HomeMy WebLinkAbout1990-0602651L-3/3689
NO. '?d—e&oO
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
competitive 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
received and recommended that the herein described bids are the
lowest responsible bids for the construction of the public works
or improvements described in the bid invitation, bid proposals
and plans and specifications therefore; NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS:
SECTION I. That the following competitive bids for the
construction 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 being the lowest responsible bids:
BID NUMBER CONTRACTOR AMOUNT
1080 Larry Manning $13,676.25
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 notifi-
cation of the award of the bid.
SECTIO14 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 Proposals, and documents relating thereto
specifying the terms, conditions, plans and specifications,
standards, quantities and specified 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
hereby 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
immediately upon its passage and approval.
PASSED AND APPROVED this the Ll��day of ,
1990.
RAY STFAH4A
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY: Aw
APPROVED AS TO LEGAL FORM:
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
BY.
PAGE 2
DATE: APRIL 17, 1990
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID# 1080 - CONCRETE WORK - MALONE STREET
RECOMMENDATION: We recommend this bid be awarded to the lowest
bidder, Larry Manning, in the amount of $13,676.25.
SUMMARY: This bid is for the concrete work associated with the
reconstruction of Malone Street. The bid includes 1,775 feet of
curb and gutter, 375 feet of sidewalk, 3 ramps, and 70 Square
Yards of driveway replacement. The area covered is from
University Drive to Linden.
BACKGROUND: Tabulation Sheet
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Engineering, Street
Department
FISCAL IMPACT: Funds for this project will come from 1985
Street Bond Funds.
Respec ll/y%submitted:
v -Z
Lloy Harrell
City Manager
Aproved
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
028.DOC
H
-----------------------
H
I 3
C)
m
x
H
tri
0
x
tlj
C)
x
C�J
z
0
r
0
m
d
I
r
0
m
co
�3
z
m
H
C)
O
z
x
�3
t1i
H
�3
tri
d
co
II
C)
ro
H
n LZJ
d
z
d
H
� t=i
O
O
x
x
C=i
N
y
o
t�i
H
0
o
i
r
O
H
�
r
z�
O
H d
�d
zc
0
-------------
c
C) t7
tsJ
0 > ni
0 �3
O
y
z
z�z
----------------------------------
H
c
t1i
C1
H O
in rn
O
H C
o
x
xd
0
0
— — — — — — — — — — — — — — — — — — — — —
— —
— — — — — — — — — — —
CONTRACT AGREEMENT
STATE OF TEXAS
COUNTY OF DENTON
P
C
THIS AGREEMENT, made and entered into this 18th day
of APRIL A.D., 1990 , by and between THE CITY OF
DENTON
of the County of DENTON and State of Texas, acting
through LLOYD V. HARRELL thereunto
duly authorized so to do, Party of the First Part, hereinafter
termed the OWNER, and LARRY MANNING INC., 821 KINGS ROW
DENTON, TEXAS 76201
of the City of DENTON , County of DENTON
and state of TEXAS , Party of the Second Part,
hereinafter termed CONTRACTOR.
WITNESSETH: That 'for and in consideration of the payments
and agreements hereinafter mentioned, to be made and performed
by the Party of the First part (OWNER), and under the
conditions expressed in the bonds bearing even date herewith,
the said Party of the Second Part (CONTRACTOR) hereby agrees
with the said Party of the First Part (OWNER) to commence and
complete the construction of certain improvements described as
follows:
BID$ 1080 - CONCRETE WORK MALONE STREET
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 THE CITY OF DENTON TEXAS ENGINEERING
STAFF ,
all of which are made a part hereof and collectively evidence
and constitute the entire contract.
CA - 1
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.
IN WITNESS WHEREOF, the parties of these presents have
executed this agreement in the year and day first above written.
ATTEST:
(SEAL)
LARRY MANNING. INC.
Party of the Second Part,
CONTRACTOR
/ nn
By�JJlI1L�L�i1�1� %/l �2'.�?iLt.�ivc4
Title
(SEAL)
o�v
CA - 2
BOND NO. TX-465392
PERFORMANCE BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That Larry Tanning Inc.
of the City of Denton
County of Denton and State'of Ty ,as
principal, and Merchants Bonding Company (Mutual)
authorized under the laws of the State of Texas to acC as
surety on bonds for principals, are held and firmly. bound
unto THE CITY OF DENTON TEXAS , in the penal sum
Of THIRTEEN THOUSAND SIX HUNDRED SEVENTY SIX S 25/100 Dollars
($ 13,676.25 ) 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 City of Denton, dated the 18th day
of APRIL , 19 90 , 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, for
BID #1080 - CONCRETE WORK MALONE STREET.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH,
that if the said Principal shall faithfully perform -said
Contract and shall in all respects duly and faithfully observe
and perform all and singular the covenants, 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 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
" it were copied at length herein.
