HomeMy WebLinkAbout1997-065ORDINANCE NO q 7'O(p 5-
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR
THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES, PROVIDING
FOR THE' EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE
DATE
WHEREAS, the City has solicited, received and tabulated competitive bids for the purchase
of necessary materials, equipment, supplies or services in accordance with the procedures of STATE
law and City ordinances, and
WHEREAS, the City Manager or a designated employee has reviewed and recommended
that the herein described bids are the lowest responsible bids for the materials, equipment, supplies
or services as shown in the "Bid Proposals" submitted therefore, and
WHEREAS, the City Council has provided in the City Budget for the appropriation of funds
to be used for the purchase of the materials, equipment, supplies or services approved and accepted
herein, NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the numbered items in the following numbered bids for materials,
equipment, supplies, or services, shown in the "Bid Proposals" attached hereto, are hereby accepted
and approved as being the lowest responsible bids for such items
BID ITEM
NUMBER NOL VENDOR AMOUNT
2011 ALL HERD'S CONTRACTING EXHIBIT "A"
SECTION That by the acceptance and approval of the above numbered items of the
submitted bids, the City accepts the offer of the persons submitting the bids for such items and
agrees toypurchase the materials, equipment, supplies or services in accordance with the terms,
specifications, standards, quantities and for the specified sums contained in the Bid Invitations, Bid
Proposals, and related documents
SECTION_III That should the City and persons submitting approved and accepted items and
of the submitted bids wish to enter into a formal written agreement as a result of the acceptance,
approval; and awarding of the bids, the City Manager or his designated representative is hereby
authorized to execute the written contract which shall be attached hereto, provided that the written
contract is in accordance with the terms, conditions, specifications, standards, quantities and
specified sums contained in the Bid Proposal and related documents herein approved and accepted
SECTIO.bLIV That by the acceptance and approval of the above numbered items of the
submitted bids, the City Council hereby authorizes the expenditure of funds therefor in the amount
and in accordance with the approved bids or pursuant to a written contract made pursuant thereto as
authorized herein
SECTION V That this ordinance shall become effective immediately upon its passage and
approval
PASSED AND APPROVED this 4�-"day of %lltti Z—/,— , 1997
JA MILLER, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
BY�t+-U �--
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
--
SUPPLY ORD
BID # 2011 - MOWING, TRASH REMOVAL AND EROSION CONTROL
EXHIBIT "A"
ITEM
DESCRIPTION
PRICE
I
MOWING UNRESTRICTED ACCESS PARCELS UP TO 12,000 SQ FT
$30 00 PER PARCEL
2
MOWING UNRESTRICTED ACCESS PARCELS 12 000 SQ FT OR MORE
$50 00 PER PARCEL
3
MOWING RESTRICTED ACCESS PARCELS UP TO 12,000 SQ FT
$40 00 PER PARCEL
4
MOWING RESTRICTED ACCESS PARCELS 12 000 SQ FT OR MORE
$50 00 PER PARCEL
5
TRASH & DEBRIS REMOVAL CUBIC YARD CALCULATED
$25 00 PER PARCEL
6
EROSION CONTROL CLEAN-UP
$ 5 00 PER LINER FT
