HomeMy WebLinkAbout1989-1182651L-3/3689
NO 89- //
AN ORDINANCF ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE
FAWARD OR THE EXPENDITUREFOOF PUBLIC WORKS OR FUNDS THEREFOR, IMPROVEMENTS,
PROVIDING 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
constr—u--ct16n —7,51
'�ublic 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
1012 Larry Manning, Inc $16,953 00
1008 A & M Plumbing 49,334 00
SECTION II That the acceptance and approval of the above
compet t ve s 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 andBfurnishinglofinperformance and epayment obonds, ricontracttten
after notifi-
cation of the award of the bid
SECTION III necessary written the ycontracts isManaer hereby
ethe yperformance of
thauthorized to
ecu e a Y
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 doumeny and esa ecificationatin�
specifying the terms, conditions, plansP
standards, quantities and specified sums contained therein
SECTION IV That upon acceptance and approval of the above
compet t ve s 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 y upon its passage and approval
1989 li7h
PASSED AND APPROVED this the /9 day of �,,�nf..»�/.cf/S� ,
ATTEST
APPROVED AS TO LEGAL FORM
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
BY
PAGE 2
ot
CONTRACT AGREEMENT
STATE OF TEXAS )(
COUNTY OF DENTON )(
THIS AGREEMENT, made and entered into this 22 day of SEPTEMBER
A.D., 19_U, by and between THE CITY OF DENTON TEXAS
215 E. McKINNEY STREET, DENTON, TEXAS 76201
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
ROBERT E. BELL dba A & M PLUNBING 1220 DUNCAN STREET, DENTON, TEXAS
76206
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# 1008 — INSTALLATION OF RESIDENTIAL WATER RELOCATION
P.O.# 92372 — $49,334.00
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
CA-1
0044b
written explanatory matter thereof, and the Specifications therefore, as
prepared by CTTV OF DENTON ENGINEERING DEPARTMENT
, all of which are made a part hereof and collectively evidence and
constitute the entire contract.
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:
01
ATTEST:
Offit-016"MYOUNMECity Attorney ZF-� U
CA-2
0044b
LLOYD V. HARRELL, CITY MANAGER
(SEAL)
A & M PLUMBING
Party 6�/--
of the Second Part, CONTRACTOR
BY T
ROBERT E. BELL, OWNER
(SEAL)
MAINTENANCE BOND
STATE OF TEXAS )(
COUNTY OF Denton )(
KNOW ALL MEN BY THESE PRESENTS: THAT Robert E. Bell DBA
A & M Plumbing as Principal, and Security National Insurance Company
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 INE
HIINDRED THTRTV THRF.F. ANTI Nn/100 Dollars 4,933.00 , l0Y of
the total amount of the contract for the payment of which sum said principal and
surety do hereby bind themselves, their successors and asssigns, jointly and
severally.
This obligation is conditioned, however, that:
WHEREAS, said ROBERT E. BELL dba A&M PLUMBING
has this day entered into a written contract with the said City of Denton to build
and construct BID# 1008 - RESIDENTIAL WATER LINE RELOCATION
Wn1CIL CVn LLUCL aILU L11C Pula auu IPcC111Ca61vua
City of Denton, are filed with the City Secretary of said City and are hereby
expressly incorporatd herein by reference and made a part hereof as though the same
were written and set out in full herein, and:
WHEREAS, under the said plans, specifications, and
contract, it is provided that the Contractor will maintain and keep in good repair
the work therein contracted to be done and performed for a period of one (1) year
from the date of acceptance thereof and do all necessary backfilling that may
become necessary in connection therewith and do all necessary work toward the
repair of any defective condition growing out of or arising from the improper
construction of the improvements contemplated by said contractor on constructing
the same or on account of improper excavation or backfilling, it being understood
that the purpose of this section is to cover all defective conditions arising by
reason of defective materials, work, or labor performed by said Contractor, and in
case the said Contractor shall fail to repair, reconstruct or maintain said
improvements it is agreed that the City may do said work in accordance with said
contract and supply such materials and charge the same against the said Contractor
and its surety on this obligation, and said Contractor and surety shall be subject
to the damages in said contract for each day's failure on the part of said
Contractor to comply with the terms and provisions of said contract and this bond.
MB-1
0093b
NOW, THEREFORE, if the said Contractor shall perform its
agreement to maintain said construction and keep same in repair for the maintenance
period of one (1) year, as herein and said contract provided, then these presents
shall be null and void and have no further effect; otherwise, to remain in full
force and effect.
It is further agreed that this obligation shall be a
continuing one against the Principal and Surety and that successive recoveries may
be had hereon for successive breaches of the conditions herein provided until the
full amount of this bond shall have been exhausted, and it is further understood
that the obligation to maintain said work shall continue throughout said
maintenance period, and the same shall not be changed, diminished, or in any manner
affected from any cause during said time.
IN WITNESS WHEREOF the said Robert E. Bell DBA
A & M Plumbing as Contractor and Principal, has caused
these presents to be executed by Robert E. Bell
and the said Security National Insurance Company
as surety, has caused these presents to be executed by its Attorney -in -Fact
Randall L. Minnis and the said Attorney -in -Fact has hereunto set his hand
this 14thday of November . 19 89
SURETY:
Security National Insurance o.
BY: ndal L. Minn1s
At orn y-in-Fact l/ -
0093b
PRINCIPAL:
A & M PLUMBING
By-�
ROBERT E. BELL, OWNER
MB-2
TheTrinity
Companies
Dallas, Texas 75201
LIMITED POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS
That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY,
each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a
Kansas Corporation do hereby appoint M, G. RAMEY, TERRELL W. KING, III,
RANDALL L. MINNIS, OR JEFF P. KING - DENTON, TEXAS
its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf fidelity and surety bonds
or undertakings and other documents of a similar character issued in the course of its business, and to
bind the respective company thereby.
EXCEPT NO AUTHORITY IS GRANTED FOR:
1. Open Penalty bonds.
2. Bonds where Attorney(s) -in-Fact appear as a party at interest.
IN WITNESS WHEREOF, TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL IN-
SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., have each
executed and attested these presents
this 4TH day of
FEBRUARY
19
87 .
hiE ARY-VI
�,�/_
,RESD
That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY,
each o Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas
Corporation, in pursuance of authority granted by that certain resolution adopted by their respective Board of
Directors on the lst day of March, 1976 and of which the following is a true, full, and complete copy
'RESOLVED, That the President, any Vice -President, or any Secretary of each of these Companies be and
they are hereby authorized and empowered to make, execute, and deliver in behalf of these Companies
unto such person or persons residing within the United States of America, as they may select, its Power
of Attorney constituting and appointing each such person its Attorney -in -Fact, with full power and author-
ity to make, execute and deliver, for it, in its name and in its behalf, as surety, any particular bond or
undertaking that may be required in the specified territory, under such limitations and restrictions, both
as to nature of such bonds or undertaking and as to limits of liability to be undertaken by these Companies,
as said Officers may deem proper, the nature of such bonds or undertakings and the limits of liability to
which such Powers of Attorney may be restricted, to be in each instance specified in such Power of
Attorney.
