1991-026ORDINANCE NO -QA
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD
OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE
EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE
WHEREAS, the City has solicited, received and tabulated com-
petitive bids for the construction of public works or improvements
in accordance with the procedures of state law and City ordinances,
and
WHEREAS, the City Manager or a designated employee has receiv-
ed and recommended that the herein described bids are the lowest
responsible bids for the construction of the public works or im-
provements described in the bid invitation, bid proposals and plans
and specifications therein, NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the following competitive bids for the con-
struction of public works or improvements, as described in the "Bid
Invitations", "Bid Proposals" or plans and specifications on file
in the Office of the City's Purchasing Agent filed according to the
bid number assigned hereto, are hereby accepted and approved as be-
ing the lowest responsible bids
BID NUMBER CONTRACTOR AMOUNT
1215 Floyd Smith $ 58,551 00
SECTION II That the acceptance and approval of the above
competitive bids shall not constitute a contract between the City
and the person submitting the bid for construction of such public
works or improvements herein accepted and approved, until such
person shall comply with all requirements specified in the Notice
to Bidders including the timely execution of a written contract and
furnishing of performance and payment bonds, after notification of
the award of the bid
SECTION III That the City Manager is hereby authorized to
execute all necessary written contracts for the performance of the
construction of the public works or improvements in accordance with
the bids accepted and approved herein, provided that such contracts
are made in accordance with the Notice to Bidders and Bid Propos-
als, and documents relating thereto specifying the terms, condi-
tions, plans and specifications, standards, quantities and speci-
fied sums contained therein
SECTION IV That upon acceptance and approval of the above
competitive bids and the execution of contracts for the public
works and improvements as authorized herein, the City Council here-
by authorizes the expenditure of funds in the manner and in the
amount as specified in such approved bids and authorized contracts
executed pursuant thereto
SECTION V That this ordinance shall become effective im-
mediately upon its passage and approval
PASSED AND APPROVED this the i~day of 1991
BOB CASTLEBERRY, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
BY ✓ ~.VQ pd~
APPROVED AS TO LEGAL FORM
DEBRA A DRAYOVITCH, CITY ATTORNEY
k
BY r a
PAGE 2
DATE February 19, 1991
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID #1215 - SCRIPTURE STREET PAVING IMPROVEMENTS/
CONCRETE WORK
11E2QMMENDA1IQI3 We recommend this bid be awarded to the low
bidder, Floyd Smith in the total amount of $58,551 00
SUMMARY This bid is for the labor, materials and supplies to
complete concrete sidewalk, curb and gutters and other
improvements to a section of West Scripture Street
RAMR21L32 Tabulation sheet, Memorandum from Jerry Clark dated
February 11, 1991
PROGRAM,~~_REPARTMENT_OR__GROLIPS~_AFFECTED Engineering Department
and Citizens utilizing this area
FIRCAL_IMPAE,T Funds for this project will come from Bond Fund
#434-002-SB85-8514-9105
Respectfully submitted
4 V H r
C1 y Manager
Prepared by
Name --Denise p- H-ayp---o o-l -yn
Namr"
Title Senior Buyer
Approved
_
Name Tom D Shaw, C P M
Title Purchasing Agent
DH/jh
124 DOC
BID # 1215
I I
I I
I
I
BID NAME Scripture St Paving
I I
I JORDON I
FLOYD SMITH
I
I LARRY MANNING
Improvements/Concrete Work
I CONSTRUCTION 1
I I
I INC
I
OPEN DATE February 5, 1991
I I
I I
I
I
ITEM DESCRIPTION
I VENDOR I
I I
VENDOR
I VENDOR
I
Total per Specifications
I I
I I
1 $72,862 72 1
I I
$58,551 00
I
I
1 $61,231 25
I
Bid Bond? (Yes/No)
I I
I YES I
I I
YES
I
I YES
I
CITY of DENTON, TEXAS MUNICIPAL BUILDING / DENTON TEXAS 76201 / TELEPHONE (817) 566 8200
MEMORANDUM
DATE February 11, 1991
TO Tom Shaw, Purchasing Agent
FROM Jerry Clark, Director of Engineering & Transportation
SUBJECT Bid #1215 - Scripture Street Concrete Work
We reviewed the bids received on February 5, 1991 The low bid
of Floyd Smith ($58,551 00) is an excellent bid our inhouse
estimate was significantly higher so we recommend approval
Floyd Smith is a local contractor with an excellent reputation
and proven performance in the City of Denton
7T y C r
0957E
SZ I !,I l I u d IDA
l -A
CONTRACT AGREEMENT
STATE OF TEXAS
COUNTY OF nEUTnN ) (
err-02~
THIS AGREEMENT, made and entered into this 19 day of FEBRUARY
A.D., 19 91, by and between THE CITY OF DENTON
of the County of DENTON and State of Texas, acting through
O°^ ` HARREL thereunto duly authorized so to do,
hereinafter termed 'OWNER,' and
FLOYD GLENN SMT.TH 1519 WILLOWOO'2 DRa. TENTON TEXAS 76205
of the City of DENTON , County of DEN ON
and State of TEXAS , hereinafter termed 'CONTRACTOR.'
