Loading...
HomeMy WebLinkAbout1995-238ORDINANCE NO. AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of STATE law and City ordinances; and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION I. That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids: BID NUMBER CONTRACTOR AMOUNT 1828 TRAVIS LANDSCAPING AND $49,025.00 IRRIGATION 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, 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 with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein. SECTION IV. That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto. SECTION V. That this ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this thee% day of � D C-11995. ATTEST: JENNIFER WALTERS, CITY SECRETARY r BY: APPROVED AS TO LEGAL FORM: HERBERT L. PROUTY, CITY ATTORNEY BY: DATE: NOVEMBER 21, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1828 - TEASLEY LANE MEDIAN IRRIGATION RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, Travis Landscaping and Irrigation for the base bid and Alternate No. 1 in the total amount of $49, 025.00. SUMMARY: This bid is to provide complete irrigation coverage for lawn and planting area located in the Teasley Lane Median from I-35 to Lillian Miller and south on Lillian Miller to the South Branch Library. The project includes metering, electrical connection, piping, controllers, sprinkler heads, remote controls, valves, wires and other items required for a complete operating system. Alternate #1 involves the addition of remote control valves and associated items for proper installation. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED• Parks Department, Citizens of Denton. FISCAL IMPACT: Funds for this project will come from a 50/50 Grant for ground improvements from Texas Department of Transportation. The City of Denton's match will come from in kind services; Account Number #446-020-LAND-9235-9009. Resp5ttfully submitted: f� L yd V . Harrell City Manager Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 659.AGENDA �$ o § § 2 0 it k@ k z0 & It k� � k 0L w .. (Lz- E § 0 @ 0 Mom® § % z § w § $ k z§� a. > \ k ® k \ m § §§ o � V)kE/w v CM Ili 0 d ¥ > � # $ I § % § S E 0 o k 't « & § � In r > o J >-I wi 2 _ < p c . _c 2 z O�uj 0 m c CD LU z® / 0 k © § A § m z ECC O R LU \ 0 k z R w w w ® 2 7 % z z O D tL m m 0 .' CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 21 NOVEMBER A.D., 19 95 , by and between THE CITY OF DENTON of the County of DENTON through RICK SVEHLA day of and State of Texas, acting thereunto duly aurized so to do, hereinafter termed "OWNER," and CALGARY INC. /dba-p, TRAVIS LANDSCAPE & IRRIGATION / Texas Sage 1605 S. STEMMONS CARROLLTON, TEXAS 75006 of the City of CARROLLTON County of DALLAS 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: RTn # 7f328#�S1.EY LANE MEDIAN IRRIGATION MEDIAN IRRIGATION in the amount of $49,025.00 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 PARKS DEPARTH9W 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 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written ATTEST: CITY OF DX&TON OWNER o �ii�i By (SEAL) CALGARY INC./dba TRAVIS LANDSCAPE & IRRIGATION Texas Sage CONTRACTOR MAILING AD2 R1'SS PHONE NUMB FAX NUMBER BY ( Ji�l�Si k . PRINTED JAME APPROVED AS TO FORM: (SEAL) ity"Attorney AAA0184D Rev. 07/28/94 CA — 3 Bond No. 015005263 Premium: $1471.00 Premium charged on 12 month basis PERFORMANCE BOND at Surety's current rate. STATE OF TEXAS S COUNTY OF DENTON S KNOW ALL MEN BY THESE PRESENTS: That Calgary, Inc./dba Travis Landscape & Irrigation / Texas Sage , of the City of cARROLLTON County of DALLAS , and State of TEXAS as PRINCIPAL, and Amwest Surety Insurance Company _ as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the TEM CITY OF DENTON as OWNER, in the penal sum of FoRT•r NTNF TSO 1S}M AND TwgaTy pT= andLno/100----- Dollars ($ 