE
TOTAL
1.21
Contractors Warranties
and Understandings
-
LS
$ /,0'/LS
8.1
Barricades, Warning Signs
and Detours
-
LS
$ LS
$ 5d0
5.8-A.1
6" Concrete Flatwork
30
BY
$ � go/Sy
$ ODD
8.3-A
4" Concrete Sidewalk
905
SY
$ //_QQ /SY
$1q
8.3-8
6" Concrete Driveway
185
SY
$ d J f /By
$
8.2-A
Concrete Curb & Gutter
2,850
LIP
$ 5, /LF
$�5�75�'
8.15
4" Concrete Riprap
150
BY
92
$ aQ /Sy
$
3.10.7
Hydro Mulch
4,089
BY
$ , ljr¢/Sy
$ q 7r 4
7. 6.A.1
Recessed 6' Curb Inlet
To & Throat
1
EA
$ 7 04VEA
cJ�/
$JJ7,5Q 4r
7.6.A.2
Special Recessed 6" Curb
Inlet Top & Throat
2
EA
$ �/EA
$
-"
2.11.5
Inlet Frame & Cover
2
EA
$ aQL-1?0/EA
$ 0
TOTAL
$�/ �fo
c�
3.10.3 *
Seeding
4,089
SY
$ " 50 4 /SY
Seeding (3.10.3) may be used as an alternate in whole or part for Hydromulch (3.10.7)
at the direction of the engineer.
P - 3
1MUc.
TOTAL BID PRICE IN W
P. .1 1 ' . e (o S
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.
Street Ad�di ss
City and State
Seal & Authorization p
(If a Corporation) �0 -
Telephone
B - 1
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 ................... $ O
1200.DOC
INSURANCE CENTER INC
P O DRAWER C
DENTONP TX
76202
PaoNS 817-387-9501
INSURED
S21KnasnorInc i$R
7:zo°X
xexa CBMiTi}iCATE IB ISSUED ABA HA1THR OP INFORMATION ONLY AND
CONFERS NO RIGM UPON TRH CERTIPICATH HOLDER. 'PHIS CZIT FTCATS
00E8 NOT AMUMD, EXTEND OR ALFSR THE COVaMO6 AFFORDED HT THE
POLICIX5 BELOW.
-- ------ ---...... -----------------------------
COMPANIES AFFORDING COVe�e- -
....--'----------- ------------------------------------ ----------------
COMPANY LETTER A 901111tO1T (MtaerAl
rCOMPANY LETTER E---------------------------------------------------------
COMPANY LETTER
COMPANY LHTTEA
s COVERAGES e..... COMPANY LETTER E
..w---.-o.R...r.R:...as=Ern...nn...n..cesu....z.n......._:....--.-------
IABCE LISTED BELOW
THIB IS 1b CERTIFY THAT POLCIRH OP INBURSAVE HEEN YBSUEO TO TEB INBOR® BARED ABOVE MroA TS8 POLICY
PERIOD INDICATED. NOTWITHSTANDING ANY REQUIRNRHNT, THEM OR CONDITION OF ANY CONTRACT OR OrM DOCUMBMF WITH RESPECT TO
WHICH THIS CRATIPICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED By TEB POLICIES DESCRIBED HERRIM IB HUBJECT To
---ALL TERMS, SECLUDZQNS, AND CONDITIONS OF SUCH POLICIES. LIMITS BROWN MAY HAVE BEEN REDUCED BY PAID CLAIMS,
CO TYPE OP INSURANCE --------- ------
------ POLICY NUMBER I POLICY HPP I POLICY HIP I LIMIT$
-- _____ DATE DATE
GENERAL AGORROATR 11,UUU,
A III COMMERCIAL DEN LIABILITY 5COL9368069-06 03/24/92 03/24/93 VRW-------- ----- 1'000,
f I CLAIMS xwa [ X) occ.
----""------"___ ________
PERK. A ADV. INJURT 1,000E
t 1 ONNHRS•B i coaTAACTOR•S
PROTECTIVE
--'-'---`----------
IAOR OCCVNEEMCE
----------
1, 000,1
f I
________
PING DAMAGE
__________
'ART ONE FIRE)
50, 000
fI
------------------
----------.
