HomeMy WebLinkAbout1989-0032516L/1589
AN FOR THE
AWARD DOFA CONTRACTS FOR COMPETITIVEING FOR PUBLICWORKS OR IMPROVEMENTSNGPROVIDING
FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN
EFFECTIVE DATE
ed
WHEREAS, the City has solicited, receive aof d worksator
imrovements ind accordanceforewithn the cpro tion edures of state law and
p
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 improvments escribed in the and p anseand specdifications therefore, invitation, proposals
NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the following competitive bids for the
construct on oscribed in the
public works or improor plans ts aandespeci specifications
"Bid Invitations , Bid Proposals or p
attached hereto are hereby accepted and approved as being the
lowest responsible bids
BID
AMOUNT
ID NUMBER
$224,103 00
9920 Landmark Company
tance and
al of the
bove
SECTION �s shall not constitute a contractvbetween theCity
compet t ve
blic
and the person submitting the bid for con structrovedf suntil usuch
works or improvements herein accepted and app
person shall comply with all requirements specified L the Notice
to Bidders including thetimely
Xecutionand pgymentf a wr bonds,itten congfter
and furnishing of performance
notification of the award of the bid
SECTION III That the City Manager is hereby authorized of
to
executnecessary writte contracts
for
or impe ementsrformance
e a in
the construction of the p roved herein, provided
accordance with the bids accepted and approved
that such contracts are made in accordance with the Notice to
Bidders and Bid Proposals, and do u snt and e
terms, conditions, p specificationslating �
Specifying the
standards, quantities and specified sums contained therein
SECTION IV That upon acceptance and approval of the above
competitivebids and the execution of contracts for the public
works and improvements as authorized herein, the City Council
s the expenditure ofp approved rids ithe
manner
hereby authorizeauthorized
the amount as specified in such a p bidsand
contracts executed pursuant thereto
SECTION V That this ordinanceshall become effective
imme ate y upon its passage and approval
PASSED AND APPROVED this the loth day of January, 1989
RAY HEN ,
MAYOR
ATTEST
�" I Y S�CRETARY
PROVED AS TO LEGAL FORM
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
BY
PAGE TWO
DATE JANUARY 10, 198
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, CIty Manager
SUBJECT BID# 9920 - DENTON MUNICIPAL LAB EXPANSION/BUILDING
RECOMMENDATION
We recommend this bid be awarded to the low bidder landmark Company of
Denton, Texas for $224,103 00 with 190 calendar days for construction
SUMMARY
This bid is for the building expansion for the
Architectural Collective, Mr Gerald Stone is
on this protect The protect was bid earlier
on September 22, 1988 This bid was reiected
submit a Bid Bond and the next low bidder did
Bond This bid is 6S lower or $13,297 00 less
unacceptable bid
Municipal Laboratory
the principal architect
on Bid #9896 and received
as the low bidder did not
not submit a valid Bid
than the first low
BACKGROUND
Tabulation Sheet, Recommendations From Department and the Public
Utility Board minutes
PROGRAM& DEPARTMENT OR GROUPS AFFECTED
Completion of Lab Project and Lab Work
FISCAL IMPACT
There is no additional impact on the Government Funds
4Respectfly/s/ubmitted
vWarrell
CIty Manager
Prepared by
amp
Title PURCHASING AGENT
PURCHASING
1
rfi
r_r
i
of
�'i
of
Cpp
'i+
I�
ram^
11`
ly
!
nt
t71
nl
T
I
1
1
I
11
C
m
j
r_f
1
i
rtt 1
v l
n
�
i
n
i
i
nI
a
la
m
rn
1
-if
i
i
i
Ml
1
1
1
�11
Z
1
�1
1
if I
1
1
I
I
j
I
�
m
1
9
M
m
m
6xi
o
Iv
s.