42.o25_no ) 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 _2,L_ day of NnvFa g 19_.9,5_, for the construction of __BID # is -a - XP:&W= L=F mEpTAN IRRIGATION 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 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; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PB -- 1 PROVIDED FURTHER, that if any legal action be filled upon this bond, venue shall lie in Denton 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 any way 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 29th day of November 19 95 Cal dba Travis Landscape & Irrigation/Texas SageAmwest Surety Insurance Company Principal Surety BY Sy. William D. Baldwin, Title W, Title Attorney -In -Fact Address: 1605 S. Stemmons Carrollton, TX 75006 (SEAL) Address:1231 Greenway Dr., Ste. 420, L844 Irving, TX 75038 (SEAM,) The name and address of the Resident Agent of Surety is: William D. Baldwin 1201 Kas Dr., Ste. B, Richardson, TX 75081 NOTE: Date of Bond must not be prior to date of Contract. AAA0184D Rev. 07/28/94 PB - 2 Bond No. 015005263 Premium: $1471.00 Premium charged on 12 month basis PAYMENT BOND at Surety's current rate. STATE OF TEXAS S COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Calgary. Inr./dba Travis Landscape & Irrigation / Texas Sage of the City of CARROLLTON County of n LLmg , and the State of TEXAS Ss principal, and _ Amwest Surety Insurance Company authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto T= CITY OF DENTON , OWNER, in the penal sum of 4p0=% 4]TMC TSf=AND A?M 9MM- TV 17TCnJ anA nn/7(ifl Dollars ( _ 44.025.00 ) 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 21 day of NOVEMER 19 95 . BID # 1828 - TEASLEY LANE MEDIAN IRRIGATION 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 prosecution of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PB - 3 Surety, for value received, stipulates and agrees that no change, extension of timer 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 any way 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 29th day of November 19 95 Caigary,Inc./dba Travis Landscape & Irrigation/Texas SageAmwest Surety Insurance Company Pr ipal Surety By By - William D. Baldwin, ` Title `P/'&id6d 1 Title Attorney -In -Fact Address: 1605 S. Stemmons Carrollton, TX 75006 Address: 1231 Greenway Dr., Ste. 420,LB44 Irving, TX 75038 (SEAT.) (SEAL) The name and address of the Resident Agent of Surety is: William 0. Baldwin 1201 Kas Dr., Ste. B, Richardson, TX 75081 AAA0184D Rev. 07/28/94 PB-4 THE STATE OF TEXAS COUNTY OF DENTON MAINTENANCE BOND S S Bond No. 015005263 Premium: 11471.00 Premium charged on 12 month basis at Surety's current rate. KNOW ALL MEN BY THESE PRESENTS: That Calgarv.Inc./dba Travis landscape & Irrigation/Texas Sage as principal, and Amwest Surety Insurance Company a corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, a Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas, the sum of WTIW- armmurn TWn and 5n/ion---- Dollars ($ d s07-1;0 ), ten (10%) percent of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and assigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Calgary. Inc./dba Travis Landscape & Irrigation/Texas Sage has this day entered into a written contract with the said City of Denton to build and construct ntn sta7a _ TMSTr.V T.ANE MVnTAN IRRIGATION 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 incorporated 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 MB — 1 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. 