MED. EYPaNBE
_________________________
" ------
(ANY ONE PRABON)
51000
AUTOMOBILE LIAB
----`--------------------- ---------------------------- -------------------
-------
COMB. BIMOLE LIMIT
1 000 �
A A ANY AUTO
IAUT9400011-06 03/24/92 03/24/93 ------
I I ALL ORNED AUT08
BODILY INJURY
[ I SCREDt= AUTOS
(PER paNsoN)
t) HIRED AUTOS
-------------------
-----------
I I NOR -OWNED AUTOS
BODILY INJURY
C I GARAGE LIABILITY
(PER ACCIDENT)
___________________
f1
_______—____-__-_
PROPERTY Dimon
EXCESS LIA$ILITY _
— ------------------------- - _
---- ------
f I UMBRELLA POEM
EACH OCCURRENCE
[ ) OTHER TRAN UMBRELLA PORN
___________________
___________,
AGGRIQATR
__________________ _________..�___
A WORKERS' COMP
_-...._-_______
STATUTORY LIMITS
05TWC102820fi-00 03/24/92 03/24/93 EACH AcexbeNT
goo,O
8$
EMPLOYERS' LIAR
DISEASE-POL. LIMIT
500 0
--- - ------------------- -----
bIBSTATUTARE EMT.
SOO�000
I
pTHER
DESCRIPTION OF OPHRATIONB/LOCATIONB/VSHICLES/SPECIAL ITEME
CHRTIPICATE HOLDERm ........................... n..a CANCRLLA2I011 Cur.::wur.m...r.....w....:a-.r..-.....r....:..w.r.-.....
r SHOULD ANY OP THE ASOVR DESCRIBED POLICIES SS CAHOHLLED BEFORE THE EE_
PIRATION OATH THERROP, THE ISeUIWc coNpANY RILL ENDEAVOR TO MAIL 30
CITY OP DENTON - DAYS WRITTEN NoaICE TO THE csarxaxCATE HOLDER NAMED TO THE LNPT, BUT
PURCHASING DEPARTMENT PAILVAR TO MAIL ■OON NOTICE BEALL IMPOSE NO 081,I0ATION OR LIABILITY OF
901-B TEXAS STREET - ANY HIND UPON THE CONPARY, ITS A41NTS OR AHPRBOHNTATIV88.
DENTONTX ----------------- ---- -----------------------------------------------
7 6201 . AUTHORISED REPAEEENTATIVE
ACORD I5-0 (7/90) na"4-ft"
CONTRACT AGREEMENT
THIS AGREEMENT, made and entered into this 27 day of APRIL
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, Party of the
First Part, hereinafter termed the OWNER, and
of the City of
P.O. BOX 292213, LEWISVILLE, TEXAS 75029-2213
LEWISVILLE
, County of DENTON
And State of TEXAS , Party of the Second Part, hereinafter
termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements
hereinafter mentioned, to be made and performed by the Party of the First part
(OWNER), and under the conditions expressed in the bonds bearing even date herewith,
the said Party of the Second Part (CONTRACTOR) hereby agrees with the said Party
of the First Part (OWNER) to commence and complete the construction of certain
improvements described as follows:
BID # 1348 — REROOF EMILY FOWLER LIBRARY in the amount of $88,550.00.
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 said
construction, 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 other
drawings and printed or written explanatory matter thereof, and the Specifications
therefore, as prepared by ARMKO INDUSTRIES, INC.
, all of which are made a part hereof and collectively evidence and
constitute the entire contract.
CA1
CONTRACT AGREEMENT
SPECIAL CONDITIONS
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 and 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. -
CA2
CONTRACT AGREEMENT
IN WITNESS WHEREOF, the parties of these presents have executed this
agreement in the year and day first above written.
ATTEST:
/` / ! •Ifidaw" W
EST: 9
1 1 01 1
N40'all,
(SEAL)
ALMOND ROOF CONSULANTS
Party of he Second Part, CONTRACTOR
Title QwFrJ
(SEAL)
CA3
PERFORMANCE BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENT: That ALMOND ROOF CONSULTANTS
of the City of LEWISIVILLE
County of DENTON , and State of TEXAS
as PRINCIPAL, and
, 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 EIGHTY EIGHT THOUSAND FIVE HUNDRED FIFTY AND N --
Dollars ($ 88,550.00 ) 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 27 day of APRIL , 1992, for the construction of
BID # 1348 — REROOF EMILY FOWLER LIBRAY in the amount of $88,550.00.
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
principal shall faithfully perform said Contract and shall in
conditions and agreements in and by said contract agreed and
Principal to be observed and performed, and according to the
of said Contract and Plans and Specifications hereto annexed,
shall be void: otherwise to remain in full force and effect;
such, that if the said
all respects,
convenanted by the
true intent and meaning
then this obligation
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 changes,
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 changes, extension of time, alternation or addition to the
terms of the contract, or to the work to be performed thereunder.
