Loading...
1999-231 o rNANCE NO qq-,gZl AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF SIDEWALKS, PROVIDING FOR THE EXPENDITURE OF FLrNDS THEREFOR, AND PROVIDING AN EFFECTIVE DATE (BID 2368 - BELL AVENUE, KINGS ROW AND DALLAS DRIVE SIDEWALKS, AWARDED TO FLOYD SMITH CONCRETE, INC IN THE AMOUNT OF $162,029 65) WHEREAS, the City has soh¢lted, received and tabulated competitive bids for the construction ofpubhc works or improvements m 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 deacnbed 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 therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the construction ofpubhe works or improvements, as dascnbed m the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasmg Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID NIdMBER CONTRACTOR AMOUNT 2368 FLOYD SMITH CONCRETE, 1NC $162,029 65 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 hereto accepted and approved, until such person shall comply with all reqmrements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate 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 w~th the bids accepted and approved herein, provided that such contracts are made in accordance with the Notace to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained there~n SECTION IV That upon acceptance and approval of the above competitive bids and the execution of contracts for the pubhc works and ~mpmvements as authorized herein, the C~ty Council hereby authorizes the expenditure of funds m the manner and in the amount as spemfied in such approved b~ds and authorized contracts executed pursuant thereto SECTION V That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED thls the /;~/~ ~/~day of ~/g~Z~..1999 JAC~fLLER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY BID 2368 - CONTRACTUAL OR.I) ATTACHMENT 1 TABULATION SHEET B~d # 2368 DATE 6-3-99 BELL AVE KINGS ROW, DALLAS DR SIDEWALK NoI DESdR!PTION VENDOR .... VENDOR VENDOR VENDOR VENDOR SENECA ~, , I FLOYD DBR ED WILSON CREATIVE 4 ':~' [ SMITH CONST TOTAL $162,029.65 $165,381 50 $191,42525 $194,00200 $657,49814 1 CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into th~s 20 day of JULY A D., 1999, by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through MICHAEL W. JEZ, City Manager, thereunto duly authorized so to do, hereinafter termed "OWNER," and FLOYD SMITH CONCRETE. INC P.0, BOX 1781 DENTON, TEXAS 76202 of the C~ty of DENTON County of DENTON and State of TEXAS, hereinafter termed "CONTRACTOR" WiTNESSETH That for and m consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the condmons expressed m the bonds attached hereto, CONTRACTOR hereby agrees w~th OWNER to commence and complete performance of the work specified below BID # 2368 - BELL AVENUE~ KINGS ROW, DALLAS DRIVE, SIDEWALKS ~n the amount of $162.029.65 and all extra work m connection therewith, under the terms as stated in the General Conditions of the agreement, and at h~s (or their) own proper cost and expense to furmsh all materials, supphes, machinery, eqmpment, tools, superintendence, labor, insurance, and other accessories and serwces necessary to complete the work specified above, ~n accordance w~th the conditions and prices stated m the Proposal attached hereto, and m accordance with all the General Condlt~Ons of the Agreement, the Specml Conditions, the Not~ce to B~dders (Advertisement for B~ds), Instructions to B~dders, and the Performance and Payment Bonds, all attached hereto, and m CA- 1 accordance wtth the plans, whtch tncludes all maps, plats, blueprints, and other drawings and prmted or written explanatory matter thereof, and the Speclficattons therefore, as prepared by ENGINI*.ERING DEPARTMENT all of whtch are made a part hereof and collecttvely ewdence and constitute the entire contract Independent Status It ts mutually understood and agreed by and between C~ty and Contractor that Contractor ts an independent contractor and shall not be deemed to be or considered an employee of the Ctty of Denton, Texas, for the purposes of mcome tax, wtthholdmg, social security taxes, vacatton or stck leave benefits, worker's compensatton, or any other Ctty employee benefit C~ty shall not have supervtston and control of Contractor or any employee of Contractor, and tt ~s expressly understood that Contractor shall perform the servtces hereunder accordmg to the attached spectficattons at the general direction of the City Manager of the Ctty of Denton, Texas, or his destgnee under th~s agreement Indemmficat~on Contractor shall and does hereby agree to mdenmdy and hold harmless the C~ty of Denton from any and all damages, loss, or hablhty of any kind whatsoever, by reason of injury to property or tfurd persons occastoned by any error, omission or negligent act of Contractor, ~ts officers, agents, employees, mvttees, and other persons for whom it ~s legally ltable, w~th regard to the performance of thts Agreement, and Contractor w~ll, at its cost and expense, defend and protect the Ctty of Denton against any and all such clatms and