PB - 1
Surety, for value received, stipulates and agrees that no
change, extension of time, alteration or additionto 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 1!*t day
of May 19 00
Larry Manning Inc.
PRINCIPAL
ByVUL", d4z'
Title Sec.
Address • 821 Kings Row
Denton, TX 76201.
Merchants Bondina Com`oanv
_Pauline- Lesch"
T itleAttorney-in-Fact`?+1J.+
Address: 206 Elm St., Suite -105
Lewisville, TX 75067-1150
The name and address of the Resident Agent of Surety is:
PCL INSURANCE AGENCY, INC.
206 Elm St., Suite 105, P. O. Box 1150, Lewisville, TX 75067-1150
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 TX
as Principal, and Merchants Bondi.nn 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, Texas, i-n the penal sum of THIRTEEN THOUSAND, -SIX
HUNDRED SEVENTY SIX s. Dollars 4131676.25 ) for the payment whereof,
- the said Principall a0nd 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. City of -Denton, dated the IRth day
of APRIL 19, 90 , 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, for
' BID #1080 -.CONCRETE WORK MALONE STREET._.
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. .
PH
..
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 1st day
of May -lg 90
Larry Mannino_ Inc. r?erchant,a Bonding C,nmpanv? (Mutual)Y���,
PRINCIPAL SURETY
i � a• r
BY BY[ir2CG ' V
au ine L esch
-
Title -Sec. Title Attorney-in-Fact`'r'
Address: 821 Kings Row Address: 206 Elm St., Suite�1,05'
Denton, TX 76201 Lewisville, TX 75067-1150
The name and address of the, Resident -Agent of Surety -is:
.. PCL INSURANCE AGENCY, INC.
206 Elm St., Suite 105, P. 0. Box 1150, Lewisville, TX 75067-1150
PB 4
9
{ t � .✓y .,a . `,c 3 . c A 1 r .r i d..y
THE STATE OF TEXAS
COUNTY OF-DENTON,
MAINTENANCE BOND
KNOW.ALL MEN,BY THESE PRESENTS:
That Zorn . MGrrr, ing.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 ONE THOUSAND THREE HUNDRED SIXTY
-- .;PVRN AND AND 63/1 00 _ - -.
($ 1;367_63 ), the said sum being ten-(108) percent of the
-
total amount- of the hereinafter mentioned 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, the principal has entered.into a written contract
with the said City of -Denton .to build and construct 4`..
BID# 1080 -.CONCRETE WORK MALONE STREET
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 - incor-
porated -herein by reference and _made a part hereof as -,though the same were•.written and set out in full herein;-
NOW, THEREFORE, if the Principal shall well, truly, -an
faithfully maintain and keep .in good repair the work.contracted
to be done and performed for a period. of one .(1) year from the -
date of acceptance in writing by the City of Denton and do all
-necessary work and repair of. any defective conditions growing
out of or arising from the improper work of the same, including.;
but not limited to, any settling, breaking, cracking or -other
MB
defective -condition of any of the -work -oi part thereof arising.
from improper. excavation, backfilling, compacting or any other
-
cause or condition, known or unknown, at any time during the
period of this bond, which the city engineer, whose judgment
shall be final and conclusive, determines to be the result of
defective work, materials or labor; then this obligation -shall
be void, otherwiseto remain -in full force and effect.
In case the said Principal shall fail to maintain, repair
or reconstruct any defective condition of the work .as
determined herein, it is agreed that the City may- do said work
and supply such materials as necessary and charge the sum
against the said Principal ,and Surety on this obligation.
It• is further agreed that this obligation shall '.be
continued 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.
Provided, further, that if legal action be filed on. this
.bond, venue shall.lie in Denton County.
IN WITNESS WHEREOF,- this- instrument -is executed in
duplicate, each one of which shall be deemed an original, -;this
the 1st day of May , A.D., 19' 90
SURETY PRINCIPAL
0�'-,a.Mer'6hants Bonding Company (Mutual) harry Manning Inc. -
.