RESOLVED, That any and all Attorneys -in - Fact and Officers of the Companies, including Assistant Secre-
taries, whether or not the Secretary is absent, be and are hereby authorized and empowered to certify or
verify copies of the By -Laws of these Companies as well as any resolution of the Directors, having to do
with the execution of bonds, recognizances, contracts of indemnity, and all other writings obligatory in the
nature thereof, or with regard to the powers of any of the officers of these Companies or of Attorneys -in -
Fact.
RESOLVED, That the signature of any of the persons described in the foregoing resolution may be fac-
simile signatures as fixed or reproduced by any form of typing, printing, stamping or other reproduction of
the names of the persons hereinabove authorized.'
CERTIFICATION OF POWER ATTORNEY
I, Judith E. Fagan, Corp. Secretary of TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL
INSURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. do hereby
certify that the foregoing Resolution of the Boards of Directors of these Corporations, and the Power
Attorney issued pursuant thereto, are true and correct and are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each Corporation
this 14th day of N , 19 89 .
inlN W\'°ui�Hlsy a' 4 a�Powmnub
lIN z' e.uc,�
€'9SESZ7g ='SEAL;;= ==:SEAL;==-(�/,UDITH E. FAGAN, CORP. SECRETARY
-Ql" 'T i .. x 3ryrit,ws.s. xAR3
�� 2rN�N/NIIIIIIII\\J�a 2NMYIII�In9�p
8-3894
REV. 3-82
INSURANCE
The Contractor is fully responsible for all losses pertaining to, resulting
from, or connected with the completion of this contract. The owners
acceptance of a Certificate of Insurance, that does not comply with the bid
or contract documents, does not release the contractor or the insurance
company from any liability, conditions or other requirements within the
scope of this contract documents.
It is the responsibility of the Contractor to send this complete insurance
package to his insurance provider. This will enable the policies and the
Certificate to include all requirements as they apply to the Contract
documents. The Insurance Certificates must be returned to the City of
Denton with the Contract documents for approval and execution.
All Contract documents must be returned to the CITY OF DENTON, JOHN MARSHALL,
PURCHASING AGENT, 901—B TEXAS STREET, DENTON, TEXAS 76201.
CITY OF DENTON
MINIMUM INSURANCE 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
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
Insurance Requirements
page two
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:
o A combined single limit of $500,000
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
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 Contactor.
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
O1/13/87
g,-
Mal
ll I 0.1a
IRV
NAME AND ADDRESS OF AGENCY
Moran Insurance
COMPANIES AFFORDING COVERAGES,
P. 0. Box 666
COMPANY
A
ufy
Denton, TX 76201
Republic Ins Co
COMPANY
B
J r Turn
NAME AND ADDRESS OF INSURI D
COMPANY
C
LE 11 ED
A And M Plumbing
Box 50021
COMPANY D LE 11 ER
COMPANY
E
Denton,Tx
LET TuR
This is to certify first policies of insurance listed below have been issued to the insured
named above —and are n-forice at this time Nowiffistardfin any requirourent. Two or conitt'T'l,
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
terns, exclusions and conditions of such policies
Limits of Liability
in Thousands
(000)
C)M
�F;ANY
I I TO
TYPE Of INSURANCE
POLICY NUMBER
Po[ ('Y
FXPIRAIEON DATE
I ACH
AGGPFGAT F
OCCURRENCE
GENERAL LIABILITY
HODiLY INJURY
$
COMPREHENSIVE FORM
OREMISES-OPERAITONS
PROPFRIYDAMA(PF
$
EX��LOSiON AND FOLAAPSF
❑ATARI)
ONDFRCROUND HAZARD
PRODUCIS,COMPI EnD
OPERATIONS HAZARD
ROME YINJURYAND
(ONTRACIUAL INSURANCE
PR0IPFRTYUAMAGf
BROAD FORM PROPERTY
COM[hNFD
DAMAGE
ElNOFPFNDrNl
CONIRACIORS
PF RSONAL INJURY
PE RSONAI INJURY
AUTOMOBILE LIABILITY
TRADE y INJURY
% �;j
(FACIE PERSON)
100K
COMPREHENSIVE IORM
TFODIIR INJURY
300K
w
1XI
(1A(A I ACCIDEN 1)
c 1
T!i
A
OVINC D
0 HIM P
BAP 6821778
1-5-90
P OOPt RTY OAMAGF
TiOOK
HOIDII Y NJUUJ AND
J
XJ NON OWNED
PROOF RE Y DANIAGF
$
COMBINED
EXCESS LIABILITY
�ej
D L-MBRF11A FORM
PPOPFRIYDAMlAG1
$
❑ 1) II IFER MAN UMRIPFL LA
COMBINED
I ORM
WORK ERS'COM PENS ATION
and
t7,777'77P�, F
EMPLOYERS' LIABILITY
ION",
OTHER
DESCRIPTION OF OPERArIONSELOCATIONSNnflECITES
all business autos, all
locations
Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the Issuing corn -
parry will endeavor to mail 1days written notice to the below named certificate holder, but failure to
nriaul such notice shall impose no obligation or liability of any kind upon the company
NAME AND AODRIF59 Of CERUFICATE HOL Ucu DATE ISSUED —
City Of Denton, Tx
Denton,Tx 76201
--4,-zTHOR1ZER`—i11r RIIINIA I
A( ORD 25 (1 19)
ae4111.u. ;{ CERTI
PRODUCER
Ramey King & Minnis
707 First State Bank Bldg.
Denton, Texas 76201
CODE
SUB -CODE
INSURED
A & M Plumbing
P.O. Box 50021
Denton, Texas 76206
ISSUE DATE (MM/DD/YV)�
_11/16/89_ _
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
I -
COMPANY A
LETTER
COMPANY
LETTER B
_
1 COMPANY `.
LETTER
COMPANY D
LETTER
COMPANY E
LETTER
COMPANIES AFFORDING COVERAGE
Hartford
COVERAGES
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO: I POLICY EFFECTIVE POLICY EXPIRATION
_TR TYPE OF INSURANCE POLICY NUMBER I DATE (MM/DD/VY) I DATE (MM/DD/VY) ALL LIMITS IN THOUSANDS
GENERAL LIABILITY
! COMMERCIAL GENERAL LIABILITY
A! xl._ ,
I } CLAIMS MAD OCCUR.
J
i OWNER'S & CONTRACTOR'S PROT
___—X.
. ____�_
AUTOMOBILE LIABILITY
1 ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
1 HIRED AUTOS
- -�NON -OWNED AUTOS
GARAGE LIABILITY
EXCESS LIABILITY
_ OTHER THAN UMBRELLA FORM
...iii WORKER'S COMPENSATION
AND
EMPLOYERS' LIABILITY
OTHER
46 LMP XP7244
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS
City of Denton
Purchasing Dept.
215 E. McKinney
Denton, Texas 76201
Attn: Tom Shaw
ACORD 25-S (3/88)' .'_ `. ' _..._._ _-._ ; ,..�
4/11/89
`
GENERAL AGGREGATE T$
4/11/90
1 PRODUCTS COMP/OPS AGGREGATE] $
PERSONAL & ADVERTISING INJURY $�DD
EACH OCCURRENCE I E
_SQQ-
FIRE DAMAGE Anyone fire) ! $
�-COMBINED
T-cQ
MEDICAL EXPENSE (Any one person) -Ls
j
SINGLE I $
LIMIT'
BODILY T� "
INJURY $
(Per person) 1.,"
BODILY
INJURY } $
(Per aooitlenll
PROPERTY ; $ ."
