Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2008-015
ORDINANCE NO. oS" O �� AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A TWO YEAR CONTRACT FOR MOWING FOR VARIOUS CITY DEPARTMENTS; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (BID 3926-TWO YEAR CONTRACT FOR MOWING AWARDED TO THE LOWEST RESPONSIBLE BIDDER FOR EACH SECTION IN THE ANNUAL ESTIMATED AMOUNT OF $373,316.00. 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 therefor; 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 1. The numbered items in the following numbered bids for materials, equipment, supplies, or services, shown in the "Bid Proposals" on file in the office of the City Purchasing Agent, are hereby accepted and approved as being the lowest responsible bids for such items: BID ITEM NUMBER NO VENDOR AMOUNT 3926 Proposal A VMC Landscape Services Exhibit A 3926 Proposal B VMC Landscape Services Exhibit A 3926 Proposal C Firehouse 22 Exhibit A 3926 Proposal C1 Firehouse 22 Exhibit A 3926 Proposal D MET Lawncare Exhibit A 3926 Proposal E MET Lawncare Exhibit A 3926 Proposal F VMC Landscape Services Exhibit A 3926 Proposal Fl VMC Landscape Services Exhibit A 3926 Proposal G1 MET Lawncare Exhibit A 3926 Proposal G2 MET Lawncare Exhibit A 3926 Proposal G3 MET Lawncare Exhibit A 3926 Proposal I VMC Landscape Services Exhibit A 3926 Proposal Il VMC Landscape Services Exhibit A 3926 Proposal J MET Lawncare Exhibit A 3926 Proposal K MET Lawncare Exhibit A 3926 Proposal L Brandon's Landscape Service Exhibit A 3926 Proposal M VMC Landscape Services Exhibit A 3926 Proposal M1 VMC Landscape Services Exhibit A 3926 Proposal M2 VMC Landscape Services Exhibit A 3926 Proposal M3 VMC Landscape Services Exhibit A 3926 Gen Mowing Class A MET Lawncare Exhibit A 3926 Gen Mowing Class B 3926 Gen Mowing Class C 3926 Gen Mowing Class D MET Lawncare Exhibit A MET Lawncare Exhibit A MET Lawncare Exhibit A SECTION 2. 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 to pur- chase 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 3. Should the City and the winning bidder(s) 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 a written contract in accordance with the terms, conditions, specifications, standards, quantities and specified sums contained in the Bid Proposal and related documents and to extend that contract as determined to be advantageous to the City of Denton. SECTION 4. By the acceptance and approval of the above enumerated bids, the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved bids. SECTION 5. This ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the _ fiL day of 12008. PERRY R. McNEILL, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: APPR E+ATO LEGAL FORM: EDWIN M. SNYDER, CITY ATTORNEY BY: ZZ2k 3-ORD 3926 BID #3926 Exhibit A DATE: 12/06107 TWO-YEAR CONTRACT FOR MOWING ENDOR VENDOR VENDOR VENDOR Lawncare 0000( Brandon's Landscape Service Gary Morgan Enterprises LP dbaFirehouse VMC Landscape Services 22 nton, TX Rockwall, TX Dallas, TX Denton, TX PROPOSALS -ANNUAL BID PRICE A MEDIANS 7 RIGHT-OF-WAYS CLASS A $44,608.00 8 CITY PARKS & PUBLIC BUILDINGS CLASS A $61,056.00 C LIBRARIES NORTH & SOUTH BRANCH CLASS A MOWING $4,160.00 C1 NORTH BRANCH LIBRARY BED MAINTENANCE $2,640.00 D CITY PARKS CLASS B $56,900.00 E CITY MEDIANS & RIGHT-OF-WAYS NORTH CLASS B $23,900.00 F CITY MEDIANS & RIGHT-OF-WAYS SOUTH CLASS B - $36,120.00 F1 ALTERNATE FOR FUTURE CONSIDERATION - VINTAGE PARKWAY EAST OF BONNNIE BRAE TO HWY 377 $3,660.00 G FIRE STATIONS CLASS A & B (including Bed Maint) Of OPTION 1 - MOWING $8,940.00 G2 OPTION 2 - BED MAINTENANCE $1,670.00 G3 ALTERNATE ITEMS FOR FUTURE CONSIDERATION - FIRE & POLICE FUTURE TRAINING FACILITY, 80 ACRES TOTAL BID IFR FOR A 100FT MOW STRIP ALONG VINTAGE PKWY & BONNIE BRAE. 10 ACRES WILL CALL BASIS - ESTIMATE 5 - 7 CYCLES $1,400.00 I SOLID WASTE/LANDFILL CLASS A, B & C $40,003.00 11 OPTIONAL BED MAINTENANCE PLUS SEASONAL COLOR PLANTINGS $1,184.00 J ELECTRICAL SUBSTATIONS CLASS A & B $13,424.00 K WATER RECLAMATION CLASS A & C $19,515.00 L CODE ENFORCEMENT - SEE NEXT PAGE M RAIL TRAIL CLASS C $19,250.00 M7 ALTERNATE ITEM FOR FUTURE CONSIDERATION - LAKE RAY ROBERTS OUTLOOK (NORTH END OF GREENBELT), MOW AND LITTER REMOVAL $2,310.00 HOURLY RATE FOR SPECIAL CALL OUT REQUEST M2 HOURLY RATE FOR TRACTOR & MOWERS $90.00 M3 HOURLY RATE FOR LABOR AND TRIMMER $28.00 BID #3926 Exhibit A DATE: 12/06/07 TWO-YEAR CONTRACT FOR MOWING ENDOR VENDOR VENDOR VENDOR Lawncare 000* Brandon's Landscape Service Gary Morgan Enterprises LP dba VMC Landscape Services Firehouse22 nton, TX I Rockwall, TX Dallas, TX Denton, TX GENERAL MOWING SERVICE AS NEEDED BY THE CITY - PRICE PER ACRE PER CYCLE CLASS A $30.00 CLASS B $30.00 CLASS C $45.00 CLASS D $45.00 'Per acre per cycle price will be prorated for smaller parcels as determined by the City PROPOSAL L- CODE ENFORCEMENT MOWING OF PARCELS WITH UNRESTRICTED ACCESS I -A Parcels of land up to 10,000 square feet (up to 3') per lot price $60.00 I -A Parcels of land up to 10,000 square feet (over 3') per lot price $65.00 II -A Parcels of land 10, 001 square feet to 1 acre (up to X) per lot price $65.00 11-A Parcels of land 10, 001 square feet to 1 acre (over T) per lot price $70.00 III -A Parcels of land more than 1 acre (up to T) per acre price $70.00 III -A Parcels of land more than 1 acre (over T) per lot price $75.00 MOWING OF PARCELS WITH RESTRICTED ACCESS (EQUIPMENT MUST FIT THROUGH 3 FT. OPENING) I-B Parcels of land up to 10,000 square feet (up to 3') per lot price $65.00 I-B Parcels of land up to 10,000 square feet (over T) per lot price $70.00 11-B Parcels of land 10,001 square feet to 1 acre (up to T) per lot price $70.00 11-B Parcels of land 10,001 square feet to 1 acre (over 3') per lot price $75.00 III-B Parcels of land more than 1 acre (up to T) per acre price $80.00 III-B Parcels of land more than 1 acre (over T) per lot price $90.00 TRASH AND DEBRIS REMOVAL IV Trash & Debris removal based on cubic yard calculated by the COD Solid Waste formula $80.00 Hourly rate for labor & trimmer on specialty rate per Contract Terms and Conditions #4 $25/Hr. per man Bid Bond Yes Yes Yes Yes ••TruGreen Landcare qualified their bid, and therefore is considered non -responsive. CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 8`h day of January A.D., 2008, by and between City of Denton of the County of Denton and State of Texas, acting through George Campbell thereunto duly authorized so to do, hereinafter termed "OWNER," and VMC Landscape Services Dallas, Texas 75229 of the City of Dallas, 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: Bid #3926 — Two -Year Contract for Mowing in the amount of See Exhibit A 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 and the Performance and Payment Bonds, attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein and on file in the office of the Purchasing Agent, and in accordance with all local, state and federal laws; and plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by: City of Denton Parks and Recreation Department all of which are referenced herein and made a part hereof and collectively evidence and constitute the entire contract. CA-1 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 covenants and agrees to and does hereby indemnify, hold harmless and defend, at its own expense, Owner, its officers, servants and employees, from and against any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of the Work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers, servants, employees, of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner during the performance of any of the terms and conditions of this Contract, whether arising out of in whole or in part, any and all alleged acts or omissions of officers, servants, or employees of Owner. The provisions of this paragraph are solely for the benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise, to any other person or entity. 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 Right to Audit The OWNER shall have the right to audit and make copies of the books, records, and computations pertaining to this agreement. The CONTRACTOR shall retain such books, records, documents and other evidence pertaining to this agreement during the contract period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be kept until all audits tasks are completed and resolved. These books, records, documents and other evidence shall be available, within 10 business days of written request. Further, the CONTRACTOR shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to this agreement, and to allow the OWNER similar access to those documents. All books and records will made available within a 50 mile radius of the City of Denton. The cost of the audit will be borne by the OWNER unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the CONTRACTOR which must be payable within five business days of receipt of an invoice. Failure to comply with the provisions of this section shall be a materials breach of this contract and shall constitute, in the OWNER'S sole discretion, grounds for termination thereof. Each of the terms "books", "records", "documents" and "other evidence", as used above, shall be construed to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document. CA-3 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: Ail, Y=yei"2 ATTEST: Malinda Bear, Assistant Controller, Administration City of Denton OWNER BY: VMC LABIDSCAPE(VV�PCES 2433 Merrell Road Dallas, TX 75229 MAILING ADDRESS 972-445-5654 PHONE NUMBER 972-331-4497 FAX NUMBER BY: Managing Partner TITLE Gary Morgan APPROVED AS TO FORM: PRINTED NAME ��. kfq'Y ATTORNEY � CA-4 (SEAL) PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § BOND NO. TXC68615 KNOW ALL MEN BY THESE PRESENTS: That VMC Landscape Services--W-I�Iose address is 2433 Merrell Road, Dallas, Texas 75229 hereinafter called Principal, and MERCHANTS BONDING COMPANY ✓ , a corporation organized and existing under the laws of the State of IOWA , and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the Star of Texas, hereinafter called Owner, in the penal sum of Ten Thousand�OLLARS ($10,000us ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages arising out of or connected with the below identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement, which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement, which reduces the Contract price, decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 2008-015, with the City of Denton, the Owner, dated the 8th day of January A.D. 2008✓a copy of which is hereto attached and made a part hereof, for Bid #3926 — Two -Year Contract for Mowine ✓ NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by the Owner; and, if the Principal shall fully indemnify and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., 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, or to the Plans, Specifications, Drawings, etc. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19- 1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 22ndday of January , 2008 ✓ ATTEST: PRINCIPAL BY: ATTEST: SURETY Vim( JI C MERCHANTS BONDING,COMPANY BY: . _ BY: Ot� AACT� ATTORNEY-IN-N-,. 7 The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: MICHAEL N. RUDBERG STREET ADDRESS: 2736 VALLEY VIEW, FARMERS BRANCH, TX 75234 (NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) 0 � SP PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That VMC Landscape Services✓ whose address is 2433 Merrell Road, Dallas, Texas 75229 hereinafter called Principal, and MERCHANTS BONDING COMPANY✓ , a corporation organized and existing under the laws of the State of IOWA , and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to, in the penal sum of Ten Thousand-KOLLARS (SI0,000.00on lawful money of the United States, to be paid in Denton, County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 2008-015, with the City of Denton, the Owner, dated the 8th day of January A.D. 2008✓a copy of which is hereto attached and made a part hereof, for Bid #3926 — Two -Year Contract for Mowing NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie in Denton County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., 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, or to the Plans, Specifications, Drawings, etc. I' C This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such surety, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the22nd day of January , 2008.✓ ATTEST: ATTEST: BY: PRINCIP i_ /4" Gv—� BY: / Q P�� SURETY MERCHANTS BONDING COMPANY ` BY: /,,►Y r ATTORNEY -IN -FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the processis: NAME: MICHAEL N. RUDBERG STREET ADDRESS: 2736 VALLEY VIEW, FARMERS BRANCH, TX 7 4 (NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) Merchants Bonding Company (Mutual) POWER OF ATTORNEY EcndNo. TXC68615 Knew All persons By These Presents, that the MERCHANTS ECNOING COMPANY•`(tUTUAL), a a:,.c..^<tcn duly organized under the laws of the State of Iowa, and having its principal office in the City of Des Moines. Count/ of Folk, Slate of Iowa, haul made, constituted and appointed, and does by these presents make, constitute and appoint Nficiael N. Rudbert-s-lusan Crain and/or David P. Barrie of Dallas . and State of Texas its true and lawful Attcmeymin-Fact., with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deriver in itspehalf as surer/ any and 28 bands, undertakings, recgnizarces or ether written obligations in the nature thereof, subject to the finitaucn that any such instrument stall not exceed the amount of: FIFTY THOUSAND (550,000.000 DOLLARS✓ and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extent as if sucti bond or undertaking was signed by the duty authorized officers of the MERCHANTS BONDING COMPANY (MUTUAL)• and all the ac's of said Ancmey-in-Fad, pursuant to the authority herein given, are hereby ratified and confirmed. This Pcwer-cf-Attemey is made and execiled pursuant to and by authority of the following Amended Sutstituted and F.estated Ey. Laws adopted by the Ecard or Cireccrs of the MERCHANTS BONDING COMPANY (MUTUAL) on Cc,. -ter 3. 1992. ARTICLE 11. SECTION 8 - The Chairman of the Board or President or any Vice President or Secetary shall have power and authority to appoint Ahcmeys-ir Fact and to authorize them to execute on behalf of the Cer„pany, and anach the Seal of the Company thereto, bends and underakirgs, recgniances, cntracs of indf!MXrity and ether writings ctliga:cry in the nature thereof. ARTICLE 11. SECTION 9 -The signature of any authcrized officer and the Seal of the Company may to axed ty facir..ile to any Power of Accmey cr Cenifieticn It•.erecf authorizing the execticn and delivery cf any tcrd, ureanzk:-5. recgncance, cr other sureryshlp etfiga9ens of the Ccmpany, and suc`. signature and seal when se used shall have the same force and effect as though macuatly fixed. In V61ress Wterect. MERCHANTS ECNCING CChIFANY (MUTUAL) has =used Lf.ese presents Ic to S.gred ty Its Fresltert arc its ccrr=te seal to be here!= affixed. this 2nd day of January , 2002 . p\NG , Co : •Oo?�R P 0,9' :ps • a•'•, 1933 •.6,.: .......... : STATE CF IOWA CCUNTY CF FCLK as. LIEnCHANTS ECNCI::G CC1A:A:ry (S:UTUAU F:es:ceri Cn this 2rd day cf Januari . 2CO2 . te.'ae me agored Lary T:ytu, tc me perSC:.a➢y L-cw . wte telrg ty r..e cdy swc, did say Nat he is F:esldent of L.e Sfc RC:-a.N75 ECNCING CC.VFA.W des C.ted in ire fcregCT.g irsr:ment, and that ate Seal affixed to : e said ins'timer.t is ?e Ccr-Cr.:e Seat Cf the Said CT �cra: cn and that : e said insv' m..ent was signed and sealed in tetall cf said C= ;cr:'-Cn by acctrry ct cis Ecard cf CrteCdn. In i estvncny %"hereof. I have herevrset my hard and a5xed my Crrc:al Seal at the C.ry of Ces Mores. Icc..a. L".e day :r.c year fin: :cce wneen. RUTH K. MCCLAIN / ;/, �' `r P ? Ccmmiss:cn Ncmter Z01:St C(/Q(iy- •,=�+•,.