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 Calgarv.Inc./dba Travis Landscape & Irrigation/Texas Sage as contractor and Principal, has caused these presents to be executed by Amwest Surety Insurance Company and the said- _ Amwest-Surety Insurance Cnmpany as surety, has caused these presents to be executed by its Attorney -in -Fact William D. Baldwin and the said Attorney -in --Fact has hereunto set his hand this 29th day of November , 19 95 SURETY: PRIN44: Amwest Surety Insuran5g Company _ Calgary,Inc./dba 1,ravis Landscape & Irrigation/Texas Sage William D. Baldwin Attorney -in -Fact AAA01840 Rev. 07/28/94 HO — 2 EXPIRATION DATE 11-14-96 POWER NUMBER 0000543880 READ CAREFULLY This document is printed on white paper containing the artificial watermarked logo (A ) of Amwest Surety Insumnce Company (the "Company") on the front and brown security paper on the back. Only unaltered originals of the POA are valid. This POA may not be used in conjunction with any other POA. No representations or warranties regarding this POA may be made by any person. This POA is governed by the laws of the State of California and is only valid until the expiration date. KNOW ALL BY THESE PRESENT, that Amwest Surety Insurance Company, a California corporation (the "Company"), does hereby make, constitute and appoint: WILLIAM D. BALDWIN W. T. RAGSDALE DON EDWIN SMITH AS EMPLOYEES OF BALDWIN INS AND BONDING AGENCY its We and lawful Attorney -in -fact, with limited power and authority for and on behalf of the Company thereto if a seal is required on bonds, undertakings, recognizances, reinsurance agreement for a Miller A the nature thereof as follow: License & Permit Bonds up to $'**'*50,000.00 Miscellaneous Bonds up to $ * * * * *25,000.00 Small Business Administration Guaranteed Bonds up to $ * *' *250,000.00 Bid Bonds up to $**1,000,000.00 Contract (Performance & Payment), Court, Subdivision $**2,500,000.00 and to bind the company thereby. This appointment is made under and by I, the undersigned secretary of Amwest Surety Insurance Company, qt corporation force and effect and has not been revoked and furthermore, that the rfthe Boards provisions of the By -Laws of the Company, are now in full force a Bond No. 015005263 Signed & sealed Novembe Waffix the seal of the company or other written obligations in r A ch are now in full force and effect. fIFY that this Power of Attorney remains in full on this Power of Attorney, and that the relevant Karen G. Cohen, Secretary ill : t► It tM ill # ill sit a: +YI U2'10NS T O DIRECTORS * * * ! ill ill ill ,Yt tlr tk aR This POA is signed and sealed by facsimile underand by author' o ow a lutions adopted by the Board of Directors of Amwest Surety Insurance Company at a meeting duly held on DecernberA 1975 RESOLVED, that the President or any 'dent, in niunc wi Secretary or any Assistant Secretary, may appoint attorneys -in -fact or agents with authority as defined or limited in the ins[ me vi encin poi tment' ac case, for and on behalf of the Company, to execute and deliver and affix the seal of the Company to bonds, undertaking , n;de noes, �p oblig I s of all kinds; and said officers may remove any such attorney -in -fact or agent and revoke any POA previously grante r. RESOLVED FURTHER, that an nd, ugni cc suretyship obligation shall be valid and bind upon the Company: (i) when signed by the President o any Vresi and and sealed (if a seal be required) by any Secretary or Assistant Secretary; or (ii) when signed by the President or any 'den[ r or Assistant Secretary, and countersigned and sealed (if a seal be required) by a duly authorized attomey-in-fact or age o (iii) when duly executed and seal (ireryvofoafniy equir one or more attorneys -in -fact or agents pursuant to and within the limits of the authority evidenced by the power of attorney is ipany to such person or persons. RESOLVED FURTHER, that the siny authorized officer and the seal of the Company may be affixed by facsimile to any POA or certification thereof authorizing the execution and deli bond, undertaking, recognizance, or other suretyship obligations of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, Amwest