DAMAGE i^-
- EACH _I. AGGREGATE
OCCURRENCE
$ a
f
STATUTORY I
I $ (EACH ACCIDENT)
(DISEASE —POLICY LIN II)--
$ (DISEASE —EACH EMPLUVE(
I
1
ANCELLATION -
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 TO THE
LEFT, BUT FAILURE TO MAIL UCH NOTICES ALL IMPOSE NO OBLIGATION OR
LIABILITY OF ANY KIND UPO HE M NY A @NTS OR REPRESENTATIVES.
,UTHORIZED REPRESENTATIV {
Ramey King -i is �/�
- `" L ACORD CORPORATION 1988
A0019,11I. CERTIFICATE OF INSURANCE
ISSUE DATE (MM/DD/YY)
Ij 11-21-89 sr
PRODUCER
Ramey, King & Minnis Insurance
707 First State Bank Bldg.
Denton, TX 76201
CODE
SUB -CODE
INSURED
A & M Plumbing; Robert Bell Individual
P. 0. Box 50021
Denton, TX 76206
COVERAGES
THIS IS TO CERTIFY THAT THE POLII
INDICATED, NOTWITHSTANDING AN'
CERTIFICATE MAY BE ISSUED OR M
EXCLUSIONS AND CONDITIONS OF;
COj TYPE OF INSURANCE
LTRI
--' GENERAL LIABILITY -
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE! ' OCCUR
J
I OWNER'S & CONTRACTOR'S PROT.
I
j� AUTOMOBILE LIABILITY
ANY AUTO
' ALL OWNED AUTOS !
SCHEDULED AUTOS
HIRED AUTOS !
I NON -OWNED AUTOS
GARAGE LIABILITY
EXCESS LIABILITY
)
I
OTHER THAN UMBREUA FORM -
Ai WORKER'S COMPENSATION
i AND
EMPLOYERS' LIABILITY
OTHER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
COMPANIES AFFORDING COVERAGE
COMPANY
LETTER A Hartford Accident & Indemnity Company
COMPANY B
LETTER
COMPANY
LETTER C �E ���-
COMPANY D NO V 7
LETTER /Q
---_-___
COMPANY E
LETTER
;TES OF INSURANCE LISTED BELO%
'REQUIREMENT, TERM OR CONDI
4Y PERTAIN, THE INSURANCE AFF
UCH POLICIES. LIMITS SHOWN MP
POLICY NUMBER
71 WZ EH8649
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS
State of Texas
City of Denton
Purchasing Dept.
215 E. McKinney
Denton, TX 76201
Attn: Tom Shaw
ACORD 25•S (3/88)
/ HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
ION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
DRDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
Y HAVE BEEN REDUCED BY PAID CLAIMS,
POLICY EFFECTIVE 'POLICY EXPIRATION
DATE (MM/DD/YY) I DATE (MM/DD/YY) ALL LIMITS IN THOUSANDS
j GENERAL AGGREGAIE $
'PRODUCTSCOMP/OPS AGGREGATE: S
PERSONAL S ADVERTISING INJURY S
! ( EACH OCCURRENCE $
i
FIRE DAMAGE (Any one fire) i $
MEDICAL EXPENSE (Any one person)
COMBINED t
SINGLE $
MIT
BODILY
1 INJURY $
i (Per person) j
'GO
INJURY
'-
Y INJURY I $
(Per accident),
PROPERTY
DAMAGE $
r EACH AGGREGATE
iOCCURRENCE 1
STATUTORY
07-11-89 07-11-90 It
100 ,ACHAGGWENI)
$ 500 (DISEASE -POLICY LIMIT
i '-$' 100 (DISEASE --EACH EMPL(`
I '
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIABILITY OF ANY KIND UPO THE COMPANY, ITS AG TS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIV
)1�
�A OflD COR RATION 1988
CONDITIONS
ADDMONAL RU D: The City of Denton, its elected and appointed dric als, dnce s
and mQloyees. (ibis does not apply to Warker's C®pensatim.)
NO= OF CJUIMMCN: prlcr to any, material cgW- or cmxr latim, the City cC
Denton will be given 30 days a h ane written mtdce mailed to the stated address of the
Certificate Holder, City of Denton.
I - :. w r. • •- • • •:• :• . • r . •.• I
M I '�1. '1 1 1' ':• I u •c u • •• I •- •- :. III u • • -
MWOP 00C
IM11-0 III 1 u I I'm. r •1 •Y_. 1 r1- 1 •. Y -
1'� Dt• •:11 Y ':• I u •• r ti r1: • r - ••• •:
• •• • I u •• w 1c .•• ✓.1 1 •> u: It r. :•
:• I•u: I r1 �•: r• • ••� •:uo •.- n -• r • u w•
- • •:II: •.- v .:1 •• r•- •c •.M 4 i rk-AINF.M. Mrs r• r•-
•rc.iw• • r- •.Ir n III • .• r• •- III III
11 111
CI-4
BID# 1008
PROPOSAL
TO
THE CITY OF DENTON, TEXAS
FOR THE INSTALLATION OF
RESIDENTIAL WATER SERVICE RELOCATION ON CAMPBELL,
WOODFORD LANE, WOODFORD COURT, NOBLE, CHARLES, BRIGHTON CIRCLE
BRIERCLIFF AND REGAL STREETS
IN
DENTON, TEXAS
The undersigned, as bidder, declares that the only person or
parties interested in this proposal as 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 the 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 quantities of work whether increased
or decreased are to be performed at the unit prices set forth
below except as provided for in the specifications.
It is further agreed that lump sum prices may be increased to
cover additional work ordered by the City, but not shown on the
plans or required by the specifications, in accordance with the
provisions to the General Conditions. Similarly, they may be
decreased to cover deletion of work so ordered.
It is understood and agreed that the work is to be completed in
full within the number of work days shown on the bid tabulation
sheet.
P-1
BID# 1008
Accompanying this proposal is a certified or cashier's check or
Bid Bond, payable to the owner, in the amount of five percent of
the total bid.
It is understood that the bid security accompanying this
proposal shall be returned to the bidder, unless in case of the
acceptance of the proposal, the bidder shall fail to execute a
contract and file a Performance Bond and a Payment Bond within
fifteen days after its acceptance, in which case the bid
security shall become the property of the Owner, and shall be
considered as a payment for damages due to delay and other
inconveniences suffered by the Owner on account of such failure
of the bidder. Owner reserves the right to reject any and all
bids. Owner may investigate the prior performance of bidder on
other contracts, either public or private, in evaluating bid
proposals. Should bidder alter, change, or qualify any
specification of the bid, Owner may automatically disqualify
bidder.
P-2
BID# 1008
THE INSTALLATION OF
RESIDENTIAL WATER SERVICE RELOCATION ON CAMPBELL,
WOODFORD LANE, WOODFORD COURT, NOBLE, CHARLES, BRIGHTON CIRCLE
BRIERCLIFF AND REGAL STREETS
The undersigned Bidder hereby proposes to perform all work and
furnish all necessary superintendents, labor, machinery,
equipment, tools, and materials and whatever else may be
necessary to complete all work upon which he bids in accordance
with the requirements of all applicable City of Denton codes,
standards, and ordinances and any federal or state regulations
which may be applicable. The Bidder is expected to familiarize
himself of any such regulations and certifies that he has done
so by signing and submitting this proposal.