DATE MARCH 4, 1997
TO Mayor and Members of the City Council
FROM Kathy DuBose, Executive Director of Finance
SUBJECT BID # 2011- MOWING, TRASH REMOVAL AND EROSION CONTROL
RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, Herd's Contracting, in
the unit prices as follows
ITEM
DESCRIPTION
PRICE
1
MOWING UNRESTRICTED ACCESS PARCELS UP TO 12 000 SQ FT
$30 00 PER PARCEL
2
MOWING UNRESTRICTED ACCESS PARCELS 12,000 SQ FT OR MORE
$50 00 PER PARCEL
3
MOWING RESTRICTED ACCESS PARCELS UP TO 12 000 SQ FT
$40 00 PER PARCEL
4
MOWING RESTRICTED ACCESS PARCELS 12,000 SQ FT OR MORE
$50 00 PER PARCEL
5
TRASH & DEBRIS REMOVAL CUBIC YARD CALCULATED
$25 00 PER PARCEL
6
EROSION CONTROL CLEAN-UP
i $ 5 00 PER LINEAR FT
Total estimated annual expenditure of $22,000 00
SiiMMARY: This annual contract is for all labor, equipment and materials necessary in mowing, trash
removal and erosion control cleanup for the Code Enforcement Department
Twenty-five notices to bid were mailed to vendors, with two bidders responding
PRO_GRAMC, DEPARTMENTS OR GROUPS AFFECTED: Code Enforcement Department, Engineering
Department, Citizens of Denton in the affected areas
FISCAL IMPACT. Budgeted funds for 1997 for mowing and trash removal
Account# 100-050-0014-8533
Attachments Tabulation Sheet
Memorandum from Robbie Baughman
Respectfully submitted
at Du se
Executive irector of Finance
Prepared by
Name �enise arp�ool—�
Title Senior Buyer
Approved
Name Tom D Shaw,
Title Purchasing Agent
837 AGENDA
BID #
- - -- 2011
(BID NAME
MOWING, TRASH REMOVAL,
LAWN
HERD'S
EROSION CONTROL (RE -BID)
KING
CONTRACTING
OPEN DATE
2-11-97
# QTY
- r - - - - -- - - --
DESCRHlyIION
VENDOR
VENDOR I _ VENDOR
UNRESTRICTED ACCESS
(SUCH AS VACANT LOTS)
I PER
PARCELS OF LAND UP TO 12,000 SQ FT
PARCEL)
_ _
$50 00 li
- $30 00 li
2 PER
PARCELS 12,000 SQ FT TO AN ACRE OR
(PARCEL_ i
_ _ MORE
$100 00
$50 00
RESTRICTS ACCESS (EQUIPMENT
MUST FIT THRV (3) FOOT OPENING)
3 PER
PARCELS OF LAND UP TO 12,000 SQ FT
-PARCEL --
-
$75 00
$40 00 11
4 PER
PARCELS 12,000 SQ FT TO AN ACRE OR
- (PARCEL
_ _ MORE
$150 00
$50 00
5 PER
TRASH & DEBRIS REMOVAL BASED ON
PARCEL
CUBIC YARD CALCULATED BY CITY OF
SOLID WASTE DEPT FORMULA
$15 00
$25 00 II
EROSION CONTROL:
6 PER
EROSION CONTROL CLEANUP (DIRT,
LINEAR;
DEBRIS, ETC) ON PUBLIC STREETS
FT
$7 00
$5 00
THIS AGREEMENT TO REMAIN IN
- - EFFECT UNTIL FEB 15, 1998-
5
FEB-18-1997 0 27 CITY OF DENTON PLANNING
(817) 866-83M • DFW MMO 434-2529
CITY OF DENTON, TEXAS CITY HALL WEST • 921 N ELM • DENTON, TEXAS 78204
Building Inspection
M E M O R A H D O M
DATE: February 1g, 1997
TOi Tom Shaw - Purchasing Agent
FROM: Robbie Baughman - Assistant Building Official
RE: Bid 2011
The Code Enforcement staff has reviewed all the bide for mowing,
trasol
thaththem
City ofdDenton oaccept rHerdBsdContracting as 2011). We the recommending
reoval thevendor.
We appreciate your assistance with the bidding process,
2
CONTRACT AGREEMENT J
STATE OF TEXAS $
COUNTY OF DENTON S
THIS AGREEMENT, made and entered into this 4 day of
MARCH A.D., 19 97 , by and between
CITY OF DENTON
of the County of DENTON and State of Texas, acting
through
TED BENAVIDES
thereunto duly authorized so to do, hereinafter termed "OWNER," and
HERD'S CONTRACTING
102 TERRACE RD
SANGER, TX 76266
of the City of SANGER , County of DENTON
and State of TEXAS , hereinafter
termed "CONTRACTOR."