• My Ccnmisvcn Ex-:res Fetr•ary 19.2CC4 l:cbrr wok, F l Cyr: �, .•o-a STA E CF IC:VA CCUNTY CF FCLK ss. I. t:SOiam Y/ar..er, Jr., Sec:elary cf the .:IERCHAN7S BCNCING CCNIPANY (%RITUAL). do heretY cerN L^.at Le aecve arc (cregarg Is a :rue and Coco,: c ;y cf me FGwES CF-A-CRNEY executed ty said ,UERCHAN TS ECNCING CCSIPA:.Y ,.,L TL,L,. we,cn a v:11 in force and effect.. In Vhlress P:hemcf. I rave herecrcc set r..y.^.ara jPC ar'.ed ;ne seal U:re Company cm Ms 22nd caycl January /, 2008 •.- V •_:�Q\NG Cpya P O,q' y,•, •a' 1933 .'C. ,..::.,.l,.ra •..mod.. ;,c: S.�coraq 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 provider/ 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. It 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. 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 read: "SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED'. Should any of the 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 $ 500,000 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. [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $300,000 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a 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 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). [ ] 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"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 per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. I. 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. [ ] Commercial Crime Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this coverage should be written on a "blanket" basis to cover all employees, including new hires. This type insurance should be required if the contractor has access to City funds. Limits of not less than each occurrence are required. [ ] 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. ATTACHMENT 1 [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. 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. 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 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. BID #3926 Attachment 1 GATE: 12/06/07 TWO-YEAR CONTRACT FOR MOWING DESCRIPTION VENDOR VENDOR VENDOR VENDOR Brandon's Gary Morgan MET Lawncare Landscape Enterprises LP dba Firehouse 22 Service VMC Landscape Services - Principle Place of Business: Denton, TX Rockwall, TX Dallas, TX Denton, TX PROPOSALS -ANNUAL BID PRICE A, MEDIANS 7 RIGHT-OF-WAYS CLASS A No Bid No Bid $44,608.00 No Bid B CITY PARKS & PUBLIC BUILDINGS CLASS A No Bid No Bid $61,056.00 No Bid -,C. LIBRARIES NORTH & SOUTH BRANCH CLASS A MOWING No Bid $3,484.00 $7,040.00 $4,160.00 .Cl NORTH BRANCH LIBRARY BED MAINTENANCE No Bid $9,600.00 $2,336.00 $2,640.00 �• D CITY PARKS CLASS B $56,900.00 No Bid $140,800+00 No Bid E CITY MEDIANS & RIGHT-OF-WAYS NORTH CLASS B $23,900.00 No Bid $32,620.00 No Bid ALTERNATE FOR FUTURE CONSIDERATION - MALONE $0.00 No Bid $740.00 No Bid ISLANDS @ TULANE & BOWLINGREEN ly ('.;_F CITY MEDIANS & RIGHT-OF-WAYS SOUTH CLASS B No Bid No Bid $36,120.00 No Bid FT ALTERNATE FOR FUTURE CONSIDERATION - VINTAGE No Bid No Bid $3,660.00 No Bid PARKWAY EAST OF BONNNIE BRAE TO HWY 377 G FIRE STATIONS CLASS A & B (including Bed Mainl) 'G1 - OPTION 1 - MOWING $8,940.00 No Bid $14,932.00 $8,824.00 ;G2' OPTION 2 - BED MAINTENANCE $1,670.00 No Bid $3,868.00 $6,800.00 ALTERNATE ITEMS FOR FUTURE CONSIDERATION - FIRE & POLICE FUTURE TRAINING FACILITY, 80 ACRES G3 TOTAL BID IFR FOR A 100FT MOW STRIP ALONG $1,400.00 No Bid $5,131.00 No Bid VINTAGE PKWY & BONNIE BRAE. 10 ACRES WILL CALL BASIS - ESTIMATE 5 - 7 CYCLES H- CEMETERIES CLASS B No Bid No Bid No Bid No Bid -'; SOLID WASTE/LANDFILL CLASS A, B & C No Bid No Bid $40,003.00 No Bid OPTIONAL BED MAINTENANCE PLUS SEASONAL No Bid No Bid $1,184.00 No Bid ;:�. •,. COLOR PLANTINGS .' J ELECTRICAL SUBSTATIONS CLASS A & B $13,424.00 $23,590.00 $27,884.00 No Bid K WATER RECLAMATION CLASS A & C $19,515.00 No Bid $31,123.00 No Bid L- CODE ENFORCEMENT - SEE NEXT PAGE M RAIL TRAIL CLASS C No Bid No Bid $19,250.00 No Bid ALTERNATE ITEM FOR FUTURE CONSIDERATION - 4.41 LAKE RAY ROBERTS OUTLOOK (NORTH END OF No Bid No Bid $2 310.00 No Bid GREENBELT), MOW AND LITTER REMOVAL HOURLY RATE FOR SPECIAL CALL OUT REQUEST N12 HOURLY RATE FOR TRACTOR & MOWERS No Bid No Bid $90.00 No Bid M33 HOURLY RATE FOR LABOR AND TRIMMER No Bid No Bid $28.00 No Bid 'BID #3926 Attachment 1 BATE: 12/06/07 TWO-YEAR CONTRACT FOR MOWING No. DESCRIPTION VENDOR VENDOR VENDOR VENDOR Brandon's Gary Morgan MET Lawncare Landscape Enterprises LP dba Firehouse 22 Service VMC Landscape Services Principle Place of Business: Denton, TX Rockwall, TX Dallas, TX Denton, TX GENERAL MOWING SERVICE AS NEEDED BY THE CITY - PRICE PER ACRE PER CYCLE CLASS A $30.00 $55.00 $75.00 No Bid CLASS B $30.00 $55.00 $90.00 No Bid CLASS C $45.00 $55.00 $105.00 No Bid Y CLASS D $45,00 $55.00 $115.00 No Bid 'Per acre per cycle price will be prorated for smaller parcels as determined by the City PROPOSAL L- CODE ENFORCEMENT ' MOWING OF PARCELS WITH UNRESTRICTED ACCESS Parcels of land up to 10,000 square feet (up to 3') per lot price No Bid $60.00 No Bid No Bid I -A Parcels of land up to 10,000 square feet (over 3') per lot price No Bid $65.00 No Bid No Bid 11-A Parcels of land 10, 001 square feet to 1 acre (up to 3') per lot price No Bid $65.00 No Bid No Bid -II-A Parcels of land 10, 001 square feet to 1 acre (over 3') per lot price No Bid $70.00 No Bid No Bid ill -A Parcels of land more than i acre (up to 3') per acre price No Bid $70.00 No Bid No Bid III -A Parcels of land more than 1 acre (over 3') per lot price No Bid $75.00= No Bid No Bid MOWING OF PARCELS WITH RESTRICTED ACCESS (EQUIPMENT MUST FIT THROUGH 3 FT. OPENING) 'I-B Parcels of land up to 10,000 square feet (up to 3') per lot price No Bid $65.00 No Bid No Bid I-B Parcels of land up to 10,000 square feet (over 3) per lot price No Bid $70.00 No Bid No Bid -11-'g Parcels of land 10,001 square feet to 1 acre (up to T) per lot price No Bid -$70.00 No Bid No Bid ;II-E. Parcels of land 10,001 square feet to 1 acre (over T) per lot price No Bid $75.00 No Bid No Bid ill-B Parcels of land more than 1 acre (up to T) per acre price No Bid $80.00 No Bid No Bid 111-B Parcels of land more than 1 acre (over 3') per lot price No Bid $90.00 No Bid No Bid TRASH AND DEBRIS REMOVAL - IV_ Trash 8 Debris removal based on cubic yard calculated by the COD Solid Waste formula No Bid $80,00 No Bid No Bid Hourly rate for labor 8 trimmer on specialty rate per Contract Terms and Conditions #4 No Bid $25/Hr. per man No Bid No Bid Bid Bond Yes Yes Yes Ves '."TruGreen Landcare qualified their bid, and therefore is considered non -responsive. Purchasing Department 901-B Texas St. Denton, TX 76209 (940) 349-7100 www.dentonpurchasing.com Bid #3926 Two -Year Contract For Mowing BIDS DUE: DECEMBER 6, 2007 my TABLE OF CONTENTS CETO BIDDERS............•............................................................................. 9 IOSAL: FORMS..........................................................................................................2 - 20 AND CONDITIONS ........ .•... 21 - 2T OPENING DATE, TIME, PROCEDURES, CONTACTS ......................... ....21 .................. GENERAL CONDITIONS ...................... .................. .............. .... ....... 22 - 23 ................ . EVALUATION CRITERIA., .................................. 24 I . SPECIAL TERMS AND CONDITIONS ........................................ ...... .......... ...26 DISADVANTAGED BUSINESS ENTERPRISES ......................... ........ .................................... 28 r VENbOR REFERENCES........... � ECitiNICAL SPECIFICATIONS ..... ... I ......... :........ 29A - 29B ............. ................... .............. 30 - 39 APPENDIXA.i:..........................•..---.,,•,,.........I.............•. .............4D , 1. SAFETI! RECORD QUESTIONNAIRE ........................ 41- 43 SAMPLE CONTRACT AGREEMENT ..................................... ----.. 44 - 4T ............ PERFORMANCE S PAYMENT BONDS ............................ .... 48 - 51 . INSURANCE REQUIREMENTS... _..._..............:....... 52 - 59 _........-.......... ;CONFLICT OF INTEREST QUESTIONNAIRE .......... .. 60 - 61 SAMPLE: PARKS NOTICE FOR INSPECTION ............ ... 62 - 64 APPENDIX INTEGRATED PEST MANAGEMENT ........... ..•,...:........................ ----- .. 65 - sT -- -- - .-......,...•.•................................................................ ,...... .,......... _...... ,....,&8 ATTACHMENT A - MAPS FOR PROPOSAL A ....................... 1 ATTACHMENT B-MAPS FOR PROPOSAL B ..............., s_..... : 68 - 94 ......................: f 'ATTACHMENT C - MAPS FOR PROPOSAL C ...... ........... :.... ..... 95- 102 ........ ........................................ I. ATTACHMENT D — MAPS FOR PROPOSAL D 103 - 105'. ................ . A E —MAPS FOR PROPOSAL E [,ATTACHMENT .............•.,,...,,_._...----,._ ACHMENT F — MAPS FOR 120-145 PROPOSAL F.............................................. G — MAPS FOR PROPOSAL G . 146 - 172 (ATTACHMENT ..........................................._.. ,.ATTACHMENT M — MAPS FOR PROPOSAL M ------- -- - 173 - 180` ............._................... 181 -182 This Table''Of Contents is Intended as an aid to bidders and not as a comprehensiv9 iisi;ng of the bid package. `Bidders are responsible for reading the entire bid package ano complying with all spe cations. i CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING BID SUMMARY SHEET PROPOSAL Annual Bid Amount PROPOSAL A CITY MEDIANS•& RIGHT-OF-WAYS CLASS A S an , 08.0o PROPOSAL 3 CITY PARKS & PUBLIC BUILDINGS CLASS A $ 61, 056.00 PROPOSAL C'LIBRARIES CLASS A _ $ ___ 9""6 , a0 PROPOSAL D CITY PARKS CLASS B $ 140,800.00 'PROPOSAL. CITY MEDIANS & RIGHT-OF-WAYS NORTH CLASS'B"' !$ 33 360.00 PROPOSAL F,CITY MEDIANS & RIGHT-OF-WAYS SOUTH I CLASS 13 LS _39,780.00 PROPOSAL G FIRE STATIONS CLASS A & B 23,931.00 _$ PROPOSAL'H CEMETERIES CLASS B 1 $ �. no bid PROPOSAL`:I — SOLID WASTE/LANDFILL CLASS A, S. C $ 41,187.00 PROPOSAL J,— ELECTRICAL SUBSTATIONS CLASS A & B $ 27,884.00 PROPOSAL K— WATER RECLAMATION CLASS A & C S 3i , .123 , 00 PROPOSAL L—CODE ENFORCEMENT $ no bid PROPOSAL M — RAILTRAIL CUSS C $ 21, 560.00 ;GRAND.'TOTAL $ 474 665.00 GENERAL MOWING SERVICE AS NEEDED BY CITY nt ' MOWING CLASSIFICATION Price Per Acre Per Cycle' CLASS A CLASS B CLASS C CLASS D $� 75.00 $ 90.00 $ 105.00 $ 115.00 'Per acre per cycle price will be prorated for smaller parcels as ;determined by the City. d ' PAGE 2 OF BID #3926 Bidders'ihilafs 0 CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING PROPOSAL A - CITY MEDIANS & RIGHT-OF-WAYS Class A Mowing MEDIANS AND OTHER SITES: FOR MOWING OF WEEDS AND GRASS ON CITY MEDIANS AND LOTS WITHIN THE CORPORATE BOUNDARIES OF THE CITY OF DENTON, TEXAS, per all terms, conditions and specifications herein. MEDIAN Medians Dallas Dr. 1-35 to TeasleyLn. Class A Size Acres 0.40 (Cycles /year 32 Mowing cle $7 1 n$ Annual Bid ? Medians Teasley Ln. (Dallas Dr. to Lillian Miller P Medians Lillian Miller (1-35 to Sundown Blvd.) A 1.41 32 $ S Include medians under 1-35 A 1.08 32 $ 11�$ 3520.00 Carroll Blvd. '(Old Fort Worth Drive to Sherman Dr-), .See' map (sites in median east and west sides in'A endix C A 4.72 32 i$ 3 0 $10560 00 Fort'' Worth :Drive (1-35 to Old Fort Worth Drive.) IA 0.28 32 Univei5ity Dr,�(Carroll to island west of I-35) ---�— See map' (Three' islands on south side of University) A . 7.26 32 $ 477.00 I $15264.00 Universi Drive from Elm Street to Loop 288. A 2.58 32 °$ $ 7 Totals'for ctes and Annual Bid l $ i$ 1394. 00 44608. 00 PAGE 3 OF BID #3926 I MC L?ndscane SP1"y i rag Company Name Bidders Initials L/" a CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING PROPOSAL B— PARKS AND PUBLIC BUILDINGS Class A Mowing PARKS, MEDIANS, AND PUBLIC BUILDINGS: FOR PAOWING OF WEEDS AND Gp'ASS ON CITY SITES WITHIN THE CORPORATE BOUNDARIES OF THE CITY OF DENTON, TEXAS, per all terms, conditions and specifications herein. MEDIAN Size Cycles/ $ Bid1 $Annual Bid Acres year Mowing cle City Hall East, 601 East Hickory 1.15 32 4704, 00 City Hall West, 221 North Elm 0.09 32 Qp 00 IMLK Recreation Center, 1300 Wilson 5 32 _47 (_ Civic Center Park (creek bank included), 20.02 32 ? �, �r 8 124 00 Monday orTuesdayservice, preference first I two Op�s of business week. 1027.00 City of Denton Service Center, 901 A & B 1,20 32 _32864.00 Texas 8am to 50m, Monday- Fridayi10.00_ 3520. 00 nimal Control; 300 S Woodrow .3 32 gam to 4 m` Monda — Friday 73. 00 2336. 00 DOQ Park3901 Ryan Rd. Wednesday only 4.55 32 , I Alternate Items for future consideration —1 [Totals for" ., cletand Annual Bid , 90S� Is 0 6 0 5 oD 2 5 07 Date Signature of Authorized PAGE 4 OF BID #3925 / ,' { VMC Landsca,6e Services << Company Name Bidders CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING PROPOSAL C - LIBRARIES Class A Mowing LIBRARY GROUNDS: MOWING OF WEEDS AND GRASS ON SITES, WITHIN THE CORPORATE LIMITS OF THE CITY OF DENTON, per all terms, conditions and specifications herein. Library Grounds Schedule: Size Number Bid/Mowing Site location Class Acres ' of Cycles Cycle l Annual Bid INorth,Branch Library, 3020 N. Locust St South,,Branch, Library, 3228 A 1 32 Teasiiy Lane,. A .98 32 $_310.00 Size 3520=00_. Plantr;r.Bed'Maintenance Class. (Square Feet .Number of Cycles Bid/Mowing qxcle ,Annual Bid North' nch Library A 21,100 32 5 ^� 1$ Alternate Item for future 2336 consideration: =` — Contractor shall submit separate per cycle mowing bids and per cycle planter bed maint bids. ` enance Per cycle planter bed maintenance costs shall include shrub trimming three times per year (as per specifications) and three applications of turf fertilizer (as per specifications). 2 5 7, v 7CLaP, C�$C Date:' Signature of Authorized r s ative a —Se rvtgga Company Nai,ie r 1+ PAGE 5 OF BID #3926 Bidders ir. ials ' i J. h CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING i PROPOSAL D - CITY PARKS Class B Mowing PARKS: FOR MOWING OF WEEDS AND GRASS ON CITY SITES WITHIN THE CORPORATE BOUNDARIES OF THE CITY OF DENTON, TEXAS, per all terms, conditions and specifications herein. Size Cyclesl $ Bid! PARKS Acres earn IMowin Cycle $Annual Bid Avondale (includes creek banks, both sides to ROW) 18.1 20 I$ 2021 Devonshire .380.00 $ 17600.00 Netbe,Schuftz 1517 Mistywood 9 20 S 440.00 $ 8800.00 Evers Park 3100 N. Locust south side of Windsor 4.35 20 S 220.00. !$ 4400.00 McKenna- 600 N Bonnie Brae (includes inside 18A 20 $ I$ communication fence) Water tower not included 953.00 I 19060'. 00:, North Pointe 1300 Hercules Ln. 6.45 20 S Briercliff 3000 State School Road 9.618 20 $ 4 ; 7 oo �$ Crosstimbers 1000,Hicko Creek Road & Frontage 26 20 _ '$ $ Joe SUes 1721-Stone ate 5.5 20 $ S 586 Fred, Moore 500 S: Bradshaw t0 20. $ s Phoenix (Includes creek bank from top of bank to six 6:75 20 I $ feet down the slo e.) Lake Forest 3901 Ryan Rd = 21.45 20 "AU$ $ � $ Se uoia 1400'E: University 5.50 _20 27- $ 293�00 iS 540 5860.00 Totals for Iles and Annual Bid $ 0-00` $14080000 CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING PROPOSAL E -MEDIANS AND RIGHT OF WAYS -NORTH Class B Mowing MEDIANS AND OTHER SITES. FOR MOWING OF WEEDS AND GRASS ON CITY MEDIANS AND -LOTS WITHIN THE CORPORATE BOUNDARIES OF THE CITY OF DENTON, TEXAS, per all terms, conditions and specifications herein MEDIAN Size Cycles! $ Bid! $Annual Bid Hercules Stuanto'Redstone Acres 0.36 ear 20 Mowin cle HWY 77 1740- -W to 2164 HWY 77 & Old Riney 10.2 20 58 .00 11740. AO HWY 77 & Windsor. 0.1 0.2 20 20 00 Sherman-& Windsor 0.1 20 37. 00 740. o0 Sherman & rt - 0.1 20 .00 Sherman & Wobdlamds 0.05 20 37.00 00 She' an & Locust Sherman & Bolivar 0.05 20 37.00 .740. 