The work involves relocating the existing residential water
service at the rear of the property to a new service connection
located approximately 2 feet behind the curb and 18 inches deep
at the front of the property. The service line from the main
with curb stop and meter box will have been installed by another
contractor prior to commencing with the work. Additionally,
any irrigation systems encountered shall be reconnected to the
new house service line in accordance with all codes, regulations
and ordinances. '
Any damage to the existing irrigation system shall be repaired
or replaced by the contractor. This shall be incidental• in the
bid price. Note, however, the majority of houses referenced do
not have irrigation systems.
The work shall include notifying and coordinating with the
resident, disconnecting the existing meter, abandoning the
existing service line, removing 2 feet of pipe from each end of
the abandoned service line and plugging the remaining ends,
reinstalling the existing meter to the new curb stop, installing
a new 1 inch service line from the meter to the house
connection, testing for leaks and clean-up. The cost of
removing and replacing any landscaping including lawns, shrubs,
flowers, concrete work, fences, etc., shall be included in the
price bid for residential water service relocation. Any turf
removed by typical trenching operations is not required to be
replaced. However, any turf damaged by the trencher wheels or
tracks due to twisting of the trencher or other avoidable means
shall be replaced by the contractor. The price for which is
included in the amount of the bid.
P- 3
ALL BIDDERS
July 10, 1989
Page 2
The price for furnishing and installing a new residential water
service, in place, complete, shall be:
I. Estimated Quantity
and Unit
143 Each
Description of Item
and Unit Price
Furnish and Install
Relocated Residential
Water Service, Complete
In Place, Per Each:
' Dollars
and ,hig Cents
Total
Amrn int
The City expects the contractor to install the new service line
along the most direct and appropriate route. Because this may
not be possible, the contractor is to provide a price per linear
foot for the cost of deviating from the most direct route. Any
deviation from the most direct route must be approved by the
Water/Wastewater Utilities Engineering Administrator prior to
trenching and installing the service line. Beginning the work
prior to receiving the City's approval shall indicate agreement
by the contractor to accomplish the work without any additional
compensation.
The additional amount to be paid shall be determined by
measuring the actual length of line installed and then
subtracting the length of the most direct route and multiplying
the difference by the amount bid. Any amount less than zero
will not be subtracted from the base bid.
(Amount Installed(LF)) - (Most Direct Route (LF)) X
(Adjustment Price/LF) = Additional Fee
If the bidder enters zero or leaves the price for additional
work blank, then the proposal will be for furnishing and
installing residential water service relocations at the price
bid per each, regardless• of service line route, with no
provisions for additional compensation.
P-4
ALL BIDDERS
July 10, 1989
Page 3
The price bid for additional service line work is:
II. Estimated Quantity Description of Item Total
and Unit and Unit Price Amount
500 LF Furnish and Install
Additional 1 inch
Service Line,
Complete In Place
Per Linear Foot:
lil�e,v Dollars
and Cents
TOTAL BID (Parts I and II) 6 0
The undersigned bidder declares that he has visited the site of
the work and has carefully examined the Plans# Specifications
and related documents pertaining to the work covered by the
above bid.
The bidder hereby agrees to commence work under this contract
within 14 calendar days after award of the contract and to fully
complete the same within 60 consecutive calendar days
thereafter.
P-5
BID SUMMARY
TOTAL BID PRICE IN WORD
BID# 1008
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
proposal, shall ntrol over e t nsions.
1..V 1V'11\fSV1Va\J /
BY le-Z
Street ddress
City and State
listed in this
Seal & Authorization /S�Z �JC-0
(If a Corporation) /
Telepho
1008.DOC
ME
CITY Of DENTON, TEXAS
FF-ir?
PURCHASING DIVISION / 901-B TEXAS STREET / DENTON, TEXAS 76201
MEMORANDUM
TO: Lloyd V. Harrell, City Manager
FROM: John J. Marshall, Purchasing
Agen ;
DATE: September 29, 1989 /
SUBJECT: BID# 1012 - P.O.# 92370, RUDDELL STREET SIDEWALKS
FOR $16,953.00
It has been agreed that this project at $16,953.00 and to be
completed in twenty working days will not require Performance
and Payment Bonds. The payment will be in full by one lump
sum after completion acceptance and a Maintenance Bond is on
file with the City. All other requirements specifications,
and conditions must be met for approval.
JJM/cj
611.DOC
8171566-8311 D/FW METRO 267-0042
CONTRACT AGREEMENT
STATE OF TEXAS )(
COUNTY OF DENTON - )(
THIS AGREEMENT, made and entered into this 20thday of SEPT_EMBEIZ _ A:D., 1989, by and between THE CITY OF DENTON
Of the County of DENTON and State of Texas, acting through
LLOYD V. HARRELL CITY MANAGER thereunto duly authorized s
Party of the First Part, hereinafter termed the OWNER, and LARK_ y MANNING dba
,,LARRY MANNING INC. 821 KINGS ROW
of the City of DENTON
County of DENTON
and state of _ TF.O S 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# 1019 _ Dnnn o.
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
CA-1
0044b
ivrl'tten explanatory matter thereof, and the Specifications ` prepared by THE CITY OF DENTON ENGINBrRIU therefore, as
all of which are made a part hereof and collectively evidence and
constitute the entire contract.
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.
WITNS
agreementlin the year WHEREOF, and day firstabove writtenarties of these presents have executed this
ATTEST:
APPROVED AS TO FORM:
Aty4tt`®rne
CA-2
0044b
LLQXD V. HARRELL CITY MANAGER
(SEAL)'
Party
LARRY MANNING,
(SEAL)
rt,
G
CITY OF DENTON
MINIMUM INSURANCE REQUIREMENTS
INSURANCE•
without limiting any of the other obligations or liabilities of the
work Contractor, the Contractor shall provide and maintain until the contracted
has been
,�d/or material Owner, the mi imum insuranceecoveragevaseindicated hereinafter.
City of
Denton
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 inumber and title of the
s changed or cancelled. The bid
d
project shoulbe 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 Com ensation and Em to er's Liabilit . 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
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
Insurance Requirements
page two
IV.
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:
o A combined single limit of $500,000
------ +unurance colic . This insurance shall
provide coverage for the Owner and its employees, in the name of
City of Denton, for liability that mthe
may be imposed arising out work being performed by the Contractor. so includes liability
of the
This al arising out of the omissions or This
acts of Although this insurance is strictly the Owner.
far 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
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 Contactor.
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 hac
�.._ insurance certif
writing. Any notice
approval by the Owner.
proceed that is issued shall be subject to such
CI-2
O1/13/87
rn�uUGtH
9/28/89 -.
Denton Insurance Center
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE
Inc,
P 0 Drawer C
AFFORDED BY THE POLICIES BELOW.
Denton, Texas 76202
COMPANIES AFFORDING COVERAGE
COMPALETTER A Houston General
VSURED
COMPANY
B
LETTER Houston General
Larry Manning Inc
ETTERNY C
821 Kings Row
Denton, Texas 76201
ETTERNY D
Houston General
COMPANY
LETTER E
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
BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED
TIONS OF
SUCH POLICIES. BY THE POLICIES
WITH RESPECT TO WHICH THIS CERTIFICATE MAY
DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS. AND CONnI_
TYPE OF INSURANCE
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE DOCCURRI
OWNER'S 8 CONTRACTORS PROTECTIVE
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
GARAGE LIABILITY
EXCESS LIABILITY
L OTHER THAN UMBRELLA FORM
WORKERS'COMPENSATION
AND
EMPLOYERS' LIABILITY
POLICY NUMBER
5GA34— 6274.