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by
OWNER, and under the conditions expressed in the bonds attached
hereto, CONTRACTOR hereby agrees with OWNER to commence and
complete performance of the work specified below:
BID # 2011-MOWING',TRASH REMOVAL , EROSION CONTROL
in the amount of $22,000.00 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 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,
CA - 1
blueprints, and other drawings and printed or written explanatory
matter thereof, and the Specifications therefore, as prepared by
CITY OF DENTON PURCHASING DEPARTMENT
all of which are made a part hereof and collectively evidence and
constitute the entire contract.
1m -
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.
_1•=4t i___ .S
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.
This agreement shall be governed by the law of the State of
Texas and venue for its construction and enforcement shall lie in
the courts of Denton County, Texas.
The CONTRACTOR hereby agrees to commence work on or after the
date established for the start of work as set forth in written
notice to commence work and complete all work within the time
stated in the Proposal, subject to such extensions of time as are
provided by the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the
price or prices shown in the Proposal, which forms a part of this
contract, such payments to be subject to the General and Special
Conditions of the Contract.
CA - 2
IN WITNESS WHEREOF, the parties of these presents have
executed this agreement in the year and day first above written.
ATTEST:
4AOyr
APPROVED AS TO FORM:
AAA0184D
Rev. 04/05/96
CA - 3
HERD'S
CONTRACTOR
C-aa .e/ /X 76,Rlv41
MAILING ADDRESS
PHONE NUMBER
FAX NUMBER
By �cur�eY
TLE
PRINTED NAME
(SEAL)
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below It is highly
recommended that bidders confer with their respective insurance carriers or brokers
to determine In advance of Bid submission the availability of insurance certificates and
endorsements as prescribed and provided herein If an apparent low bidder fails to
comply strictly with the insurance requirements, that bidder may be disqualified from
award of the contract Upon bid award, all Insurance requirements shall become
contractual obligations which the successful bidder shall have a duty to maintain
throughout the course of this contract
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the Contractor, the
Contractor shall provide and maintain until the contracted work has been completed
and accepted by the City of Denton, Owner, the minimum Insurance coverage as
indicated hereinafter
As soon as practicable after notification of bid award, Contractor shall file with the
Purchasing Department satisfactory certificates of insurance, containing the bid
number and title of the project Contractor may, upon written request to the
Purchasing Department, ask for clarification of any insurance requirements at any
time, however, Contractors are strongly advised to make such requests prior to bid
opening, since the insurance requirements may not be modified or waived after bid
opening unless a written exception has been submitted with the bid Contractor shall
not commence any work or deliver any material until he or she receives notification
that the contract has been accepted, approved, and signed by the City of Denton
All insurance policies proposed or obtained in satisfaction of these requirements shall
comply with the following general specifications, and shall be maintained in
compliance with these general specifications throughout the duration of the Contract,
or longer, if so noted
• Each policy shall be issued by a company authorized to do business in the
State of Texas with an A M Best Company rating of at least B+
• Any deductibles or self -insured retentions shall be declared in the bid
proposal. If requested by the City, the insurer shall reduce or eliminate
such deductibles or self -insured retentions with respect to the City, its
AAA00350
REVISED 10112/94 Cl - 1
Insurance Requirements
Page 2
officials, agents, employees and volunteers, or, the contractor shall procure
a bond guaranteeing payment of losses and related investigations, claim
administration and defense expenses
• Liability policies shall be endorsed to provide the following
•• Name as additional insured the City of Denton, Its Officials, Agents,
Employees and volunteers
•• That such Insurance is primary to any other Insurance available to the
additional insured with respect to claims covered under the policy and
that this Insurance applies separately to each Insured against whom
claim is made or suit is brought The inclusion of more than one
insured shall not operate to increase the Insurer's limit of liability
• All policies shall be endorsed to provide thirty(3O) days prior written notice
of cancellation, non -renewal or reduction in coverage
• Should any of the required Insurance be provided under a claims -made
form, Contractor shall maintain such coverage continuously throughout the
term of this contract and, without lapse, for a period of three years beyond
the contract expiration, such that occurrences arising during the contract
term which give rise to claims made after expiration of the contract shall
be covered
• Should any of the required Insurance be provided under a form of coverage
that includes a general annual aggregate limit providing for claims
investigation or legal defense costs to be Included in the general annual
aggregate limit, the contractor shall either double the occurrence limits or
obtain Owners and Contractors Protective Liability Insurance
• Should any required Insurance lapse during the contract term, requests for
payments originating after such lapse shall not be processed until the City
receives satisfactory evidence of reinstated coverage as required by this
contract, effective as of the lapse date. if insurance is not reinstated, City
may, at its sole option, terminate this agreement effective on the date of
the lapse
AAA00350
REVISED 10/12/94 Cl - 2
Insurance Requirements
Page 3
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS -
All Insurance policies proposed or obtained In satisfaction of this Contract shall
additionally comply with the following marked specifications, and shall be maintained
in compliance with these additional specifications throughout the duration of the
Contract, or longer, if so noted.