740.00 Chu ll & Wood aver 0.2 0.1 20 20 37. CO 740.00 Emerson & Woodhaven 0.14 20 Bo d & Unive includes fron a of 380 0.30 20 .. Dentdi Drive, Alice & 808 Alice 1.05 20 0. 0.__ WestWindsbr onnie Brae to Wes ate 0.54 20 ^o West Oak. 1-351to•Bonnie Brae 08 . 20 7 Owst' Park'2425"Steila 0.8 20 Hicko & North.Texas 0.2 20 0 Oak & Ja oe- ` 0.04 20 44. oo 880.00 Scn `re & Malone. 0.18 20 40.00 Trade S uare Link Centrai 'Park 0.2 20 Mica i mocldn bird 1 20 Audra Lane and.trian le at Paisle O18 20 73.00 6 0 146A.'OC Oak►and Con ss io Austin ' AMMate Items r future consideration � 0 Malone islands@ Tulane & Bowlin reen 0.125 20 Totafs for *es, and Annual Bid $ $ 0-no . -VMC Landscape Services, " 'I Company Name PAGE 7 OF BID *3M CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING PROPOSAL F - MEDIANS AND RIGHT OF WAY -SOUTH Class B Mowing MEDIANS.AND OTHER SITES: FOR MOWING OF WEEDS AND GRASS ON CITY MEDIANS AND LOTS WITHIN THE CORPORATE BOUNDARIES OF THE CITY OF DENTON, TEXAS, per all terms, conditions and specifications herein. MEDIAN Size Cycles/ $ Bid/ $Annu— al Bid, Acres ear Mowing Cycle MayhIll 1-35 to Blue Ja 1.83 20 Colorado(LOOP 288 to Ma hill 0.85 20 n�7 00 2 40: o0 Brinker Road I-35 to Loo 288 1.14 20 - Colorado (L'oop :288 to island north of San 1.5 20 7,3.00 1 146 00 Jacinto Blvd... San Jacinto Blvd. 135 to Colorado 0.5 20 73 - 00 1460.00 ! Dallas Drive` East side of Township I ent 1.26 20 n Township II S islands Teasley Lane East of Dallas Drive to Shady 0.0.5 0.24 20 20 3 :00 460 0o''` Oaks Dr. Shady Oaks Blvd: oodrowtodeadend 0.5 20 - ----- ------ Dallas DriveR Chambers 0.125 20 Ea le &Dallas Dr: (includingunder railroad 0.38 20 Eagle & Elm ' 0.05 20 Dallas Drive' & Robertson 4.33 20 vvyeStreet & 1 dustrial 0.4 20 Shoud &$ more drainage lots 0.44 20 Da Labor Siie Fort Worth Drive & Collins)1.89 20 Kendoff &Underwood 1 -35 .-0.4 20 Westrid a Circle 0.2 20 4�Q Bent Creek Estates Ent HWY 377 0.45 20 R n'Rd.Forestrid a 0.27 20 Forrestrid a $ivd. Hobson to Timbe reen 0.2 20 Wind:River '1-35,and 2181 0.D4 20 Robertson' Road(Berkley 0.04 20740 on Hi 'hand Park rCir, le 0125 20 lr-4age Parkway media west of Bonnie Brae 0.25 20 and North'side Of Darkw2y.not curbed Alternate Items for future consideration vintage Parkway East of Bonnie Brae to Hwy 1.81 20 377. 183.00 3660.00.: Company Name .s r Bidder's.lnitials� P "1�, CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING PROPOSAL G- FIRE STATIONS Class A and R Mnwine IRE STATION SCHEDULE —1 OPTION ONE Site Location Size(acres) Number of $Bid.fmowing $Annual Bid Cycles cvcles 32 cycle bid Station #1 Bell Hickory 0.3 Acres 32 j Station #7 Q 4201 Vintage Pkwy. 0.3 Acres 32 71 no 2,AR6 on 20 cycle bid Station #2 2209 E. Mcl(iFney 0.7 Acres 20 Station #31204 McCormick 0.2 Acres 20 6o— Station #4 2110 Sherman Dr. 0.64 Acres 20 110 Station #5 2230:W.-Windsor Dr. 1 1.12 Acres '2000 Station #6 3232 Teasley Ln. 0.4 Acres 1 20_ 1 'I T Station @ 217 W McKnne . 0.2 Acres 20 i 7 4ZL- TOTAL ANNUAL BID $ on OPTION TWO '. BED•`MAINTENANCE lStaboo#1<.Bell Nicko St 5371 sq., ft, tation #7 @ 4201 Vintage Pkwy. 5300 sq. ft. 32.Texas . A7_ nn 184 _aL1 Natives tation 217. W McKinney no beds Station #2 2209 E: McKinney 623 s . ft _ tation'#3 1204'Mc ormick 174 s . fL-�- tatiori #4 2110 Sherman Drive 567 s . ft. _ Station #5 2230, W. Windsor Drive 255 s . ft. Station #6 3232'Teasley Lane 496 s fL Station 217 W.!Mc)Qnn&y . No beds TOTAL (Alternateltein future :,for onsideration:', Firer :and . Police , future training %ciff.tf, 80 aciesAt tal bid IFR for a 100,1L mow `Strip. along Vintage ParW;9y . and `,Bonhie Brae. 10 cres will call basis — estimate 5-7 Iles b.a V_M '�_T a�.uGa, d-Rep Company Name PACE 9 OF BID 925 Bidder's initials � '', ' CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING PROPOSAL H —CEMETERIES CLASS B MOWING SPECIAL PROVISIONS FOR CONTRACTS: All provisions of the specifications shall apply, especially those labeled WOWING OF SITES'and "GENERAL CONDITIONS° as wellas the following special p;ovisions. A Sidewalks and curbs within the perimeter of each property shall be edged with metal blade - type mechanical edger to provide a sharp, clean definition between the edge of the turf and the hard surface. All materials dislodged by edging must be removed from the site. All curbs, hardscapes, and barriers within the remainder of the property shall be string line trimmed or with a metal blade -type edge B. Trimming of trees and shrubs will be performed by the Parks Department personnel and will not be considered part of the Contractor's responsibilities with the exclusion of crape myrtles which should be de -suckered at each point of service. C. Please note that the leveling of graves that sink throughout the course of the year v�ill be the responsibility of the contractor per cycle: Note this prior to submitting your bid, and; include the pricing as part of your total bid. Soil is provided by the Parks and Recreation 'Department and is on site at both IOOF and Oakwood Cer neteries. D. Notice to inspect must be given to department for inspection of each cycle. Method of notification shall be determined by City of Denton upon award of contract. E. priorto the use of any chemical at either cemetery; written approval must be obtained from Jim Mays or Russeli Koch. The notification must state the trade name of the product, EPA• registration number, active ingredient, rate of application, applicators SPCB or 1 DA Eicense number. ;The use of any non -selective herbicides that result in the area'around grave.. markers; monuments, and headstones to be devoid of vegetation will not be allowed. The finished result of all trimming is tohave uniform manicured turf up to and surrounding all hardscapes on the property. F. Litter; spent flowers, wreaths, and faded plastic ornaments are to be rernoved from each cemetery, 100F and Oakwood, on a weekly basis. All silk or plastic ;9owers are to be removed, area to be weedeated around area, and replaced to remove unwanted vegetation. G. Leaf rernoval and disposal shall be co; isidered as part of the basic service package that is included for Cycle number 1 through 4. Days of Significance Easter - Sunday Mother's Dav - Sunday Memorial Day - Monday Decoration Day - First weekend in June Father's Day - Sunday Independence Day'- .July 4 Veteran's Day - November 11 Both of the cemeteries are to be completely mowed, trimmed, lifter free and manicured on each of these dates. There is a minimum of five days between any cycle to allow re -growth. Cycle dates are subject to change at Wsdiscretion based upon needs, weather or other factors. The dates ofsignificance will be communicated by the City prior to December 1, of each year. PAGE 10 OF SID#3926 9iddVrs IDS als r CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING PROPOSAL H -CEMETERIES CLASS B MOWING Size Number Bid[Mowing Site location Class Acres of Cycles Cycle Annual Bid IOOF Turf - Oakwood Turf B 25 20 $ $ no bid 100F Litter Control B 13 20 $ $ no bid I• Oakwocd Litter Control B 25 20 $ $ no bid B 13 20 $ Size — 101ariter Bed Maintenance (Square Number Bid/Mowing I00F Beds Class Feet of Cycles Cie Annual Bid >' B 561 20nn $ g ,. Oakwood Beds Flag poles B 150 20 hi ID0FC6I6r.Bed-Change" B 361 20 no bid Alternate Items for future no bid consideration: II otalsfor Cycles.and Annual $ $ no bid VMC'Landscape Services_ Led Rep ativ Company Name Y, PAGE 11 OF BID #3926 Bidder's Intals CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING PROPOSAL I - SOLID WASTE/LANDFILL Site.Location Class Size Acres Number of Cycles BidlMowing j C cles Annual Bid Mayhiil Rd: Suffer'Zone, 1100 a h11 ill Rd. I B 6.8 ::20: $ $ Foster Rd. Buffer Zone, 1527 S. Ma hill Rd.. B 3.8 20 $ 293.00 1$ 51360.0 Solid Waste Facilities Lawn, 1527 S. Ma hill Rd. A .5 32 ' $ 73.00 1 $ 2336.0 Foster Rd. Pro rties A --T.; _�40,00 $ 14080.0 Fla o1e entry A 0.5 _ 32 $_ 3 00 $_ 2336.0. .5131:0 Entrance Area, S. Mayhill C 14 —i _T --- 733:00...$, rotels for Cycles and Annual Bid Contact David, bugger at (940) 349-8001 for additional information. Contractor shall submit separate per cycle mowing bids and per cycle planter bed maintenance bids., , Pei cycle planter bed maintenance costs shall include shrub trimming three times paryear{as per specifications) and three applications of turf fertilizer (as per specifications). 12/'S/07 . Date Signature ofAuthonzed PAGE 12 OF BID #3926 VMC Landscape Services Company Name `. T1 `rf Bidder's Irtals/ ` CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING PROPOSAL J — ELECTRIC SUBSTATIONS Site Location Class Size Acres Number of Cycles Bid/Mowrng _Cycle Annual Bid Pole Yard, 1701 S enter Rd. Add side of. ole rd Pockrus Substation, South of I- A A rox. 7 32 f $ 367.00 $1i744.0 35 E on Pockrus Rd. B Approx. 0.3 20 $ $ lNorthlakes Substation, N. Bohnie.Brae at Riney Rd. . B ARprox 0.5 20 $ 110.00 $ 2200.0 Denton North Interchange, N. Locust at Hercules B A rox. 0.3 20 3 1.1Q.00$ Kings' Row Substation, Kings ow betweenrDunes St and --- . Marianne Cir. B A rox. 0.4 20 $ $ rco Substation, Gressling Rd. at Bla Rd' .. B rox 2.0 20 — $ $ D Hickory Substation, Bonnie — Brae between Oak and Hicko ty B A rox.0.4 20 $ $ Locust Substation, North of Daugherty St between Locust and M Me otals for ie�s'and Annual B Bid A rox. 1.25 20 $ I $ f$0_0 Contact Sam Bridges at (940) 349-7600 for additional information. L12GS47 Date Signature of Authorizeds�=ces Jt a Company Name f PAGE 13 OF BID *3926 Bidders•tnih2ls/� r; CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING PROPOSAL K —WATER RECLAMATION Site -Location C Size Acres Number of C cles Bid/Mo C cleswing -Annual Bid ater Reclamation Plant A rox. 14 32 $ North En nc& Area C 10 7 $ 87.00 $ 4�1_09.00 Lift Stations: Coo er Creek 230 N Ma hill Rd. Hick6 Greek 01 Alton Road 1 C C 0.75 .5 7 7 147.00 S 1110-00 1 jo2q.00' ' $ 770.00 im leton', 4000. Winston Dr, C .125 7 $ 73-00 511.00 Lakeview Station., 200 Lakevie Blvd.'. C .125 7 S 7.3.00 I$ 51'1. 00, Barrow Station Fladger Rd... Robson Ranch c C 5 7 7 293 00 2051. 00 Granada Station, 3600 Granada C .125 7 $ 73.00 rot.als for .Cvtle& and Annual Bid 2089L.'00 $ 3112:: 00 Vmc LancIscape Servi ces" r' COmPany Name, Bidder's Initials I CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING PROPOSAL L—CODE ENFORCEMENT 1 The City of Denton is soliciting bids for annual mowing projects: A_ Mowing of.parcels of land as listed: Parcels with unrestricted access Parcels with restricted access 'Trash and Debris Removal and wal be under the direction of the Code.Enforcement Unit. CODE ENFORCEMENT MOWING DOES NOT OCCUR ON A REGULARLY -SCHEDULED, ROTATING BASIS. WORK ORDERS ARE NORMALLY ISSUED ON"A WEEKLY BASIS. BETWEEN THE ;.MONTHS OF APRIL AND OCTOBER, WORK ORDERS MAY BE ISSUED.DAILY. Specifcatioris, guidelines and requirements may vary due to the type of services required, time schedules, required equipment, etc. y CONTRACT, TERMS & CONDITIONS: The successfulbidder shall perform on the following basis: 1. Parcel size shall be based on not more than 10,000 square feet of area. 2 Acreage,oyer five (5) acres will be mowed 100'feet f drri`all prop"liries, curbs, and street edge. ':If the property is five acres or less, the entire parcel will be mowed. 'Parcels or acreage must`be cut to the pavement, or the thoroughfare or street, or to the curb lines or the edge of the street 3 IParcels will; be mowed to all existing buildings, trees, shrubs, light poles, mailboxes, ;landscaping beds, sidewalks, curbs, streets, fences, etc. Grass and weeds not trimmed t,. by a mowerwill be trimmed with a weed eater. This weed eating will be included in the ., base.bl¢.amount. 4 When.mowing of a parcel by normal means (such as a lawnmower or a tractor) is not possible; parcels will be trimmed by means of a weed eater or other device,designed to 1;rim,gras$/weeds in such terrain. This weed eating will be done on"an hourly basis $ Upon completion of mowing/trimming of all parcels, the contractor will be responsible for returning'all,grass and weed clippings to the lot by means of a broom and/or a blower, or 8 �° by haulin0t,to the sanitary landfill at the Contractor's expense. Contractor's � � I . equipment shall be in good repair, and qualified operators shall be responsible for the care and handling of the equipment Sufficient equipment will be a4aiiable to carry Out.; requirements of the contract. Example: brush hog, weed eater, push mower. J 6ontractor must provide list of eauioment with bid. PAGE 15 OF No #3M , Bidder's Initial CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING 7. The bidder shalt pay all wages, taxes, worker's compensation, and all equipment operators. 8. See Insurance Requirements for Contracts, attached. Contractor agrees to carry at least the minimum insurance specified and furnish certificate(s) of insurance upon request. 9_ This contract shall exclude the City of Denton from any liability, personal or property damage'. as a result of any operation by the contractor, or any liability, personal or property damage arising under the terms of the contract. 10. All mowing shall be completed within three (3) days of notification of a work orderwith the exception of Saturdays, Sundays and holidays. Notification that a work order is ready will be received by email, phone, facsimile, in or writing. The contractor will pick up the workorder on the day notified. Inclement weather and any major breakdowns in equipment will be the only reason for an extension for job completion. An extension of no more than three (3) days maybe granted by the Code Enforcement Office. If the work has not been completed within the allotted three (3) day timeframe (unless an extension has been granted), the Code Enforcement Office may hire any other contractor to perform and e requirements of the work order. The contractor,wiil be responsible far any 1° addrcomtiontaltc sts g.hire the ti ck u c stractor, 11. The contractor must have adequate staff to perform the work required. 12:,::. The: invoice containing original signature for the work performed must be submitted by mail; email, fax, or r. person ." 'the work order. within three (3) days following completion of the requirements of " 13. All wo* performed must be satisfactory and in accordance with the requirements 'of existing City ordinances. A Code Enforcement Officer will conduct an inspection prior to, completion of the work order to take property photographs. Upon completion of the work` order; a Code Enforcement Officer will conduct a re -inspection and take property photographs. The contractor will not be paid until the parcel or acreage has been mowed; or cleaned in accordance with the specifications of this contract. 14. ' Trash,7 debris, and garbage will be picked up and transported to the City of Denton's !_ sanitary' landfill at the contractor's expense. Landfill staff will determine the cubic yard ,1 quantity of -the load and issue a ticket A copy of the landfill ticket must be ' provided with the 1irlgin61 invoice and submitted to Code Enforcement to calculate labor'costs. 15 ','` .Any equipment stored or left on the property by the owner on any properties shall be not rsmoyed:from the premises. Some examples would be machinery, vehicles, and mason ` building materials in a sizable ty, ry quantity q storage buildings and fencing materials in a sizable quantity, and anything of value_ 16 Atl parcels authorized by the City to be mowed by the contractor shall be cut to a uniform height,not to exceed two (2) inches. More than one mowing or cutting maybe " (under a,single work order)_ required, PAGE 16 OF BID #392s Bidders Initials t �. CRY OF DENTON TWO-YEAR CONTRACT FOR MOWING 17. ' The contractor shall remove all obvious accumulations of trash, debris, or litter up to one (1) cubic yard prior to mowing the property. The City will only pay for the removal of trash, debris, and/or litter over one (1) cubic yard after pre -approval. 