5AT332438
05CWC1007627
POLICY EFFECTIVE I POLICY EXPIRATION
DATE (MMMNY) DATE (MM/DD"
/24/89 3/24/90
3/24/89 I3/24/90
ALL LIMITS IN THOUSANDS
PRODUCTS$OMPIOPS AGGNE 000
0 0
PERSONAL & ADVERTISING INJURY
EACH OCCURRENCE 500
FIRE DAMAGE (ANY ONE FIRE)
MEDICAL EXPENSE (ANY ONE PERSON)
CSL 500
(PE'R K6GONI. - y
BODILY
INJURY
ACCR DENT)
PROPERTY
DAMAGE
E10N
OCCURRENCE
3/24/89 I3/24/90 r5O
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS
Ruddell Street Sidewalk Project
City of Denton is Named Addll Insured
City of Denton
Attn: John Marshall
901 B Texas Street
Denton, Texas 76201
(EACH ACCIDENT)
(DISEASE POLICY LIMIT)
(DISEASE EACH EMPLOYEE)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX
PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESFNTeTmcC
Jim Watson
CONDITIONS
•11 YY• AMUM: I.171 The City : •Dentcn, its elected and WPointed OmMadwils, jafn-.
• f1 (F GVM=CN:
Denton will be given 30 d%m
-, w r: • •- • 1 advance • w •- Irl a• city
r• r - - r;
Do k-
.0
" — v 1- • r 1 - _• 1 cu-1 � • • I -
.• 11 ` _ • • •III _ _ �1 _
•I�.Iw1^ • r •.I I• --• •• 11 I- • I 1 - 11 r-
•1 111 1,1 •. .I I• 1 111 I II
CI-4
,PURCHASING DEPARTMENT.
City of Denton
,: 901-B Texas St,
Denton, Texas 76201
BID INVITATION.
CITY OF DENTON, TEXAS
Date AUGUST 18, 1989
BID NUMBER 1012
BID TITLE RUDDELL STREET SIDEWALK
Sealed bid proposals will be received until 2:00 p.m.
SEPTEMBER 7 1989 Purchasing Agent, 901-6 at the office of the
Texas St., Denton, Texas 76201
For additional information contact
JOHN J. MARSHALL, C.P.M. TOM D. SHAW, C.P.M.
PURCHASING AGENT ASSIST. PURCHASING AGENT
Office
817-566-8311
INSTRUCTIONS TO BIDDERS
DIFIN Metro
817-267-0042
1. Sealed bid proposals must be received in duplicate, on this form; prior to opening date and time to be considered. Late
Proposals will be returned unopened. .
2. Bids shall be plainly marked as to the bid number, name of the bid, and bid opening date on the outside of completely
sealed envelope, and mailed or delivered to the Purchasing Department, City of Denton, 901.8 Texas St.; Denton, TX
76201.
3. Any submitted article deviating from the specifications must be Identified and have full descriptive data accompanying
same, or it will not be considered.
4. All materials are to be quoted FOB Denton, Texas, delivered to the floor of the warehouse, or as otherwise indicated.
5. The City of Denton. Texas reserves the right to accept separate items in a bid unless this right Is denied by the bidder.
6. In case of default after bid acceptance, the City of Denton, Texas may at its option hold the accepted bidder or contractor
liable for any and all resultant increased costs as a penally for such default.
7. The City of Denton reserves the right to reject any and all bids, to waive all informalities and require that submitted bids
remain In force for a sixty (60) day period after opening or until award is made; whichever comes first.
8. The quantities shown maybe approximate and could vary according to the requirements of the City of Denton
throughout the contract period.
9. The Items are to be priced each net. (Packaging or shipping quantities will be considered.)
10. The Purchasing Department assumes responsibility for the correctness and clarity of this bid, and all Information and/or
questions pertaining to this bid shall be directed to the City of Denton Purchasing Agent.
11. Any attempt to negotiate or give information on the contents of this bid with the City of Denton or Its representatives
prior to award shall be gounds for disqualifications.
12. The conditions and terms of this bid will be considered when evaluating for award.
13. The City of Denton is exempt from all sales and excise taxes. (Article 20.04-B)
f' t
BID #ln,2
PROPOSAL
'TO
THE CITY OF DENTON, TEXAS
FOR THE CONSTRUCTION OF
RUDDELL STREET SIDEWALK
IN
DENTON, TEXAS
The undersigned, as bidder, declares that the only person or
parties interested in this proposal as principals are named herein, that this proposal those
is made withcollusion with
any ot'h'er 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 the necessary
labor, machinery, tools, apparatus, and other items incidental
to construction, the
in the
and will do all the work and furnish- all
materials called for in the contract and specifi 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 quantities of work whether increased
belowor cexcepreased t asprovided for in the specificati
r fe to be performed
etons ces set forth
It is further agreed that lump sum prices may be increased to
cover additional work ordered by the City, but not shown on the
plans or required by the specifications, in accordance with the
provisions to the General Conditions. Similarly, they may be
decreased to cover deletion of work so ordered.
It is understood and agreed that the work is to be completed in
full within the number of work days shown on the bid tabulation
sheet. .
P - 1
BID$ 1012
Accompanying this proposal is a certified or cashier's check or
Bid Bond, payable to the Owner; in the amount of five percent of
the total bid.
It is understood that the bid security accompanying this
proposal shall be returned to the bidder, unless in case of the
acceptance of the proposal, the bidder shall fail to execute a
contract and file a performance bond and a payment bond within
fifteen days after its acceptance, in which case the bid
security shall become the property of the Owner, and shall be
considered as a payment for damages due to delay and other
inconveniences suffered by the Owner on account of such failure
of the bidder. Owner reserves the right to reject any and all
bids. Owner may investigate the prior performance of bidder on
other contracts, either public or private, in evaluating bid
proposals. Should bidder alter, change, or qualify any
specification of the bid, Owner may automatically disqualify
bidder.
The undersigned,1hereby proposes and agrees to perform
of whatever nature required, in strict accordance with
and specifications, for the following sum or prices, to
all work
the plans
wit:
P - 2
Mddell Street Sidewalk with WORK DAYS 20
'Cross -tie Retaining Walls BID NO. 1012
PO NO.
BID TABULATION SHEET
P - 3
'',,'Ruddell Street Sidewalk with WORK DAYS 20
Prepackaged Rip -rap Retaining Walls BID NO. 1012
PO NO.
BID TABULATION•SHEET
T Tv..
P - 4
._'Ruddell Street Sidewalk with WORK DAYS zD
Concrete RetajajR2 Walls BID NO. 1012
PO NO,
BID TABULATION SHEET
$7
BID SUMMARY
TOTAL BID PRICE IN WORDS %X ila
a -; h kc.1
BID# 1012
/oo
1
/yC
In the event of the award of a contract to the undersigned, the l/G✓�
undersigned will furnish a performance bond and a payment bond
for the full amount of compliance with the contract, to secure proper
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
od
t the
accepted, when fully completed work
androfinished inedone shl be
accordance with
the plans and specifications,
Engineer. to the satisfaction of the
�
The undersigned certifies that the bid prices contained in this
proposal have been carefully checked and are
correct and final. submitted .as
Unit and lump -sum prices as shown for each item listed in this
proposal, shall control over extensions:
CONTRACT R By
treet Add?
r1i-Cn
cuy and St
Seal & Authorization
(If a Corporation)
ite
I 1989
o 3/ ( CI Y DENTON
Telephone U CHASING DEPT.