[XI A General Liability Insurance:
General Liability Insurance with combined single limits of not less than
$100,000 00 shall be provided and maintained by the contractor The
policy shall be written on an occurrence basis either in a single policy or in
a combination of underlying and umbrella or excess policies
If the Commercial General Liability form (ISO Form CG 0001 current
edition) is used
• Coverage A shall Include premises, operations, products, and
completed operations, Independent contractors, contractual liability
covering this contract and broad form property damage coverage
• Coverage B shall Include personal Injury
• 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 resulting from explosion, collapse
or underground (XCU) exposures
• Broad form contractual liability (preferably by endorsement)
covering this contract, personal injury liability and broad form
property damage liability
AAA00350
REVISED 10112/04 Cl - 3
Insurance Requirements
Page 4
[XI Automobile Liability Insurance -
Contractor shall provide Commercial Automobile Liability insurance with
Combined Single Limits (CSL) of not less than $100,000.00 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 policy
endorsement for•
• any auto, or
• all owned, hired and non -owned autos
[ ) Workers Compensation Insurance
Contractor shall purchase and maintain Worker's Compensation insurance
which, in addition to meeting the minimum statutory requirements for issuance
of such insurance, has Employer's Liability limits of at least $100,000 for each
accident, $100,000 per each employee, and a $500,000 policy limit 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)
[ I Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all times during the
prosecution of the work under this contract, an Owner's and Contractor's
Protective Liability insurance policy 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
AAA00350
REVISED 10/12/94 Cl - 4
Insurance Requirements
Page 5
"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
[ 1 Fire Damage Legal Liability Insurance
Coverage is required if Broad form General Liability 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
[ 1 Professional Liability Insurance
Professional liability insurance with limits not less than per claim
with respect to negligent acts, errors or omissions in connection with
professional services is required under this Agreement
[ I Builders' Risk Insurance
Builders' Risk Insurance, on an All -Risk 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
[ 1 Additional Insurance
Other insurance may be required on an individual basis for extra hazardous
contracts and specific service agreements If such additional insurance is
required for a specific contract, that requirement will be described in the
"Specific Conditions" of the contract specifications
AAA00350
REVISED 10/12194 CI - 5
Insurance Requirements
Page 6
ATTACHMENT 1
[ ] Worker's Compensation Coverage for Building or Construction Projects for
Governmental Entities
A Definitions
Certificate of coverage ("certificate") -A copy of a certificate of insurance,
a certificate of authority to self -insure issued 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 entity's employees providing services on a project, for the
duration of the project
Duration of the project - includes the time 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 providing services on the project ("subcontractor" in §406 096) -
includes all persons or entities performing all or part of the services the
contractor has undertaken to perform on the project, regardless of whether
that person contracted directly with the contractor and regardless of
whether that person has employees This includes, without limitation,
independent contractors, subcontractors, leasing companies, motor
carriers, owner -operators, employees of any such entity, or employees of
any entity which furnishes persons to provide services on the project
"Services" include, without limitation, providing, hauling, or delivering
equipment or materials, or providing labor, transportation, or other service
related to a project "Services" does not include activities unrelated to the
project, such as food/beverage vendors, office supply deliveries, and
delivery of portable toilets
B The contractor shall provide coverage, based on proper reporting of
classification codes and payroll amounts and filing of any overage
agreements, which meets the statutory requirements of Texas Labor Code,
Section 401 011(44) for all employees of the contractor providing services
on the project, for the duration of the project
AAA00350
REVISED 10/12/94 Cl - 6
Insurance Requirements
Page 7
C The Contractor must provide a certificate of coverage to the governmental
entity prior to being awarded the contract
D If the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project, the contractor must, prior