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by OWNER, and under
the conditions expressed in the bonds bearing even date herewith, CONTRACTOR
hereby agrees with OWNER to commence and complete performance of the work
specified below:
BID #1215 SCRIPTURE ST PAVING TMPROVEMENTS-CONCRETE WORK in the amount
of $58.551.00. Purchase order #12301
and all extra work in connection therewith, under the terms as stated in. the
General Conditions of the agreement; and at his (or their) own proper cost and
expense to furnish all materials, supplies, machinery, equipment, tools,
superintendence, labor, insurance, and other accessories and services
necessary to complete the work specified above, in accordance with the
conditions and prices stated in the Proposal attached hereto, and in
accordance with all the General Conditions of the Agreement, the Special
Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to
Bidders, and the Performance and Payment Bonds, all attached hereto, and in
accordance with the plans, which includes all maps, plats, blueprints, and
CA-1
01145
" _`other drawings and printed or written explanatory matter thereof, and the
Specifications therefore, as prepared by
CITY OF DENTON ENGINEERING STAFF '
all of which are made a part hereof and collectively evidence and
constitute the entire contract.
Independent Status
it is mutually understood and agreed by and between City and
Contractor that Contractor is an independent contractor and shall not be
deemed to be or considered an employee of the City of Denton, Texas, for the
purposes of income tax, withholding, social security taxes, vacation or sick
leave benefits, worker's compensation, or any other City employee benefit.
City shall not have supervision and control of Contractor or any employee of
Contractor, and it is expressly understood that Contractor shall perform the
services hereunder according to the attached specifications at the general
direction of the City Manager of the City of Denton, Texas, or his designee
under this agreement.
Indemnification
Contractor shall and does hereby agree to indemnify and hold harmless
the City of Denton from any and all damages, loss, or liability of any kind
whatsoever, by reason of injury to property or third persons occasioned by any
error, omission or negligent act of Contractor, its officers, agents,
employees, invitees, and other persons for whom it is legally liable, with
regard to the performance of this Agreement, and Contractor will, at its cost
and expense, defend and protect the City of Denton against any. and all such
claims and demands.
Choice of Law and Venue
This agreement shall be governed by the law of the state of Texas and
venue for its construction and enforcement shall lie in the courts of Denton
County, Texas.
The CONTRACTOR hereby agrees to commence work on or after the date
established for the start of work as set forth in written notice to commence
work and complete all work within the time stated in the Proposal, subject to
such extensions of time as are provided by the General and special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the price or
prices shown in the Proposal, which forms a part of this contract, such
payments to be subject to the General and Special Conditions of the Contract.
CA-2
0114s
IN WITNESS WHEREOF, the parties of these presents have executed this
agreement in the year and day first above written.