CA4
PERFORMANCE BOND
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed
this instrument this 27th day of April 1 1992.
Almond Roof Consultants
Principal
Title Owner
Address PO Box 292213
Lewisville, Texas 75029-2213
(SEAL)
Victore Insurance Co.
Surety
Title torney-in-€at�f
Address 3102 Maple )Yv�. #260
Dallas, exas
(SEAL)
The name and address of the Resident Agent of Surety is:
Baldwin Insurance and Bonding
1201 KAS Dr., Suite B Ri
s a on, rexas 7-5081
NOTE: Date of Bond must not be prior to date of Contract.
CA5
PAYMENT BOND
STATE OF TEXAS §
§
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENT: That ALMOND ROOF CONSULTANTS
of the City of LEWISVILLE
County of DENTON and State of TEXAS
as PRINCIPAL, and
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
OWNER in the penal sum of
EIGHTY EIGHT THOUSAND FIVE HUNDRED FIFTY AND N0/100---- ---------------------------
Dollars (S 88,550.00 ) for the payment whereof, the said Principal and Surety
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 27 day of APRIL , 1992 .
BID A 1348 — REROOF EMILY FOWLER LIBRARY
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 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.
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 changes, extension of time, alternation or addition to the terms
of the contract, or to the work to be performed thereunder.
CA6
C
PAYMENT BOND
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed
this instrument this 27th day of April 1992.
Almond Roof Consultants
Principal
By
Title Owner
Address PO Box 292213
—Lewisville, Texas -2213
(SEAL)
Victore Insurance Co.
Surety
:---
Title Attorney —in —Fort- -
Address 3102 Maple Av��-�;_-W260�
DAllas, lexas 75201
(SEAL)
The name and address of the Resident Agent of Surety is:
CA7
VICTORE INSURANCE COMPANY
6363 NORTH PORTLAND, SUITE 100
OKLAHOMA CITY, OKLAHOMA 73112
KNOW ALL MEN BY THESE PRESENTS
POWER OF ATTORNEY
That VICTORE INSURANCE COMPANY, a Corporation duly organized under the laws of the State of Oklahoma, having its principal office in
Oklahoma City, Oklahoma, pursuant to the following resolution which is now in full force and effect:
'rfhat the Chairman of the Board may from time to time appoint Attorneys -in -Fact, and Agents to act for and on behalf of the Company and may give any
such appointee such authority as his certificate and other writings obligatory in nature of a bond, and such officer or the Board of Directors may at any
time remove such appointee and revoke the power and authority given him" does hereby make, constitute and appoint:
------------------------ LANNY W. LAND, ALTUS E. WILDER, III --------------------------
its true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and
deliver in its behalf, and as its act and deed, as follows:
All bonds except Bail Bonds and not to exceed on any single instrument
UNLIMITED AMOUNTS
This Power of Attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of the
Company at a meeting duly called and held on the 12 day of May, 1989.
"Resolved, that the signature of the Chairman, Vice Chairman, President, Executive Vice President, Vice President and Assistant
Vice Presidents and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to the By-laws,
and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate
of any such power, and any power or certificate bearing such facsimile signatures and seal shall be valid and binding on the company.
Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or
undertaking to which it is attached, continue to be valid and binding on the Company."
IN WITNESS WHEREOF VICTORS INSURANCE COMPANY has caused these presents to be signed by its Chairman of the Board and its corporate
seal to be affixed, this 12 th day of MAY ,19 89
Ns�aq
ib
(STATE OF OKLAHOMA) SEAL
(County of Oklahoma) o'�
Onthis 12th day of MAY ,19 89 1
before me, a Notary Public of the State of Oklahoma in and for the
County of Oklahoma came Altus E. Wilder III to me personally
known to be the individual and officer descnbed herein, and who
executed the preceding instrument and acknowledged the execution
of the same, and being by me duly sworn, deposed and said, that he is
the officer of said Company aforesaid, and that the seal affixed to the
preceding instrument is the Corporate Seal of said Company, and the
said Corporate Seal and signature as an officer were duly affixed and
subscribed to the said instrument by the authority and direction of
the said corporation, and that the resolution of said Company,
referred to in the preceding instrument, is now in force.
CERTIFICATE
v
Alms E. Wilder III
IN TESTIMONY WHEREOF, I have hereunto set my hand, and
affixed by official seal at Oklahoma City, Oklahoma, the day and year
written above. _ I
Notary Public, Oklahoma Count)�rOklahoma City, Oklahoma
My Commission Expires FEBRUARY 2. 1991
�p okq�
y NOTPRV
°t 6C.