i
o
1-f z
w
'fra
1
M
o
yi
o
1
�
m
1
1
O
1
rf m
of
I
1
1
�
1
nl
r r
U)
b
O
1
1
of
52
Np
j
e
i
a
1
m
1
y
m
of
1
1
�
n
Inaff
i
c
1
1
�
N
,K ct
of
p
y
1
�i
1 1 G
MEMORANDUM
DATE January 3, 1989
TO Mr John Marshall, Purchasing
FROM Mr C David Ham, Director
Water/Wastewater Utilities
SUBJECT Municipal Laboratory Expansion
At the December 21, 1988 meeting of the Public Utility
Board, the PUB approved the low bid from Landmark
Construction Company for the expansion of the municipal
laboratory facility Attached with this memorandum is a
copy of the PUB minutes for this meeting
The Utility Department is requesting that this project be
added as an agenda item to the January 10, 1989 meeting of
the City Council
If you have any questions or need additional information
please call
--�_c�_-- -___
C David Ham, Director
1 .Xho) p
Chew uggested hat thi^ item bo LAblod for furihsr disc scion at
ilc= Utility Department Annual flanning Retreat the Poari AgrPed
I" CONSIDER, CONTRACT WTTH FREESE Q NTCHO'_S INC FOF FFOFF55TONAI_
CNGINEERTNU SERVICES IN LONNECrION WITH rHE DEVELOPMCNr OF A
TWENTY-YEAR MASTER FLAN FOR IMPROVEMENTS TO THE WA9TEWArCR
TREATMENT PLANT
Elam e,plained that state law requires that when monthly average
flows of a wastewater treatment plant reach 75/ of permitted flows
planning must be initiated Denton s plant is now at 77/ of permitted
flow When a plant reaches 90/ of permitted flow, construction must be
initiated or a permit application filed to amend the rated permitted
flows Ham recommended approval of the proposed agreement with Freese
I Nichols, Inc for planning of expansion of the wastewater treatment
plant
Chew acted if we have been completely satisfied with Freese &
Nichols Nelson stated that their wort, with wastewater treatment
plants is very good
Chew moved approval of the contract Frady second All ayes no
nays, motion carried
it CONSIDER APPROVAL OF LOW BID FOR THE MUNICIPAL LABORATORY
EXPANSIONk
Ham e,.plained the need and urgency of this item Ham adied that
the low bidder on this project was a Denton firm
Frady moved approval of the low bid of Landmart Construction Lo
for Phase I construction of the Municipal Liboritor/ e pinsicn Chew
econd All ayes, no nays, motion tarried
12 NEW BUSINEYS
Fhe annual planning =>ession was scheduled for Saturday anuar/ 7,
19B9, in Lhe Civil Defense Room
17 UTILITY DIRECTOR S UFDATC
Nelson advised the Board that notice of intent to file legislation
creating the Upper Trinity Municipal Water District had been submitted
to authorities in the State legislature Nelson and the Board 'eviewed
Lhe advantages and disadvantages of the new agency LaForte ind Line/
strongly opposed the creation of the new agency, seeing it to be a
'ht-A t +o Denton s control of its own destiny Nelson assukod the
Board that sufficient controls and safeguards had been built inrco the
leq slation to protect Denton
�22nz,5 7-003
CONTRACT AGREEMENT
STATE OF TEXAS
COUNTY OF ]1F.lVTON )
THIS AGREEMENT, made and entered into this ].I day of JANUARY
A.D., 19 89, by and between THE. CITY OF DENTON, TEXAS
of the County of DENTON
LLOYD V. HARREL:
and State of Texas, acting through
thereunto duly authorized so to do,
Party of the First Part, hereinafter termed the OWNER, and _
GAINESVILLE CONSTRUCTION. INC. dba LANDMARK COMPANY
DRIVE, DENTON, TEXAS 76201 (817) 383-3988
of the City of DENTON
County of
DENTON
2016 W. UNIVERSITY
and state of TEXAS , Party of the Second Part, hereinafter
termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by the Party of the
First part (OWNER), and under the conditions expressed in the bonds bearing
even date herewith, the said Party of the Second Part (CONTRACTOR) hereby
agrees with the said Party of the First Part (OWNER) to commence and complete
the construction of certain improvements described as follows:
BID# 9920 - DENTON MUNICIPAL LABORATORY EXPANSION
$224, 103.00, P.O.# 61077
and all extra work in connection therewith, under the terms as stated in the
General Conditions of the agreement; and at his (or their) own proper cost and
expense to furnish all materials, supplies, machinery, equipment, tools,
superintendence, labor, insurance, and other accessories and services
necessary to complete the said construction, in accordance with the conditions
and prices stated in the Proposal attached hereto, and in accordance with all
the General Conditions of the Agreement, the Special Conditions, the Notice to
Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance
and Payment Bonds, all attached hereto, and In accordance with the plans,
which includes all maps, plats, blueprints, and other drawings and printed or
CA-1
0044b
written explanatory matter thereof, and the Specifications therefore, as
prepared by THE ARCHITECTURAL COLLECTIVE INC
1300 N. LOCUST STREET. DENTON TEXAS I
, all of which are made a part hereof and collectively evidence and
constitute the entire contract.