ATTEST:
,ATTEST:,
CITY OF DENTON
OWNER
By
(SEAL)
*FLyD SMITH
CONTRACTOR
By.o%
Title
(SEAL)
APPROVED AS TO FORM:
'Cr Attorney
CA-3
O114s
PERFORMANCE BOND Bond No. 698-1054
STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS: That FLOYD GLENN SMITH
, of the City of DENTON
County of DENTON , and State of TEXAS
as PRINCIPAL, and Universal Surety of America
as SURETY, authorized. under the laws of
Zhe State of Texas to act as surety on bonds for principals, are held and firmly
bound unto the THE CITY OF DENTON
as OWNER, in the penal sum of FIFTY EIGHT THOUSAND FIVE HUNDRED FIFTY ONE AND
NO/100---------------Dollars 58,551.00 ) for the payment whereof, the said
Principal and Surety bind themselves and their heirs, administrators, executors,
successors and assigns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract
with the OWNER, dated the 19 day of FEBRUARY , 19 91, for the construction of
BID 111215-SCRIPTURE ST. PAVING IMPROVEMENTS CONCRETE WORK in the amount of
$58,551.00.
which contract is hereby referred to and made a dpart hereof as fully and to the
same extent as if copied at length herein.
NOW, THEREFORE, the condition of this obligation is such, that if the
said principal shall faithfully perform said Contract and shall in all respects,
conditions and agreements in and by said contract agreed and covenanted by the
Principal to be observed and performed, and according to the true intent and
meaning of said Contract and the Plans and Specifications hereto annexed, then this
obligation shall be void: otherwise to remain in full force and effect;
PB-1
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by
acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this
bond shall be determined in accordance with the provisions of said Article to the
same extent as if it were copied at length herein.
PROVIDED FURTHER, that if any legal action be filed upon this bond,
venue shall lie in County, State of Texas.
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or to the
work performed thereunder, or the plans, specifications, or drawings accompanying
the same, shall in anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 18 day of March , 1991 .
Universal Surety of America
Principal
By
Title
Address
(SEAL)
The name and address of the Resident Agent
Randall L. Minnis
Ramey King & Minnis Insurance
F
(SEAL)`
of Surety is: =r3-
ti
707 First State Bank Bldg., Denton, Texas 76201
NOTE: Date of Bond must not be prior to date of Contract.
P B-2
rettyy D~
Randall L. Minnis
Title Attorney-;n-fact
Address 1812 Durham
Houston, Texas 77007
0091b
PAYMENT BOND Bond No. 698-1054
STATE OF TEXAS
COUNTY OF DENTON )C
KNOW ALL MEN BY THESE PRESENTS
of the City of
That _
DENTON
FLOYD GLENN SMITH
I
County Of DENTON and State of TEXAS as principal, and
authorized under the laws of the State of Texas to act as surety on bonds for
principals, are held and firmly hound unto THE CITY OF DENTON
OWNER, in the penal sum of _ FIFTY EIGHT THOUNSAND FIVE
HUNDRED FIFTY ONE AND NO/100 Dollars ($58,551.00 )
for the payment whereof, the said Principal and Surety bind themselves and their
heirs, administrators, executors, successors and assigns, jointly and severally, by
thes presents:
WHEREAS, the Principal has entered into- a certain written contract
with the Owner, dated the 19 day of FEBRUARY , 19 91 .
to which contract is hereby referred to and made a part hereof as fully and to the
same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall pay all claimants supplying labor and material to him or a
subcontractor in the prosection of the work provided for in said contract, then
this obligation shall be void, otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the revised Civil Statutes of Texas as amended by the
acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this
bond shall be determined in accordance with the provisions of said Article to the
same extent as if it were copied at length herein.
PB-3
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or to the
work performed thereunder, or the plans, specifications. or drawings accompanying
the same, shall in anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be performed thereunder.