to the end of the coverage period, file a new certificate of coverage with
the governmental entity showing that coverage has been extended
E The contractor shall obtain from each person providing services on a
project, and provide to the governmental entity
(1) a certificate of coverage, prior to that person beginning work on the
project, so the governmental entity will have on file certificates of
coverage showing coverage for all persons providing services on the
project; and
(2) no later than seven days after receipt by the contractor, a new
certificate of coverage showing extension of coverage, If the coverage
period shown on the current certificate of coverage ends during the
duration of the project
F The contractor shall retain all required certificates of coverage for the
duration of the project and for one year thereafter
G The contractor shall notify the governmental entity In writing by certified
mall or personal delivery, within 10 days after the contractor knew or
should have known, of any change that materially affects the provision of
coverage of any person providing services on the project
H The contractor shall post on each project site a notice, In the text, form and
manner prescribed by the Texas Workers' Compensation Commission,
informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify coverage and
report lack of coverage
AAA00350
REVISED 10/12/94 Cl " 7
Insurance Requirements
Page 8
The contractor shall contractually require each person with whom it
contracts to provide services on a project, to
(1) provide coverage, based on proper reporting of classification codes
and payroll amounts and filing of any coverage agreements, which
meets the statutory requirements of Texas Labor Code, Section
401.011(44) for all of its employees providing services on the project,
for the duration of the project,
(2) provide to the contractor, prior to that person beginning work on the
project, a certificate of coverage showing that coverage is being
provided for all employees of the person providing services on the
project, for the duration of the project,
(3) provide the contractor, prior to the end of the coverage period, a new
certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the
duration of the project,
(4) obtain from each other person with whom it contracts, and provide 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 and of the coverage period, if 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) notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the person knew or should have known,
of any change that materially affects the provision of coverage of any
person providing services on the project, and
AAA00350
REVISED 10/12194 Cl - 8
Insurance Requirements
Page 9
(7) contractually require each person with whom it contracts, to perform
as required by paragraphs (1) - (7), with the certificates of coverage
to be provided to the person for whom they are providing services
J By signing this contract or providing or causing to be provided a certificate
of coverage, the contractor Is representing to the governmental entity that
all employees of the contractor who will provide services on the project will
be covered by workers' compensation coverage for the duration of the
project, that the coverage will be based on proper reporting of classification
codes and payroll amounts, and that all coverage agreements will be filed
with the appropriate insurance carrier or, In the case of a self -insured, with
the commission's Division of Self -Insurance Regulation Providing false or
misleading information may subject the contractor to administrative
penalties, criminal penalties, civil penalties, or other civil actions
K The contractor's failure to comply with any of these provisions Is a breach
of contract by the contractor which entitles the governmental entity to
declare the contract void If the contractor does not remedy the breach
within ten days after receipt of notice of breach from the governmental
entity
AAA00350 Cl - 9
REVISED 10112184
bID NUMBER 2011 BID PROPOSALS
City of Denton, Taw 901•B Taw St
Funrheeiog Department Dorton, Texas 76201
PAGE 2 OF
ITEM
DESCRIPTION
QUAN.
PRICE
AMOIIh=
MOWING, TRASH REMOVAL AND EROSION CONTROL CLEANUP
ON PARCELS
A parcel of land is defined as a lot (or lots) , a
tract, or acres of land joined together under one (1)
ownership provided by the Denton Appraisal District
Records.
f
i
All ad oining public ROW and easements are considered
part o a parcel. (Multiple Mowing Work Orders with
the same owner will be treated as acreage under a
single mowing ticket.)
Unrestricted access (such as vacant lotsl:
OC
!
1
Parcels of land up to 12000 square feet.
per
$ O
parcel
2.
Parcels 12,000 square feet to an acre or more,
per
$ 5
parcel
;
Restricted access (ecuicment must fit throuch three
3.