demands Choice of Law and Venue Thts agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall he m the courts of Denton County, Texas The CONTRACTOR hereby agrees to commence work on or after the date establtshed for the start of work as set forth m written notice to commence work and complete all work w~thln the tune stated tn the Proposal, subject to such extensions of time as are prowded by the General and Special Condtttons The OWNER agrees to pay the CONTRACTOR m current funds the price or prices shown tn the Proposal, which forms a part of thts contract, such payments to be subject to the General and Special Condtttons of the Contract CA - 2 IN WITNESS WHEREOF, the part~es of these presents have executed th~s agreement in the year and day first above written ATTEST / (SEAL) ATTEST: I CONT~CTOR MAILING ADDRESS PHONE NUMBER FAX NUMBER APPROVED AS TO F~ t ~ PmNTEB NAME ¢~g//~ (SEAL) CITY ATTO~ I CA - 3 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That FLOYD SMITtt CONCRETE, INC, whose address ~s P.O BOX 1781, DENTON, TX 76202, hereinafter called Prmmpal, and ~N1~2~_t~,~c ~cJ~rv~ ~ t~ ~,9-,r~,~ ~ ~tq a corporauon orgamzed arid ex,sUng under the laws of the State of TEXAS, and fully authorized to transact busmess m the State of Texas, as Surety, are held and firmly bound unto the C~ty of Denton, a mumc~pal corporauon orgamzed and ex,sUng under the laws of the State of Texas, hereinafter called Owner, m the penal sum of ONE ItLrNDRED SIXTY TWO TttOUSAND TWENTY NINE AND 651100 DOLLARS ($162,029 65) plus ten percent of the stated penal sum as an addmonal sum of money representing addmonal court expenses, attorneys' fees, and hqmdated damages arising out of or connected w~th the below Mentffied Contract, ~n lawful money of the Umted States, to be prod ~n Denton County, Texas, for the payment of wfuch sum well and truly to be made, we hereby b~nd ourselves, our he,rs, executors, adm~mstrators, successors, and assigns, jointly and severally, firmly by these presents Th~s Bond shall automaUcally be increased by the amount of any Change Order or Supplemental Agreement wfueh mcreases the Contract price, but ~n no event shall a Change Order or Supplemental Agreement wfuch reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME ~s conditioned as follows Whereas, the Principal entered mto a certain Contract, ~dentffied by Ordinance Number 99-231, w~th the C~ty of Denton, the Owner, dated the 20 day of July A.D 1999, a copy of whwh is hereto attached and made a part hereof, for BID # 2368 - BELL AVENUE, KINGS ROW, DALLAS DRIVE SIDEWALKS NOW, THEREFORE, ff the Prmc~pal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of smd Contract ~n accordance wxth the Plans, Specfficatlons and Contract Documents dunng the original term thereof and any extension thereof which may be granted by the Owner, w~th or w~thout nouce to the Surety, and during the hfe of any guaranty or warranty reqmred under th~s Contract, and shall also well and truly perform and fulfill all the undertahngs, covenants, terms, conditions and agreements of any and all duly authorized modfficatlons of smd Contract that may hereafter be made, nouce of wMch modfficatmns to the Surety being hereby wmved, and, ~f the Prmctpal,shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by the Owner, and, ~f the Pnnmpal shall fully mdenmffy and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may ~ncur m making good any default or defimency, then th~s obhgauon shall be void, otherwise, tt shall rernam m full force and effect PB - 1 PROVIDED FURTHER, that ff any legal action be filed upon this Bond, exclusive venue shall he m Denton County, State of Texas AND PROVIDED FURTHER, that the sa~d Surety, for value received, hereby supulates and agrees that no change, extension of time, alteration or addtuon to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specff~cauons, Drawings, ere, accompanying the same, shall m anywise affect ~ts obhgauon on th~s Bond, and it does hereby waive nonce of any such change, extension of time, alteration or addluon to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc Tbas Bond Is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other apphcable statutes of the State of Texas The undersigned and designated agent ~s hereby designated by the Surety herein as the Resident Agent m Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by ArUcle 7 19-1 of the Insurance Code, Vernon's Annotated C~v~l Statutes of the State of Texas IN WITNESS WHEREOF, th~s instrument is executed in 4 cop~es, each one of which shall be deemed an original, this the 20 day of JULY 1999 ATTEST PRINCIPAL PRESiDEi~~' v~ ATTEST: SURETY BY BY ~ ATTORN~Y~IN~FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is (NOTE Date of Performance Bond must be date of Contract If Resident Agent ts not a corporaaon, gtve a person's name ) PB - 2 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That FLOYD SMITH CONCRETE, INC., whose address is P.O. BOX 1781, DENTON, TX 76202,hereinafter called Principal, and/J. Nll/ce~g/~.P~r~' OF ,~r~e~c~ , a corporataon orgamzed and exastmg under the laws of fhe State of TEXAS, and fully authorized to transact business m the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a mumcapal corporanon orgamzed and exastmg under the laws of the State of Texas, hereinafter called Owner, and unto all persons, farms, and corporaUons who may furmsh materials for, or perform labor upon, the building or maprovements hereinafter referred to, in the penal sum of ONE HUNDRED SIXTY TWO THOUSAND TWENTY NINE AND 65/100 DOLLARS ($162,019.65) m lawful money of the Umted States, to be paad an Denton, County, Texas, for the payment of winch sum well and truly to be made, we hereby bind ourselves, our heirs, executors, admlmstrators, successors, and assagns, jointly and severally, firmly by these presents Tins Bond shall automatacally be increased by the amount of any Change Order or Supplemental Agreement winch increases the Contract price, but in no event shall a Change Order or Supplemental Agreement winch reduces the Contract price decrease the penal sum of th~s Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal entered into a certain Contract, ldentafied by Ordinance Number 99-231, wath the Caty of Denton, the Owner, dated the 20 day of JULY A.D. 1999, a copy of which is hereto attached and made a part hereof, for BID # 2368 - BELL AVENUE, KINGS ROW, DALLAS DRIVE SIDEWALKS. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claunants supplying labor and/or material in the prosecutaon of the Work provaded for In saad Contract and any and all duly authorized mod~ficataons of said Contract that may hereafter be made, notice of winch modffaCatlons to the Surety beang hereby expressly waaved, then this obhgauon shall be vmd, otherwase it shall remain m full force and effect PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusave venue shall lie m Denton County, Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addmon to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specaflcanons, Drawings, etc. aceompanymg the same, shall in anywise affect its obligation on this Bond, and ~t does hereby waive nonce of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Speclflcatxons, Drawings, ere PB - 3 Tills Bond is g~ven pursuant to the provisions of Chapter 2253 of the Texas Governmant Code, as amended, and any other applicable statutes of the State of Texas The undersigned and designated agent is hereby designated by the Surety herein as the Res~dem Agent m Denton County to whom any requisite notices may be dehvered and on whom serwce of process may be had m matters arising out of such suretyship, as prowded by Article 7 19-1 of the Insurance Code, Vernon's Annotated C~vll Statutes of the State of Texas IN WITNESS WHEREOF, this instrument 1s executed in 4 cop~es, each one of which shall be deemed an original, this the 20 day of JULY 1999. ATTEST PRINCIPAL ATTEST SURETY BY BY ATTO~Y-IN-FX~T The Reszdent Agent of the Surety m Denton County, Texas for delivery of notice and service of the process ~s STREETADD~SS ~D ~.~ ~a. ~, (NOTE Date of Payment Bond must be date of Contract If Restdent Agent ts not a corporatton, gtve a person's name ) 2368 CONTRACT& BONDS & INSURANCE PB - 4 07/28/99 09 ~0~ 02/02 NO 706 UNIVERSAL SURETY OF AMERICA [s"L°'% --1 ~ ~ Me. by These P~en~, 7hat U~ S~E~ OF ~ERICA, ~ co~orat~on duly ~d and Ca~h~ Miller ~ts ~ a.d lawful At~rnoy(s) h~ Fact, w~h ~H powor a~d a~thonty hereby cmfferred in ~ name, place ~d stead to execu~, acknowledge and dehwr bonds far p~= FloTd Smith Concrete, Inc ~L $162,029 65 ~d ~ bind ~. Company thereby as ~ and to ~e same ex~nt as ff such bonds we~e 8~ed by the ~esldon~ sesled ~th · e co~omte ~al of ~e Compai~y sn~ du~ attested by i~ Sec~, he.by raine and ~nflrmm~ aB ~at ~e s~ Att~ey($) in Fact may do ~thm ~o above s~d hmtm~ons S~d appointment ~s made .nder and by authorl~ of ~. fo]lo~n~ re.lUnCh adop~d By ~he Board of ~e~re of U~veraal Su~e~ of America at a meeting bom on ~e 11~ dsy of J~F 1984 'Be It ~lwd, that the President, and any Vi~ President. ~e~ or any ~mtan~ Soc~ta~ shall be and ~a h~eby rased ~ ~1 power end authority to appoint ~ one or m~a s~tab~ perone as At.rosy(s) m Fa~ to repreeo~ and for and on ~h~fof the C~peny" "~OL~D ~t th~ $~ature o~ a~ offi~r of ~e co~ora~n, and the seal of the co~oraUon may ~ a~ed or pr~d by fa~stmflu ~ any ~we~ of at.may of~e ~oratlon, a~d thaL ~uch p~d fa~lo ~amre and ~al sha~ be v~d and b~dmg upon tbs cor~ratio. ' In WI~ee ~n~o~ Um~real Su~ty of ~en~ ~s ~ed ~ p~n~ ~ ~ s~ed by lie P~a~en~ M~ ~d ~u ~m ~al ~ ha he~ a~ed t~s Snd day ~u~, ~D, 1998 Cou~ o~ ~ Ca ~ 2nd ~F of J~, m tbs ye~ of I~S, be~ m~ E~ ~a, a not~ pubh~ pe~o~y apps~ M~s~, per~"-ll~ kno~ ~ be ~e p~ who ~d ~a ~ m~en~ as ~s~dent. on ~half o~ ~ ~o~a~oa ~e~m named and a~owMd~ed ~ me ~t the ~orsgoa e~u~d tt I ~e uad~ 8eereta~ of Um~eal 8ure~ ~ America, hereb~ ce~t~ that ~he above and fore~omg ~s a fu~, ~uo and ~ cop~ of ~o On~l Power of A~y ~suod by said Company, and do he.by ~bor ~lfy that the ea~d Power clayey ~ ~ in