A��
1, the undersigned, Chairman of the Board of VICTORE INSURANCE COMPANY, a corporation of the State of Oklahoma, DO HEREBY CER"-Fy
that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and fiirthermoi et-lhat the-_
Resolution of the Board of Directors, as set forth in the Certificate of Aulhonty; are now in force.
Signed and Sealed at the said Company at Oklahoma City, Oklahoma, dated this Zit h day of April ,19 _9� -- —
Chairman of the Board
Name and Address of Agency
City of
Denton Reference:
Project
Project
Project
Name:
No:
Location:
v
Phone
Managing
Oept:
----------
Name and Address of Insured:
-----------
Companies Affording Coverage:
A
B
Phone
C
This is to certify that: 1) Policies of insurance listed below have been issued and are in force at this tin
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
Policv Number Date In Thousands 000
Comprehensive General Liability
- Occurrence
Occurren
- Claims Made (see #4-Page CI-4)
Bodily Injury
$
Broad Form to Include:
- Premises/Operations
Property Damage
S
- Independent Contractors
- Products/Completed Operations
- Personal injury
- Contractual Lmability(see #3-Page CI-4)
Bodily injury and Property
Damage Combined
$
- Explosion and Collapse Hazard
- Underground Hazard
- Liquor Liability Coverage
- Fire Legal Liability (see #5-Page C14)
- Broad Form Property Damage
-
------------- ---
- Professional Errors/Omissions
--
-----------
-------
- occurrence
- claims made (see #4-Page CI4)
Comprehensive Automobile
Liability
Bodily Injury/Person
Bodily Injury/Accident
S
i
- Owned/Leased Autanobiles
Property Oamage -
S
- Non -owned Automobiles
----
- - — -
Bodily Injury/Property
- Hired Automobiles
Damage Combined
S
- Workers' Compensation and
Statutory Amount
Employers' Liability
each accident
- Owners' Protective Liability
$
Other Insurance
Description of Operations/Locations/Vehicles.
Each policy shall require thirty (30) days notice
(See #2, Page CI-4).
of cancellation,
non -renewal, or material change in coverage.
Name and address of Certificate Holder.
CITY OF DENTON, TEXAS
PURCHASING AGENT
901-8 TEXAS ST.
DENTON, TEXAS 76201
nne ,
rey-1(11
SEE DEFINITIONS ON PAGE CI-4 ATTACHED.
CITY OF DENIC)N - EMILY EMER LIBRARY - DENTCN, TEXAS
PART 1 - GENERAL INSTRUCTIONS
1.1 QUALIFICATIONS FOR BIDDING:
To qualify for bidding, each contractor is required to obtain a
copy of the Bid Invitation, Proposal, General Instructions,
Materials, Execution, Drawings, Contract Documents, and attend the
Pre -Bid Conference on (DAY) Monday , (DATE) March 16
1992, at 10:OOAM/PM, at City of Denton Purchasing Department
Conference Room, located at 901-B Texas Street, Denton, Texas.
1.2 INSURANCE:
Without limiting any of the other obligations or liabilities of
the Contractor, the Contractor shall provide and maintain until
the contracted work and/or material has been completed/delivered
and accepted by the City of Denton, Owner, the minimum insurance
coverage as indicated hereinafter.
Satisfactory certificate(s) of insurance shall be filed with the
Purchasing Department prior to starting any construction work or
activities to deliver material on this Contract. The
certificate(s) shall state that thirty (30) days advance written
notice will be given to the Owner before any policy covered
thereby is changed or cancelled. The bid number and title of the
project should be indicted, and the City of Denton should also be
listed on all policies as an additional named insured. To avoid
any undue delays, it is worth reiterating that:
(a) Thirty (30) days advance written notice of material change or
cancellation shall be given; and
(b) The City of Denton shall be an additional named insured on
all policies.
1.2.1 Workmen's Compensation and Employer's Liability: This
insurance shall protect the Contractor against all claims
under applicable state workmen's compensation laws. The
Contractor shall also be protected against claims for
injury, disease, or death of employees which, for any
reason, may not fall within the provisions of a workmen's
compensation law.