18. The contractor is only authorized to complete the work assigned by the City. No payment will be made for work not authorized by the City. The City agrees to pay the invoice within thirty (3p) days of receiving a completed invoice. 19. The contractor will ensure that paved areas, streets, sidewalk and drainage areas adjacent to job sites are free of grass clippings after completion of mowing. 20. The City will not be responsible for cost of repairs or breakdowns. 21. , This bid, when properly accepted by the City of Denton, shall constitute a contract equally r:. binding between the successful bidder and the City of Denton. , CfTY OF DENTON TWO-YEAR CONTRACT FOR MOWING BID PROPOSAL L — CODE ENFORCEMENT Mowing of Parcels with Unrestricted Access —� (i.e. openings to parcel larger than three (3) feet, vacant lots) CATEGORY' DESCRIPTION Bid Amount Bid Amount (Area to be mowed is up to (Majority of area to be 6A 'Parcels of land up to 10,000 square feet 3' hei h mowed is over 3' hei ht 11-A Parcels of land up to 10.001 square feet to 1 acre III -A PaMe)s'of land more than 1 acre Mowing of Parcels with Restricted Access (equipment must fit through three (3) foot opening') CATEGORY: DESCRIPTION Bid Amount Bid Amount (Area to be mowed Is up to (Majority,of area to be T height) mowed is over 3' height) FB _Parcels of Iand up to 10.000 square feet I{ B . Parcels of land up to 10,001 square feet to 1 acre I11-8 Parcels of land more than 1 acre Trash and Debris Removal CATEGORY, DESCRIPTION Bid Amourrt Trash and debris removal based on cubic yard calculated by the City of IV Denton Solid Waste formula. Hourly rate for labor and trimmer on specialty rate per Contract Tetras and Conditions #4 Contact Linda Barrett (940) VV97 Date` Signature i 1 r i 349-7 19 ff000rr more info /n,�[�rMC 7ynd� 1pe Se vices if Authorized Re re to Company Name PAGE 18 OF BID #3926 Bidder's initials' CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING PROPOSAL M - RAIL TRAIL Class C Mowing The mowing of 7.5 miles of rail trails starting at its northern limits at East Hickory Street ir. Denton and extending to its southern limits at Burl Road in Corinth Texas. The width of the trail condor is approximately 50 feet either side of the centerline of the trail for a total width of 100 feet wide. The total acreage is 96.96 acres. Over 50% of this area is designated as no mow areas. The property also has Public, Utilities that exist such as water lines, fiber optics lines, and telephone lines. Junction boxes and bleed valves are on site and may not be clearly marked. Rotary mowers will normally be required in all mowing of right of ways. Side mounted or pull behind mowers that extend beyond the width of the tractor are required for mowing slopes, ditches as well as close to trees and fences. Power hand mowers such as weed eaters or push mowers must be used around barricades and property posts, signs, trestles, utility installations etc_ Height of cut will be between 3-5 inches. The City will not permit mowing when site conditions such as wet soil or otherweather conditions are such that damage to the right-of-way or trail could occur. Mowing will be delayed each spring to allow wildflower seed to mature, per all terms, conditions and specificatiorls herein. Rail Trails Class Size Acres Number of Cycles Bid/Mowing Cvcj9 Annual Bid East Hickory, :Denton to . .. 50% of Burl St., Corinth C 9&96 ac_ - ----. -7. $ 2640. �0 S..I8430, OQ Spencer Road fronta e Totals for Cycle and C 1 7 1$ ---- Annual Bid" $ $ Altemate Items for; 19250-00 future consideration Lake Ray Robert Outlook -- inj orth end o€greenbelt); mow and 1'itierYemoval 1_ C 3 7 I LS--'330.00` $ 2310.00 _� I Hourty,rate for special call out request: Hourly rate for tractor and mowers Hourty rate for labor and trimmer 12/5/07 ' Date S 90.00 $ 28.00 7-- -� VMC Landscape Sez-vices Signature of Authorized R p e e Company Name PAGE 19 OF BID #3926 Binders Initials CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING The undersigned agrees this bid becomes the property of the City of Menton after the official opening - The undersigned affirms he has familiarized himself with the local con ditions under which the work is to be performed; satisfied himself of the conditions of delivery, handling and storage of equipment and all other matters that may be incidental to the woik, before submitting a bid. The undersigned'agrees, if this bid is accepted, to furnish any and all iierns/services upon which prices' are offered, at the Price(s) and upon the terms and conditions contained in the Specifications. The period for acceptance of this Bid Proposal will be sixty (60) calendar days unless a different period is noted by the bidder. The undersigned affirms that they are duly authorized to execute this contract, that this bid has not been prepared in collusion with any other Bidder, nor any employee of the City of Menton, and 'that the contents of this bid have not been communicated to any other bidder or to any employee of the City of Denton prior to the official opening of this bid. Vendor herei y assigns to purchaser any and all claims for overcharges associated with this• contr'actwhich'ariseunder the antitrust laws ofthe United States, 15USCASection IetSen. and which; arise- under 1the antitrust, laws of the State of Texas, Tex Bus. & Corn . Code, Secifon 15:0�; at sea. _.. . The undersigned affirms that they have read and do understand the specifications and any attadunents contained in this bid package. NAME AND ADDRESS OF COMPANY - AUTHORIZED R� SENTAT f_ary Mor an' Fnhc nri A Signature dlaa=V&C.-: •anR3C8 DB S rv" Date 12 5 07 -.. 24.'33 Mor'all Rn-� Name K, Title Tel. No. 97 =48m _m f;1 6 Fax No. 972-481-1235-' Email. kmorae@vmclandscaoom COO • ASS'' Business mrduded in a Corporate Income Tax Return? YES X NO Corporation organized & existing under the laws of the State of Parbmership.consisting of_.0 Morgan r , Qeye Y Rim Morse :Individual trading as X Principal offices are in the city of Dallas PAGE 20 OF BID #3926 Bidd=131 initials CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING - --' •�'i N+e- ArtD UNE 7 COPY OF EXECUTED 31D PROPOSAL MUST., BE RECEIVED IN THE PURCHASING DEPARTMENT AT 901-B TEXAS ST, DeNTON, T( 75209 ON OR BEFORE DECEMBER 6, 2007 AT 2:00 P.m, QUESTIONS REGARDING SPECIFICATIONS MUST BE SUBMl, (5) WORKING DAYS E01N WRi i1 VG 1 O ; Iit PURCHASWG OFFICE FNE PRIOR TO THE BID OPENING. ALL QUESTIONS SUBMIi7EDAFTER THAT pA�y1^LL UOTBE CONSIDERED TO ENSURE ALL BIDDERS ARE GIVEN EQUAL ACCESS TO HE INFORMATION PROVIDED. All questions regarding the bid and purchasing process should be directed to: JODY HAYS, BUYER Email: Jody.Hays@cif/ofdznton.com Phone: (940) 349-710D Fax: (940) 349-7302 Directions to the Purchasing Department can be accessed at www.dentonnumhasinq_com i (Click on "Directions to our Office") sealed -;envelopes or boxes Alt bids must be clearly markked�irol�Ui tare Warn of the�Company submitting the, bid, the Bid Number and Date and Time of opening on the outside of the envelope/box ..Original bid must be clearly marked "ORIGINAL" and contain all original Signatures. All proposal pages must be initialed or signed where indicated. Ail bids will be Publicly opened at the date and time listed above or as soon the res fter as ,w-2 tel: The C ity of does not accept faxed bids. u V7u-vPr0Posals are sent by mail f0 the - - - M.Y V rnn will De returned uno ened. �'•` the bidders hall be responsible for.actaal delivery of the bid to the PurchasinghDepagrtrn nt beforDepartmene the advertised date and hourfor opening of bids: If mail is delayed either in the postal service or in he internal mail system of the City of Denton, beyond the date and hour set for the bid opening, bids thus delayed w111•not be considered and will be returned unopened. Bids maybe withdrawil at any time prior to the official opening. Alterations made before opening time must be initiated by bidder guaranteeing authenticity. Any attempt to negotiate or give information on the contents of this bid with the City of Denton or its representatives prior to award Shall be'grounds.fortiisqualification. After the official opening, bids become the properly -of the C4'0f Denton and may not be amended, altered orwithdrawn without the recommendation of the Purchasing Agent The approval of the City Council is required for public works projects• The City of Denton rsserves the right to accept or reject in part or in r�r;•,ole any t ids su `tT,yftsd, ' unless denied by, Bidder, and to waive any technicalities for the best interest of the C subin'rtted article deviating from the specifications must be identified and have full descrip5're data accompanying�+• Any iod same, or i# will not be considered. Submitted bids shall remain in force for a sbdy (60) day -period after. opening or until award is made; whichever comes fi st t� case of de 2ult after bid 'acceptance; the City of Denton may at its option hold the omfaccx.s ed ; ;d-1 c. or of de ctor liable for any and all resultant increased costs as a penalty for such default The Li will award the bitl.to the lowest responsible bidder compiyln9 with all current stale and focal laws.. City of Denton The C' 'Denton rty;of De' ,Sids exempt from Federal Excise and State Sates Tax, therefore, tax most not be 1 included;in thrs br., PAGE 21 OF BID 93926 Bidder's Initials �V ACORDM CERTIFICATE OF LIABILITY INSURANCE of�i /2 0 ) PRODUCER (214)423-3333 FAX (214)423-3350 Scarbrough - Medlin & Associates, Inc. 5700 Granite Pkw y. , Suite 500 Plano, TX 75024 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. INSURERS AFFORDING COVERAGE NAIC # INSURED Gary Morgan Enterprises, L.P. dba VMC Landscape Services ✓ ,IA New Waterford, LLC (`��(,�`W 2433 Merrell Road `yY'()� Dallas, TX 75229 INSURERA: America First Lloyds Ins. Co. INSURERS: Netherlands Insurance Co. INSURER C' INSURER D: INsuRER E. THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TOTHE 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 TOALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD' TYPE OFINSU E POLICY NUMBER POLICY EFFECTIVE 06/01/2007 POLICY EXPIRATION LIMITS GENERALUABIU CBP9849399 06/01/2008 ACHOCCURRENCE E 1,000,000 A X COMMEROALGENERALLIABILITY CLAIMS MADE r X ]OCCU X $1,000 PD Ded. DAMAGE TPRFMlqpqORENTED $ ZOO, DDD MED EXP(Any one person) E 5,00D PERSONAL BADVINJURY E 1,0001000 GENERALAGGREGATE $ 2,000,000 GENL AGGREGATE LIMIT APPLIES PER: POLICY X ECT LOC PRODUCTS - COMPIOP AGO $ 2,000,000 A AUTOMOSILEU IL/Iry ANYAUTOV ALL OWNED AUTOS. SCHEDULED AUTOS � HIREDAUTOS NON -OWNED AUTOS BA9849599 6/01/2007 06/01/200 - MMBINED SINGLE LIMIT (Ea 8,xiaent) E 1,000,000 X X X BODILY INJURY - (Per person) $ - X BODILY INJURY (Per accident) E X PROPERTY DAMAGE (Peramident) E GARAGE LIABILITY AUTO ONLY - EA ACCIDENT S ANYAU/O OTHER THAN EA ACC AUTO ONLY: AGG E E EXCESS/UMBREI-I LIABILITY X OCCUR CLAIMS MADE CU9850000 06/01/2007 06/01/2008 EACHOCCURRENCE S 5,000,000 AGGREGATE $ 5,000,000 B E DEDUCTIBLE $ X RETENTION $ 10,00 E WORKERS COMPENSATION AND WC9848699 6/01/2007 06/01/2008. WcsrATu- TH- A EMPLOYERS' LIABILITY ANY PROPRIETOWARTNER/EXECUNVE OFFICERJMEMBER EXCLUDED? SPECIAL PROVISIONS below E.L.EACH ACCIDENT $ 500,000 E. L. DISEASE - EA EMPLOYEE $ 500,000 E. L. DISEASE-P0UCYUMN S 500,000 OTHER SCRIPTION OF PERATION /LOCATIONS/ EMI LES I EXCLUSIOIIS AD OBY ENDORSEMENT/ SPECUAL PROVISI S anket Adl�itiona�l Insure w�iere requTre�'Fby written contract applicable to General Liability and usTness uto only Blanker t Waiver of S bro` o_ a� t_ioon where required by written contract applicable to eneral Liability, Business Auto and Workers' Compensation) —WC includes Other States Endt. ity of Denton, its Officials, Agents, Employees and volunteers are Additional TnsurPd with Primary ffTontrT utory wording to General Liabiality and Auto Policies, with Waiver of Subro to Workers' Comp City of Denton Attn: Jody Hays 901E Texas Street Denton, TX 76209 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,T HE ISSUING INSURER WILL ENDEAVOR TO MAIL 3O DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE /D j Don Medlin/ELH ACORD 25 (2001108) ©ACORD CORPORATION 1988 PDF created with pdfFactory Pro trial version www.ociffactory.com M IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu ofs uch endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) PDF created with pdfFactory Pro trial version www.pdffactory.com CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 8th day of January A.D., 2008, by and between City of Denton of the County of Denton and State of Texas, acting through George Campbell thereunto duly authorized so to do, hereinafter termed W "ONER," and Firehouse 22 dba Rene Saldivar 1818 Greenwood Denton Texas 76209 of the City of Rockwall, County of Rockwall 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 #3926 — Two -Year Contract for Mowing in the amount of (per Exhibit A� 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 and the Performance and Payment Bonds, attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein and on file in the office of the Purchasing Agent, and in accordance with all local, state and federal laws; and plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by: _ City of Denton Parks and Recreation Department all of which are referenced herein and made a part hereof and collectively evidence and constitute the entire contract. CA -I 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 covenants and agrees to and does hereby indemnify, hold harmless and defend, at its own expense, Owner, its officers, servants and employees, from and against any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of the Work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers, servants, employees, of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner during the performance of any of the terms and conditions of this Contract, whether arising.out of in whole or in part, any and all,alleged acts or omissions of officers, servants, or employees of Owner. The provisions of this paragraph are solely for the benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise, to any other person or entity. 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 Right to Audit The OWNER shall have the right to audit and make copies of the books, records and computations pertaining to this agreement. The CONTRACTOR shall retain such books, records, documents and other evidence pertaining to this agreement during the contract period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents and other evidence shall be available, within 10 business days of written request. Further, the CONTRACTOR shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to this agreement, and to allow the OWNER similar access to those documents. All books and records will be made available within a 50 mile radius of the City of Denton. The cost of the audit will be borne by the OWNER unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the CONTRACTOR which must be payable within five business days of receipt of an invoice. Failure to comply with the provisions of this section shall be a material breach of this contract and shall constitute, in the OWNER'S sole discretion, grounds for termination thereof. Each of the terms "books", "records", "documents" and 'other evidence", as used above, shall be construed to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document. CA-3 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. AT EST: IAT_T�n(EST::� p � qy /M/ � JC�f.Y1, , ' ` APPROVED AS TO FORM: WY ATTORNEY CA -4 City of Denton (SEAL) r1� (XLA.1 CONTRACTOR .l�%iy / F T i6 MAILING ADDRESS !L/-7y)- -?2a3 PHONE NUMBER FAX NUMBER BY: 04-vn¢2- TITLE n 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 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. • 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 read: "SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYSADVANCE WRITTENNOTICE IS REQUIRED'. • 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, ifso noted: [X] A. 