B - 1
BID SUMMARY SHEET
Nunn
BID# 1012
1. Sidewalk with Cross -tie
Retaining- Walls
Z. Sidewalk with Prepackaged
Concrete Rip -Rap
Retaining Walls
(Alternate Bid)
3. Sidewalk with Concrete
Retaining Walls
(Alternate Bid)
E
Work Days Cost
20 $ lei 53 oa
20
5a��o
20
ap Qo
0
CONTRACTOR APPLICATION
•
Date 9-26-89
Please furni'ah the _information
our files and will be requested below. This verify the qualificationsof
ethe col. racOur office sill usesuchinformation
i Information only t°
the contractor kept -in
A. NAME: °O home improvement.contracts.
Larry Manning r.,,
BUS. ADDRESS: 821 Kings Row Denton, TX
RES.-ADDRESS: 821 Kings Row BUS. PHONE:38j_Og71
Denton, TX 76201
B. CHECK -THE TYPE OF CONSTRUCTION THAT YOU HAVE PERFORMED IN THE LA.T YEAR.
87_5013
—_� HOME REMODELING
HOME BUILDING
MAJOR CONSTRUCTION -
• specify concrete and as halt
Co LIST THE NAMES AND ADDRESSES OF THE aving
COMPLETED CONSTRUCTION. LAST THREE CLIENTS
-FOR WHOM YOU RAVg.
NAMEam_
ADDRESS
Lewisville Ind. School Dist. C?TY
PO Box 217 PHONE
The Ridgemont'Co, Lewisville, TX (214) 539-1551
. 13720 Midway Rd. Dallas, TX
,Denton.Ind. School Dist. (2w) 490-3211
PO Box 2387 Denton, TX 76202
D• LIST TWO MAJOR SUPPLIERS FROM WHOM YOU PURCHASE MOST OF YOUR (817, 387-6151.
N_AHE SUPPLIES.
Davis Concrete CoADDRESS- . CITY '
411 E. Sycamore PRONE
Denton, TX.762o1 566-lloo
Ja oe-Public Co.
PO"Box 250
E. LIST TWO FINANCIAL INSTITUTIONDenton, TX 76202 382-2581
WITH WHOM YOU HAVE ESTABLISHED SCREANKS
. SAVINGS AND LOAN DIT.ASSOCIATI
NAME. ON3, ETC,)
United National.ADDRESS
Bank C- ITY
_ .120p W. University Denton P80NE
, TX 76201
382-6701
A - 1
Contract Application
Page 2
F• HOW LONG HAVE YOU BEEN IN THE CONTRACTING BUSINESS?
• YEARS: 11
MONTHS:
G• APPROXIMATELY HOW MANY JOBS HAVE YOU COMPLETED AS A-
GENERAL CONTRACTOR?
H• WHAT IS THE SMALLEST JOB YOU HAVE DONE? Around $630.00
WHAT IS THE LARGEST.JOB YOU HAVE DONE? $300,,000
Z. HOW MANY EMPLOYEES DO YOU EMPLOY PULL -TIME? 5
J• HAVE YOU EVER .WORKED FOR H.U.D.?
IF YES ��—YES x
WHEN? -- �_ NO
WHAT TYPE OF JOB?
K• ARE YOU LICENSED AS A
GENERAL CONTRACTOR IN TNI3 AREA?
IF YES, COMPLETE THE FOLLOWING: YES _ xNO.
LICENSE NO.:
EXPIRATION DATE:
L• DO.YOU HAVE CONTRACTOR'
S LIABILITY INSURANCE
IF YES, COMPLETE THE FOLLOWING: -----..!—YES No
-Nam* of Insurance Co.:
POIICY Number: st n General
H0- GA 627
M• RAVE YOU EVER BID A JOB THAT
REQUIRED BONDING?
IF YES, WHAT IS THE ���YES ��NO
LARGEST AMOUNT YOU HAVE BEEN BONDED FOR? 3 154,980.00
I CERTIFY THAT THE ABOVE IS TRUE AND COMPLETE.
0292
9-26-89
I AUTHORIZE THE PROGRAM TO VERIPY Date
AND. OBTAIN A CREDIT RE ALL INFORMATION SUPPLIED
REPORT. ON THE APPLICATION
9-26-89
Date
A - 2
U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT
CERTIFICATION OF BIDDER REGARDINGEQUAL. EMPLOYMENT OPPORTUN11—
INSTRUCTIONS
This certification is required pursuant to Executive Order 11_46 (30 F.
noes and regulations provide that an R. I_319-2 y bidder or prospective contractor, or any of their prop .,ed ubcon-
tractors.. shall state as an videinitial part of the bid or nes
any previous contract or subcontract subject to the a ual o
-all compliance reports due undet.applicable instnlctionotlanons of the contract whether,Lhas h; 'cipated d
q Opportunity clause; and, if so, wheth: ;r has tiled
Vhere the certification indicates that the bidder has not filed a compliance report due under . .licable in,
structions. such bidder shall be required to submit a compliance report within seven calendar
opening. No contract shall be awarded unless Such report is submitted. p s after bid
NAME AND ADORESS'OF BIDDER (/nclud, ZIP Cede)E RTI F I CAT( ON BY BIDDER
Larry Manning Inc.
821 Kings Row
Denton, TX 76201
1. Bid
der pr a participated in
- evious contractors
Yes No ubcontract. subject to the Equal Opportunity Clause.
- � _ ..
2.. Compliance reports were re
yes be (fled in '
connection with such contractors bcontract.
❑ Yes No
3. Bidder has filed all compliance reports due under a
Yes No PPlicable instructions, including SF-100.
4. Have you ever been r C None Required
o are you being considered for sanction due � - to violation, of Executive Order 71246, as amended?
Yes
�' No
NAME AND TITLE Or SIGNER /Pre.e troel ,
Mrs. Larry Manning, Sec.
SIGNATURE
Reolace Form HUD-0�38:CD•1, whim is Obsolete
DATE
9-26-89
H UD-950:1 I11J131
C-1
0
G
SAMPLE
CERTIFICATION OF BIDDER REGARDING SECTION 3
AND SEGREGATED FACILITIES
Larry Manning Inc Ruddell Street Sidewalks
Name of Prime Contractor
Project Name & Number
The undersigned hereby certifies that
(a) Section 3 provisions are included in the Contract
(b). A written Section 3 plan was prepared and submitted
as,part of the bid proceedings (if bid equals or
exceeds $10,000).
(c) No segregated -facilities will be maintained..
Name Larry Manning D„
Name & Title -of Signer (Prant or Type
'�Signatuie � -
C-2
- - U. . • uEN 0,
�G •NC U4-�
E LUPuEN
COMMUNITY DE VF.L!
IT BLOCK GRANT /pUGIAY"
CONTRACTO^'-
'ERTIFICATION
.. CONCERNING LABOR STAND/.