Surety Insurance Company has caused these presents to be signed by its proper officers, and its corporate seal to be hereunto affixed this 8th day of September, 1995. John E. Savage, Pre dent Karen G. Cohen, Secretary State of California County of Los Angeles On September 8, 1995 before me, Peggy B. Lofton Notary Public, personally appeared John E. Savage and Karen G. Cohen, personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me all that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) n t in ru en to er n � he nt u on eh of which the person(s) acted, executed the instrument. PEOGr� WITNESS hand and official seal. CORMIIIMlt1fl i106 N NotayA MC—Cdbttlo 4' PP0k cF'� Si nature Seal Loy M Coxft 2V r -1 to �o g -- a .Lotion, Notary Pu ( )�_ My Comm ExpkM Au966, MW%NkE 1976 y n'4C/FOFN�� R IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: YOU MAY CONTACT THE TEXAS DEPARTMENT OF INSURANCE. TO OBTAIN INFORMATION ON COMPANIES, COVERAGES, RIGHTS OR COMPLAINTS AT: 1-800-252-3439 YOU MAY WRITE THE TEXAS DEPARTMENT OF INSURANCE: P.O. BOX 149104 AUSTIN, TX 78714-9104 FAX # (513) 475-1771 PREMIUM OR CLAIM DISPUTES: SHOULD YOU HAVE A DISPUTE CONCERNING YOUR PREMIUM OR ABOUT A CLAIM YOU SHOULD CONTACT THE AGENT OR COMPANY FIRST. IF THE DISPUTE IS NOT RESOLVED, YOU MAY CONTACT THE TEXAS DEPARTMENT OF INSURANCE. ATTACH THIS NOTICE TO YOUR POLICY: THIS NOTICE IS FOR INFORMATION ONLY AND DOES NOT BECOME A PART OR CONDITION OF THE ATTACHED DOCUMENT. F.14032B (9/92) Insurance Requirements Page 6 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 _A • 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 officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Insurance Requirements Page 7 • 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 (30) 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. 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: [X ) A. General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000,000.00 shall be provided and maintained by the contractor. The Insurance Requirements Page 8 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. [ Xj Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000.00 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. [ X] 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 Insurance Requirements Page 9 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). Owners 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 "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 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. Professional Liability Insurance Professional liability insurance with limits not less than _ with respect to negligent acts, errors or omissions professional services is required under this Agreement. Builders' Risk Insurance per claim in connection with 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. 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. Insurance Requirements Page 10 ATTACHMENTI [ X] 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. 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. Insurance Requirements Page 11 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 mail 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_ 1. 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; Insurance Requirements Page 12 (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 end 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 (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. JAN—i9-96 WED 03:59 PM P.02 16SUE DATE (MMA Orr ,1W, Rse CERTIFICATE OF INSURANCE r 1 f 10196 • "It, CERTIFICATE Is IsBVED AS A MATTER OF INFORMATION ONLY AND OONFHRB PRODUaRk Bill Cunningham ins, Agency EX END O UPON THE CERTIFICATE HOLDER. By CERTIFICATE FOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED SY THE POLICIES BELOW ; 6301 Gaston Ave.. Suite 168 ' AaX1as, TX 75214 COMPANIES AFFORDING COVERAGE CON SUB -coact INyI)R01 Travis Landscape Inc. 2420 1-35 Carrollton, TX' 75007 LenEA Y a Truck x>Osurance exchange COMPANY 13 LETTER LLEETMTER Y C COMPANY LETTEa , COMPANY C LETTER C COVERAGES _ THIS 19 TO CERTIFY THAT THE POLICIES OF INSUpAN TERLISTED M OR CONb In HAVE ON OF ANY CONTRACT 04 OTHER DOCUMENT WITH RESPECT TOEN ISSUSO TO THE INSURED NAMED ABOVE FOR THE LWHICH THIS INDICATED, NOTWITHSTANDING ANY REQUIREMENT, CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY tHP POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED $Y PAID CLAIMS. ►OLICY EPfE0i a POLICY PIRATPD ALL LIMITS 1( IOD22AW CO TYPE OF WOUIIANCE POLICY NUMBER DATE (MMIDWVY) I DATE IRAM LTA A08REOATE F 2 nnn OEHERAL LIABILITY ' A X cOMMEROULOEHERALLIA wTY 69001007 CLANS MADE OCCUR. OwNEWO F COHTAACTO" PROT. AUTOMOBO.E LIAonm ANY AUTO ALL owNKD AUTOS sMOULED AUTOS HIRED AUTO! HCN-OWNED AUTOS GARAGE LIABILITY EXceas LIABILITY OTHER THAN UMBRELLA FORM woRKO" CPMPSNFATIM AND EMPLOYER!' L1ABILITY OTHER GENERAL , 5-25-95 5-25• 96 PAbDUGTSUNI'loPIAOOREOATE ! pommAt i ADVERnSINO INJURY ! EACH OCOURREHW a 1, 000 F1Rfe DAMAGE (Any !nP Ilra) ! 50 MEDICAL EXPENSE (AAy a" Parson) ! 5 COMBINED SINGLE F LIMB BODILY INJURY f (Nr Damon) EODILY INJURY ! (Par aadden@ pROPERTY ! DAMAGE I f CEacopu N or OPERAnONI/LOCATIDNWEfECT•EIMFITAtCT10NlAPEaAL rtEYs ' City of Denton added as Wltional 311SUVed•. i 6ER11F1CATIE HOLDER , city of v4nton 901-B Texas St ! Denton, TX 76021 i ACORD 23•9 PISS) EACH ADOREOATE =URAENCE STATUTORY F (EACH ACCIOENT) : (016EAK—POLICY LIMIT) ! (DISEA7E—EACH EMPLOYFIA I I ` i I i „ _ _ _.. _ . _ • • • • • "" CANCELLATION - •" - SHOULD ANY OF THE! ABOVE pgBCRIpEO POL1C1{iS BE CANGELLEO BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDSAVOR TO MAIL•- RAYS N NOTICE TO THB OERTIFICATE HbLOER NAMED TO THE LEFT, OUT FAIL MAIL SUCH NOTICE SHALL IMPOSE NO OlkLIOAT1 Ofl LIABILITY OF Y NO UPON THE O MP NY, ITS AGENTS OR REPRE89 IVES. AUTNOAI IfTAYfY / . gCp dORPdRAt{ON I4' 01/17/96 12:40 FAX 2143573351 ASSURED ADVANTAG ft>!j002 .+• pY a TI 110ATI a 7 IN5URAXC8+•• Data: January 17, 1996 a ACRUT__sa.avamame.---- saacaaaaaaar....-acaaccaaaaaaaaan�...accaccaacacacacccar-...............................r.------._..____i,. Assured Advaabage Ineuraaee Agency I This cortificate ie issued as a mattar of information only and oonfera 11029 shady Trail, euita 130 no rights upon the oertificate holder. Thin certificate done act amend I extend or alter the covarage attorded by the policies below. Dallas, TX 75.319 fa14) 357-3334 I COMPANIES AFFORDLNO COVERAm2 INSURHD _ __ ___________________________________I Company Letter A: PROGUSSIVB COUNTY TEAVI9 LANDSCAPING / CALGARY INC I Company Lettcr as 1605 a STENMONS I Company Letter Ca I Company Letter D: CARROLLTDN, TX 7500s company, Letter B, COVERACEF. r------aaamaaa.... n..-acaacaa _ n..._..._xxaaxxaxcxaaca.......__axxaaxxxaaccacccccnn.......__,.axaaaaaaaaaaazmmaazm�.--- This is to aercify cbnt the poliaica of inaurance lioted below have been ivoued to she insured namod above for the, Palley pdriod indicated, noc withatamding any requirement, term or condition of any contract or other document with respnoc co which thin certificate may be issued or eay pertain' the inaurea,a afforded by the policies describad herein io oubjeoc cc all tha naran, exalusiona and conditions of much palieiee. Limito phown may have boon reduced by paid claims. . ----------- -------------- ---------------------------------------------------------------'^--------------------------•------------ LcrJ Type, of Insuraaee I Policy Number I policy, Effective I policy Expiration I All Limits in whole Dollars ______________________________+_____...______--_-y_______....