'General Liability Insurance: General Liability insurance with combined single limits of not less than $ 500,000 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. [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $300,000 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a 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 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). [ ] 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"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 per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. [ ] 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. [ ] Commercial Crime Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this coverage should be written on a "blanket" basis to cover all employees, including new hires. This type insurance should be required if the contractor has access to City funds. Limits of not less than each occurrence are required. [ ] 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. ATTACHMENT 1 [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 foodibeverage 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. 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. I. 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 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. CITY OF DENTON TWO-YEAR d6NTRACT FOR MOWING PROPOSAL C - LIBRARIES Class. A Mowing LIBRARY GROUNDS: MOWING OF WEEDS AND GRASS ON SITES, WITHIN THE CORPORATE LIMITS OF THE CITY OF DENTON, per all terms, conditions and specifications herein. Library Grounds Schedule: Size Number Bid/Mowing Site location Class Acres of Cycles Cycle Annual Bid North Branch Library, 3020 N. Locust St. A 1 32 $ 105 $ D South Branch Library, 3228 Teasley Lane A .98 32 Size _$ (Square Number Bid/Mowing Planter Bed Maintenance Class Feet) of Cycles Cycle Annual Bid North Branch Library A 21,100 32 v $ $ Alternate Item for future consideration: Contractor shall submit separate per cycle mowing bids and per cycle planter bed maintenance bids. Per cycle planter bed maintenance costs shall include shrub trimming three times per year (as per specifications) and three applications of turf fertilizer (as per specifications). (ZU307 eAy�e/ /y lL�th�y ZZ Date ignatur f Authorized Representative Company Name PAGE 5 OF BID #3926 Bidders Initials 41�L?r/af� CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING The undersigned agrees this bid becomes the property of the City of Denton after the official opening. The undersigned affirms he has familiarized himself with the local conditions underwhich the work is to be performed; satisfied himself of the conditions. of delivery, handling and storage of equipment and all other matters that may be incidental to the work, before submitting a bid. The undersigned agrees, if this bid is accepted, to furnish any and all items/services upon which prices are offered, at the price(s) and upon the terms and conditions contained in the Specifications. The period for acceptance of this Bid Proposal will be sixty (60) calendar days unless a different period is noted by the bidder. The undersigned affirms that they are duly authorized to execute this contract, that this bid has not been prepared in collusion with any other Bidder, nor any employee of the City of Denton, and that the contents of this bid have not been communicated to any other bidder or to any employee of the City of Denton prior to the official opening of this bid. Vendor hereby assigns to purchaser any and all claims for overcharges associated with this contract which arise under the antitrust laws of the United States, 15 USCA Section 1 et sea., and which arise under the antitrust laws of the State of Texas, Tex. Bus. & Com. Code, Section 15.01, et- sea. The undersigned affirms that they have read and do understand the specifications and any attachments contained in this bid package. E AND ADDRESS OF COMPANY: P.n2 Cr4�luh� i�f^I�YFP/(/WCKIC� �le ntch 7 7(nZOy Tel.No. 7r�I,797— �26� AUTHORIZED PRES NTATIVE: Signature lr/� Date -- Name — Title 4114.4 e r Fax No. Email. �) &'� 6v/� I-,Z 4P COMPANY IS: Business included in a Corporate Income Tax Return? YES L Corporation organized & existing under the laws of the State of l%Oho• Partnership consisting of Individual trading as /9G� Principal offices are in the city of PAGE 20 OF BID #3926 Bidders Initials ev BID #3926 Exhibit A DATE: 12/06/07 TWO-YEAR CONTRACT FOR MOWING No. DESCRIPTION VENDOR VENDOR VENDOR VENDOR MET Lawncare Principle Place of Business: Denton, TX Brandon's Landscape Service Gary Morgan Enterprises LP dba VMC Landscape Services Firehouse 22 Rockwall, TX Dallas, TX Denton, TX PROPOSALS - ANNUAL BID PRICE A MEDIANS 7 RIGHT-OF-WAYS CLASS A - $44,608.00 B CITY PARKS 8 PUBLIC BUILDINGS CLASS A $61,056.00 C LIBRARIES NORTH 8 SOUTH BRANCH CLASS A MOWING $4,160.00 Ct NORTH BRANCH LIBRARY BED MAINTENANCE $2,640.00 D CITY PARKS CLASS B - $56,900.00 E CITY MEDIANS 8 RIGHT-OF-WAYS NORTH CLASS B $23,900.00 F CITY MEDIANS 8 RIGHT-OF-WAYS SOUTH CLASS B $36,120.00 F1 ALTERNATE FOR FUTURE CONSIDERATION - VINTAGE PARKWAY EAST OF BONNNIE BRAE TO HWY 377 $3,660.00 G FIRE STATIONS CLASS A 8 B (including Bed Maint) Gt 'OPTION 1 - MOWING $8,940.00 G2 OPTION 2 - BED MAINTENANCE $1,670.00 G3 ALTERNATE ITEMS FOR FUTURE CONSIDERATION - FIRE 8 POLICE FUTURE TRAINING FACILITY, 80 ACRES TOTAL BID IFR FOR A 10OFT MOW STRIP ALONG VINTAGE PKWY 8 BONNIE BRAE. 10 ACRES WILL CALL BASIS - ESTIMATE 5 - 7 CYCLES $1,400.00 I SOLID WASTEILANDFILL CLASS A, B 8 C $40,003.00 11 OPTIONAL BED MAINTENANCE PLUS SEASONAL COLOR PLANTINGS $1,164.00 J ELECTRICAL SUBSTATIONS CLASS A 8 B $13,424.00 K WATER RECLAMATION CLASS A 8 C $19,515.00 L CODE ENFORCEMENT -SEE NEXT PAGE M RAILTRAILCLASSC $19,250.00 Mt ALTERNATE ITEM FOR FUTURE CONSIDERATION - LAKE RAY ROBERTS OUTLOOK (NORTH END OF GREENBELT), MOW AND LITTER REMOVAL $2,310.00 HOURLY RATE FOR SPECIAL CALL OUT REQUEST M2 HOURLY RATE FOR TRACTOR 8 MOWERS $90.00 M3 HOURLY RATE FOR LABOR AND TRIMMER $28.00 BID #3926 Exhibit A DATE: 12/06/07 TWO-YEAR CONTRACT FOR MOWING No. DESCRIPTION VENDOR VENDOR VENDOR VENDOR MET Lanncare Principle Place of Business: Denton, TX Brandon's Landscape Service Gary Morgan Enterprises LP dba VMC Landscape Services Firehouse 22 Rockwall, TX Dallas, TX Denton, TX GENERAL MOWING SERVICE AS NEEDED BY THE CITY - PRICE PER ACRE PER CYCLE CLASS A $30.00 CLASS B $30.00 CLASS C $45.00 CLASS D $45.00 'Per acre per cycle price will be prorated for smaller parcels as determined by the City . PROPOSALL- CODE ENFORCEMENT MOWING OF PARCELS WITH UNRESTRICTED ACCESS I -A Parcels of land up to 10,000 square feet (up to T) per lot price $60.00 I -A Parcels of land up to 10,000 square feet (over 3') per lot price $65.00 11-A Parcels of land 10, 001 square feet to 1 acre (up to T) per lot price $65.00 11 A Parcels of land 10, 001 square feet to 1 acre (over 3') per lot price $70,00 III -A Parcels of land more than 1 acre (up to 3') per acre price $70.00 III -A Parcels of land more than 1 acre (over 3') per lot price $75.00 MOWING OF PARCELS WITH RESTRICTED ACCESS (EQUIPMENT MUST FIT THROUGH 3 FT. OPENING) I-B Parcels of land up to 10,1300 square feet (up to 3) per lot price $65.00 I-B Parcels of land up to 10,000 square feet (over T) per lot price $70.00 II-B Parcels of land 10,001 square feet to 1 acre (up to 3') per lot pace $70.00 II-B Parcels of land 10,001 square feet to 1 acre (over 3') per lot price $75.00 III-B Parcels of land more than 1 acre (up to 3') per acre price - $B0.00 III-B Parcels of land more than 1 acre (over a) per lot price $90.00 TRASH AND DEBRIS REMOVAL IV Trash & Debris removal based on cubic yard calculated by the COD Solid Waste formula $80 00 Hourly rate for labor & trimmer on specialty rate per Contract Terms and Conditions #d $25/Hr. per man Bid Bond Yes Yes Yes Yes "TruGreen Landcare qualified their bid, and therefore is considered non -responsive. 08-04-'08 18:3Z MUM-Gostlow Insurance Ag 9724755028 3 q a6T-309 P002/003 F-274 'ACORD CERTIFICATE OF LIABILITY INSURANCE DA' (WDD""YY' 03/04/2008 PRODUCER (972) 463-8043 The Costlow Insurance Agency 3521 Main Street Ste 100 Rowlett TX 75088- 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. INSURERS AFFORDING COVERAGE NAIC # INSURED DSA FIREHOUSE 229(y ISIS GREENWOOD DR DENTON TX 76209- \ INSURERASAFSCO TNSURANCE CO INSURER B: THE HARTFORD INSURANCE CO INSURER C: INSURER D: INSURER E: LALuvxianxy 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, AGGREGATE UNITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR AD I TYPE OF INSURANCE POLICY NUMBER POLICY EFFECHVE DATE POLICY EXPIRATION DATE LIMITS A GENERAL LIARI N L/ 0lcRT9872201 03/04/2008 03/04/2009 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY O?JMS MADE a OCCUR / / / / OAM ETO RENTED PREM Ea o rrenw $ 200,000 Mm EXP we PNson S 10,000 PERSONAL &ADV INJURY $ 1,000,000 GENERALAGGREGATE E 2,000,000 GENL AGGREGATE POLICY LIAiT APPLIES PER JECaT LOC PRODUCTS. COMPAOP AGO S 2,000,000 B A1.70111100LE X UASIIIJ ,/ MR'AIfTO� 46(MCEJ9915 03/04/2008 03/04/2009e COMBINEO SINGLE LIMIT (Be acdEMf) S 3,000, DDD BODILYINUW (per peNPn) $ AU OWNED AUTO$ SCHEDUMAXOS / / / / X BOOILYINJURY (FYI denU S HIRLDALfTOS NONOWNEDAUTOS / / / / X PROPERTY DAMAGE GARAGE UABILTTY - AUTO ONLY - EA ACCIDENT E ANYAUTO q / / / / OTHER THAN EAACC S S AUTOONLv: AGO EXCESSUMBRELLA UARUT' / / / / EACH OGGLIIII2ENCE S AGGREGATE S OCCUR CLAIMS MADE E S 'DEDUCTIBLE / / / / E RETENTION E i B WDRNERS COMPENSATION AND CI�w,�d, LAmUTY 46wBC108228 03/04/2008 03/04/2009 X NC STATL} OTIF TORY LIMITS ER E.L. EACH ACCIDENT S 100,000 AAA'PROPRIETORIPARTNER/EXECUTIVE EL. CISEALSE- EA EMPLO $ 100,000 OFRCER/MEMBER EXCLUDED? a antler M yes, SPECIAL L PROVI$ION$helwv AR ' EL OISEA.¢- POLICY LIMIT I S 500,000 OTHER OESCW PTION ADDED BY ENDORSEMENT18PEpAL PROVISIONS L// TILE -CITY OF V_-@^,ITS OF'FICTALS, AGENTS, E!¢LOYIEES AND VOLVNMZRS ARE LISTED AS AS A DITIONAL INSVRE[J. SHE SUCH INSURANCE IS PRIE4ARY TO ANY OTHER INSURANCE AVATTARTP TO THE ADDITIONAL INSURED WITH RESPECT TO CLAIIdS COVERED UNDER THE POLICY AND THAT THIS INSURANCE APPLIES SEPERATELY TO EACH INSURED AGAINST WHOM CLAIM OR SUITE IS BROVGBT. THS INCLUSION OF MORE THAN ONE INSUMM SHALL NOT OPERATE TO INCREASETNE INSUREDS LffiI OF LIABILITY. CERTIFICATE HOLDER CANCELLATION (940) 349-2281 ( ) - L� 901 B TEXAS ST. DENTON TX 76209- ACORD 25 (2001108) Or,;- INS025 (mOE)e& ® ACORD CORPORATION 1988 ELECTRONIC LASER FO . INC. - (UM32]-0SAS _ Pepe 1 M 2 J ACORD 25 (2001108) Or,;- INS025 (mOE)e& ® ACORD CORPORATION 1988 ELECTRONIC LASER FO . INC. - (UM32]-0SAS _ Pepe 1 M 2 J K-04-'08 18:32 FROM-Costlow Insurance Ag 9724755028 T-309 P003/003 F-274 CERTIFICATE OF INSURANCE ENDORSEMENT ---- CITY OF DENTON 03104/08 SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN / TO THE OWNER (city)EXCEPT WHEN THE POLICY IS BEING CANCELLED // FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED. CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 8`h day of January A.D., 2008, by and between City of Denton of the County of Denton and State of Texas, acting through George C. Campbell thereunto duly authorized so to do, hereinafter termed "OWNER," and Denton. Texas 76202-1152 of the City of Denton 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 #3926 — Two -Year Contract for Mowing in the amount of (per Exhibit A) 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 and the Performance and Payment Bonds, attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein and on file in the office of the Purchasing Agent, and in accordance with all local, state and federal laws; and plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by: City of Denton Parks and Recreation Department all of which are referenced herein and made a part hereof and collectively evidence and constitute the entire contract. CA-1 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 covenants and agrees to and does hereby indemnify, hold harmless and defend, at its own expense, Owner, its officers, servants and employees, from and against any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of the Work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers, servants, employees, of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner during the performance of any of the terms and conditions of this Contract, whether arising out of in whole or in part, any and all alleged acts or omissions of officers, servants, or employees of Owner. The provisions of this paragraph are solely for the benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise, to any other person or entity. 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 Right to Audit The OWNER shall have the right to audit and make copies of the books, records and computations pertaining to this agreement. The CONTRACTOR shall retain such books, records, documents and other evidence pertaining to this agreement during the contract period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents and other evidence shall be available, within 10 business days of written request. Further, the CONTRACTOR shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to this agreement, and to allow the OWNER similar access to those documents. All books and records will be made available within a 50 mile radius of the City of Denton. The cost of the audit will be home by the OWNER unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the CONTRACTOR which must be payable within five business days of receipt of an invoice. Failure to comply with the provisions of this section shall be a material breach of this contract and shall constitute, in the OWNER'S sole discretion, grounds for termination thereof. Each of the terms "books", "records", "documents" and 'other evidence", as used above, shall be construed to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document. CA-3 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. City of Denton OWN BY: 041112 AAd4.e.4- (SEAL) CONTRACTOR -lo l- F- i- Lawn Cc, c e tom. c - Zox 1l 52 MAILING ADDRESS 61g0 qLl° - S6 S —08 4 FAX NUMBER BY: taw ,n e C TITLE AGrDn ew(��e11 APPROVED AS TO FORM: PRINTED NAME K��" .'" (SEAL) Rf Y ATTORNEY l� CA-4 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That MET Lawncare whose address is P.O. Box 1152, Denton, Texas 76202-1152 hereinafter called Principal, and , a corporation organized and existing under the laws of the State of and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of Ten Thousand DOLLARS 10 000) plus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages arising out of or connected with the below identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement, which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement, which reduces the Contract price, decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 2008-015, with the City of Denton, the Owner, dated the 8th day of January A.D. 2008 , a copy of which is hereto attached and made a part hereof, for Bid #3926 — Two -Year Contract for Mowing NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by the Owner; and, if the Principal shall fully indemnify and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. GM PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., 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, or to the Plans, Specifications, Drawings, etc. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19- 1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in four copies, each one of which shall be deemed an original, this the day of ATTEST: PRINCIPAL BY: SECRETARY ATTEST: BY: 12M PRESIDENT SURETY BY: ATTORNEY -IN -FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the processis: NAME: STREET ADDRESS: (NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That MET Lawncare, whose address is P.O. Box 1152, Denton, Texas 76202-1152 hereinafter called Principal, and a corporation organized and existing under the laws of the State of and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to, in the penal sum of Ten Thousand DOLLARS ($10, 000.00) in lawful money of the United States, to be paid in Denton, County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 2008-015, with the City of Denton, the Owner, dated the 8th day of January_ A.D. 2008 , a copy of which is hereto attached and made a part hereof, for Bid #3926 — Two -Year Contract for Mowing NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie in Denton County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., 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, or to the Plans, Specifications, Drawings, etc. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such surety, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in four copies, each one of which shall be deemed an original, this the day of ATTEST: PRINCIPAL IM SECRETARY ATTEST: : BY: PRESIDENT SURETY BY: ATTORNEY -IN -FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: QMMM STREET ADDRESS: (NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name) 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. • 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 read: "SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITI) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED". Should any of the 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: [Xl [Xl A. General Liability Insurance: General Liability insurance with combined single limits of not less than $ 500,000 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 (XCLI) exposures. Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $300,000 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a 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 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). [ ] 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"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 per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. (] 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. [ ] Commercial Crime Provides coverage -for the theft or disappearance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this coverage should be written on a "blanket" basis to cover all employees, including new hires. This type insurance should be required if the contractor has access to City funds. Limits of not less than . each occurrence are required. [ ) 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. ATTACHMENT 1 [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. 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. I. 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 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. CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING '�: Amdunt5 donot ivNClNAe altet"nate BID SUMMARY SHEET ►tem.S PROPOSAL Annual Bid Amount PROPOSAL A CITY MEDIANS & RIGHT-OF-WAYS CLASS A $ No 91rl PROPOSAL B CITY PARKS & PUBLIC BUILDINGS CLASS A $ nI o 3 id PROPOSAL C LIBRARIES CLASS A $ N o 13 id PROPOSAL D CITY PARKS CLASS B $ b, q oo PROPOSAL E CITY MEDIANS & RIGHT-OF-WAYS NORTH CLASS B $ q 00 PROPOSAL F CITY MEDIANS & RIGHT-OF-WAYS SOUTH CLASS B $ No g; d PROPOSAL G FIRE STATIONS CLASS A& B $ 8 9 4 PROPOSAL H CEMETERIES CLASS B $ AO' Qua. PROPOSAL I — SOLID WASTE/LANDFILL CLASS A, B, C $ N C Bid PROPOSAL J — ELECTRICAL SUBSTATIONS CLASS A & B $ PROPOSAL K— WATER RECLAMATION CLASS A & C $ Ick, S IS PROPOSAL LL—CODE ENFORCEMENT $ IJo B;a . PROPOSAL M — RAILTRAIL CLASS C $ N® 814 GRAND TOTAL g IZ21 (oi do rWf GENERAL MOWING SERVICE AS NEEDED BY CITYalter- vnaie kemS MOWING CLASSIFICATION Price Per Acre Per Cycle* CLASS A CLASS B CLASS C CLASS D $ 3 p $ 030 $ 457 $ 45 *Per acre per cycle price will be prorated for smaller parcels as determined by the City. PAGE 2 OF BID #3926 Bidders Initials CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING PROPOSAL A - CITY MEDIANS & RIGHT-OF-WAYS Class A Mowing MEDIANS AND OTHER SITES: FOR MOWING OF WEEDS AND GRASS ON CITY MEDIANS AND LOTS WITHIN THE CORPORATE BOUNDARIES OF THE CITY OF DENTON, TEXAS, per all terms, conditions and specifications herein. Bid/ Size Cycles Mowing MEDIAN Class Acres Near Cycle Annual Bid Medians Dallas Dr. 1-35 to Teasley Ln. A 0.40 32 . $ $ Medians Teasley- Ln. (Dallas Dr. to Lillian Miller P A 1.41 32 $ $ Medians Lillian Miller (1-35 to Sundown Blvd.) Include medians under 1-35 A 1.08 32 $ $ Carroll . Blvd. (Old Fort Worth Drive to Sherman Dr.),. See map (sites in median east and west sides) in.Appendix C A 4.72 32 $ $ Fort Worth - Drive (1-35 to Old Fort Worth Drive. A 0.28 32 $ $ University Dr. (Carroll to island west of 1-35) See map: (Three islands on south side of University) A . 7.26 32 $ $ University Drive,from Elm Street to Loop 288. A 2.58 32 $ $ Totals forC ties and Annual Bid $N o Reid $ I'i o I& c� Date SignaturecofAuthorized Representative PAGE 3 OF BID #3926 wnET Lawncuce Company Name Bidders Initials $ i G CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING PROPOSAL B — PARKS AND PUBLIC BUILDINGS Class A Mowing PARKS, MEDIANS, AND PUBLIC BUILDINGS: FOR MOWING OF WEEDS AND GRASS ON CITY SITES WITHIN THE CORPORATE BOUNDARIES OF THE CITY OF DENTON, TEXAS, per all terms, conditions and specifications herein. MEDIAN Size Acres Cycles/ year $ Bid/ Mowing Cycle $Annual Bid City Hall East, 601 East Hickory 1.15 32 City Hall West, 221 North Elm 0.09 32 MLK Recreation Center, 1300 Wilson 5 32 Civic Center Park (creek bank included), Monday or Tuesday service, preference first two days of business week. 20.02 32 City of Denton Service Center, 901 A & B Texas Bam to 5 m, Monday- Friday 1.20 32 Animal Control, 300 S Woodrow 9am to 4 m, Monday— Friday .3 32 Dog Park 3901 Ryan Rd. Wednesday only 4.55 32 Alternate Items for future consideration Totals for Cycles and Annual Bid $ T40 gic% $ r4o gi d o}._n ^ Date Signature of thorized Representative —re of/�thorized Representative PAGE 4 OF BID #3926 �rY� c T I�arwn c.afc Company Name Bidder's Initials_ CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING PROPOSAL C -LIBRARIES Class A Mowing LIBRARY GROUNDS: MOWING OF WEEDS AND GRASS ON SITES, WITHIN THE CORPORATE LIMITS OF THE CITY OF DENTON, per all terms, conditions and specifications herein. Library Grounds Schedule: Size Number Bid/Mowing Site location Class Acres of Cycles Cycle Annual Bid North Branch Library, 3020 N. Locust St. A 1 32 $ f $ South Branch Library, 3228 TeasleyLane A .98 32 $ /— Size (Square Number Bid/ owing Planter Bed Maintenance Class Feet) of Cycles Cycle Annual Bid North Branch Libra A 21,100 32 \ N $ o 94 $ 110 91 d Alternate Item for future consideration: Contractor shall submit separate per cycle mowing bids and per cycle planter bed maintenance bids. Per cycle planter bed maintenance costs shall include shrub trimming three times per year (as per specifications) and three applications of turf fertilizer (as per specifications). II-z -O iHa.�bh� �-IC�.....p-f,.:�QQ-�rnE'r l.awrlCexS2 Date Signature of thorized Representative . Company Name . PAGE 5 OF BID #3926 Bidders Initials CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING PROPOSAL D - CITY PARKS Class B Mowing PARKS: FOR MOWING OF WEEDS AND GRASS ON CITY SITES WITHIN THE CORPORATE BOUNDARIES OF THE CITY OF DENTON, TEXAS, per all terms, conditions and specifications herein. PARKS Size Acres Cycles/ year $ Bid/ MowingCycle $Annual Bid Avondale. (includes creek banks, both sides to ROW) 2021 Devonshire 18A 20 $ Ltoo $ $cacti Nettie Schultz 1517 Mi9tywood 9 20 $ 2co $ 40co Evers Park 3100 N. Locust south side of Windsor 4.35 20 $ -+G $ 15oo McKenna; 600 N Bonnie Brae (includes inside communication fence Water tower not included 18.1 20 $ � on $ Bo North Pointe 1300 Hercules Ln. 6.45 20 45 $ 45 $ ctoo Briercliff 3000 State School Road Crosstiinbers 1000 Hickory Creek Road & Frontage 9.618 26 20 20 $ 2970 $ "S $ Lf 000 $ It o0 Joe Skiles'.1721 Stone ate 5.5 20 $ ►oo $ 200o Fred Moore 500 S. Bradshaw 10 20 $ 30o $ 6000 Phoenix (Includes creek bank from top of bank to six feet down the slope.) 6.75 20 $ $ 4000 Lake Forest 3901 Ryan Rd 21.45 20 $ ?-So $ 5'000 Se uoia 1400 E. University 5.50 20 $ l oo $ o0 0 Totals for Cycles and Annual Bid $ 2$ 4S $ Sb101o O Date S gnature o Authorize Representative Company Name PAGE 6 OF BID #3926 Bidders Initials .0 CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING PROPOSAL E —MEDIANS AND RIGHT OF WAYS -NORTH Class B Mowing MEDIANS AND OTHER SITES: FOR MOWING OF WEEDS AND GRASS ON CITY MEDIANS AND LOTS WITHIN THE CORPORATE BOUNDARIES OF THE CITY OF DENTON, TEXAS, per all terms, conditions and specifications herein MEDIAN Size Cycles/ $ Bid/ $Annual Bid Acres year Mowing Cycle Hercules Stuart to Redstone 0.36 20 160 t2oo HWY 77 1-35 to 2164 10.2 20 3 stf�o p HWY 77 & Old Riney 0.1 20 60 0 HWY 77 & Windsor 0.2 20 30 b o0 Sherman & Windsor 0.1 20 '2.0 �}oo Sherman & Stuart 0.1 20 7_0 400 Sherman & Woodlands 0.05 20 Zp 4-0 0 Sherman & Locusf' 0.05 20 2-0 400 Sherman & Bolivar 0.2 20 28 560 Churchill & Woodhaven 0.1 20 20 40 0 Emerson & Woodhaven 0.14 20 20 O b Boyd & Universi_ , includes frontage of 380 0.30 20 3S -+00 Denton Drive Alice & 808 Alice 1.05 20 90 to 00 West Windsor Bonnie Brae to Westgate) 0.54 20 3 . 11goo West Oak 1-35 to Bonnie Brae 0.8 20 }S 1500 Owsley Park 2425 Stella 0.8 20 -31F -+00 Hickory & North Texas 0.2 20 2.o IllOak&Ja oe 0.04 20 20 L400 Scripture & Malone 0.18 20 139 }o o Trade Square Link Central 0.2 20 q0 JR00 Milam Park 1 Mockingbird 1 20 45 900 Audra Lane and triangle at Paisley) 1.05 20 . 5.. t Soo Oakland Con ress to Austin 0.18 20 26 S6o Alternate Items for future consideration Malone islands P Tulane & Bowlin reen 0.125 20 No Cost rJo Cost Totals for Cycles and Annual Bid $ 19S $ 231 00 Date Signature of 11M.Ithorized Representative PAGE 7 OF BID #3926 -'Il 1.4w nca0.ce Company Name Bidders Initials a CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING PROPOSAL F - MEDIANS AND RIGHT OF WAY -SOUTH Class B Mowing MEDIANS AND OTHER SITES: FOR MOWING OF WEEDS AND GRASS ON CITY MEDIANS AND LOTS WITHIN THE.CORPORATE BOUNDARIES OF THE CITY OF DENTON, TEXAS, per all terms, conditions and specifications herein. MEDIAN Size Acres Cycles/ year $Bid/ Mowing Cycle $Annual Bid Ma hill 1-35 to Blue Jay) 1.83 20 Colorado(Loop 288 to. Ma hill 0.85 20 Brinker. Road 1-35 to, Loop 288 1.14 20 Colorado (Loop 288-to island north of San Jacinto Blvd. 1.5 20 San.Jacinto Blvd. 115 to Colorado)0.5 20 Dallas Drive East side of Township 11 entry) 1.26 20 Township II 6 islands 0.5 20 Teasley Lane East of'Dallas Drive to Shady Oaks Dr. 0.24 20 Shady Oaks Blvd. Woodrow to deadend 0.5 20 Dallas Drive @ Chambers 0.125 20 Eagle & Dallas Dr.(including under railroad 0.38 20 Eagle & Elm 0.05 20 Dallas,Drive & Robertson 4.33 20 )IV e,Street & Industrial 0.4 20 Stroud;& Sycamore drainage lots 0.44 20 Day Labor Site Fort Worth Drive & Collins 1.89 20 Kendoff & Underwood 1-35 0.4 20 Westrid' a Circle 0.2 20 Bent Creek Estates. Entry @ HWY 377 0.45 20 Ryan Rd. Q Forestrid e 0.27 20 Forrestrid a Blvd. Hobson to Timbergreen) 0.2 20 Wind River 1-35 and 2181 0.04 20 Robertson Road Berkley 0.04 20 Highland Park.Circle. 0.125 20 Vintage Parkway media west of Bonnie Brae and North side of parkway not curbed 0.25 20 Alternate Items for future consideration Vintage Parkway East of Bonnie Brae to Hwy 377 1.81 20 0 I z8-o}.. �d•n nn.rc�-�.Q r11ET uawncccct Date Signature of uthoriz d Representative Company Name PAGE 8 OF BID #3926 Bidders Initials ej c CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING PROPOSAL G- FIRE STATIONS Class A and R Mowing FIRE STATION SCHEDULE OPTION ONE Site Location Size(acres) Number of Cycles $Bid/mowing cycles $Annual Bid - 32 cycle bid Station #1 Bell Hickory: 0.3 Acres 32 S ILM5 Station #7 @ 4201 Vintage Pkwy. 0.3 Acres 32 Lf S 1440 20 cycle bid Station #2 2209 E. McKinney 0.7 Acres 20 50 1 oao Station #3 1204 McCormick 0.2 Acres 20 5 900 Station #4 2110 Sherman Dr.. 0.Acres 2064 �o to 00 tation #5 2230 W. Windsor Dr. 1.12 Acres 20 b5 1300 tation #6 3232 Teasley Ln. 0.4 Acres 20 65 l300 Station Q 217 W McKinney 0.2 Acres 20 28 5f00 TOTAL ANNUAL BID . $ q $ EC(40 OPTION TWO BED MAINTENANCE Station #1 Bell(a)HickoryBell(a)Hickory St 5371 s . ft. 600 Station #7 @ 4201 Vintage Pkwy. 5300 sq. ft. 32 Texas Natives Coo Station 217 W McKinney no beds fJo Cost Station #2 2209 E. McKinney 623 s . ft C110 tation #3 1204 McCormick 174 s . ft. flo cost Station #4 2110 Sherman Drive 567 s . ft. q o tation #5 2230 W. Windsor Drive 255 s . ft. 90 tation #6 3232 Teasley Lane 496 s . ft. 2.00 tation 4 217 W. McKinney No beds mo .cps OTAL $ r4I.A $ 1 b-+o Alternate Items for future consideration Fire and Police future training facility, 80 acres total bid IFR for a 100 ft. mow strip along Vintage Parkway and Bonnie Brae. 10 acres will call basis —estimate 5-7 cles �? � �i.ern 2 L t'� cycle t{ ecn 14Om? aces �,cyc tt ZS-o4 IA n Date Signature o uthoriz^ ed Repre- entative PAGE 9 OF BID #3926 -^inET L4XwnCA6e ,Company Name Bidders Initialsa J C T S CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING PROPOSAL H—CEMETERIES CLASS B MOWING Size Number Bid/Mowing Site location Class Acres of Cycles Cycle Annual Bid IOOF Turf B 25 20 $ $ Oakwood Turf B 13 20 $ IOOF Litter Control B 25 20 $ Oakwood Litter Control VBid/Mwing B 13 20 Size (Square NumberPlanter Bed Maintenance Class Feet of C clesAn al Bid IOOF Beds B 561 20 $ $ Oakwood Beds — Flag poles B 150 20 $ $ IOOF Color Bed Change B 361 20 $ $ Alternate Items for future consideration: Totals for Cycles and Annual Bid $ 1 VA 0 $ a; d tJ o 8 nrl�rPa....�-�,�9--eQ Date SigAture o— fMthorized Representative PAGE 11 OF BID #3926 -rnET I-1\.WY1C6.C2 Company Name Bidder's Initials a L CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING PROPOSAL 1- SOLID WASTEILANDFILL Site Location Class Size Acres Number of Cycles Bid/Mowing Cycles Annual Bid Mayhill Rd. Buffer Zone, 1100 Mayhill Rd. B 6.8 4-20 $ $ Foster Rd. Buffer Zone, 1527 S. Mayhill Rd. B 3.8 20 $ $ Solid Waste Facilities Lawn, 1527 S. Mayhill Rd. A .5 32 $ $ Foster Rd. Properties A 5.5 32 $ $ Flagpole entryA 0.5 32 $ $ Entrance Area, 1527 S. Mayhill Rd. C 14 7 $ $ Totals for Cycles and Annual Bid 11 Ontional Bed Maintp_nanrp nlim, -Rpna nnnl Cnlnr Plnnfinnc- Solid _Waste Facilities Lawn, 1527 S. Mayhill-Rd. I A 2 900 s . ft Contact David Dugger at (940) 349-8001 for additional information. Contractor shall.submit separate per cycle mowing bids and per cycle planter bed maintenance :bidss Per cycle planter bed maintenance costs shall include shrub trimming three times per year (as per specifications). and three applications of turf fertilizer (as per specifications). -YnET La.wrncage Date Sign ture of Mtho-rized Representative Company Name ,. - PAGE 12 OF BID #3926 Bidder's Initials 1 C CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING PROPOSAL J — ELECTRIC SUBSTATIONS Site Location Class Size Acres Number of C cles Bid/Mowing C cle Annual Bid Pole Yard, 1701 Spencer Rd. A Approx. 