.ND PREVAILING WAGE RMIRENEHTS
ins. x«Ipirn U: -
DATE
9-26-89
of Denton -
e/o _
wwweCT Nu.aew
ewoJ(CT MAY(
. 1. The undersigned,. having mw,iited a contract with.
_ C'4ty of Denton
for the c
xtien of the olCove-identified project, acknowledges that:
- (.)-The Labor Standards provisions are included '
- aforesaid contract; '
- (b)Correction of any infractions of the afores.id
'tions, including infractions by any of his sub[onitaetors and
any lower ti•r aubeontuctors, is his responnil,
_ 2. No <arnh•• than
(a) Neitherhe nor, any firm, parinenhip or assoeiar.
-; in which he has substantial interest is designated as an "
ineligible contractor by the Comptroller Gent! =
the United States pursuant to Section S.6(b) ofthe Regulations
- of the Secretary of Labw. Part 6 (:9 CPR, )5:
or pursuant. to Section 3(a) of the Davis -Bacon Act, as
' "amended 140 U.S.C. 276a-2(a)A
"s(b) No Part of the aforementioned centraet.hes bee,:
will be subcontracted to any subcontractor if such sub.
- contractor or any firm, corpomtion, partnership
'
:,satiation in which such subcontractor has a substantial
Interest is designated as an ineligible contra_
arsuanl to any or the aforementioned regulatory or statutory
p.ovialona.
- -. -_ 3. He agrees to obtain and forward to the afaremenlior-'
including those executed by his subcontractors
:ccipient within ten days after the execution ofanysubcontnet,
and
- - - Concerning Labor Standards Prevailing
lower tier subcontractors, a Subcontractor's Certification
and Wage Rec^irements
executed by the subcontractors.
..
-d. He c.Ar6.s than
' (a) In, 1"01 rem• end the business address of the undr:.:,,d
ere:
Larry Manning Inc.
821 Kings "Row
" nor+.nns, `�' _76201
_' Ibl Th• vndwo n•d n•
".
"
Irl • UNCLE .ro.wr[Towaw,r
- CORPORATION ORGANIZED IN TN[ JTATEOV�
_
. tar ...wTw(wawr. tO
x
o, n I w o AG.r.,:. Tic,N
(e) The "No, lid• and add ... I el too awn•r, Paso.... Ica.a el the vndnsigneJ A,.:
YAM[ T"'.9 aoow[sa
Larry Manning President ` ' ' Denton
-821=Kings-Row
David Manning Vice -President 1500 Pickwick Denton
Mrs. Larry Manning Secretary 821 Kings Row Denton
.__. NDO-INI Ia-.Jgl
>, C-9
J. To list on Table A, information related to subcontracts awarded for the
three year period preceding date of this bid submission.
K. To list on Table B, all projected workforce needs for all phases
of this project by -occupation, trade, skill level and number of
positions.
As officers and representatives of Larry Manning Inc.
(Name of Contractor)
We the undersigned have read and fully agree to this Affirmative Action Plan,'
and become a party to the full implementation of this program.
ign'ature
Frazident 9-26-89.
Title Date
Signature
. Title Date
CONTRACTOR
Section 3 Plan Format
•
specific".affirmative
LARRY MANNIN� G^' agrees to implement '[he following
of
action steps directed at increasing the utilization
lower income residents and businesses
within the,City of Denton
A.
To -ascertain from the locality's CDBG program official "the exact boundaries
of the Section 8
covered project area and where advantageous, seek the
assistance of Local officials in
preparing and implementing the,affirmative
action.plan.
B.
To attempt to recruit from within the city the necessary number of
lower income
residents'through: Local advertising media, signs placed
at the proposed site for the
project, and community' organizations and
public or privat.� institutions operating within -serving
or the project
area such as Service Employment and Redevelopment (SER), Opportunities
Industrialization
Center (OIC), Urban League, Concentrated Employment
Program, Homerown Plan,
or the U.S. Employment Service_.
C.
To maintain awist of all lower income area residents who have applied
either on the
own or on referral from any source, and to employ
such
persons-, it otherwise eligible and if a vacancy exists.
-D.
To insert this -Section 3 plan in all bid documents; and to require all
bidders on subcontracts
-to submit a Section 3 affirmative.action plan includi
utilization goals and the specific
steps planned to accomplish these
goals. - -
E.
To insure that subcontracts which are typically let on a negotiated -
rather than
a tfd basis in areas other than Section 3 covered project areas, are also let
a-
on negotiated basis, whenever feasible, when
let in a Section 3
covered project area.
F.
To formally COLILact unions, subcontractors and trade associations to
secure their c,aoperation for this program.
G. To insure that all appropriate project area business concerns are
notified of pending subcontractual opportunities.
H. To maintain records, including copies of correspondence, memoranda,
etc., which dorument that all of the above affirmative action'steps
have been take;,.
I. To appoint or r.:cruit an executive"official of the company or agency
as ,Equal Opportunity Officer to coordinate the implementation.of
this Section 3 ,plan. -
*Loans, grants, contracts and subsidies for less than $10,000 will be exempt.
. -
C-3
TRADE AGREEMENT
CERTIFICATION
Exceptas provided in paragraph (4) of this provision, by -
sub I mission of its bid or proposal, the offeror certifies that it
(1) Is not a Contractor of a foreign country included on the
list of countries that discriminate against U. S. firms
published by ,the Office of -the United States Trade
Representative (USTR).
(2) Has not or will not enter into any subcontractor
subcontractor of a foreign country included on'the
list of countries that discriminate against U. S.
firms published by the USTR; and
(3) Will not provide any
product of a country included on the
list of foreign countries that discriminate against
U..S. firms published by the USTR.
(4) Inabi'lity to certify• An offeror unable to certify in
accordance with paragraph (2) of this provision shall
submit with its offer a written explanation fully des-
cribing the reasons for its inability to make the cer-
tification.
Larry Manning Inc. 9_26_89
OFFEROR/CONTRACTOR DATE
PROJECT NUMBER
*Current.USTR list includes only Japan
C-13
L J
PROPOSED SUBCONTRACTS BREAKDOWN
FOR THE -PERIOD COVERING19_ through
-�- TABLE A
(Duration of the CD s-sted-Project)
19_
*The Project Area is coextensive with the City of
boundaries. ,
s
Company
Project Name
Project Number
EEO Officer (Signature)
Date .
_-
-
SABLE B
ESIMATLD
P;OJEC? - c B7�F.1l�0! -
_JOB CATEGORY _
I i0'py ESTL`LAIZ
::0• rCSi:IC::s CL'3_
1
NO. FOS!-, :;S-
`._• i
POSITIO:S
I
r�:-LY CCC::rI—cD a
:;0. rOSi:IC::�
OiFICEnS/
.,
pE7.'l:;-::i- r•^ v_Y_ I
..LO.t=�
CCU.=:.-.LY
CCCL'PIEJ
TO 9E'7ILLZJ -
SUPER4IS035
L;IrB �
L•'•• •�••'•.*
PROFESSIO-AL5
BOUSI:;;, S.:LcS/ -
-
UNTALP, •: �e„-...
-.
•
•"u,iVluuaiS residing within the City.
of whose family income does not
exceed 90%of the median income in C0.`IP.L4Y
SSA.