GI~N ~der my hand and the seal of sa~d compe~, st Houston, Texas, th~e 2 Sth day of J~ly CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Btdder's attentton ts directed to the tnsurance requtrements below It ts highly recommended that bidders confer wtth thetr respecttve tnsurance carriers or brokers to determtne tn advance of Btd submtsston the avatlabthty of insurance certtficates and endorsements as prescribed and provtded heretn If an apparent low btdder fads to comply strictly with the insurance requirements, that btdder may be dtsqualtfied from award of the contract Upon bid award, all insurance requtrements shall become contractual obhgattons, whtch the successful btdder shall have a duty to matntatn throughout the course of this contract STANDARD PROVISIONS: Wtthout hmttlng any of the other obhgattons or habthttes of the Contractor, the Contractor shall provtde and matntatn unttl the contracted work has been completed and accepted by the Ctty of Denton, Owner, the mtntmum tnsurance coverage as tndtcated heretnafler As soon as practtcable after nottficatton of btd award, Contractor shall file wtth the Purchastng Department satisfactory certtficates of tnsurance, contatntng the btd number and tttle of the project Contractor may, upon wrttten request to the Purchastng Department, ask for clartflcatton of any tnsurance requtrements at any trine, however, Contractors are strongly advtsed to make such requests prtor to bid opemng, stnce the tnsurance requtrements may not be modtfied or watved after btd opentng unless a wrttten exceptton has been submttted wtth the bid Contractor shall not commence any work or dehver any material unttl he or she recetves nottficatton that the contract has been accepted, approved, and stgned by the City of Denton All tnsurance pohctes proposed or obtatned tn sattsfactton of these requtrements shall comply wtth the followtng general spectficattons, and shall be matntatned tn comphance wtth these general spectficattons throughout the duratton of the Contract, or longer, tf so noted · Each pohcy shall be ~ssued by a company authorized to do business m the State of Texas wtth an A M Best Company rating of at least __A · Any deductibles or self-insured retentions shall be declared tn the b~d proposal If requested by the C~ty, the insurer shall reduce or ehmmate such deducttbles or self-insured retentions wtth respect to the Ctty, tts officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related mvest~gattons, claim admm~strat:on and defense expenses · L~abthty pohc~es shall be endorsed to prowde the following Name as additional ~nsured the Ctty of Denton, tts Officials, Agents, Employees and volunteers That such ~nsurance ~s primary to any other ~nsurance available to the adtht~onal insured with respect to clanns covered under the pohcy and that th~s insurance apphes separately to each ~nsured agamst whom claun ~s made or stat ~s brought The inclusion of more than one insured shall not operate to mcrease the insurer's hmlt of habd~ty · All pohc~es shall be endorsed to read "SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED" · Should any of the reqmred msurance be prowded under a clmms-made form, Contractor shall maintain such coverage continuously throughout the term of th~s contract and, w~thout lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which g~ve rise to claims made after expiration of the contract shall be covered · Should any of the reqmred ~nsurance be prowded under a form of coverage that includes a general annual aggregate lumt providing for claims investigation or legal defense costs to be included m the general annual aggregate hm~t, the Contractor shall either double the occurrence lwmts or obtain Owners and Contractors Protective Llabthty Insurance · Should any reqmmd insurance lapse dunng the contract term, requests for payments originating after such lapse shall not be processed untd the City receives satisfactory evidence of reinstated coverage as reqmmd by th~s contract, effective as of the lapse date If msurance ~s not reinstated, City may, at ~ts sole option, terminate th~s agreement effective on the date of the lapse SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS ~Ill insurance policies proposed or obtained in satisfaction of th~s Contract shall addit~onally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted [XI A General Liability Insurance: General Liability insurance wxth combmed smgle hmlts of not less than $1,000,000 shall be provided and ma[ntamed by the Contractor The pohcy shall be written on an occurrence basis either in a smgle pohcy or ~n a comb~nanon of underlying and umbrella or excess pohc~es If the Commercial General L~abthty form (ISO Form CG 0001 current ed~tmn) ~s used · Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual hablllty covering this contract and broad form property damage coverage · Coverage B shall include personal mjury · Coverage C, medical payments, is not required If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least · Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resultmg from explosion, collapse or underground (XCU) exposures · Broad form contractual liability (preferably by endorsement) covering this contract, personal ln. lury hablhty and broad form property damage liability [X] Automobile Liabihty Insurance' Contractor shall provide Commercial Automobile Liability Insurance with Combined Single Limits (CSL) of not less than $1,000,000 either in a single policy or in a combination of basic and umbrella or excess policies The policy will Include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract Satisfaction of the above requirement shall be in the form of a pohcy endorsement for · any auto, or · all owned, hired and non-owned autos IX] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the m~mmum statutory requirements for issuance of such Insurance, has Employer's Llabihty limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy hmlt for occupational disease The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406 096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensation Commission (TWCC) [ ] Owner's and Contractor's Protective Llabihty Insurance The Contractor shall obtain, pay for and maintain at all tunes during the prosecution of the work under tins contract, an Owner's and Contractor's Protective Liability insurance pohcy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under this contract Coverage shall be on an "occurrence" basis, and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate [ ] Fire Damage Legal Liability Insurance Coverage is required If Broad form General Llablhty is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building Limits of not less than each occurrence are required [ ] Professional Liabdlty Insurance Professional liability insurance with limits not less than per claun with respect to negligent acts, errors or omissions m connection with professional services is required under this Agreement [ ] Builders' Risk Insurance Builders' Risk Insurance, on an All-Pask form for 100% of the completed value shall be provided Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements If such additional insurance is rcqmred for a specific contract, that requirement will be described m the "Specific CondRlons" of the contract specifications ATTACHMENT I Ix] Worker's Compensat,on Coverage for Bu;Id,ng or Construction ProJects for Governmental Ent~t~es A. Deflmt~ons Certificate of coverage ("cert~flcate")-A copy of a certificate of ~nsurance, a certificate of authonty to self-~nsure ~ssued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or ent~ty's employees prowd~ng serwces on a proJect, for the duration of the project Duration of the project - ~ncludes the t~me from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity Persons prowd~ng serwces on the proJect ("subcontractor" ~n §406 096) - includes all persons or ent~t~es performing all or part of the serwces the contractor has undertaken to perform on the project, regardless of whether that person contracted d~rectly w~th the contractor and regardless of whether that person has employees Th~s includes, w~thout limitation, Independent contractors, subcontractors, leasing companies, motor carners, owner-operators, employees of any such entity, or employees of any entity which furnmhes persons to provide serwces on the project "Services" include, w~thout I~m~tat~on, prowdmg, hauling, or del~venng equipment or materials, or providing labor, transportabon, or other service related to a proJect "Serwces" does not ~nclude activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable to~lets B, The contractor shall prowde coverage, based on proper reporting of classification codes and payroll amounts and flhng of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011 (44) for all employees of the Contractor prowd~ng serwces on the project, for the duration of the project C The Contractor must prowde a certificate of coverage to the governmental entity prior to being awarded the contract D If the coverage per~od shown on the contractor's current cert~hcate of coverage ends dunng the duratmn of the project, the contractor must, prior to the end of the coverage penod, file a new cert~hcate of coverage w~th the governmental entity showing that coverage has been extended E The contractor shall obtain from each person providing serwces on a project, and prowde to the governmental entity (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity w~ll have on file cert~hcates of coverage showing coverage for all persons prowd~ng serwces on the project, and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, ~f the coverage period shown on the current cert~hcate of coverage ends during the duration of the proJect F The contractor shall retain all required cert~hcates of coverage for the duration of the proJect and for one year thereafter G. The contractor shall notify the governmental entity m writing by certified mall or personal dehvery, w~thln 10 days after the contractor knew or should have