___________________.._______I_____________________._____________ aoneral Liability I I I I General Aggrngate $ commercial General Liab. I I I I prod-complops Agg. $ Claims made Occurrence ( I I I Per & Adver Injury 6 owner's & Cont. Protective I I I I Paeh Oeeurronee $ I 1 I I Damaags Any 1 Fire 6 I I Mod Exp Any 1 Par $ _ ---- -} -+ T Automobile Liability 04724159-1 I 12 /3 D/96 I 12/30/96 I Combined 9/L 61.000,000 I Bodily par Parson $ Scheduled Autos I I BI per Peraon 0 I Property Damage V. I I I I I ---------------- ---------------------------------------------------------------------------------'--------------- I Fxeeoe Liability I I I each occurrence ; I umbrella Form Other I I I I Aggregaco ; ------------------------ _-------- t___________....__+___________________....________________+_________________....______________ I I I I statutory Limito Norkar,o Compenaation I I I Each Accidont ; and I I I I Disease -policy i.imic ; I Employer's Liability ( I I I Diaeame-Each Employee 6 __-_________________+__________...._____T___________________.f.....______________________________ I Other I i I I 1 l I ------------------------------------------------- .-------------------- .....________________-_____________-__________________________ Deaeription of operationa/Loeatione/Vehieloo/special Items CERTIFICATs HOI.ocn.._.....caamCA110EL.ATION Cocoamen...+.aaaaaaacaccaacaceaccaaaaaaaaar �... c7Tr op OENION, TX. / ADDITIONAL INSORRD I Should any of the above doacribad policies be eanalled before the 901 B TEXAS ST I expiration date thereof, the issuing company will endeavor to mail DENTON, TX. 76201 130 days writton notice to the certificate holdor nomad to the left but failure ego mail ouch notice *hall impona no obligation or lia- I bilicy of any kind upon the company, ita ngenta or reprementecivee, I.__________ ________ _______________________________ ( Au, Irh�Rd.�ifal . ¢n I �_ FROM: CITY izNAUN KAi 314J0'/JJ6IFRX NO.: 181ASSURUD ADVANTAG 01-17-96 01:30P P.02 10 001 Assured Advantage Insurance Agency 11029 Shady Trail, Suite 130 Dallas, TX 75229 (214) 357-3334 January 17, 1996 MR. TOM SRAw CITY OF DENTON RB:TRAvIS LANDSCAPE POL.#0e�7Z4.159-1 THE RZFSREr7CED POLICY IS PAID MU MARCH,96 AND WILL 190T BB CANCELL® FOR NON PAYMENT OF PREMIUM. THE 30 DAY NOTICE WILL BE APPLICABLE. sincerely, 1.401.0 RO mYA SS % AGENT 0 W/11/96 11:58 FAX 2143573351 ASSURED ADVANTAG IaOO2 BUSINESS AUTO DECLARATIONS (Continued) Page S of 5 POUCY NO 047241SO-1 ITEM THREE SCHEDULE OF COVERED AUTOS YOU OWN Cavered OESLYRiPTION TERRFTORY Auto No. Year, Model, Trade Name, Body Type. Serial Statad Amount Town & Stare Where the Number (8) Vehicto Identification Number (V1N) r Covered Auto will be pdndpally garaged y, 92 ISUZU FLATBED JALESR147k3OMSa8 $19.000 02 2. 92 CHEVROLET 1/2T PU TRUCK 1GCCS19R2N8213927 $7,500 02 s. 92 CHEVROLET 112T PU TRUCK IOCf:SISR498207804 $7,500 02 4. 94 GMC FLATBED TRUCK 1GDJ7H1J2RJ512612 1 $28,000 02 5. 94 CHEVROLET 1T PU TRUCK 1GCGC33KSRJ348a77 $14,000 02 Coyared CLASSIFICATION ' Auto No. Except physical dameges loss is Radius of Business use Size GVw, Ape RATING Operation e=service GCW ar Group AQTQR payable to you and the lass payee r=mtaR Vehide flamed below as interest may c= cemmwciw Sri dkv appear at the time of the lose h=heavy Capacity IJah. R. Comp. x=extra heavy, p=personal ]_ O50 I S 03 FORD MOTOR 2 060 S OS VALLEY NATIONAL 3. 050 S o5 GMAC 4 S. 050 05o S I S 63 1 55 GMAC GEM Covoted GOVEAAGES•PREMWM9, umrrS AND DEDUCTInt E: (Ahgertce of a dadurAlblo or funit entry in any column below means Auto No_ that the limit or deductible entry in the corresponding ITEU TWO t"umn applies instead) I JAR L TY PERSONAL INJURY AUTO MED PAY UNINSUREDNNDERINSURED PROTECTION MOTORISTS Limit Premium Limit Premium Limit Premium Limit Premium SEE ITEM 2 $346 1. SEE ITEM 2 $1,846 SEE ITEM 2 $1,9a5 SEE ITEM 2 $346 2. 