BY = 1 V'y BY: Sec.
:Title,pauline Lesch Title
Attorn_ey,fin-Fact
..-
MB - 2
STATE OF IOWA
COUNTY OF POLK ss.
MERCHANTS BONDING COMPANY (Mutual)
DES MOINES, IOWA
POWER OF ATTORNEY
Know All Men By These Presents, that the MERCHANTS BONDING COMPANY (Mutual), a corporation duly organized under the laws
of the State of Iowa, and having its principal office in the City of Des Moines. County of Polk, State of Iowa. hath made, constituted and
appointed. and does by these presents make, constitute and appoint
Clem F. Lesch, Pauline Lesch or Don E. Cornell
of Lewisville and State of Texas its true and lawful Attorney -in -Fact, with full power
and authority hereny conferred m its name, place and stead, to sign. execute, acknowledge and deliver in its behalf as surety:
Any and all bonds or undertakings, provided that no bond or undertaking
executed under this authority shall exceed in amount the sum of
FIVE HUNDRED THOUSAND ($500,000.00) DOLLARS
and to bind the MERCHANTS BONDING COMPANY (Mutual) thereby as fully and to the same extent as if such bond or undertaking was
signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (Mutual), and all the acts of said Attomey, pursuant to the
authority herein given, are hereby ratified and confirmed.
This Power -of -Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of
the MERCHANTS BONDING COMPANY (Mutual).
ARTICLE 2. SECTION 6A. — The Chairman of the Board or President or any Vice President or Secretary shall have power and
authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the
Company thereto, bonds and undertakings, recognizances. contracts of indemnity and other writings obligatory in the nature thereof.
ARTICLE 2, SECTION 6B. — The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to
any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as
though manually fixed.
In Witness Whereof, MERCHANTS BONDING COMPANY (Mutual) has caused these presents to be signed by its Vice President and
Executive Vice President, and its corporate seal to be hereto affixed. this list day of January A.D., 1990
Attest
1/4/-
Nce Pmvdaot
STATE OF IOWA
COUNTY OF POLK ss.
MERCHANTS BONDING COMPANY (Mutual)
��p%NG CO,h .
On this - 1st day of January , 1990 , before me appear -
Rodney Bliss III, to me personally known, who being by me duly sworn did say that they are Vice President and Executi
respectively of the MERCHANTS BONDING COMPANY (Mutual). the corporation described in the foregoing instrument,
affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and
said Corporation by authority of as Board of Directors.
In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal, at the City of Des Moines. Iowa the day and year first
above written.
3 : IOWA m
�. Off. •'•.....: ' �P
•9Rf Ay-�'
I. M.J. Long, Vice President of the MERCHANTS BONDING COMPANY (Mutual), do hereby
foregoing is a true and correct copy of the POWER OF ATTORNEY, executed by said
COMPANY (Mutual), which is still in force and effect.
In Witness Whereof, I have hereur�o set my hand and affixed the seal of the Company, at
this 1st _ day of May 19. 90
This power of attorney expires December 31, 1990
Notary Public. cum
My Ca.,smo &pees
8-4-92
CITY OF DENTON
_______INSURANCE MINIMUM REQUIREMENTS
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 indicated, 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:
o Thirty (30) days advance written notice of material change,
or cancellation shall be given;.
o The City of Denton shall be an additional named insured on
all policies.
I. 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:
o Workmen's Compensation - Statutory
o Employer's Liability - Statutory
II. 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:
o A combined single limit of $500,000.00
III. 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.
CI - 1
To the extent 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 combined single limit of $500,000.00
IV. OWNER'S PROTECTIVE LIABILITY INSURANCE POLICY. This
insurance shall provide coverage for the Owner and its
employees, in the name of the City of Denton, for
liability that may be imposed arising out of the work
being performed by the Contractor. This also includes
liability arising out of the omissions or supervisory acts
of the Owner. Although this insurance is strictly for the
benefit of the Owner, the Contractor is responsible for
obtaining it at his expense.
The liability limits shall not be less than:
o A combined single limit of $500,000.00
INSURANCE 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.
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 any deductible provisions, corridor or
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 is issued shall be subject to such
approval by the Owner.