The liability limits shall not be less than:
(a) Workmen's Compensation - Statutory
(b) Employer's Liability - Statutory
GI1
CITY OF DUITIM — EMILY FOWLER LIBRARY — DRII'CN, 'TEXAS
1.2.2 Comprehensive Automobile Liability: This insurance shall
be written in comprehensive form and shall protect the
Contractor against all claims for injuries to members of
the public and damage to property of others arising from
the use of motor vehicles licensed for highway use,
whether they are owned, nonowned, or hired.
The liability limits shall not be less than:
(a) A combined single limit of $500,000.
1.2.3 Comprehensive General Liability: This insurance shall be
written in comprehensive form and shall protect the
Contractor against all claims arising from injuries to
members of the public or damage to property of others
arising out of any act or omission of the Contractor or
his agents, employees or subcontractors.
To the extent that the Contractor's work, or work under
his direction, may require blasting, explosive conditions,
or underground operations, the comprehensive general
liability coverage shall contain no exclusion relative to
blasting, explosion, collapse of buildings, or damage to
underground property.
The liability limits shall not be less than:
(a) A combined single limit of $1,000,000.
1.2.4 Summary/Definitions:
Summary
The Contract shall provide insurance to cover operating
hazards during the period of placing the facility in
operation and during testing, and until such time as the
facilities are completed and accepted for operation by the
Owner and written notice of that fact has been issued by
the Owner. Approval of the insurance by the Owner shall
not in any way relieve or decrease the liability of the
Contractor hereunder. It is expressly understood that the
Owner does not in any way represent that the specified
limits of liability or coverage or policy forms are
sufficient or adequate to protect the interest or
liabilities of the Contractor.
GI2
CITY OF DENIGN - EMILY FOWLER LIBRARY - DENICN, TEXAS
Summary - Continued:
Again, the Owner shall be given a certificate of insurance
indicating that all of the above policies and the
appropriate limits are indeed enforced. The certificate
shall also indicate that the Owner will be given at least
thirty (30) days written notice of cancellation,
non -renewal, or material change of the required insurance
coverage. All responsibility for payment of any sums
resulting from nay deductible provisions, corridor of
self -insured retention conditions of the policy or
policies shall remain with the Contractor. The Contractor
shall not begin any work until the Owner has reviewed and
approved the insurance certificates and so notified the
contractor directly in writing. Any notice to proceed
that issued shall be subject to such approval by the
Owner.
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 the
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 contactor 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 (1) year (to provide coverage for the warranty
period), and an extended discovery period for a
minimum of five (5) years which shall begin at the end
of the warranty period.
GI3
CITY OF DaTICN - FMILY FC7VJLFR LIBRARY - DaUM, TEXAS
Definitions - Continued:
5. Fire Legal Liability: (Required in all contracts that
involve the occupancy, construction or alteration or
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 $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.
PROJECT #31020292
PROPOSAL: REROOFING AT EMILY FOWLER LIBRARY
CITY OF DENTON
NAME OF BIDDER: Almond Roof Consultants
DATE: 3-24-92
MS. DENISE HARPOOL, PURCHASING
CITY OF DENTON
901-B TEXAS DRIVE
DENTON, TEXAS 76201
Dear Ms. Harpool:
The undersigned, in compliance with your advertisement for Bids for Reroofing
on certain areas of the following building:
THE EMILY FOWLER LIBRARY
502 OAK LAWN, DENTON, TEXAS
have examined the Drawings and Specifications, together with the related
documents and all conditions surrounding the work, and having visited the
sites of the proposed work, hereby, proposes to furnish all work in every
detail in accordance with the Contract Documents with the time set forth
herein and at the prices stated below. These prices shall cover all expenses
incurred in performing the work under the Contract Documents, of which the
Proposal is a part.
Attached herewith, please find (Cashier's Check) (Certified Check)
(Bid Bond) in the amount of $ 4.427.50 (.o5% bid bond)
five percent (5%) of the bid.
I (or we) acknowledge receipt of the following addenda:
ADDENDA #1L -7 Initial)
ADDENDA #2:
(Initial)
ADDENDA #3: (Initial)
P1
PROJECT #31020292
PROPOSAL: REROOFING AT EMILY FOWLER LIBRARY
CITY OF DENTON
CONTRACT DOCUMENTS: Having examined the Proposal, General Instructions,
Materials, Execution, Drawings, and Contract for Project #31020292 and
Conditions for Reroofing work, and having examined the premises and
circumstances affecting the work, the undersigned offer:
OFFER: 1. To furnish all labor, material, tools, equipment, transportation,
bonds, all applicable taxes, incidentals, and other facilities, and to perform
all work for the said Reroofing for the following area:
BASE BID - THE EMILY FOWLER LIBRARY, 502 OAK LAWN, DENTON, TEXAS
Eighty Eight Thousand Five Hundred and Fifty & 00/00 $ 88,550.00
UNIT PRICE PROPOSAL:
1. Remove and replace damaged concrete decking: $ 5.50 per square foot.
2. Remove and replace deteriorated nailers: $ 1.50 per linear foot.
3. Additional cost over and above the contract amount for replacing wet
fill material: $ 1.75 per inch per square foot.