3. SEE ITEM 2 $1,965 SEE ITEM 2 $346 4_ SEE ITEM 2 $2,901 SEE ITEM 2 $346 6. SEE ITEM 2 $2rO85 SEE ITEM 2 $346 PAGE 04 PAGE 04 Total Premium Covered COVERAGES-pREMIUMS. LIMnrS AND DE�MLES (Absence of a deductible or limit entry in any column below means LICM TWO applies btsteed) Auto No. that the COMPREHENSNE limit or deductilga ofdry in the cmesponriIna I7134 column SPCAUSES OF LOSS COLLISION TOWING & LABOR ECIRED Limit stated in TTELI TWO minus Premium Limit stated In REM TWO minus Premium mit stated in ITEM TWO minus Premium Limit Per Premium de � deductibla shown deductible shown Disablement tibia shown below below when applicable Below ]. $500 $306 $500 f2 $225 2 $500 $122 $500 $500 $225 3. 4. $SOO $500 $122 $473 $500 $870 5. $500 %252 $500 $462 PAGE 04 PAGE 04 Total LAGE04 . Premium OVSM82395002OLMEGI LTDF01 OV/11/96 11:58 FAX 2143573351 ASSURED ADVANTAG IJ 003 BUSINESS AUTO DECLARATIONS (Continued) POLICYNO 04724159-1 ITEM THREE enure 11 r nr Al rnc Vnn nwffr Page 4 of 5 Covered DESCRIPTION r TERRITORY Auto No. Year. Model. Trade Name. Body Type, Serial Stated Amount Town & State Where the Number (6) Vehicle Identification Number (VIN) Covered Auto will be principally gara0ad 8- 94 CHEVROLET 1T PU TRUCK 11GCGC33K8RJ349BB8 $14,000 02 7.- 92 UNKNOWN UTILITY TRAILER 83943 $6,500 02 9. - 10. Covered GLASSIFICATION Auto No. Except physical damages loss Is Radius of Business us0 Size GVW. Ape RATING Operation s=service CaCW or FuouP A payable to You and the loss payee r= retaa Vehicle tamed below as interest may o=commarclal Seating appear at the time of the lose h=heavy Capacity uab. n. Carp- ix=mare heavy i p=personal a- 050 S 55 GECAL 7. 050 S 28 COMPAS BANK e. 8- 18. Covared COVERAGES-PASWUAAS. LIMITS AND DEDUMBLES (Absence of a daductiblo or limit entry in any Column below means Auto No. that the limit or deductible entry in the conasimndirg rrETA TWO column applies instead) LIABILITY PERSONAL INJURY AUTO MED PAY UNINSUREDIUNDERINSUREE PROTECTION MOTORISTS Limit Premium Limit Premium Limit Premium Limit Premium 0. SEE ITEM 2 $2,085 t SEE ITEM 2 $34t3 7. SEE ITEM 2 $290 8. 9. 10. Total $13, 137 32.078 Premium Covered 00VERAGESi'REFAIUuS. LIMITS AND DEDUCTIBLES (Absence of a deducliblo or limit entry in arty column below means Auto No. that the 8ntit or deductible entry in the cotraspwtding ITEM TWO column applies instead) COMPREHENSIVE SPECARED CAUSES OF LOSS COLLISION TOWM & LABOR Limit stated in Limit stated in ITERA mit stated in ITEM iTEM TWO minus Premium Two minus Premium TWO minus Premium Limit Per Promium dedurr, deductible shown deductible shown Disablement tible shown below below when applicable below e. $500 $252 $500 M2 7_ $600 $102 $SOO $195 a. 9. 10. Tatar $102 ,ham ium 0 ZDEC2 AGENT'S COPY CVSC090595000OLTDEC2 ::.::':;: >:..:.':., ACORD....;:.��.(y,::::.:«::.>:::<<f:>:::�; ' j•:.i!.iiii::v'.:iv'.:4iiii.i.i:Y::i::i:<:i::i::::i .:.. _.;..,. ._, :�..$.�...:__.: ....:_,. :>::.:.>:: . ; i.' is ::v:.:::::j• :..�....,.:.i`-:?:::>::!>.`::i'.i:£::;;:a3;;ii:!2;'?::'` DATE M ( M/DD/VY) : 1:'.'f:: PRODUCER ...::.]�.: >...,■(:...��rrww.��.rr._>.:?a:i:?i.'ir.':::: i �1iwr. .. 11/15/95 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Baldwin Ins. & Bonding Agcy, Inc 1201 Kas Drive ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite B COMPANIES AFFORDING COVERAGE Richardson, TX 75081 COMPANY _ A Texas Workers Compensation Fund INSURED COMPANY Texas Sage Market Place B 1605 S. Stemmons Carrollton, TX 75006 COMPANY C COMPANY D ..,'.�/�i �,1���1f�......... ...............................u......n..................n.........:...n......... ...... ....... .: ii �.:q:.: �.j:ni:�ni:i!:�:.i::i:�ii �: �.:' i:: i'::.�:i!<i: 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 LTRLIMITS TYPE OF INSURANCE POUCY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MM/DD/W) GENERAL LIABILITY GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR PERSONAL & ADV INJURY $ EACH OCCURRENCE $ OWNER'S & CONTRACTOR'S PROT FIRE DAMAGE (Any one fire) $ MED EXP (Any one person) $ AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS PROPERTYDAMAGE $ GARAGE LIABILITY AUTO ONLY -EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: - EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ UMBREI_i A FnRM AGGREGATE $ OTHER THAN UMBRELLA FORM $ A WORKERS COMPENSATION AND EMPLOYERS'LIABILITY THE PROPRIETOR( INCL PARTNERSIEXECUTIVE 05013110072 08/03/95 08/03/96 X WC STATI OTH- TORY UMTS ER EL EACH ACCIDENT _ $ 50000 EL DISEASE - POLICY LIMIT $ 5 0 0 0 O EL DISEASE - EA EMPLOYEE $ 5 0 0 0 O OFFICERS ARE: XCI EXCL OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS Project: Teasley Lane Median, Denton, TX. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES RE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL City of Denton 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 9 01-B Texas Street BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY Denton, TX 76021 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE JAN-15-96 MON 01:21 PM P_O1 Landscape & Irrigation TRAVIS January 12, 1996 Ton: Shay: Purchasing Agent City of Dc>tt'..utt 215 E. `;ckinneg i =nLo21, T,',::it:i 76201 i�(.' Teil.ole L. aT.rr:L gat i. :1 ti.L:l: f''.. ;•e Pear Tom, p<-.,r 011% r!onver,satlon tO:ri_! JiiILWIii 12, 1 99.67, i.'l. yll��<Z�• .a.. I. AwE: •.�.tt�.�C1:`.yylr...{B.11'•C !)C-C .klt,.eueL':i _,:--Lig Lion oil, TL1s1e; Lane-! High-.:ay •ic:�1l\ 4F) hp ylo alALad. From uLlr &tart date to completion date the project uj'.l take 13c long:- llr Llum 'lC c.a;;-::, all the ify: 4orL5ider(-d. Ai Y(i �i havo any Cjllest ium.S ple!-usr' i:alx me as soon as 1—i- C_.t i, SQ '•:'tA, y!: = iii 2't G•t+ <7fi tll.i' CiArla . u)-PlI - ^•i i 10E: Nan? (U— ' a Ueftm Installation and MaIIIIAUr" 2420 Nor<h 1-35 Fast curaltm, Texas 75006 Wodu U3-IM BID SUMMMY TOTAL BASE BID: _ ($ 44 754 ALTERNATE NO. 1: ADD REMOTE CONTROL VALVES A-3, B-18 THRU B-22 AND D-3 INCLUDING LATERAL LINE PIPING, FITTINGS, SPRAY HEADS AND NOZZLES UNIT PRICES: ITEM AMOUNT Lawn spray head with nozzle and flex PVC tubing $ ce •450 EA. High -Pop spray head with nozzle and flex pvc tubing $ IcQ, EA. 1" Remote control valve with wire splices and valve box $ Ae.00 EA. 1-1 /2" Remote control valve with wire splices and valve box $ 125. ZO EA. 2" Remote control valve with wire splices and valve box $ 1-10. 9e� EA. I" Backflow preventer with valve box, master valve and gate valve $ Zt35•<:0 EA. 1-1/2" Backflow preventer with valve box, master valve and gate valve $ z347 .'00 EA. 2" Backflow preventer with valve box, master valve and gate valve $ !4 3Q EA. 2" Backflow preventer with valve box, master valve and gate valve $ 43O. EA. Controller - 7 station with rainstat, freeze sensor and pedestal o� $ 9f50. EA. Controller - 24 station with rainstat, freeze sensor and pedestal S 1 z-O. OEA. OF 14 Ga. Wire $ :!147 . t 1 EA. PVC Pipe, Class 200 with Fittings: 3/4" $ , z a L.F. PVC Pipe, Class 200 with Fittings: V $ ZS L.F. PVC Pipe, Class 200 with Fittings: 1-1/4" $ .3`7 L.F. PVC Pipe, Class 200 with Fittings: 1-1/2" $ Li<o L.F. PVC Pipe, Class 200 with Fittings: 2" $ .-72 L.F. PVC Pipe, Class 200 with Fittings: 2-1/2" $ 1.09 L.F. Bore and Class 200 PVC Sleeve: 2" Sleeve $ 9. So L.F. Bore and Class 200 PVC Sleeve: 4" Sleeve $ l3. �� L.F. R-1 In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract. It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer. The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. Unit and lump -sum prices as shown for each item fisted in this proposal, shall control over extensions. .vas � F_ '4- ►p ,�°��oN /Tlela'3 � CONTRACTO BY a%� 1bo5 5. CJtS'rYlmpni S Street Address � 75ooL Cityand State Seal & Authorization (If a Corporation) (am) 323--1b-78 Telephone IIM