known, of any change that materially affects the prows~on of coverage of any person prowdmg servmes on the proJect H The contractor shall post on each project s~te a notme, m the text, form and manner prescribed by the Texas Workers' Compensation Commission, ~nform~ng all persons providing serwces on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage The contractor shall contractually require each person w~th whom ~t contracts to provide serwces on a project, to (1) provide coverage, based on proper reporting of classification codes and payroll amounts and flhng of any coverage agreements, whmh meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all of ~ts employees prowdmg serwces on the project, for the duration of the project, (2) prowde to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage ~s being provided for all employees of the person prowdmg serwces on the project, for the duration of the proJect, (3) prowde the contractor, prior to the end of the coverage per~od, a new certificate of coverage showing extension of coverage, ~f the coverage period shown on the current certificate of coverage ends during the duration of the project, (4) obtain from each other person w~th whom ~t contracts, and prowde to the contractor (a) a certificate of coverage, prior to the other person beginning work on the project, and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage per~od, ~f the coverage period shown on the current certificate of coverage ends during the duration of the project, (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) not~fy the governmental entity ~n writing by certified ma~l or personal dehvery, w~th~n 10 days after the person knew or should have known, of any change that mater~ally affects the prows~on of coverage of any person providing serwces on the project, and (7) contractually require each person w~th whom ~t contracts, to perform as required by paragraphs (1) - (7), w~th the certificates of coverage to be provided to the person for whom they are prowd~ng services J By s~gmng th~s contract or prowd~ng or causing to be prowded a certtflcate of coverage, the contractor ~s representing to the governmental entity that all employees of the contractor who w~ll prowde serwces on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage w~ll be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements w~ll be filed w~th the appropriate insurance carrmr or, ~n the case of a self-~nsured, w~th the commms~on's D~ws~on of Self- Insurance Regulation Prowd~ng false or m~slead~ng ~nformat~on may subject the contractor to adm~mstrat~ve penalties, criminal penalties, c~wl penalties, or other c~wl actions K The contractor's failure to comply w~th any of these provisions ~s a breach of contract by the contractor which ent~tles the governmental entity to declare the contract void ~f the contractor does not remedy the breach w~th~n ten days after receipt of not~ce of breach from the governmental entity BID SUMMARY One hundred sixty two thousand TOTAL BID PRICE IN WORDS twenty nlne and 65/100 dollars 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 ~aterials furnished in the fulfillment of the contract. It is understood that the work proposed to be done shall be accepted, when fullM 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 correc= and final. Unit and lump-sum prices as shown for each item listed in this proposal, shall control over extensions. Floyd Smith Concrete Inc BY ~ ~/~' 7~41~ 1519 W~l£owwood Dr~ve P 0 Box 1781 Street Address Denton, TX 76202 City and State Seal & Authorization (If a Corporation) 940-565-0114 Telephone B - 1 BID SUMMARY PROJECT WORK DAYS BID 1 Bell Avenue Sxdewalk 15 $ 60 ~ ~.03.70 2 I~ngs Row S~dewalk 12 $ 39~918.05 3 Dallas Drive S~dewalk __28 $ 62,007.90 TOTAL $ ~.62,029.65 All ~tems accepted above will be awarded to one contractor Work days will be kept separately for each ~tem hsted above The award of the bid shall be based on Items l, 2, and 3 above Total work days will be the sum of all sections of the bid awarded B-2 BELL AVENUE SIDEWALK BID TABULATION SHEET Work Days ~.~ Bid No PO No Item I : ' Description [ Quantity I Unit ! Umt Price I Total 21 [Contractors Warran~es and Understandings ]LS I $ 815.00 /LS I $ 815.00 Umt Price In Words Eight hundred fxfteen and 00/100 aollars Umt Pnce In Words S~.x and 00/100 dollars Umt Price In Words ~ixt:een ~n~ 20/100 dollars Umt Price In Words Sxxteen and 20/100 dollars 1 oflhghtofWay $ 500.00 /LS $ 500.00 :Pnce In Words Five hundrc~l and dollars 3 Un~l~fiedExcavatton 151 $ 10,00 $ 1,510 00 Um~ Price In Words Ten and 00/100 dollars 7 $ UmI Price In Words T~ent¥ and 00/100 dollars 9 ]Sod [ 590 1~ 15 7.50 ~F[$ ~,~25.00 Um, Pnce In Words Seven and 50/100 dollars 107 Hydromulch [ 89 SY 15 6.50 /SY[$ 578.50 I Umt Price In Words Szx and 50/100 dollars 12 Erosion Control 250.00 /LS Um~ Pnc¢ In Words Two hundred fifty and 00/100 dol l~rs [ 57 ]Asphalt Patch (2" - Type D) [ 1 ]Ton I$ 75.00 /To[$ 75.00 Umt Price In Words Seventy five and 00/100 dollars 4 5-A t A Concrete- Sidewalk Toe Wall 10 $ 365.00 UnlI ~c In Wo~ds r~ee h~ndred s~xty ~lve and 00/100 dollars I 8, I - [ I* 5®.oo ,sl, 5oo.oo UmI Price In Words Five hundred and 00/100 dollars 2/8/99 P 3 BELL AVENUE SIDEWALK BID TABULATION SHEET Work Days.____.~.~ Bid No ~ PO No 83 Dnyeway6" 159 [ SY [$ 31.5o/sY15 5,008.50 Um~ Price In Words Thxrty one and 50/100 dollars 8 3A 4" Concrete S,dcwalk [ 876 SY $ 31'05/Sy $ 27,199.813 Um~ Pnce In Words Thxrt¥ one and 05/100 dollars Um~ ?rice In Words Th~.rty and 00/100 dollars Um~ Price In Words Three and 00/100 dollars Umt~ Price In Words T~o hundr*d fxfty and 00/100 dollars SP-31-A [Rem~forcmgSteel-SldewalkTocWall I 67 [ LB 15 .30/LBI$ 20.1 Um~ Price In Words ...... 30/100 dollars Umt Price In Words NA SP-39 1 $ 400. O0/F_~ $ 400.0 Umt Price In Words Four hundred and 00/100 dollars SP-45 IM~scellaneous Sprinkler Sysmm ^djustment I S00.0(YLS $ Umt Price In Words F~.ve hundred and 00/100 dollars $ $ $ $ thousand one hundred three& 70/100 dollars) 103.70 2/8/99 P 4 KINGS ROW SIDEWALK BID TABULATION SHEET Work Bid No PO No 1 21 ICo tractors Warrant]es and Understandings [LS [ $ 551.00/LS ] $ 551.00 Um!PnceIn Words Flve hundred f~fty one and 00/100 dollars 3-m IRemove Concrete Curb & Gutter I 80 LF $ 6.00/LF [ $ 480.0C Umt Price In Words S~.x and 00/100 dollars 3-C Remove Concrete Steps I 1 EA I$ 25.00/EA $ 25.0C Umt Price In Words Twenty f/ye and 00/100 dollars 31 PreparattonofRtghtofWay LS I$ 500.00/LS $ 500.0£ Umt Price In Words F~.ve hundred and 00/100 dollars 3 Un~lasmfiedExcavat~on 125 CY $ 10.00/CY $ 1,250.0£ Umt Pnce In Words Ten and 00/100 dollars Umt Price In Words Twenty and 00/100 dollars Umt Price In Words Seven and 50/100 dollars Unit Price In Words S~.x and 50/100 dollars 3 12 Temporary Eromon Control LS $ 250.0fiLS $ 250.0( Unit Price In Words Two hundred f~.fty and 00/100 dollars 81 Bamcades, Wamlng S,gns and Detours LS 15 500.00/LS I $ 500.0( Umt Price In Words Fxve hundred and 00/100 dollars g 3 Driveway 6" 45 $ 31.50/Sy $ Umt Price In Words lltxrty one and 50/100 dollars g 3A Sidewalk 751 $ $ 23,318.55 Umt Price In Words Ihxrty one and 05/100 dollars P5 KINGS ROW SIDEWALK BID TABULATION SHEET Work Days._~l~,..~ Bid No ~ PO No SP-2 [Concrete Saw Cut 116 [ LF I$ 3.00/LF $ 348.09 Umt Price In Words Three and 00/100 dollars SP-27 A~ustSerVlccLlnes 17 EA [$ 250.00/EA[$ 4,250.0 Umt Price In Words T~o hundred fifty and 00/100 dollars SP-39 ~ect Signs 1 $ 400.00/EA $ Unit Pnce In Words Four hundred and 00/100 dollars l SP-45 Miscellaneous Spnnkler System Adjustment LS ] $ 500.00LS $ 500. Unit Price In Words Five hundred and 00/100 dollars $ $ $ $ $ $ TOTAL(Thzrty nzne thousand nzne hundred e~ghteen & 05/100dollm's) $ 39,918.05 P6 DALLAS DRIVE SIDEWALK BID TABULATION SHEET Work Days~ Bid No ~ PO No Item Description Quantity Unit Price Total 21 Contractors Warrantees and Understandings $ 837.G0/LS $ 837.00 Umt Price In Words E~.ght hundred thxrty seven and 00/100 dollars 1 3 Flex Base (6") 6 20.00/SY $ 120.0~ Unit Price In Words T~enty and 00/100 dollars 3-A IRemoveCon reteCurb&Gutter [ 150 [LF Is 6.00 FIs 000.00I Umt Price In Words S~.x and 00/100 dollars 3-B [Remove Concrete Driveways I 25 SY $ 16.20/SyI $ 405.00I Umt Price In Words Sxxteen and 20/100 dollars 3-F IRemov¢ Concrete Median 11 $ 178.20 Umt Price In Words Sxxteen and 20/100 dollars ,-G Remove Concrete - Other I 20 [SY Is 18.00/SY $ 360.O0 Umt Price In Words E~.ghteen and 00/100 dollars 31 I?r~arauon of Right of Way I ILS [$ 500.00/LS [$ 500.0C Umt Price In Words Fzve hundred and 00/100 dollars Untt Price In Words Seven and 50/100 dollars lO7 IHy&ommch [ 641 SY [$ 3.00/s¥1s 1,923.0c Umt Price In Words Three and O0/100 dollars 12 ILs I$ 250.00/LS [ $ 250.0G Unit Price In Words Two hundred ftfty and 00/100 dollars 7 IAsphalt Patch (2"- Type D) I 43 $ 3,225.0° Umt Price In Words Seventy fxve and 00/100 dollars 74 5-A ICla~s A Concrete-Sidewalk Retaining Wall I ~or 0 ICY I$ -0- /CY$ -0- Un,t Price In Words NA Untt Price In Words Seven hudnred f~-fty and 00/100 dollars 3 Concrete Driveway 6" 41 $ $ Unit Price In Words Thxrl one and 50/100 dollars 4/30/99 P 7 DALLAS DRIVE SIDEWALK BID TABULATION SHEET Work Days.__a%0~ Bid No PO No 3A-1 14" Concrete Sidewalk 1164 I SY I $ 31.05/syI $36,16,2.20 Unit Price In Words Taxrty one and 05/100 dollars Un!tPnce In Words Th,try one and 50/100 dollars SP-2 Concrete Saw Cut I 364 $ Unit Pnce In Words Three and 00/100 dollars SP-27 ]Adjust Service Lines I 1 , 250.00/EA 250.00 Umt Pmce In Words Two hundred f~fty and 00/100 dollars SP-31-A Reinforcing Steel - Sidewalk Retmmng Wall I 260 $ .30/LB 78.00 Umt Price In Words .... 30/100 dollars s.9 IPro , Unit Price In Words Four hundred and 00/100 dollars SP-43 Asphalt Saw Cut I 1238 $ 1 50/LF $ 1,857 00 Umt Price In Words One and 50/100 dollars ;P-45 IMmcellaneous Sprinkler System AdjustmentI $ 500.00/LS $ 500.00 Unit Price In Wolds Fxve hundred and 00/100 dollars 3.3 I Un'las s · f ~ed Excavation I 79 ICY 1$ 10.00/LF I $ 790.00I Unit Price In Words Ten and 00/100 dollars 3.7 ICotllP~cted Flll I 2 ]CY I$ 20.00 I$ 40.00 Unit Price zn Words Twenty and 00/100 dollars $ $ TOTAL two thousand seven & 90/100 dollars) $62,007 90 4/30/99 P 8 PROOUCER (940) 382-9691 FAX (940)243-1050 I THIS CERTIFICATE IS ISSUED AII A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ~,mey & King Insurance I HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 830 South I- 3 SE, Suq l:e A ALTER THE COVERAGE AFFORDED BY THE POLICIES IIELOW Denton, TX 76205-7829 COMPANIES AFFORDING COVERAGE COMPANY S~ tuml ROMS Arm Ext A INSURED COMPANY Texas Work Comp Ins Fund Floyd Smith Concrete, Inc P o Box 1781 COMPANY Denton TX 76201 c COMPANY D THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NNVlED ABOVE FOR THE POLICY PERIOD INDICATED NOTVVITHSTANDINO ANY REOUIREMENT 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 CONOITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS POLICY EFFECTIVE POLICY EXPIRATION CO TYPE OF INSURANCE POLICY NUMBER LIMITS LTR DATE {MMIDD/YY) DATE (MMr0D/YY) GENERAL LIABILITY GENERAL AGGREGATE 2 I 000, OO0 X COMMERCIAL ~EHER ~L LIAEILITY PRODUCt'S COMP/OP AGG 2 i 000,000 A CLAIn~E X o~DuRCLP3044054 09/28/1998 O9/28/1999 PERSONAL&ADVlNJURY 1,O00,000 OWNER S & Cf3NTR~CTOR B PROT EACH OCCURRENCE 1,0001000 FIRE DAMAGe (Any one fire) 50 ~ 000 MED EXP (Any one pemon) S ! 000 AUTOMOBILE LIABILITY COMEINED SINGLE LIMIT $ ANY AUTO ALL OWNED ~ LITOS BODILY INJURY $ SCHEDULED ~UTOS (Per TSF0001082227 09/28/1998 O9/28/1999 ELM^CH^CD,DENT S 100,000 THE PROPRIETORt INCL EL DISEASE POLICY LIMIT $ 500,000 OFFICERS ARE EXCL ELDISEASE EAEMPLOYEe, $ 100!O00 DESCRIPTION OF OPE RATION S/LOCATION~EHICLE ~EE EDIAL ITEMS :ITY OF DENTON, ITS OFF[C[ALS, A~ENTS, EHPLOYEES AND VOLUNTEERS ARE NANEO AS ADDITIONAL [NSURED B3d 2368 - Bell Avenue, K~ngs Row, Dallas Dr3ve, S~dewalks CERTIF~ATEHOLDER Said policy shall not be ca~celled, renewed, or ma:e~r~t-l~ changed without 30 days advance w~!~ten no~ice being given to the O~er, except ~he~ ~he p~lfcy ~a Bein~c~.~c~lled for non- pyment o~.p~mium,/in~hzch case lO days CITY OF DENTON ~dvance w~itte.~n~no~i~,is required 9018 TEXAS STREET DENTON, TX 76201 AUTHORI~DR RESEN VE iA(~ORO 2S~ (1195) .,,,~ /' '~ / '~ ~CORD CORF~RATION 168m / JU]-2B-gg 10 37A ALLSTATE INS-HOLT AGCY g40 666 ~g42 P.01 UeRTIFICATE OF INSURANCE L~ ALLSTATEINSURANCE COMPANY ~ ALLSTATEINDEMNITY COMPANY ~ ALLSTATETEXAS LLOYD'S THIS CERTIFICATE IS I~UED AS A MA~ER O~ INFORMATION ONLY AND CONFER~ NO RIGHT~ UPON THE CATE DOES NOT AMEND, EXTEND OR ALTER THE O~ERAGE AFFORDED BY THE POLICIES BELOW CERTIFICATE HOLDER NAMEO INSURED Name and Addre~ Pn~ho~ thl~ Cart Iflcal~ Is I~Gt;ed -- ~ ama and A~dress of Insur~ -- CZTY OF DENTON FLOYD ~]TH PURCHASING DEPT P0 80X 1781 ATTN DEN[SE HARP00L DENTON TX 76231 [~(~40) 349-7302 This Is Io certify that policies of Insurance listed below have been lesued to the insured named above ~ubJeol to the expiration data Ind~cat~ below, noIwtthstandlng any requirement, ler~ or condlUon of any Contract or other dooument with resp~ol lo which this cetllllcate may be Issued or may peH~ln The Insurance afforded by the poIIoles deearlbed herein Is subJeoI to all the terms, exclusions, and condllio~s pi such policies TYPE OF INSURANCE AND LIMIT8 Policy Effective Expiration COMMERCIAL GENERAL [IABILI~ Numbm Date Limit A~unt GENERA~ AGGREGATE LIMIT (Olher t~.n Products -- Completed OperaUone) PRODUCTS -- COMPLETED OPERATION8 AGGREGATE LIMIT~ PER~ONA~ AND ADVeRtiSING INJURY LIMIT ~ EACH ~CURR~N~E LIMIT PHYSICAL DAMA~ LIMIT ~ $ ~ ANY ON~ LOSS MEOICA~ EXPENSE ~IMIT $ AN~ ONE PERSON WORKER~~ COMPEN~TION A Policy Effective Expiration E~PLOVER~' LIA~IL~Y N~mber D~te ..... Date .Co~ru~e. Llmltt ~RK;R$ COMPenSaTION ~TATUT~RY -- applle~ Only in,he ~ollow~ng ~late8 _ EMPLOYERS' BO0~LY INJURY ~Y ACCIDENT $ ~CH A~IDENT LIABILITY BODILY INJURY BY DISEASE__ S EACH EMPLOYEE BODILY I~JURY BY DISEAgE .$ ~LI~ LIMIT AUTOMOBILE LIABILi~ Policy EffecUve ExplraUon . Number 649559731 D.t. ~'11/99 ~te 06/11/00 ~ANY AUTO ~ ~NEO AUTOS ~ HIREDAUTOS -- Combln~ 8t ~ Limit o~ Liability BOOILY IN3URY & PROPERTY DA~A6E j $ 1, ()0~. OOO. I EACH AGCIDENT ~SPECIFIEO ~TOS ~ NON ~NEO AUTOS ~llt ~ Llmltl UOWNEO P~IVATE ~S~ENOER AUTOS ! ,,~ ,,T'~ ~ '~ ff~% 4~ *, PER~ON ~WNEO AUTOS OTHEq THAN PRIVATE ~SSENGER S UMBRELLA LIABILITY Policy ' E~ tlw Expiretlon N~mbef Oat~ O~te OTHER (Show ~lloy Eff~tlve ~ Expiration type of Poll~y) Number Date Numar ofd~ysnotl,e ~R ~ ~ ~[R ~ ~AY--~ 07/27/99 ~hould any of thru above da~ribe~ ~emcm~ b~ oan6etied ~fore the expffatlon date, the Issuing oompany w)ll endaavo~ to mall wl~hmn the AIIslale You've m good h~nd~. l~r~n~ K~¥ Output P~qe l b/638S1 VJR2MO 96051/ A0405~45 0;/27/99 Display Devioe . , + ~ D~P21 User I~)sured FLOYD SMITH Po] No , b495%9731 Phonel [ 817 ) ~65 - 0114 ~*ITEM L~TING*~ Aq~nt 08 O97821 Ins Line~ AUTO-COMM 8EL Y~AR MAK~/KOD~L VIN 1 1999 }~RD /EXPEDITION B 0365 2 1986 FORD /mtb0 FLATBED 3945 3 1981 f~RD /FLATBED 4181 4 [99! FORD /250 X~' 4446 5 1992 FORD '['RUON/F250 ~972 ~A%T (ENTER! OONTiNUE (Fi) ~K;P (F3) QUIT (~4) BACK $CBFEN G$2 1