IN WITHNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 18 day of March 19 91
Universal Surety of America
Principal uret0y
By
Randy 3.L. Minnis
Title Title Attorney-in-fact
Address Address 1812 Durham
Houston, Texas-x77007
(SEAL)
The name and address of the Resident Agent c
RandalliL. Minnis
Ramey Kin & Minnis Insurance
707 First State Bank Bldg., Denton, Texas 76201
PB-4
0092b
MAINTENANCE BOND
STATE OF TEXAS )C
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS: THAT FLOYD GLENN SMITH
as Principal, and
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
ssors
the City of Denton, A Municipal Corporation of the StateFlVF. THOS, itsIGHT HUNDRED
and assigns, at Denton, Denton County, Texas.the sum of 10Y of
FIFTY FIVE AND 101100-------------- Dollars 5.855.10
the total amount of the contract for the payment of which sum said principal and
surety do hereby bind themselves, their successors and asssigns-, jointly and
severally.
This obligation is conditioned, however, that:
WHEREAS, said FLOYD GLENN SMITH
has this day entered into a written contract with the said City of Denton to build
and construct BID #1215-SCRIPTURE ST PAVING IMPROVEMENTS CONCRETE WORK
which contract and the plans .and. specifications ..therein mentioned, adopted by the
City of Denton, are filed with the City Secretary of said City and are hereby
expressly incorporatd herein by reference and made a part hereof as though the same
were written and set out in full herein, and:
WHEREAS, under the "said plans, specifications,- and
contract, it is provided that the Contractor will maintain and keep in good repair
the work therein contracted to be done and performed for a period of one (1) year
from the date of acceptance thereof and do all necessary backfilling that may
become necessary in connection therewith and do all necessary work toward the
repair of any defective condition growing out of or arising from the improper
construction of the improvements contemplated by said contractor on constructing
the same or on-account of improper excavation or backfilling, it being understood
that the purpose of this section is to cover all defective conditions arising by
reason of defective materials, work, or labor performed by said Contractor, and in
case the said Contractor shall fail to repair, reconstruct or maintain said
improvements it is agreed that the City may do said work in accordance with said
contract and supply such materials and charge the same against the said Contractor
and its surety on this obligation, and said Contractor and surety shall be subject
to the damages in said contract for each day's failure on the part of said
Contractor to comply with the terms and provisions of said contract and this bond.
MB-1
0093b
NOW, THEREFORE, if the said Contractor shall perform its
agreement to maintain said construction and keep same in repair for the maintenance
period of one (1) year, as herein and said contract provided, then these presents
shall be null and void and have no further effect; otherwise, to remain in full
force and effect.
It is further agreed that this obligation shall be a
continuing one against the Principal and Surety and that successive recoveries may
be had hereon for successive breaches of the conditions herein provided until the
full amount of this bond shall have been exhausted, and it is further understood
that the obligation to maintain said work shall continue throughout said
maintenance period, and the same shall not be changed, diminished, or in any manner
affected from any cause during said time.
IN WITNESS WHEREOF the said
as Contractor and Principal, has caused
these presents to be executed by
and the said Universal Surety of America
as surety, has caused these presents to be executed by its Attorney-in-Fact
Randall L. Minis and the said Attorney-in-Fact has hereunto set his hand
this day of , 19_
SURETY:
BY:
Randall L. Minnisc
Attorney-in-Fact
PRINCIPAL:
MB-2
0093b
UNIVERSAL SURETY OF AMERICA
1812 Durham, Houston, Texas 77007
Bond No. 698-1054
For verification of the authority of this power you may telephone (713) 863-7795.
GENERAL POWER OF ATTORNEY - CERTIFIED COPY
Know All Men by These Presents, That UNIVERSAL SURETY OF AMERICA, a corporation duly organized and existing under the laws
of the State of Texas, and having its principal office in Houston, Texas, does by these presents make, constitute and appoint
Randall L. hlinals -
its true and lawful Attorney(s)-in-Fact, with full power and anthotity hereby conferred in its name, place and stead, to execute, acknowledge and
deliver bonds for: -
Floyd Glenn Smith dt>a Fiovd Smint Concrete Comractor
Principal
t.