CI - 2
CERTIFICATE OF INSURANCE
CITY OF DENTON
I
I Name and Address of Agency
Name and Address of Insured:
Phone
Phone
I City of Denton Reference:
I
Project Name: _
I
Project No:
I
Project Location:
I
Managing Dept:
--------------------
Companies Affording
I
IA
I
IB
I
IC
Coverage:
I
This is to certify that policies of insurance
I
—
listed below have been issued and are in force at this
time.
(Company
Expiration Limits of Liability
(Letter Type of Insurance
Policy Number Date In Thousands (000)
I f
Comprehensive General Liability
I I I I
I I I I
Occurrence
I I- Occurrence
I I I I
I - Claims Made (see N2-reverse)
I I
I I I Bodily Injury I
I I
;
Broad Form to Include:
I I
I I I Property Damage (
$
I I- Premises/Operations
I I I I
- Independent Contractors
I I I I
- Products/Completed Operations
I I I Bodily injury and Property
I- Personal injury
I I I Damage Combined I;
I- Contractual Liability (see Ni-reverse)
I I I I
- Explosion and Collapse Hazard
- Underground Hazard I
I I I
I - Liquor Liability Coverage
- Fire Legal Liability (see M3-reverse)
• I- Broad Form Property Damage I
I I I
- Professional Errors/Omissions
-.occurrence
- claims made (see 62-reverse)
Comprehensive Automobile
Liability
- Owned/Leased Automobiles
- Non -owned Automobiles
- Hired Automobiles
Bodily
Injury/Person
I $
Bodily
I----------------------------
Injury/Accident
Property Damage
I----------------------------
I-----------
I $
I------------
Bodily
Injury/Property
Damage
Combined
I ;
I I I I I I
I - Workers' Compensation•and I I I Statutory Amount
Employers' Liability I I I s I
I I I I each accident
I I I I I
I I other Insurance I I I
CI - 3
CONDITIONS
ADDITIONAL INSURED: The City of Denton, its elected and
appointed officials, officers and employees. (This does not
apply to Worker's Compensation.)
NOTICE OF CANCELLATION: Prior to any material change or
cancellation, the City of Denton will be given 30 days advance
written notice mailed to the stated address of the Certificate
Holder, City of Denton.
1. CONTRACTURAL 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. _
2. 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.
3. 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.
CI - 4
T, RAN
ff� V,W -ok, IN I V
N�t . I Iff I sa A
-Islu
"OR
IF
Eal WV
A
2w
-a", t�iA -/1.4/9(-)
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, i
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
DEN-1 0,K] INSURANCE CEN71
ER INC
SE
F' L9 DRAWER C
COMPANIES AFFORDING COVERAGE
h
DEN ON TX 76201
COMPANY
A
vn
LETTER HOUSI 01\1 OE1\11---RAL
COMPANY
B
INSURED
LETTER HOUSTON 'GENERAL
COMPANYTtd f.
LETTER
LARRY MANNING INC
Ti
021 1::.lNGS ROW
DENTON
TX 7/,'ull
D
LETTERCOMPANY ;HOUS-1 ON
COMPANY E
LETTER HOUSION
- �lw
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 CONTRACTOR OTHER DOCUMENT WITH RESPECT 10 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
lisf
TIONS OF SUCH POLICIES.
CONDI-
co
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE NAMNDOI
POLICY EXPIRATION
DATE (MMJOI
ALL LIMITS IN THOUSANDS
L7,_ 6 H 06., Y 1-) 4
7 —.-47"7)
--7-777 / --I.
GENERAL AGGREGATE 4
—y COMMERCIAL GENERAL LIABILITY
PRODUCTS COMPiOPS AGGREGATE-'
CLAIMS MADE ®OCCURRENCE
PERSONAL & ADVERTISING INJURY
OWNERS & CONTRACTORS PROTECTIVE *
BINDER
5 / 0 9 / 9 0
5/091/91
EACH OCCURRENCE
rye
500 CSL
FIRE DAMAGE ZANY ONE FIRE)
MEDICAL EXPENSE AbY ONT PERSON)
.4
AUTOMOBILE
LIABILITY
ANY AUTO
CSL
X�
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY
INJURY(PER PERSON)
N
HIRED AUTOS
BODILY
X
NON OWNED AUTOS
INJURY
lGEC1,I)ENT)
A
GARAGE LIABILITY
fi
PROPERTY
DAMAGE
EXCESS LIABILITY
'As" AGGREGATE
FnIDCE
OTHER THAN UMBRELLA FORM
'N
ITT
Ott- 5 / �j
STATUTORY
WORKERS' COMPENSATION
(FACH ACCIDENT)
AND
li
EMPLOYERS LIABILITY
I I, (DISEASE POLICY LIMIT
(DISEASE EACH EMPLOYEE)
OTHER
73E,77�-�// 7 1
7
L `.Ijlj,
Ei el a w
DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES/ RESTRICTIONS/ SPECIAL ITEMS
�:- 1 7 - -- ,
-ER-jFFf'.()-E HOLDER .-(-; HEREBY (A-iFlkill
31
01•TNERS & CONTRACTORS PROTECTIVE CITY OF DENTON
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX.
PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
I TV F DEN 1-0�,J
A
MAIL C'DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
Th; SHAW
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION On,
7i
I P T F- X zi 7 REF-: 1
E)ENTON
t LIA131LITY OF ANY KING UPON THE COMPANY, ITS AGENTS On REPRESENTATIVES
Z�rH(TRC!ED
TX 762ul
REPRESENTATIVE
71 i/w—1 � Z4 -;_� —
�.' BID '11080
BID SUMMARY
TOTAL BID PRICE IN 2 WORDS 4j' F,� "��/"r E (( i[
// "I(.(t
rnn
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.
lit?iuk
CON�RACTO
v
I 1
Street Address
C ty an State4
Seal & Authorization ri„•� I
(If a Corporation)C'���'��"l
'i'elephone
WORK DAYS 10
BID NO. IORO
Malone Street Concrete Work PO NO.
BID TABULATION SHEET
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT
PRICE
TOTAL
1.21
I
I Contractors Warranties
I
I LS
I
I
I
I $
/
I
I $
pG
.(00.
8.2.A
I Concrete Curb 6 Gutter
1 1775
I L.F.
00
I
I
I I
I
8.3.A-1
I Concrete Sidewalk
I 375
I S.F.
8.3.A-2
I
I Sidewalk Ramps
I I
I 3 I
I
EA I
$ jrpl
ac
I
00
8.3.B
I Concrete Driveway
I 70 1
SY I
$
I
I
I I
I I
I
I$
/
I
I$
I
I
I I
I I
I
I$
/
I
I$
I
I I
I
I
I
I I
I
I
I
L 1
1
1
I
I
I I
I
I
_—
I
I I
I
I
I
I I
I
I
I
I I
I
I
I
I I
I
I
I
I I
I
I
I
I I
I
I
$
I I
I
I
I
1$
I I
I
I
i
I I
I
I
I
P — 3
BID #1080
:.•
•.,
U.
PROPOSAL.
I
TO
,
.
THE .CITY OF DENTON,,TEXAS
FOR THE CONSTRUCTION OF r
�j_
MALONE STREET CONCRETE WORK' -
:>
IN•
Mrs ;
-DENTON,*TEXAS,
^`+
'
The'. undersigned as bidder,, declares tha t:' the only .person
"'parties interested in this 'proposal ass'`principals 'are those'
named.herein,'.that this proposal is made:without'collusion with
any other person, firm or corporation;. that he has carefully
,
examined the form of contract, Notice, >to;Bidders,!specifications
:...,:'; •-
and the=plans -'therein referred to, 'and has carefully examined
--
the locations, conditions, 'and- classes :'of materials of the
proposed work 'and agrees that he will:, provide all'.:ithe necessary
labor,' machinery, tools, apparatus, 'and other items incidental
:•to -construction, and will do all the work 'and furnish- all the
materials called for in the contract' and specifications in the
manner. prescribed herein and according' to .the requirements of
the City as therein set forth.
It is understood that the following' quantities of work to be
done at 'unit' prices are approximate only, and:,are intended
principally to serve as a guide in evaluating bids "
It. is agreed that the quantities of work to be done at unit
prices -and material to be furnished may be :"increased or
diminished' as, may be considered necessary, in 'the opinion
of the City, to complete the work; fully as :planned and -
contemplated, and that all quantitiesl'of:.work whether increased
or -'decreased are to be performed at, the unit prices set forth
below except'as provided for in the specifications i
.:•
It is further agreed that lump sum prices :may be :increased to
-cover additional work ordered by the:City, but not".shown on the
'0
plans or required by the specifications, in accordance with the
provisions to the General Conditions. Similar ly,;they may be
decreased to cover deletion of work solordered.
It is'understood and agreed that the work. is to belcompleted in
. full within the number of work days shown on the bid tabulation
sheet.
P - 1