4. Install four (4) inch roof drain: $ 450.00 each.
5. Install four (4) inch cast iron drain line complete with all
connections, elbows, etc.: $ 6.50 per linear foot.
6. Additional cost over and above the contract amount for weekend or overtime
requested by the Owner: $ 7.00 additional cost per man per hour.
QUALIFICATIONS: 2. Contractor shall fill in below material manufacturer's
company name of materials being bid on.
Coal -Tar Elastomeric Membrane (CTEM): Hy -Load
Base Sheet: Manville 28 lb. Glass Base
Insulation: Manville Perlite
Felt: Manville Type IV
Bitumen: Manville or Trumbull (Type III)
P2
PROJECT #31020292
PROPOSAL: REROOFING AT EMILY FOWLER LIBRARY
CITY OF DENTON
Upon receipt of notice of acceptance of this bid, within thirty (30) days of
the date of this proposal, I (or we) agree to execute the formal contract
within ten (10) days thereafter, and to deliver an Insurance Certificate, a
SURETY BOND in the amount of ONE HUNDRED PERCENT (100%) of the contract price
for the faithful performance of the contract, and a ONE HUNDRED PERCENT (100%)
STATUTORY PAYMENT BOND.
The undersigned agrees to complete all work shown on the drawings and in the
specifications within the time limits set forth below subject to additional
days that may be added due to inclement weather and/or other justified and
reasonable extensions or time as may be approved by the Owner.
Contractors that are awarded contracts shall be prepared to immediately sit
down with the City of Denton Representatives and present a plan that will
illustrate how progression of work is to take place to insure completion of
all work within specified time limits. The time limits are as follows:
PROJECT #31020292
PROPOSAL: REROOFING AT EMILY FOWLER LIBRARY
CITY OF DENTON
I (or we) agree to promptly furnish a correct and current financial statement of
condition with list of owned equipment and an experience record of completed
projects for examination by owner and architect, if same is required.
SEAL (If by Corporation)
Indicate if: ( ) Partnership
RESPECTFULLY SUBMITTED BY
Almond Roof Consultants
TITLE
Owner
ADDRESS
PO Box 292213
Lewisville, Texas 75029-2213
( ) Corporation M Sole Owner
If a partnership, list names and addresses of partners:
If corporation, indicate state in which corporation was organized and is existing:
Principal Stockholders: (Name and Address)
P4
CERTIFICATE OF INSURANCE 'DATE
04/22/92
----------------------------------------------------------- -------
PRODUCER 'THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIC
VECELLIO INS. AGY. INC. IONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
5177 RICHMOND S. 672 (HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
HOU, TX 77056-6736 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURED
ALMOND ROOF
BOX 292213
LEWISVILLE,
----------------------------------------------------
COMPANIES AFFORDING COVERAGE
I
-----------------------------------------------------
ICOMPANY LETTER A AETNA
------------------------------------------------------------------
ICOMPANY LETTER B REPUBLIC
CONSULTANTS 1----------------------------------------------------
�COMPANY LETTER C
TX 75029 -----------------------------------------------------
ICOMPANY LETTER D
-----------------------------------------------------
±COMPANY LETTER E
--------------------------- --------------------------------
COVERAGES
-------------------------------------------------------------------------------
THIS IS TO CERTIFY THAT 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 ' ' ' POLICY ' POLICY ' LIMITS
LTRI TYPE OF INSURANCE + POLICY NUMBER IEFF DATElEXP DATEI
--- 1-------------------- V---------------
1-------- V-------- 1---------------------
I GENERAL LIABILITY I I I IGEN AGG $
I COMMERCIAL G/L I I 1 IPROD AGG $
1 OWNER&CONTRACOTOR51 1 1 1EARCH OCC $
1 I I I IFIRE DMG $
1 4 1 I IMED
---I-- ----- ------------------I---------------I---
I--------I---------$
- ----------
IAUTOMOBILE LIABILITYI 1 I I
I ANY AUTO I I I ICSL $500,000
I I I I I ------------ ---------
ALL OWNED AUTOS
B X SCHEDULED AUTOS jTBD 14/15/92 14/15/93 CBI(PE_--------- S)$
X HIRED AUTOS -
X NON -OWNED AUTOS I I I IBI(ACC)$L1 LIABILITY ----------------------
GARAGE
f I I I (PROP DMG
(EXCESS LIABILITY I I I IEACH OCC $
�[ ]UMBRELLA FORM I + IAGGREGATE$
[ ]OTHER THAN UMBR.