Obligee ON of Demon
An scam 58 551 W -
and to bind the Company thereby as fully and to the same extent as if suit bonds were signed by the President, sealed with the corporate sea! of
the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do within the above
stated limitations. Said appointment is made under and by authority of the following resolution adopted by the 13owd of Directors of Universal
Surety of America at a meeting held on the I I in day of July, 1954. -
"Be It Resolved, that the President, any Vice president, Secretary or any Assistant Secretary shall be and is hereby vested with full power
and atahority, to appoint any one or more suitable persons as Auomey(s)-in-Fact to represent and act for and on behalf of the Company."
"RESOLVED that the signature of any officer of the corporations, and the seal of the corporation may be affuod or primed by facsimile to
any power of attorney of the corporation, and that such printed facsimile signature and seal shall be valid and binding upon the rorporate
In Witness Whereof, Universal Surely of America has caused these presents to be signed by its President, John Knox, Jr, and Its
corporate seal to be hereto affixed this 15th day of _ October , A.D., 19 90
UNIVERSAL SURETY ON AMERICA
^ j.` w~•0.'.`r By: J x.d~.
f oh President .
State of Texas - : . -
County of Harris - - - - ,'fry
On this 1500 day of October in the year 9B~ before me Wendy W. Stuckey a notary public, personally appeared
n who executed the within instrument as President, on behalf of the corpora-
Jr, personally known to me to be the perso
John Knox, c - tion therein named and acknowledged to me that the corporation executed it. l
ft//
. s !;(p y~ Xty Notary Puhlle
1, the undersigned Secretary of Universal Surety of America, hereby certify that the shove and foregoing is a full, tree and eonee4 copy of
the Original Power of Attorney issued by said Company, and do hereby funkier certify that the said Power of Attorney is still in force and.effem y
a v
' GIVEN order my hand and the seal of said Company, at Houston, Texas, this 18 day ut
March . 1991 r.r. TOTAL PAGE . 002 %K*
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:
o 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 $5001000.00
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
Naine:and -Address of Agency
Ramey King G biinnis
707 First State Bank Bldg
Denton, Tx. 76201 Phone 817-382-9691
Name and Address of Insured:
Floyd Glenn Smith DBA Floyd Smith Concrete
Contractor, P.O. Box 1781
Denton, Tx. 76202 Phone
City of Denton Reference:
Project Name:
Project No:
Project Location:
Managing Dept:
Companies Affording Coverage:
A Trinity Universal
B
C
This is to certify that: 1) Policies of insurance listed below have been issued and are in force at this time..
2) The City of Denton is listed as an additional insured as to all applicable coverage.
:ompany Expiration Limits of Liability
otter - Tuna of Inuiranro Pa Iiev Number Date in Thousands (000)
Comprehensive General Liability
Occurrence
A
xx
r
GL7474918
5/1/91
rence
Occu
- Claims Made (see #4-Page CI-4)
Bodily Injury '
$
Broad Form to Include:
Property Damage
$
- Premises/Operations
- Independent Contractors
- Products/Completed Operations
Bodily injury and Property
- Personal injury
Damage Combined
$
- Contractual Liability(see #3-Page CI-4)
- Explosion and Collapse Hazard
General Aggregate
1,000
- Underground Hazard
- Liquor Liability Coverage
Products Aggregate
- Fire Legal Liability (see #5-Page CI-4)
Personal & Advertising
500
- Broad Form Property Damage
Each Occurrence
500
- Professional Errors/Omissions
- occurrence
- claims made (see #4-Page CI-4)
A
Comprehensive Automobile
Liability
TCA6563214
5/1/91
Bodily Injury/Person
Bodily Injury/Accident
t
t
-.Owned/Leased Automobiles
Property Damage
-
$
- Non-owned Automobi les
- Hired Automobiles
-
-
Bodily Injury/Property
Damage Combined
f 1,000
J
A
- Workers' Compensation and
ers' Liabilit
Em
lo
WC8273085
5/1/91
St10095r~t 0 aunt
y
p
y
each accident
A
- Owners' Protective Liability
New App
3/18/92
500
Other Insurance
Description of Operations/Locations/Vehicles.