U.S: DEPARTMENT CF HOUSING AND UR9AN DEVELOPMENT
CERTIFICATION BY PROPOSED SUBCONTRACTOR REGARDING
EQUAL E.-APLOYMENT OPPORTUNITY -
NAME OF PRIME CONTRACTOR
PROJECT NUMBER
INSTRUCTIONS
This certification is required pursuant to Executive Order 11246 (30 F. R. 12319-25). The implementing
R.-
rules and regulations provide that any bid eder or prospective contractor, or any of their proposed subcon-
tractors, shall state as. an initial. part of the bid or negotiations of the contract whether it has participated in
any previous contractor subcontract subject to the equal Opportunity clause; and, if so, whether it has filed
all compliance reports due under applicable instructions.
Where the certification indicate
cable that the subcontractor has not filed a compliance report due under appli-
instructions, such subcontractor shall be required to submit a compliance report before the owner
approves the subcontract or permits work to begin under the subcontract.
SUBCONTRACTOR'S CERTIFICATION
NAME AND ADDRESS OF.SUECONTRACTOR�(/nc/ude ZIP Code)
1. Bidder has participated in a previous Contractsr subcontract subject to the Equal 0 M1
❑ Yes ❑ .No _ q pportunityClause.
2. Compliance reports were required to be filed in connection with such contract or subcontract.
❑ Yes ❑ No.
3. Bidder has filed all compliance reports due under applicable instructions, including SF-1tb.
❑ Yes ❑ No ❑ - .
None Required
4• Have you ever been or are you being considered for sanction due to violation of Executive Order 11246, as amended]
❑ Yes ❑ 'No
NAME AND TITLE OFSIGtJER (Please rypel
'SIGNATURE - -
DATE
Reducer Form hU0<2aB.CD•2, whim �f OWolen
HUD-950.2 111.751
C_7.
0
Name of Sub Contractor
Project Name &.Number
The undersigned hereby _ y certifies that
(a) Section 3 provisions are included in the Contract
(b) A written Sectio /3 plan was prepared and submitted.
as part of the bid proceedings(if bid equals or exceeds
• (c) No segregated facilities will be maintained as
required by Title VI of the Civil Rights Act of 1964.
Name 5 Title of Signer (Print or Type)
c
Signature / 7
Date
L.i
^/J
HUD.azy i
U.S. De ❑-eq "(
Depart of Housing and Urban Development
CERTIFICATE OF OWNER'S ATTORNEY
I, the undersigned,
duly authorized and acting legal re g D the
renentative of
foIIowa: - 1. do hereby certify as -
I have examined the attached contract a
of etacutlon thereof, and I am of the u l and surety bonds
`.and the manner
agreements halls been duly executed b opinion that. -each of
through their y the the aforesaid
duly authorized representatives: parties thereto acting
have full poser and authorityxecuidthat said
to execute said a representatives
th
respeetivr pertlen named thereon; end that the foregoing n behalf of the
tute valid and legally and
obligations upon theagreements cone d
same In accordance with terms, obligation and
Provisions
t parties executing the
D ro vi afona thereof.
Date:
CO-1
Ncio- W..n o C.
1*0
•
U.1. OE PA RT NEryr pE MGVS�NC •NO U,p AM OE Ye LO PM E NT
COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM
SUBCONTRACTOR'S CEi TIFICATION.
CONCERNING LABOR STANDARDS AND PREV
r R.rtp,rAr/: AILING WACE REpU1REN
I
L Thd o pt d he t t tad 'am -lee' with
aar•.oar er • <aavaro
or
, em<e a
In the amount of S—� in the construction of the abave.identilied \ - ' Project, certifies that
(a) The Labor Standards Provisions of The Contract For Construction are mcfoded in the aforesaid contract.
(b) Neither he not any film, corporation, Partnership or •S,Ociabon in ,oleo Ae has • :uD,rantial interest Of the I"c Be an ineli gible contractor by the Comptroller in
of the United Sblra pursuant to Seniors 5.6(l.)
Ba the Act, as .ns c the Secretary of Labor. Part S "9 Bacon Act, namended /d0 U.J.C. 276a— /' CI R. f arr 5). or pursuant to Section 3(a) of the Davis-
2/all.
_(e). 'No Pan of the atotemenuoned contract has bran or ri 11 be subeontra aced to any auaeuntractor if such
subeentrvatorar any firm, eerpomion, parmenhip or associabua in whim such suoeontnetor has a
aB lutary ai intetesr is deli tnateu as an ineligible contractor pursuant to the doresaid utulnery or
ahtutery provisions. - - '
2. he agrees to obtain and 1Brrard to tde eonimetpq for transmittal to the recip,ol. within ten days alter toe r.ecution
of any lore,,abcomrae t, a rSubconrn<tor's Cerlilicauon C-o",ning Labor Standard, and Preva it
Iva
menu, executed by the lore tier su
- aontn<lor, to duplicat6 [ [e Requiri
(a) The rurhmen rill re
Bon for duty on er about
3.. N• onik.. r_.. mr
(a) The legal ham,
unaarvanid is:
• sN.ct� out irB
a.PAw—
(B) The aa.aa, fit,* and add,.,. /.h.
C-11
err.
war Aco+ronaraoN on— G�yaa,d aa—i.t
tat O'rNew owe.Nrsw nuN (Ourripel
--1 ,d (d) 11.r_n,.,,. n cnd (f.,af sr II cll lFu susyn a, LJIh cllvsl Ind te. and IAe nature .1 IAI inrf. t Ce•aq he•,•q I svpu lnr,vl. � r
�— It I•!i/{nnn.. •.. ,y.r.p ^netl ,n llq m,drry,.
•.r4n=Or ,wTU•hT
(I) i6e n(wrs, Iddmfo end I�edl <IfulHor,rm el III eIF I sybv(mwl inrerrll r//�•..n rur ` « bmldin9 esncrraa,en rwvrrar(rs ,n .hr<n the m.d«s. y^rd has.
- _ •ouw(u - .. rw.ott�•ss•(rc•now - _
by
MARNINC
V.S G nIl Cmq smuen 1010. Tltll N, V.S.C., yn•i(rl .
..anq•in( Inr u r u I,( bbr. r w Pw: ••rh•f•« • •fwr • u.uv a ... , wr11 Ir I,nry ryt I,r•( Nrn SS.yOO •rr myI.,nfn ne • .... ��I'•n.• „n,.0.
C_10
(d) TFa nenn and edd.esm el end'tall elAw pwron :, b.IF • _ Ae mtura al tM inluaat an I - IVenY, Fe.i.q a •ubtdnNel iM / / o ae .I:I r.'. wot .n tA• unLrripad. //
MAM(
- •UUwfO MAtUnf OIYMTf p[1T \\.
(e) The nwea, pddrn ias. and hede cleuilicafiNv .(ell .th -
• wbalenlisl in4:evt en// a e, re •YYL• w 6uJ dins eaealrvetiN ...t Clery in which the undenipnd he,
ACOAfO TwAOt CI.aYIIC."a.
i
. /SY IrN WfYI/
Br
(Spnetoa/ -
1'".d Vew..wd Tili.1
WARNING
VA. Glminal Cade, peatfew 1010. Tttle Is. V.LG, --idwo le p.m ""'w"".... sab N,
ototwana. lNwfn f the cane to be (.1....... "all be rG" awl mere Nan I�OlO ar 1m A.." .*I ware uN Iwo
� blfahN awl
p rear.. er both,^
i
C-12