The CONTRACTOR hereby agrees to commence work on or after the date
established for the start of work as set forth in written notice to commence
work and complete all work within the time stated in the Proposal, subject to
such extensions of time as are provided by the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the price or
-prices shown in the Proposal, which forms a part of this contract, such
payments to be subject to the General and Special Conditions of the Contract.
IN WITNESS WHEREOF, the parties of these presents have executed this
agreement in the year and day first above written.
CITY OF DENTON, TEXAS
LLOYD V. HARRELL
(SEAL)
ATTEST:
GAINESVILLE CONSTRUCTION dba LANDMARK COMPANY
Party of the Second Part, CONTRACTOR
Title
APPROVED AS TO FORM:
C y Attorney
CA-2
0044b
(SEAL)
PERFORIIANCE BOND
STATE OF TEXAS )(
COUNTY OF 13ENMN )(
KNOW ALL MEN BY THESE PRESENTS: That Gainesville Construction
Co.,Inc. dba Landmark Co. , of the City of Denton,
County of -Denton , and State of Texas
as PRINCIPAL, and Security National Ins. Co.
, 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 CITY OF DENTON, TEXAS
as OWNER, in the penal snm of TWO HUNDRED TWENTY FOUR THOUSAND ONE HUNDRED
THREE AND NO/100 Dollars ($224,103.00 ) 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 "_ day of .IANUARY , 19ag , for the construction of
BIU# 9920 DENTON MUNICIPAL LABORATORY EXPANSION FOR $224,103.00
which contract is hereby referred to and made a dpart hereof as fully and to the
same extent as if copied at length herein.
NOW, THEREFORE, the condition of this obligation is such, that if the
said principal shall faithfully perform said Contract and shall in all respects,
conditions and agreements in and by said contract agreed and covenanted by the
Principal to be observed and performed, and 'according to the true intent and
meaning of said Contract and the Plans and Specifications hereto annexed, then this
obligation shall be void: otherwise to remain in full force and effect;
PB-1
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by
acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this
bond shall be determined in accordance with the provisions of said Article to the
same extent as if it were copied at length herein.
PROVIDED FURTHER, that if any legal action be filed upon this bond,
venue shall lie in 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 anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the
terms of the'contract, or to the work to be -performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this llth day of January , 1989 .
Gainesville Consrtuction Co.,Inc: dba
Principal Lancluark Co.
Title President
Address 2016 W. University
Denton, Texas 76201
Security National Ins. CO.
Surety
David R. Wright
Title Attorney -in -fact
Address P.O. Box 796
Gainesville, Texas 76240
(SEAL) (SEAL)
The name and address of the Resident Agent of Surety is:
David R. Wright, P.O. Box 796, Gainesville, Texas 76240
NOTE: Date of Bond must not be prior to date of Contract.
P B--2
PAYNENT BOND
STATE OF TEXAS )(
COUNTY OF DENTON )(
KNOW ALL MEN BY THESE PRESENTS: That Gainesville Construction Co,,Inc.
dba Landmark Company of the City of Denton
County of Denton , and State of Texas , as principal, and
Security National Ins. Co.
authorized under the laws of the State of Texas to act as surety on bonds for
principals, are held and firmly bound unto THE CITY OF DENTON, TEXAS
, OWNER, in the penal sum of TWO HUNDRED TWENTY FOUR
THOUSAND ONE HIiNDRRn THREE ANT NO/100 Dollars ($224 103.00 )
for the payment whereof, the said Principal and Surety bind themselves and their
heirs, administrators, executors, successors and assigns, jointly and severally, by
thes presents:
WHEREAS, the Principal has entered into a certain written contract
with the Owner, dated the 11 day of JANUARY , 1989
BID# 9920 - DENTON MUNICIPALLABORATORY EXPANSION $224,103.00
to which contract is hereby referred to and made a part hereof as fully and to the
same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall pay all claimants supplying labor and material to him or a
subcontractor in the prosection of the work provided for in said contract, then
this obligation shall be void, otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the revised Civil Statutes of Texas as amended by the
acts 'of the 56th Legislature, Regular Session, 1959, and all liabilities on this
bond shall be determined in accordance with the provisions of said Article to the
same extent as if it were copied at length herein.
PB-3
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or to the
work performed thereunder, or the plans, specifications or drawings accompanying
the same, shall in anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be performed thereunder.
IN WITHNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this llth day of January , 19 89 ,
Gainesville Construction Co., Inc. dba
Principal Landmark Company
By
Billy . Reed
Title PrPsidani-
Address 2016 W. University
Denton, Texas 76201
(SEAL)
Security National Ins. Co.
Surety
David R. Wright
Title Attorney -in -fact
Address P.O. Box 796
Gainesville,_,Texas 76240
The name and address of the Resident Agent of Surety is:
David R. Wright, P.O. Box 796, Gainesville, Texas 76240
PB-4
0092b
TheTrinity
Companies
Dallas, Texas 75201
LIMITED POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY,
each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a
Kansas Corporation do hereby appoint
DAVID R. WRIGHT OR E. E. WRIGHT, OR. — GAINESVILLE, TEXAS
its true and lawful Attorney(s)- in- Fact, with full authority to execute on its behalf fidelity and surety
bonds or undertakings and other documents of a similar character issued in the course of its business, and
aFIVEthHUNBREDeTHOUSANDeAND NO/100in amounts
or penalties not exceeding the sam af500 000.00
Dollars ($ � )
EXCEPT NO AUTHORITY IS GRANTED FOR.
1. Bid or proposal bonds where estimated contract price exceeds the ornount stated herein.
2. Open Penalty bonds.
3. Bonds where Attorneys)-m - Fact, appear as a party at interest.
IN WITNESS WHEREOF, TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL IN-
SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., have each
executed and attested these presents
chis3RD day of MARCH 19��_.
/+!
E ARY-VICE PRIES.JA�MES G. DR WEKT, PRESIDENT
That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY,
each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas
Corporation, in pursuance of authority granted by that certain resolution adopted by their respective Board of
Directors an the lst day of March, 1976 and of which the following is a true, full, and complete copy.
"RESOLVED, That the President, any Vice -President, or any Secretary of each of these Companies be and
they are hereby authorized and empowered to make, execute, and deliver in behalf of these Companies
unto such person or persons residing within the United States of America, as they may select, its Power
of Attorney constituting and appointing each such person Its Attorney -in -Fact, with full power and author-
ity to make, execute and deliver, for it, in its name and in its behalf, as surety, any particular bond or
undertaking that may be required in the specified territory, under such limitations and restrictions, both
as to nature of such bonds or undertaking and as to limits of liability to be undertaken by these Companies,
as said Officers may deem proper, the nature of such bonds or undertakings and the limits of liability to
which such Powers of Attorney may be restricted, to be in each instance specified in such Power of
Attorney.
RESOLVED, That any and all Attorneys -in -Fact and Officers of the Companies, including Assistant Secre-
taries, whether or not the Secretary is absent, be and are hereby authorized and empowered to certify or
verify copies of the By -Laws of these Companies as well as any resolution of the Directors, having to do
with the execution of bonds, recognizonces, contracts of indemnity, and all other writings obligatory in the
nature thereof, or with regard to the powers of any of the officers of these Companies or of Attorneys -in -
Fact.
RESOLVED, That the signature of any of the persons described in the foregoing resolution may be fac-
simile signatures as fixed or reproduced by any form of typing, printing, stamping or other reproduction of
the names of the persons hereinabove authorized."
CERTIFICATION OF POWER ATTORNEY
I, Jmdth E. Fogan, Corp. Secretary of TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL
INSURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. do hereby
certify that the foregoing Resolution of the Boards of Directors of these Corporations, and the Power
Attorney issued pursuant thereto, are true and correct and are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each Corporation
this //-ekday of''z� p 19—L.
(r_14Z1S4"EW:;-
ll/Sr.` %
n3 >.' .UDITH E. EAGAN. CORP. SECRETARY
E.L�� :SEAL:.= 11=:SEAL't.1 tiHnrUlllllll111\P"\ �nNlBlnllno`
B-3866
REV. 3-82
INSURANCE
The Contractor is fully responsible for all losses pertaining to, resulting
from, or connected with the completion of this contract. The owners
acceptance of a Certificate of Insurance, that does not comply.with the bid
or contract documents, does not release the contractor or the insurance
company from any liability, conditions or other requirements within the
scope of this contract documents.
It is the responsibility of the Contractor to send this complete insurance
package to his insurance provider. This will enable the policies and the
Certificate to include all requirements as.they apply to the Contract
documents. The Insurance Certificates must be returned to the City of
Denton with the Contract documents for approval and execution.
All Contract documents must be returned to the CITY OF DENTON, JOHN MARSHALL,
PURCHASING AGENT, 901-B TEXAS STREET, DENTON, TEXAS 76201.
CI-0
CITY OF DENTON
MINIMUM INSURANCE REQUIREMENTS
INSURANCE•
Without limiting any of the other obligations or liabilities of the
Contractor, the Contractor shall provide and maintain until the contracted
work and/or material has been completed/delivered and accepted by the City of
Denton, Owner, the minimum insurance coverage as indicated hereinafter.
Satisfactory certificate(s) of insurance shall be filed with the Purchasing
Department prior to starting any construction work or activities to deliver
material on this Contract. The certificate(s) shall state that thirty (30)
days advance written notice will be given to the Owner before any policy
covered thereby is changed or cancelled. The bid number and title of the
project should be indicated, and the City of Denton should also be listed on
all policies as an additional named insured. To avoid any undue delays, it is
worth reiterating that:
o Thirty (30) days advance written notice of material change or
cancellation shall be given;
o The City of Denton shall be an additional named insured on all
policies.
I. Workmen's Compensation and Employer's Liability. This insurance shall
protect the Contractor against all claims under applicable state
workmen's compensation laws. The Contractor shall also be protected
against claims for injury, disease, or death of employees which, for
any reason, may not fall within the provisions of a workmen's
compensation law.
The liability limits. shall not be less than:
o Workmen's Compensation - Statutory
o Employer's Liability - Statutory
11. Comprehensive Automobile Liability. This insurance shall be written in
comprehensive form and shall protect the Contractor against all claims
for injuries to members of the public and damage to property of others
arising from the use of motor vehicles licensed for highway use,
whether they are owned, nonowned, or hired.
The liability limits shall not be less than:
o A combined single limit of $500,000
III. Comprehensive General Liability. This insurance shall be written in
comprehensive form and shall protect the Contractor against all claims
arising from injuries to members of the public or damage to property of
others arising out of any act or omission of the Contractor or his
agents, employees or subcontractors.
CI-1
Insurance Requirements
page two
To the extent that the Contractor's work, or work under his direction,
may require blasting, explosive conditions, or underground operations,
the comprehensive general liability coverage shall contain no exclusion
relative to blasting, explosion, collapse of buildings, or damage to
underground property.
The liability limits shall not be less than:
o A combined single limit of $500,000
IV. Owner's Protective Liability Insurance Policy. This insurance shall
provide coverage for the Owner and its employees, in the name of the
City of Denton, for liability that may be imposed arising out of the
work being performed by the Contractor. This also includes liability
arising out of the omissions or supervisory acts of the Owner.
Although this insurance is strictly for the benefit of the Owner, the
Contractor is responsible for obtaining it at his expense.
The liability limits shall not be less than:
o A combined single limit of $500,000
INSURANCE SUMMARY:
The Contract shall provide insurance to cover operating hazards during the
period of placing the facility in operation and during testing, and until such
time as the facilities are completed and accepted for operation by the Owner
and written notice of that fact has been issued by the Owner. Approval of the
insurance by the Owner shall not in any way relieve or decrease the liability
of the Contractor hereunder. It is expressly understood that the Owner does
not in any way represent that the specified limits of liability or coverage or
policy forms are sufficient or adequate to protect the interest or liabilities
of the Contactor.
Again, the Owner shall be given a certificate of insurance indicating that all
of the above policies and the appropriate limits are indeed enforced. The
certificate shall also indicate that the Owner will be given at least thirty
(30) days written notice of cancellation, non -renewal, or material change of
the required insurance coverage. All responsibility for payment of any sums
resulting from any deductible provisions, corridor or self -insured retention
conditions of the policy or policies shall remain with the Contractor. The
writing. Any notice to proceed that is issued shall be
approval by the Owner.
CI-2
O1/13/97
CERTIFICATE OF INSURANCE
CITY OF DENTON
Name and Address of Agency
Wright & Wright Ins. Center
P.O. Box 796
Gainesville,Tx. 76240 phew 817-665-3121
laws and Address of Insured:
City of Denton References
Project Name: Denton Municipal Laboratory Expan.
Project No: 9920
Project location: 1100 Mavhill Rd., Denton Tx
Menaging Dept: John Marshall (Porch)
Campanian Affording Coverages
Gainesville Construction
Co.,
Inc. dba
A
American General
Fire & Casualty Co.
Landmark Comany. 2016 W.
University
Dr
B
Aetna Casualty &
Surety
Denton, Texas 76201 Phew 817-383-3899
C
This is to certify Chant policles of Insurance Ilsted below haw base issued and are in force at +his time.
mpely
Expiration Limits of Liability
- - --
.... n..mw-
VATU
in incusands cam)
A
Comprehensive Sum I Liability
Occurrence
ECA81159014
3-1-89
Occurrence
$
k Claims Made (sae f2-re4ered
Bodily Injury
to Includes
Broad (�
Property
y Damega
$
x Independent Contractors
Bodily injury and Property
R Products/0=91ated Operations-xPerson
aactualjLiability
Z Ca (see il-reverse)
Owl Combined
$ 1000
- Explosion and Collapse Hazard
- Underground Hazard
- Ligrar Liability Coverage
sc Fire legal Liability (see /i-reverse)
Broad Form Property Oamage
- Professional Errors/Omissions
- occurrence
- claims made (see iZ-reverse)
CaepretLiability
BodilyAutclaoblle Bodily Injury/Person
$
Bodily Injury/Accident
$
- O«:ed/Lassed Autasobllea
- Mon -owned Autamobl lea
Property Damage
$
A
- Hired AutnmobiIas
MAB83331702
3-1-89
Bodily Injury/Property
All owned autos (other than priv. passenger)
Damage Combined
$ 500
and
- Ies' Liability
Statutory Mount
B
18CT15227
10-9-89
500
sac : acc m
A
Other Insurance Umbrella
UB87950507
3-1-89
1,000,000. Ea. Occ.(BI & PD)
A
- Builder's Risk
BC27243328
2-1-89
$224,103.00
A
-Owner's Protective Liability
Application
1-17-90
500,000. CSL
seription of Operstlons/Locatlons/Vehicles. The City of Denton is an additional insured as its interest may
»er as defined on the reverse side, The City of Denton, its elected & appointed officials, officer
as and address of Certificate Holder.
M41`I._•
CONDITIONS
11 YY• ICI',91 •- •' Iu r• r: - _ rc• .0 .•••r• u • w. • •c
1> r• r •- y a 1 r={ .• :r• a •n •- nu a r• r••-ronu .••. •' r•-
n vi- • •c •' lo•r•r
• •q- I �- �• - 1" •• r a • -n G• r cr �I• •r •R-
r - w vi - •r� -r•- • •:• w r u • nc rr •-
• • r • • w • • . •• _ _ WWI
- •' r•- ••. r • ••-
r r• • • •- •• _ • rr- •: •• ... - cn-• a -••
1'� 9tr• � YI Y 'c• r :• ur r r: r•u • - r•- ••• r-r
r• •• r r n _ ••r r_r r: r= .rr - .rr •: :rcr r<n
G• ru, Cr rH �•1M u r •rL ran].. n -r r - • •• w•1< ••
- r r - •• ra„n•.a r. c• r• rr•c •.r• • r• n
•ro .iw •ram •rr- ••r r «r• ,d •' r• r- „i n, •-
11 111
C%4
FORM OF PROPOSAL
DATE: December 13. 1988
PROJECT: DENTON MUNICIPAL LABORATORY (Bid #9896)
LABORATORY EXPANSION
1100 Mayhill Road, Denton, Texas
PROPOSAL OF: Gainesville Construction, Inc. dba Landmark Company
(hereinafter called "Bidder")
a corporation,
an individual doing business as
TO: JOHN MARSHALL, CHIEF PURCHASING AGENT
CITY OF DENTON, TEXAS
901-B TEXAS STREET
DENTON, TEXAS 76201
a partnership,
The Bidder in compliance with your Advertisement for Bids for the
above referenced project, and having become thoroughly familiar
with the terms and conditions of the proposed Contract Documents
and with local conditions affecting the performance and cost of
the Work at the place where the Work is to be completed and
having fully inspected the site in all particulars, hereby
proposes and agrees to fully perform the Work within 190
calendar days from the Notice To Proceed and in strict accordance
with the proposed Contract Documents, for the following sum of
money:
BASE BID•
All labor, materials, services and equipment necessary for
completion of the Work shown on the Drawings and ip th
Specifications,Two hundred twenty-four thousand one hundred � ollars
($224+103.0' ).
Amount shall be shown in both words and figures.
ALTERNATES
No. 1 - (Add) (Deduct) no change Dollars
($ 0.00 ).
No. 2 - (Add) (Deduct) One thousand seven hundred Dola>Ys dollars
($1,750.00 ).
No. 3 - (Add) (Deduct) no change Dollars
($ 0.00 ).
-1-
COMMENCEMENT OF WORK:
The Bidder further proposes and agrees to commence work under
this Contract within ten (10) days after the date established in
a written "Notice To Proceed" and to fully complete all work
thereunder as set forth in the Form of Proposal.
ADDENDA:
The Bidder further agrees, and acknowledges that the following
Addenda have been received and that the entire thereof have been
incorporated into this Proposal:
No. One, dated 11-11-
No. Three, dated 12-13-88
No. Five, dated
Submitted by:
(Lega�,Signature)
Landmark Companv
(Firm)
No. Two, dated
No. Four, dated
No. Six, dated
2016 W. University, Denton, Tx 76201
(Address)
(817) 383-3899
(Phone Number)
(Corte porate Seal)
-2-
11-16-88