Each policy shall require thirty (30) days notice of cancellation, non-renewal, or material change in coverage.
(See #2, Page CI-4).
Name and address of Certificate Holder.
unit Lb~utu
CITY OF DENTON, TEXAS
PURCHASING AGENT
901-B TEXAS ST. U R ZE EPR SENIATIVE
DEMON, TEXAS 16201
PAGE Cl 4 ATTACHED.
$ UN
40CIN12
DEFINITIONS
1. ADDITIONAL INSURED: The City of Denton, its elected and
appointed officials, officers and employees. (This does
not apply to Worker's Compensation.)
2. NOTICE OF CANCELLATION: Each policy shall require that
thirty (30) days prior to the cancellation, non-renewal, or
any material change in coverage, a notice thereof shall be
given to owner by certified mail. If the policy is
cancelled for non-payment of premium only ten (10) days
written notice to owner is required.
3. 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.
4. CLAIMS MADE POLICY FORM: Required period of coverage will
be determined by the following formula: Continuous
coverage for the life of the contract, plus one year '(to
provide coverage for the warranty period), and a extended
discovery period for a minimum. of five (5) years which
shall begin at the end of the warranty period.
5. FIRE LEGAL LIABILITY: (Required in all contracts that
involve the occupancy, construction or alteration of
City-owned or leased facilities.) Insurance is to cover
buildings, contents (where applicable) and permanently
installed equipment with respect to property damage to
structures or portions of structures if such damage is
caused by the peril of fire and due to the operations of
the contractor. Limit of liability is to be a minimum of
$500,000.
6. OWNER: The term owner shall include all authorities,
boards, bureaus, commissions, divisions, departments, and
offices of the owners, and individual members, employees,
and agents thereof -in their official capacities, and/or
while acting on behalf of the owner.
CI - 4 1 11
PROPOSAL
TO
THE CITY-OF DENTON, TEXAS
FOR.THE CONSTRUCTION: OF
WEST SCRIPTURE STREET CONCRETE WORK
IN
DENTON,.'TEXAS-
BID #-L215
The undersigned, as> bidder,, declares. that the, only person or
parties interested in this: proposal as. principals. are those
name& 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
propose& work and, agtees 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 prescr1bedc herein. and, according. totherequirements% of
the city as therein:set forth.
It is understood that the following: quantities of work: to- be
done at unit prices: are-- approximateonly, and are intended
principally to serve as=a guidezin.evaluating bids..
It is, agreed' that the quantities of work to: be done at unit
prices an& material. to, be furnished; may be increase& or
diminished as may be considered necessary,. in the. opinion
of they City, to completer the- work fully as planned an&
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
--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 hereby proposes- and agrees to perform all work
of-whatever nature -required, -in strict accordance with the plans.
.and.specifications,. for: the following suw or.prices., to wit:
P - 2
' West Scripture Street Concrete Work
BID TABULATION SHEET
Contractors Warranties
Barricades, Warning Signs
PO✓ NO-
1
P-3
7A.A-2 1 6' Inlet. Throat 1 9 1' RA 1 x LJJ•UYV&, 1 e- •~U
I I I I E' / I E'
*This item may replace item 3.10.T'(Hydromilch) at the City of Denton'srdiscretion_
BID SUMMARY
TOTAL BID PRICE IN WORDS Fifty-eight thousand five hundred fifty-one and n0/100
In the event of the award of a contract to the undersigned, the
undersigned: will furnish a performance. bond and a payment bond
for: the. full. amount. of the. contract, to secure proper
compliance with the terms and, provisions of: the contract, to
insure, and guarantee the. work until final completion and..
acceptance, and to- guaranteepayment 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
Floyd Glenn Smith
CONT R
BY~
1519 Willowood Dr.
Street Address.
Denton,_ Tesas 76205
C ty an : State
Seal.S Authorization
(If: a Corporation)
(817)-565-0114_
Te ephone
3 1