32 $ $ $ IZLV Add side of pole yard 7 Pockrus Substation, South of I 35 E on Pockrus Rd. B Approx. 0.8 20 $ SS $ 1 100 Northlakes Substation, N. Bonnie Brae at Riney Rd. B Approx. 0.5 20 $ �;0 $1000 Denton North Interchange, N. Locust at Hercules B Approx. 0.3 20 $ 5a $ 1 O 00 Kings Row Substation, Kings Row between Dunes St. and Marianne Cir. B Approx. 0.4 20 $ '30 $ roo0 Arco Substation, Gressling Rd. at Blagg Rd. B Approx. 2.0 20 $ �� i $ 00 Hickory Substation, Bonnie Brae between Oak and Hickory B Approx. 0.4 20 $ 1+0 $ $00 Locust Substation, North of Daugherty St. between Locust and Myrtle B —Approx. 1.25 20 $ $O $ I Goo Totals for Cycles and Annual Bid $ 5 Z $13v L124 Contact Sam Bridges at (840) 349-7600 for additional information. Date Signature of -Authorized Representative Company Name PAGE 13 OF BID #3926 Bidder's Initials 9, c CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING PROPOSAL K — WATER RECLAMATION Site Location Class Size Acres Number of C cles Bid/Mowing C cles Annual Bid. Water Reclamation Plant A - A rox. 14 32 $ 4,G O $ I p North Entrance Area C 10 7 $ ISO $ to 0 Lift Stations: Cooper Creek 230 N Ma hill Rd. C 0.75 7 Hickwy Creek Old Alton Road C .5 7 $ 60 $ t}2o imbleton, 4000 Winston Dr. C 125 7 $ (pp $ 2,o Lakeview Station, 200 Lakevievv Blvd_ C .125 7 $ 100 $ -+op Barrow Station, Flad er Rd. C .125 7 $ p $ 420 Robson Ranch C 5 7 $ R O $ 1650 Granada Station, 3600 Granada C 125 7 $ 3d $ 2lO Totals for Cycles and Annual Bid $ 114S $ 19,515 Contact Pete May at (940) 391-8160 for additional information. Date Sign ture of AfithnrizETd Representative "YnIF-r Lawr.%co..Ce Company Name PAGE 14 OF BID #3926 Bidders Initials a3 C- CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING BID PROPOSAL L — CODE ENFORCEMENT Mowing of Parcels with Restricted Access (equipment must fit through three (3) foot opening) CATEGORY I DESCRIPTION Bid Amount Bid Amount (Area to be mowed Is up to (Majority of area to be 3' height) mowed is over 3' height) CATEGORY I DESCRIPTION - - - Trash and debris removal based on cubic yard calculated by the City of IV Denton Solid Waste formula. Hourly rate for labor and trimmer on specialty rate per Contract Terms and Conditions #4 Contact Linda Barrett (940)/349-7819 for more information. Date Signature df_Aufflorized Representative Company Name PAGE 18 OF BID #3926 Bidder's Initials a., CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING PROPOSAL M — RAIL TRAIL Class C Mowing The mowing of 7.5 miles of rail trails starting at its northern limits at East Hickory Street in Denton and extending to its southern limits at Burl Road in Corinth Texas. The width of the trail corridor is approximately 50 feet either side of the centerline of the trail for a total width of 100 feet wide. The total acreage is 96.96 acres. Over 50% of this area is designated as no mow areas. The property also has Public Utilities that exist such as water lines, fiber optics lines, and telephone lines. Junction boxes and bleed valves are on site and may not be clearly marked: Rotary mowers will normally be, required in all mowing of right of ways. Side mounted or pull behind mowers that extend beyond the width of the tractor are required for mowing slopes, ditches as well as close to trees and fences. Power hand mowers such as weed eaters or push mowers must be used around barricades and property posts, signs, trestles, utility installations etc. Height of cut will be between 3-5 inches. The City will not permit mowing when site conditions such as wet soil or otherweather conditions are such that damage to the right-of-way or trail could occur. Mowing will be delayed each spring to allow wildflower seed to mature, per all terms, conditions and specifications herein. Size Number Bid/Mowing Rail Trails Class Acres of Cycles Cycle Annual Bid East Hickory, Denton to C 50% of Burl St?;.Corinth .96.96 ac. 7 $ $ S encer.'Road frontage - - C 1 - 7 $ $ Totals for Cycle and Annual Bid $ $ I 1 i o lJid l`ro a Alternate Items for future consideration Lake Ray Robert Outlook (north -end- of- reenbelt 9 )r- litter C.._ .... -7- g o t> i _ __ � o mow-arid—. removal Q Hourly rate for special call out request: Hourly rate for tractor and mowers Hourly rate for labor and trimmer it-L -o I1"IOuo-v� Date Signature o Authorized Representative PAGE 19 OF BID #3926 —v'Ag-f "wncare Company Name Bidder's Initials CITY OF DENTON TWO-YEAR CONTRACT FOR MOWING The undersigned agrees this bid becomes the property of the City of Denton after the official opening. The undersigned affirms he has familiarized himself with the local conditions underwhich the work is to be performed; satisfied himself of. the conditions. of delivery, handling and storage of equipment and all other matters that may be incidental to the work, before submitting a bid. The undersigned agrees, if this bid is accepted, to furnish any and all items/services upon which prices are offered, at the price(s) and upon the terms and conditions contained in the Specifications. The period for acceptance of this Bid Proposal will be sixty (60) calendar days unless a different period is noted by the bidder. The undersigned affirms that they are duly authorized to execute this contract, that this bid has not been prepared in collusion with any other Bidder, nor any employee of the City of Denton, and that the contents of this bid have not been communicated to any other bidder orto any employee of the City of Denton prior to the official opening of this bid. Vendor hereby assigns to purchaser any and all claims for overcharges associated with this contract which arise under the antitrust laws of the United States, 15 USCA Section 1 et sea., and which arise under the antitrust laws of the State of Texas, Tex. Bus. & Com. Code, Section 15.01, et seg. The undersigned affirms that they have read and do understand the specifications and any attachments contained in this bid package. NAME AND ADDRESS OF COMPANY: AUTHORIZED REPRESENTATIVE: wv� E r LaW n co ce Signature aQ_ - - -- - ------ _ Date_- re - Pen -von, TX Tel. No. _94o-3io}_SZS1 Name 80--r-on 'S• rrpbeM Title OwnOwnf C FaxNo.- 940-46S- 0643 Email. 0.o�con\Deco m pbe�1 @g l�at1 COYV1 COMPANY IS: -- -- .. _.. -- ---- - - -- -- Business included in a Corporate Income Tax Return? YES NO Corporation organized & existing under the laws of the State of Partnership consisting of _YIndividual trading as Aooco„ Co_vgpbej% &aA -TnKT txL�ncwce X Principal offices are in the city of oe c,tor, Tx PAGE 20 OF BID #3926 Bidder's Initials a� e BID #3926 Exhibit A DATE: 12/06/07 TWO-YEAR CONTRACT FOR MOWING OR VENDOR VENDOR VENDOR Brandon's Gary Morgan ncare 000p( Landscape Enterprises LP dba Firehouse 22 Service VMC Landscape Services TX Rockwall, TX Dallas, TX Denton, TX PROPOSALS - ANNUAL BID PRICE A MEDIANS 7 RIGHT-OF-WAYS CLASS A $44,608.00 B CITY PARKS & PUBLIC BUILDINGS CLASS A $61,056.00 C LIBRARIES NORTH & SOUTH BRANCH CLASS A MOWING $4,160.00 Cl NORTH BRANCH LIBRARY BED MAINTENANCE $2,640.00 D CITY PARKS CLASS B $56,900.00 E CITY MEDIANS & RIGHT-OF-WAYS NORTH CLASS B $23,900.00 F CITY MEDIANS & RIGHT-OF-WAYS SOUTH CLASS B $36,120.00 F7 ALTERNATE FOR FUTURE CONSIDERATION - VINTAGE PARKWAY EAST OF BON NNIE BRAE TO HWY 377 $3,660.00 G FIRE STATIONS CLASS A & B (including Bed Maint) G7 OPTION 1 - MOWING $8,940.00 G2 OPTION 2 - BED MAINTENANCE $1,670.00 G3 ALTERNATE ITEMS FOR FUTURE CONSIDERATION - FIRE & POLICE FUTURE TRAINING FACILITY, 80 ACRES TOTAL BID IFR FOR A 100FT MOW STRIP ALONG VINTAGE PKWY & BONNIE BRAE. 10 ACRES WILL CALL BASIS - ESTIMATE 5 - 7 CYCLES $1,400.00 I SOLID WASTE/LANDFILL CLASS A, B & C $40,003.00 11 OPTIONAL BED MAINTENANCE PLUS SEASONAL COLOR PLANTINGS $1,184.00 J ELECTRICAL SUBSTATIONS CLASS A & B $13,424.00 K WATER RECLAMATION CLASS A & C $19,515.00 L CODE ENFORCEMENT - SEE NEXT PAGE M RAIL TRAIL CLASS C $19,250.00 Mt ALTERNATE ITEM FOR FUTURE CONSIDERATION - LAKE RAY ROBERTS OUTLOOK (NORTH END OF GREENBELT), MOW AND LITTER REMOVAL $2,310.00 HOURLY RATE FOR SPECIAL CALL OUT REQUEST M2 HOURLY RATE FOR TRACTOR & MOWERS $90.06 M3 HOURLY RATE FOR LABOR AND TRIMMER $28.00 BID #3926 Exhibit A DATE: 12/06/07 TWO-YEAR CONTRACT FOR MOWING VENDOR VENDOR VENDOR VENDOR Brandon's Gary Morgan MET Lawncare 0000 Landscape Enterprises LP dba Firehouse 22 Service VMC Landscape Services Denton, TX Rockwall, TX Dallas, TX Denton, TX GENERAL MOWING SERVICE AS NEEDED BY THE CITY - PRICE PER ACRE PER CYCLE CLASS A $30.00 CLASS B $30.00 CLASS C $45.00 CLASS D $45.00 'Per acre per cycle price will be prorated for smaller parcels as determined by the City PROPOSAL L- CODE ENFORCEMENT MOWING OF PARCELS WITH UNRESTRICTED ACCESS I -A Parcels of land up to 10,000 square feet (up to 3) per lot price $60.00 I -A Parcels of land up to 10,000 square feet (over 3') per lot price $65.00 II -A Parcels of land 10, 001 square feet to 1 acre (up to 3') per lot price $65.00 11 A Parcels of land 10, 001 square feet to 1 acre (over T) per lot price $70.00 III -A Parcels of land more than 1 acre (up to 3') per acre price $70.00 III -A Parcels of land more than 1 acre (over 3') per lot price $75.00 MOWING OF PARCELS WITH RESTRICTED ACCESS (EQUIPMENT MUST FIT THROUGH 3 FT. OPENING) I-B Parcels of land up to 10,000 square feet (up to 3') per lot price $65.00 I-B Parcels of land up to 10,000 square feet (over 3) per lot price $70.00 11-8 Parcels of land 10,001 square feet to 1 acre (up to 3) per lot price $70.00 II-B Parcels of land 10,001 square feet to 1 acre (over 3') per lot price $75.00 III-B Parcels of land more than 1 acre (up to 3') per acre price $80.00 III-B Parcels of land more than 1 acre (over T) per lot price $90.00 TRASH AND DEBRIS REMOVAL IV Trash & Debris removal based on cubic yard calculated by the COD Solid Waste formula $80.00 Hourly rate for labor & trimmer on specialty rate per Contract Terms and Conditions #4 $25/Hr. per man Bid Bond Yes Yes Yes Yes "TruGreen Landcare qualified their bid, and therefore is considered non -responsive. PAYMENT BOND STATE OF. TEXAS § COUNTY OF DENTON § KNOW ALL :MEN BY THESE PRESENTS. That MET !Awnca=- whose address is.P.OBoil 1152 Denton: Ing _16202-1152 INDEMNITY COMPANY✓ hereinafter calledPrincipal and DEVELOPERSSURETY'AND a- .corporation organized and erosting under the lawof the State of CALIFORNIA and folly authorized to transact business :in the: State of Texas, as'Sluety,: are held and firmly bound unto the City of Denton, a municipal cbrpotation organized and existing tinder the laws of the State of Texas, hereinafter called Owner, andunto all persons; firms, and corporations who may furnishmaterials for, or perform.�upon; t]ie building or' rprovemenis hereinafter referred to, in the penal sum of Ten T}iottsand�BOLLARS ($ 0 m lenvfirl money of the United States, to be paid in Denton, County, Texas, for the.payment of.which sum well and truly to be made, we hereby bind ourselves, our.heits executers;: administrators successors> and: assigns; joiptty and'severally, firmly by these pre ants. : This. Bond shall automatically. be increased by the, anoint of any Change Order or Supplemental:Ageemcnt which increases.the Contras price; but is m eveatshall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned. as follows: Whereas, .the Principal entered into: a certain Contract, identified by Ordinance Number 0 15 with the City of Denton, the Owner, dated the I fh day of Jamrary A.D. _201&<a copy of which' hereto. attached and made a part hereof, for Bid #3926 Two -Year Co�sctfer Mowine ✓ — NOW, THEREFORE, if the Principal shall well, .truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the 'IWark provided4or in said Contract and any and all duly authorized modifications of said Contract that .may hereafter, be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect.. PROVIDED FURTHER; that if any legal action be filed on this Bond, exclusive venue shall lie in Denton County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time,: alteration or addition to the terms of the Contractor to the Wort to. performed thereunder, or to the Plans; Specifications; Drawings; etc., accompanying the same, shall in anywise affect its obligation on this Bond; and it does hereby waive notice of Bay such:change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Pans, Specifications, Drawings, etc. 5M Ibis Bond is,:given pursuant to the provisions of Chapter 2253. of the Texas .Government -Code, as amended, and anyother applicable staiiits:s of -the State of Texas. The.undemgned.,and designated agent is hereby designated by the Surety herein as the Resident Agent.in Denton County to whorn any requisite notices may delivered and on whom service .of process may -be had in.matters arising out of such. surety, as provided by Article 7.19-1 of the Insursnee Code; Vemods`Annotated. Civil Statures of the State of Texas_ - TN WITNESS WHEREOF; this instrument. is executed in four es, each one of which shall be deemed an original, this the 8: _ day of �ahA_, PRINCIPAL BY: pwWL'� :As �� .... !. TP ' / The.Resident Agent:of the Surety. in Denton County, Texas for delivery of notice and service of the process is: ' V STREET (NOTE. Date of Payment Bond must be date of Contract . If Resident Agent is not a corporation give -a personls name) IMM ���pb POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITN' COMPANY PO BOX 1972S. IRVINE. CA 92623 (949) 263-3300 wwwAnscoDico.com KNOW ALL MEN BY THESE PRESENTS, that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY d' ocs hereby make. constitute and appoint: ***Virginia L. Girdley ;:P'*' as its true and lawful Atiomcy(s)-in-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporation as surety, bonds, undertakings and contracts of suretyship giving and graming unto said Anomey(s)-in-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as the corporation could do, but reserving to the corporation full power of substitution and revocation, and all of the acts of said Attomcy(s)-in-Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolution adopted by the Board of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY effective as of November I, 2000: RESOLVED, that the Chairman of the Board, the President and any Vice President of the corporation be, and that each of them hereby is, authorized to execute Powers of Attorney, qualifying the Auomev(s)-in-Fact named in the Powers of Attorney to execute, on behalf of the corporation, bonds. undertakings and contracts of suretyship: and that the Secretary or any Assistant Secretary of the corporation be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney: RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which if is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY has caused these presents to be signed by its respective Executive Vice President and attested by its Secretary this I s( day of February, 2005. 