(31 foot ocenincl•
Parcels of land to 12,000 feet.
0
$ V �
u p square
per
parcel
4
Parcels 12,000 square feet to an acre or more.
per
$�U
parcel
5
Trash and debris removal based on cubic yard
per
$ �L
calculated by City of Denton Solid Waste Department
cubic
formula.
yard
Erosion Control
6
Erosion control cleanup (dirt, debris, etc.) on public
streets.
per
linear
$� �d
ft
This agreement to remain in effect until February 15,
1998 at which time it will be rebid or extended for a
12-month period with all prices, terms and conditions
remaining the same and agreed to in writing by both
parties. A pre -bid meeting with Code Enforcement
staff and site visit are mandatory for all bide.
Include list of equipment available for use by bidder
it
We quote the above f o b delivered to Denton, Texas Shipment can be made in days from receipt of order Terms net/90 unless otherwise indicated
In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a reasonable period of time constitutes a contra
The complete Bid proposal must be properly priced, signed and returned
oa -rew race RBI
Mailing Address
5an.0 eX __rx -Fk,2l eP
City _ State Zip
Tolephom/Fez
Bidder/Co any
iignsture
S�cS�t rL Nay
Pnnt/1'yps Name
r) (')n er
Title
AAA04AC4
k AI�II1UP. i ` }��^�m' C 3 m $a $�n•a N ��[ ! .�"� `few $G DATE /pD YIT
< ,.,. 5w�`sab�r$"��$ "k 0372 � 9�.
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Insurance Services Agency
ONLY NO RIGHTSTHE
HOLDERNTH SONFERS CERT CERTIFICATE DOES NOTOAMEND, CEXTENDERTIFICA
MENDCEXTENDATE R
1111 Willow Springs
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
COMPANIES AFFORDING COVERAGE
Denton TX 76205
COMPANY
817 566-2202
A AMERICAN STATES INS CO.
INSURED
COMPANY
Herd'S Contracting
B
COMPANY
102 Terrace Road
C
Sanger TX 76266
COMPANY
817 458-2030
D
�i�YY.<<a EC[ y b pp J o°� • R b'�3p Jn Ji"J"k o n ib+% o • 5w4 I[ "• d C a k ".
„ ^S`'J S4 'r YaY'��tlb[Y4�$ r�4"q"y< S blmL>``��imRo'm'a' " yFiF�LkJiYiy p R4ZSt5J�bY�i4y.,S„C�>n'k d c aaw<.' 2 mGai " [ dS'a rt$J<S4S�[ "w �Y
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
LTR
TYPE OF INSURANCE
POUCYNUMBER
POUCYEFFECTIVE
DATE(MM/DD/YY)
POUOYEKPIRATION
DATE(MWOONY)
UNITS
A
GENERALUABILITY
04CC105793-1
02/21/97
02/21/98
GENERAL AGGREGATE
E200 000
Y
COMMERCIAL GENERAL LIABILITY
PRODUCTS COMP/OPAGG
$200000
N CLAIMS MADE 7OCCUR
PERSONAL &ACV INJURY
$100000
Y
EACH OCCURRENCE
$10 O 0 0 0
OWNERS & CONTRACTORS PROT
N
FIRE DAMAGE (Any one fire)
s50 000
MED EtP (Any onePerson)
$ 5 0 0 0
AUTOMOBILE
LABILITY
ANY AUTO
COMBINED BINDLE LIMIT
$
BODILY INJURY
(Per person)
S
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per accident
$
HIRED AUTOS
NON -OWNED AUTOS
PROPERTY DAMAGE
$
GARAGE LIABILITY
AUTOONLY EAACCIDENT
S
OTHER THAN AUTO ONLY
ANY AUTO
EACH ACCIDENT
S
AGGREGATE
$
IXCEBB LIABILITY
EACH OCCURRENCE
S
AGGREGATE
$
UMBRELLA FORM
$
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
STATUTORY LIMITS
EMPLOYERS LIABILITY
EACH ACCIDENT
S
DISEASE POLICY OMIT
$
THE PROPRIETOR/ INCL
PARTNERS/E(ECUTIVE
OFFICERS ARE EXCL
DISEASE EACH EMPLOYEE
$
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEMICLES/SPECIAL ITEMS
LANDSCAPE CONTRACTOR
CERTIFICATE HOLDER IS A NAMED
ADDITIONAL INSURED
CITY OF DENTON
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
ATTN. PURCHASING (DENISE HARPOOL)
IXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
901B TEXAS ST
10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT
DENTON Y TX. 76201
BUT FAILURE TO MAIL BUCH NOTICE SHALL IMPOSE NO OBUGATION OR LIABILITY
OF ANY KIND UPON COMPANY HH'r,AGL11Tb 0111 I.IEPFIE69NTATIVES
y X,,y�tlL,� /,y �y .��a.� , ' "J
'f.4�t+k'FlfIiF5#DW.4n?•,Fi0.......... a.;oi,33�..... �1` o
" : 3
"[
AUTHORIZED REPRESENT
" k a ^' .'+"�;-`t,'H!7 tSlpO'riON 1203
a >
ACORD. <� , $ ,
�,a >><
PRODUCER
LORD & COMPANY INS AGENTS , INC
610 DALLAS DRIVE
W `�
4,
m......
DATE (MM/DDMT
,� < �, 03 zo 97
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
P O BOX 946
COMPANY
DENTON, TX 76202
A PROGRESSIVE COMPANIES
INSURED
COMPANY
J Justin Herd
B
COMPANY
102 Terrace Road
Sanger, TX 76266
Q
COMPANY
D
���� s e�3�>o,�>'£'r Y `S�i,g ',$�;'��d �; �r3a��a>.cJ.e�� ,.".d�,A„�`< , � •. 1
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
LTR
TYPE OF INSURANCE
POUCYNUMBER
POLICYEFPECTIVE
DATE (MM/DDM1
POLICYEKPIRATION
DATE (MM/ODMT
LIMITS
GENERAL
LIABILITY
GENERALAGGREGATE
$
PRODUCTS COMP/OP AGO
$
COMMERCIAL GENERAL UARIUTY
PERSONAL &ADV INJURY
$
CLAIMS MADE ❑OCCUR
OWNERS&CONTRACTORS PROT
EACH OCCURRENCE
$
FIRE DAMAGE (Any one lire)
$
MED EXP (Any one Person) i
$
A
AUTOMOBILE
LIABILITY
ANYAUTO
04635709-0
06/07/96
06/07/97
COMBINED SINGLE UNIT
E 100 00
X
BODILY INJURY
(Per Person)
$
ALLOWNEDAUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per accident)
E
HIRED AUTOS
NON OWNED AUTOS
PROPERTY DAMAGE
$
GARAGE LIABILITY
AUTOONLY EAACCIOENT
$
OTHER THAN AUTO ONLY
ANY AUTO
EACH ACCIDENT
$
AGGREGATE
$
EXCESS LIABILITY
EACH OCCURRENCE
$
AGGREGATE
E
UMBRELLA FORM
$
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
TWOCRYIMM
EL EACH ACCIDENT
If
EMPLOYERS LIABILITY
EL DISEASE POLICY LIMIT
$
THE PROPRIETOR/ INCL
PARTNERS/EXECUTIVE
OFFICERS ARE IXCL
EL DISEASE EA EMPLOYEE
I $
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONSIYEHICLn/SPECIAL ITEMS
The certificate holder is listed as an additional insured on auto liability
covered auto under this policy
is 1983uL�.(4 Chevy Truck #1GBHC34M2DV115348
.y�T�he�
♦IRTi,1��M1�1 W �%'WDWk'r �yv Sc,� ^n �4� < � � kY..� 5•v5���r >�� r n `yiY'^'M �I�Te; '
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
City of Denton
Attn Denise Harpool
30_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
215 E McKinney
OF NY KIND UPON OJE COMPANY ITS AGENTS OR REPRESENTATIVES
Denton, TX 76201
KH12,011 REP ESENTATI
ACORD 6 t 1 111
61AD0RD OIRRPORATION 198E