I I I I f[ ] STATUTORY LIMITS
A WORKERS COMPENSATION CG20996244CCF 9/1/91 9/1/92 EACH ACC $100,000
I AND 1 1 1 IDIS LIMIT$500,000
(EMPLOYERS' LIABILITYI I I IDIS EMPL $100,000
,OTHER 1 1 1 1
I ! 1 1
1 1 { 1 1
I 1 I I !
-------------------------------------- -------------------------------
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
RE -ROOF EMILY FOWLER LIBRARY, 502 OAKLAND, DENTON, TX 76201
PROJECT #1348
CERTIFICATE HOLDER
POLICY.
-------------------
CERTIFICATE HOLDER
------------------
IS AN ADDITIONAL INSURED WITH RESPECTS TO THE AUTO
CITY OF DENTON, TEXAS
PURCHASING AGENT
901 B TEXAS STREET
DENTON, TX 76201
CANCELLATION
----------------------------------------
4SHOULD ANY OF THE ABOVE DESCRIBED
POLICIES BE CANCELLED BEFORE THE E:PIR-
fATION DATE THEREOF, THE ISSUING COMPAN'i
WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN
(NOTICE TO THE CERTIFICATE HOLDER NAMED
TO THE LEFT, BUT FAILURE TO MAIL SUCH
(NOTICE SHALL IMPOSE NO OBLIGATION OR
ILIABILITY OF ANY KIND UPON THE COMPANY.
ZITS AGENTS OR REPRESENTATIVES
I-------- ---------____
,AUTHORIZED REPRES4XTATIVE
�� C/l «-L L De (e
C E R T I F I C A T E O F I N S U R A N C E
This certificate is issued as a matter of information only and confers no rights upon the certificate Issue Date 4/15/92
holder. This certificate does not amend, extend or alter the coverage afforded by the policies below.
PRODUCER
MILTON O JOHNSTON AND COMPANY
P. O. BOX 690229
HOUSTON TX 77269-0229
Code 1300 Aub-code 1
INSURED
BERT ALMOND
dba ALMOND ROOF CONSULTANTS
P. O. BOX 292213
LEWISVILLE , TX 75029-2213
COMPANIES AFFORDING COVERAGE
A:COLONY INSURANCE COMPANY
B:
C:
D:
E:
C O V E R A G E S
This is to certify that 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 herin 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
EFFECTIVE
EXPIRATION
LIABILITY
LTR
DATE
DATE
THOUSANDS
A
GENERAL LIABILITY
X Commercial General Liability
GL1360053
8/30/91
8/30/92
General Aggregate
S 1000
Products-Comp/Ops Aggregate
f 1000
Claims Made Occurrence
Personal & Advertising Injury
$ 1000
Each Occurrence
S 10D0
Owner's & Contractor's Protection
/ /
/ /
Fire Damage (Any One Fire)
$ 50
Medical Expense (Any 1 Person)
S 5
AUTOMOBILE LIABILITY
/ /
/ /
Combined Sing Le Limit
f
Any Auto
TA
LL Owned Autos
Scheduled Autos
/ /
/ /
BodiLy Injury (Per Person)
$
Hired Autos
Non -Owned Autos
/ /
/ /
Bodily Injury (Per Accident)
f
Garage Liability
/ /
/ /
f
Property Damage
EXCESS LIABILITY
Each Occurrence
Aggregate
Other Than Umbrella Form
STATUTORY
WORKERS' COMPENSATION
/ /
/ /
f (Each Accident)
$ (Disease -Policy Limit)
AND
EMPLOYERS' LIABILITY
$ (Disease -Each Employee)
OTHER
1"1"811i!
{J1,A1YG rt..,• VVL\11\L1V1V1\ u ..-
JOB: RE -ROOF EMILY & WILL LIBRARY 502 OAKLAND DENTON TX 76201
PROJECT # 1340 --- CERTIFICATE HOLDER IS 14P.MED AS AN ADDITIONAL INSURED
CANCELLATION : ShouLd any of the above described policies be cancelled before the expiration date thereof, the issuing
company wiLL endeavor to mail 30 days written notice to the certificate holder named below, but failure
to mail such notice shaLL impose no obligation or liability of any kind upon the company, its agents or
representatives.
CERTIFICATE HOLDER
1- 8
CITY OF DENTON TEXAS
PURCHASING AGENT
901 "B" TEXAS STREET
DENTON , TX 76201-
IVE
ITC 1991
TEL No.713-850-7281 Apr 27,92 15:52 No.029 P.02
IN�UR6N(. f:: [11 rJi ll' f<
"
DATE'
Thil'.• [']rll'>r.(: I`.• f': tE:AIF'uf-r:Rl' C:c'JNfRACT, c f 1E3: r GC:T TO
04/22/92
- ---'-
'PHE CUMDITItlNS
VECE lr c OMPONY
ON THE NEXT rAGE.
IF
5177 RIC Iona Ar.i'r. IREPUBL.IC
5177 (ICI it•1ONIJ
;
;BINDER NO.
L; . C.7Y
2
HOU, TX 77056 G,7_;6 t-.........- - -- --
Er- FE':TIVE
S
--..._ !........................
EXPIRATION
TIME
DATE UA7[:
.. _ ___
� l Tr9C
I 4/15/92 i 12.01 EX]
� -.._.. -- --- I X- -
AM 5/15/92 !F )f 1;;01-r M
I ( ] 1hIIPt BINDER IS ISSUED
NOON
,TO EXTEND COVFRACrE II`1
I......_ rJAt•IED COMPANY PER
ABOVE'
EXPIRING POLICY a
BURTALMOND
ALDDA IGE-SCRIFITION O(' OPERATIONS/VEHICLE/PROP(=R7'Y
191 CHEV PICK UP
ALMOND #6273
ALMOND ROOF" CONSULTANTS �
CON
BOX 292213
LEWI$VILLE, TX 75029-2213 I
I
COVE CtAc;F.",
... .. ................._-
LIMITS
IYF IrJ:r:UI:AhJCG COVERAGES/FORMS
Cl'' LOSSI
AMOUNT l _..
I DkD. SCOI11a
I
I E 1
]J
I
GEPJC:FtAL_ L-1A1?1L.I'1'i I .•--------__.._.-_---'
JClifiMFftC.1(:I c;/I I
I I I
�GEN AGG
]L
JC1AxF15 [ JRN(;rct
IFROD AGG g
]ClEJ11P.kF.•
,3 t i)tI1RAC:TOr�S, I
IPERS INJ $
I
I EACII OCC s
]]
r
If?E;'I'( Cr f'lhl'Ei FlFt CE_Air15:
J
jrIRC DMG $
IMFD E'XP $
ANY AIJ'I' 0 I
I
c$L $500 , 000
Q,
ALL OWNE!) AI.J1'U<;
I (PE:RS )$
X
SCHEDULED AU O<; I
18I (ACC:) $
X
HIREJ) AUTO,; I
(PROP DMG $
,X
NUN-OWNI.EI nuroE'. I
MED FAY
F
;rd2AC,l LI(V3'11.JTY r
IPIP $ 2,500
lUM $500,000
I
,.Xj C OL L I': I ON f?t I i : 9-5U0 1 .i AI,.1.. VEHICLES [ J 5CF9EUULED I ACV
-XIOW I (' DC D : 5CL I
I
ST At9T$
- I
I
OTHER
__._..._ ... ------------
] U! [;f:Cl. l._A f"ul;r1 I
EACH OCC $
•
I
]VINLR llii}i'J Itl'Esl','f.a.! A �RETftO DATE FOR CLAIMS;
......
IAGGREGATEs
SEL 1 --INS $
_ _-.._y
WOF."KER'S C:OPf(!f:fJ£•AhxOrJ I
C-7S1ATU70F2'f L1r'tI'Fi
r}Idl) I
EACH ACC $
Er1f.lil`(F;R_,-L1)vn_ITY '
LIMI•T$
-
iDIS DIS (
____._._._....__..___--,--_-------------------------
r-�tClf�l_ cDNUI r Ic�N�-;/r,-(r�ICTIONs/o•rHEF', Cov�RAGEs
_ --
:GURIIY BANK
:,31 CROSST11-IERS
_OWERMOUND, TX 7SO2e
I I [ MORTGAGEE [ 7ADDITIONAL INSURE't;
I I [Xi
LOSS PAYEE [ JJ
I (LOAN # --- - --
I I
I IAUTHORIZED REPRESENTATIVE
(r.�IIt.illuGj oil next. Pavo) IRS-Alti°,
t