1 By: David H. Rhodes, Executive Vice -President By: Walter A. Crowell, Secretary STATE OF CALIFORNIA ) )SS. COUNTY Of ORANGE ) OCT -<OP 19 eq? 1936 rDaLc On February I, 2005, before me. Nita G. HiOincycr, personally appeared David H. Rhodes and Walter A. Crowell, personally known to me (or proved to me on the basis of satisfactory evidence) to be the persons whose names art subscribed to the within instrument and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument the entity upon behalf of which the persons acted, executed the instrument. WITNESS my hand and official seal Signature �a 3 - CERTIFICATE NITA G. HIFFMEYER c'r COMM. tf 1543481 E NOTARYPLOXCAUFOFMAE 3 ORANGE COUNTY S3 Myoamm.trpt Jan.10,2009 The undersigned, as Executive Vice -President, of DEVELOPERS SURETY AND INDEMNITY COMPANY, does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked, and funhcrmorc, that the provisions of the resolution of the respective Boards of Directors of said corporation set forth in the Power ofAttomcy, is in force as of the date of this Certificate. This Certificate is executed in the City of Irvine, California, the _91Q, day of By f David L. Kerrigan. Executive Vice -President ` ID-1438 (DSD (Rex- 2/05) `' _ PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTOiv § KNOW ALL MEN BY THESE PRESENTS: That METLawncarevv ose address is P.O. Box 1152. . Denton. Texas 76202-1 52 hereinafter called Principal, and DEVELOPERS SURETY AND INDEMNITY COMPANY corporation organized and existing under the laws ofthe.State.of CALIFORNIA and fully authorized to transact business in the State of Texas, .as Surety,. are held and firmly bound unto the City of Denton, a municipal corporation organized and existing and� the laws of the State f Texas, hereinafter called Owner, in the penal sum of Ten Thousand ✓DOLLARS CSj0000 plus .ten percent of the stated penal sum as an additional. sum of money representing additional court expenses, attorneys' fees, and liquidated damages arising out. of or connected with the below identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind. ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amountof any. Change. Order or Supplemental Agreement, which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement, which reduces the Coact price, decrease the penal stun of this Bond: THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 02Q 8-015, with the City of Denton, the Owner, dated the Bth day of JangM A.D.. 2008 , a copy of which is hereto attached and made a part hereof, for Bid #3926 — Two -Year. Contract for Mowing NOW, THEREFORE, if. the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants,. terms, conditions and agreements. of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be, granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under.this Contract, and shall also well and truly perform. and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all dulyauthorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty. materials and workmanship that, appear within a period of one (1) year from the date of final completion and final acceptance of the Work by the Owner, and, if the Principal shall My indemnifyand save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and, expense which the Owner may incur in making good any default or deficiency, then this obligation shall be void; otherwise; it shall remain in full force and effect. PB - 1 PROVIDED FURTHER, that if:any'.legal action be filed upon this Bond, exclusive venue shall lie.in Denton County, $rate of Texas. AND PROVIDED FURTHER that the said Surety, for value received, hereby stipulates and agrees :that'no change; extension of time, alteration. or addition to the, terms of the Contract, or to the . Work to be perforined thereunder, or to the Plans, Specifications, Drawings, etc., 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; or to the Plans. Specifications, Drawings, etc. This Bond .is :given pursuant to.:.the provisions of Chapter 2253 of the. Texas Government Code; as amended, and any other applicable statutes of the State of Texas. The undersignedand' designated ageirris hereby designated by the Surety herein as the Resident. Agent in. Denton, County to whom any. requisite notices may :be delivered and on whom service of process maybehad in matters arising out of such suretyship, as provided by Article 7.I9- 1 of the Insurance Code, Veunods Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is. executed in four copies,each one of which shall be deemed an original, this the . 18 day of J— o,;'--' . Z.'no8 .A4fEff PRINCIPAL BY: ' SECRETARY. - BY: . - Th nnrr�rn l'f' ATTEST: SURETY � BY �j�irc�,• ✓ 1�.���� BY: % A RNEY-IN-FACT The Resident Agent.of the Surety in Denton County, Texas for delivery of notice and service of the process is: IZ STREET (NOTE: Date of Performance Bond must be date of Contract If Resident Agent is nota corporation; give a person's name.) FBa2 POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY PO BOX 19725. IRVINE. CA 92623 (949) 263-3300 wtiim.InscoDico.com KNOW ALL MEN BY THESE PRESENTS, that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY" COMPANtocshcrcbv make. constitute and appoint: "`Virginia L. Girdley'c-� as its true and lawful Auomcy(s)-in-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporation as surety, bonds, undertakings and contracts ol'suretyship giving and granting unto said AUomcy(s)-in-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as the corporation could do, but reserving to the corporation full power of substitution and revocation, and all of the acts of said Atiomey(s)-in-Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolution adopted by the Board of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY effective as of November 1, 2000: RESOLVED, that the Chairman of the Board, the President and any Vice President of the corporation be, and that each of them hereby is, authorized to execute Provers of Attorney, qualifying the Almntcy(s)-in-Fact named in the Powers of Attorney to execute, on behalf of the corporation, bonds, undertakings and contracts of suretyship: and that the Secretary or any Assistant Secretary of the corporation be, and each of them herebv is, authorized to attest the execution of any such Power of Attomcy: RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power ofAtomey or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY has caused these presents to be signed by its respcctivc Executive Vice President and attested by its Secretary this Is[ day of February, 2005. 1 By: David H. Rhodes, Executive Vice -President By: Walter A. Crowell, Secretary STATE OF CALIFORNIA ) )SS. COUNTY OF ORANGE ) OCT. : < 10 1936- !OW P•,..•aa rr On February 1, 2005, before me. Nita G. Hi0nneyer, personally appeared David H. Rhodes and Walter A. Crowell, personally known to me (or proved to me on the basis of satisfactory evidence) to be the persons whose names am subscribed to the within instrument and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument the entity upon behalf of which the persons acted, executed the instrument. WITNESS my hand and official seal Signature �a CERTIFICATE NRA G. HIFFMEYER OOMM. i 1543481 NOIANY PUBLIC CAUFOFIN A 3 ORANGE COUNTY NY farm. mylras Jan. 10, 2(f09 The undersigned, as Executive Vice -President, of DEVELOPERS SURETY AND INDEMNITY COMPANY, does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked, and furthermore, that the provisions of the resolution of the respective Boards of Directors of said corporation set forth in the Power ofAttomey, is in force as of the date of this Certificate. This Certificate is executed in the City of Irvine, California, the _ & day of , By �..�C David L. Kerrigan. Executive Vice -President ID-1438 (DSI) (Rev.'_/05) ti�� p acuRn CERTIFICATE OF LIABILITY INSURANCE OPID 13 DATE (MM DD YYYY) DENCR-1 01 17 O8 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Al Boenker Insurance Agency 6030 Jacksboro Highway ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Ft. Worth TX 76135- Phone:800-842-6572 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA: AMERICAN MERCURY INS CO Lawn Carel/ INSURER B: AlUtgl N =RC ,, I.Wllml INS On INSURERC: Aaron � Aaron Camppbell P.O. BOX 1152 762 Denton TX 6202-1152 INSURER D: INSURER E: 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NbK LTR NSRE TYPE OF INSURANCE POLICY NUMBER P LI YEF TIVE DATE MMIDDIYY LI EXPIRATI N DATE (MMIDDMI LIMITS GENERAL LIABILITY EACH OCCURRENCE E SOOOOO A X X COMMERCIAL GENERAL LIABILITY CLAIMS MADE a OCCURt TAR70342391--� 05/15/07 05/15/08 PREMISES Ea oocurence) $ 100000 MED EXP (Any y one Ixrsan) S 5000 PERSONAL B ADV INJURY $ 500000 GENERAL AGGREGATE S 1000000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ INCLUDED X POLICY PRO- JECT LOG AUTOMOBILE LIABILITY LIMB COMBINEANY AUTO (Ea amdeD1'INGLE S300000✓ ALL OWNED AUTOS B SCHEDULED AUTOS BAP4511125 ✓ 07/31/07 07/31/08 GO YINJURY a`Pef50n) $ X BODILY acad nt) (Per acdtlenU $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE (Per acadent) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN FA ACC $ S AUTO ONLY: AGG EXCESSIUMBRELLA LIABILITY OCCUR CLAIMS MADE EACH OCCURRENCE $ AGGREGATE § S DEDUCTIBLE S RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY \ S- - - TORY LIMITS ER E.L. EACH ACCIDENT S - ANY PROPRIETORIPARTNERIEXECUTIVE OFFICERIMEMBEREXCLUDED? If yes des be under SPECIAL PROVISIONS below E.L. DISEASE - EA EMPLOYE $ E.L. DISEASE -POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS LANDSCAPE GARDENING & LAWN MAINTENANCE; SCHEDULED VEHICLES) _CITY OF OF DENTONIS NAMED AS AN ADDITIONAL INSURED IN RESPECTS TO THE COMMERCIAL GENERAL LIABILITY POLICY. CERTIFICATE HOLDER CANCELLATION CITY-10 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION / DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN CITY OF DENTON ✓ NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL PURCHASING DEPT . ATTN: JODY NAYS IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR 901E TEXAS ST. _ REPRESENTATW . DENTON TX 76201 AUTHORIZED R R NTATIVE / Al Hoe . A enc ✓/ ACORU ZD (2UU1/U8) - �% /�.. c ACORD CORPORATION 1988 1l/l, e Additional Insured 2008-01-17-14.48.43.950000 R 2008-01-17-14.47.39.000000 Texas Artisan Liability Policy ARMERCURY Effective Date:01/15/2008 Page: 1 INSURANCE GROUP Amended Declaration Change Loss Payee/Addl InsuredP For service or questions call: (817) 237-8282 Claims Number: 1-800-503-3724 Item One This declaration supersedes any previous declaration bearing the same number for this policy period. Named Insured: AARON CAMPBELL DBA M. E. T. LAWN CARE CITY OF DENTON 901 B TEXAS ST DENTON TX 762004354 AARON CAMPBELL DBA M. E. T. LA PO BOX 1152 DENTON TX 76202-1152 TAR7034239 05/15/2007 - 05/15/2008 American Mercury Insurance Company 1T001 TX (817) 237-8282 At 12:01 AM Standard Time At Your Mailing Address Shown Above. AL BOENKER INS AGCY INC IN RETURN FOR THE PAYMENT OF THE PREMIUM, AND SUBJECT TO ALL THE TERMS OF THIS POLICY, WE AGREE WITH YOU TO PROVIDE THE INSURANCE AS STATED IN THIS POLICY. Business of the Named Insured: CONTRACTOR - LAWN CARE LIMITS OF INSURANCE General Aggregate Limit Products and Completed Operations Aggregate Limit Personal and Advertising Injury Limit Each Occurrence Limit Fire Damage Limit Medical Expense Limit Form of Business: Individual $1,000,000.00 Included $500,000.00 $500,000.00 $100,000.00 Any One Fire $5,000.00 Any One Person _ }EXPOSLRESAN. A=PREMIiJ1ViS - ' . . LOC BLDG PREMIUM BASIS ESTIMATED EXPOSURE ADVANCE PREMIUM COV 1 PAYROLL $45,000.00 DEDUCTIBLE: $250 Property Damage Deductible Per Claim CLASSIFICATION: Landscape Gardening & Lawn Maintenance, 97047 (Classification denotes ISO rating class) $837.00 1 COV O is for Premises Operations, COV P is for Products -Completed Operations and COV I is for Premises Including Products FULL POLICY TERM PRENIIUM: $858.00 This policy change has resulted in an additional premium of $0 The liability premium basis of this policy is subject to an audit. Additional or return premiums may be due. Additional Insured ARMERCURY Texas Artisan Liability Policy Page: 3 Effective Date: 01/15/2008 INSURANCE GROUP Policy Number: TAR7034239 Insured's Name: M. E. T. LAWN CARE Herbicide/Pesticide application, water sprinkler system installation/service/repair, right of way mowing, tree removal including stump removal, tree trimming/pruning performed off the ground by means of tree climbing, ladders, scaffolding or mobile equipment and seasonal, electrical apparatus installation/removal. CG2147 10/93 Employment - Related Practices Exclusion GL2160 06/98 Year 2000 Exclusions CG0001 10/93 Commercial General Liability CG0205 11/85 Texas Changes - Amend of Cancel Provisions Cov Changes Name and Address - - - - 1 CG 8045 06/02 Exterior Veneer & Insulation Application Procedures Exclusion CG7014 0603 Classification Limitation Endorsement CG 21 67 12 04 Fungi Or Bacteria Exclusion CG2010 10/93 Additional Insured - Owners Person or Organization SEE ADDITIONAL INSURED SCHEDULE CG0300 10/93 Deductible Liability Insurance CG 2173 1202 Exclusion of Certified Acts of Terrorism CG 2187 0107 Conditional Exclusion of Terrorism From misty links 9402951119 Mon 25 Feb 2008 12:30:33 PM EST Page 2 of 4 r(. ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(MIWDD/YVYY) - PRODUCER (940)1392-9696 FAX: (940)387-6962 THIS CERTIFICATE IS ISSUED AS A MATTER QON HUTCHERSON INSURANCE SERVICES OF ONLY AND CONFERS NO RIGHTS UPON THE N ORMAT CERTIFICATE 1212 N Locust St Suite B - - HOLDER. THIS CERTIFICATE DOES.. NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW.. Denton - TX 76201 INSURERS AFFORDING COVERAGE - INSURED NAIC # / INl J- ERA. Texas Mutual. Insuraade Aaron Campbell, DBA: MET Lawn Care✓ PO Box 1152 - - p INSURER D. V IN.�IRFRt. Denton TX.'762D2 IN;DJRER D. COVERAGES - - INSIJRCRC - - ' THE POLICIES OF INSURANCE' LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE:FOR THE POLIG7 PERIOD INDICATED, NOTWITHSTANDING ANY KEW'REMEN 1, 1 `KM UK CONOI HUM OF ANY CON I HAC I UK U I HER UCCUMEN I WI I H NES V LC 1 IU INHIUH I HI5 CEK I WICA I E MAY BE ISSUED THE INSURANCE. AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CH MAY PER IAIN, AGGREGATE LIK41TS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. c TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE WLICY EXPIRATION DATE MMIDDlYY DATE MMIUDIYY LIMITS , GENERAL LIABILITY COMMERCIAL GCNCRAL UADUT-Y - CACI I YJCCURRCNCC L DAMAGE TORCNTCD - PRFMI::F F —. § AIM: CI ? MADE. U OCCUR MFD PXP (A., _ FCREONALSAOV.INJURY : I - _ CFNFRAI h-tiRFC.ATF § i " { UENL fir�OHEGAIE UMII AITUES+1'Ert �> Pcaar:r -II _ :. AUTOMOBILE LIABILITY - t ; CAMDINm �ItJGLC LIMIT i ' ANYAUTO _ (EA..,d.n*SI -. N I ,OV NFD AUTOS Y'Hl11 Y IMUNY ' `.:6H6UULFD AUIUti - _ _ ,, IPcr pccnn) NCN OVvNCD ALIT0.5 -. - !. I - RY ex 11'areCCidellt) ' % .. r`RDr.Qm Du.YnGE 11'6r ACCYJeIIIk �' GARAGE LIABILITY .. 1.. _% - - /aJ`l AUTO .. AUTO ONLY - EA ACCIDENT 3 -- OTHERTHAN El AGE i _ ' Ali UNLY:- - '.IXCESSlLLMBRFLLp LIABILITY' -' K`G t CI AIMf( MN)F CACIIrC unnCNCC , I I T.- ACORC^ATC § .. DEOUGTI6LE 4 NF FNIr()fl A. WORKERS COMPENSATION AND �MPLOYERT LIABILITY - - - SAT OTII -' ANY)'HDI'WtI UM/I AHINEKItXLI'UIIVtY - - OFFICt: CMGER CX.AUDCD9 LCACIIACGUCI4T- ESP0001187525/ II Vas desalbe under ,' 1/17/2008 1 ,. /17(2009 FI PK: ANI- I -A 4MH OY11- - 500jop'o aTCC1AL PROM ION„ Gebw �q OTHE DISEASE aFOUbYLIA1IT 1 n DESCRIPTION DFOPERA IONSM1DC%(TIG}NSIVBHICLEWEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS _ 41,f <•,: CERTIFICATE HOLDER .' (940)34977302 -- ` CITY OFI bENTON / +' HOR, HAS,ING DEXIAIyTMENT ^ , 901-B'rrTgXA5 `STREET' DENTON, 'TX 76209 ;ACORD 26 (2001168 '. JNS025 Bniup iu1.' CANCELLATION ' SHOULD ANY OF THE ABOVE DESCRIBED,' POLICIES BE CANCELLED i!BEFOfS _.H EXPIRAT'0 GATE THEREOF,- THE ISSUING INS I ( ' / .. 4gER WILL ENDEA'WR �O MALL 3O DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT, FAILURE TO DO SO SHALL IMPOSE NO OBUCATION IOR UADILr OTgNV K. LiO THE INSURER, ITSAOENTSORREPRESENTATIVFS. GIITMORREP REVRESENT4TIVE ,/,�. J - P,ri an HlltrhPrOhniFfT, �.�� �9C�L��Tsr� ® ACORD CORPORAM(w ),am From misty links 9402951119 Mon 25 Feb 2008 12:30:33 PM EST Page 3 of 4 IMPORTANT .. .. If the, certificate .holder is an ADDITIONAL INSURED, the policy(ies) must he endorsed. A statement on this - certificate. does not confer rights to the certificate holder in lieu of such endorsementsV. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an - - endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER