HomeMy WebLinkAbout2001-048FILE REFERENCE FORM 2001-048
X Additional File Exists
Additional File Contains Records Not Public, According to the Public Records Act
Other
Order #19 — Ordinance No.
08/06/02
Initials
ORDINANCE NO vS -01- o
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS
CONTRACT FOR THE CONSTRUCTION OF THE DOWNTOWN IMPROVEMENT PROJECT,
PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING AN
EFFECTIVE DATE (BID 2625 — DOWNTOWN IMPROVEMENTS PROJECTS AWARDED TO TRI
DAL LTD IN THE AMOUNT OF $695,625 55)
WHEREAS, the City has solicited, and received competitive sealed bids for the construction of
public works or improvements in accordance with the procedures of STATE law and City ordinances, and
WHEREAS, the City Manager or a designated employee has received and recommended that the
herein described bids are the lowest respondent for the construction of the public works or improvements
described in the bid invitation, and plans and specifications therein, NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the following competitive sealed bid for the construction of public works or
improvements, as described in the "Sealed Bid Invitations", or plans and specifications on file in the Office
of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and
approved as being the lowest responsible bids
BID
NUMBE CONTRACTOR AMOUNT
2625 TRI DAL LTD $695,625 55
SECTION II That the acceptance and approval of the above competitive sealed bid shall not
constitute a contract between the City and the person submitting the bid for construction of such public
works or improvements herein accepted and approved, until such person shall comply with all
requirements specified in the Notice to Bidders including the timely execution of a written contract and
furnishing of performance and payment bonds, and insurance certificate after notification of the award of
the bid
SECTION III That the City Manager is hereby authorized to execute all necessary written
contracts for the performance of the construction of the public works or improvements in accordance with
the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice
to Bidders and Request for Sealed Bids, and documents relating thereto specifying the terms, conditions,
plans and specifications, standards, quantities and specified sums contained therein
SECTION IV That upon acceptance and approval of the above competitive sealed bids and the
execution of contracts for the public works and improvements as authorized herein, the City Council
hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved
bids and authorized contracts executed pursuant thereto
SECTION V That this ordinance shall become effective immediately upon its passage and
approval
PASSED AND APPROVED this the —. day of 2001
EULINE BROCK, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
11 BY
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
N
ATTACHMENT
TABULATION SHEET
BID 2625 Date 1 /18/01
DOWNTOWN IMPROVEMENTS
st.
d
VEN?QR
VENDOR
#,
TRI DAL LTD
ARCHITECTURAL
t4tst3 'z s¢
UTILITIESDBA -AUI
s
Principle Place of Business
SOUTHLAKE, TX
FORT WORTH,TX
TOTAL BASE BID
$459,29545
$621,83837
1
Alt9rnsto 1 -{ Court Houso $kde
$105,269.50
$264,772 74
Laving and Crosswalks
ALTERNATE 2 - Irrigation
$34,324 10
$47,174 20
System
Alternate 3 - Site accessories
$62,560 00
$55,296 00
benches, planter boxes, etc
Alternate 4 - Landscape plants,
$31,264 20
$62,049 80
flowers, bed, mulch
Alternate 5 - Site accessories
$8,120 00
$7,160 00
Court House Side
Alternate 0 - resurface all
$511060.00
$68,498 84
Interior Street Paving
BID BOND
YES
YES
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this _day of February A D , 2001,
by and between City of Denton of the County of Denton and State of Texas,
acting through Michael W. 7ez thereunto duly authorized so to do, hereinafter termed
"OWNER," and
of the City of Southlake , County of Tarrant 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
in the amount of $695,625.55 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 the plans, which includes all maps, plats, blueprints,
and other drawings and printed or written explanatory matter thereof,
CA - 1
and the Specifications therefore, as prepared by
all of which are referenced herein and made a part hereof and collectively evidence and
constitute the entire contract
Independent Status
It is mutually understood and agreed by and between City and Contractor that
Contractor is an independent contractor and shall not be deemed to be or considered an
employee of the City of Denton, Texas, for the purposes of income tax, withholding, social
security taxes, vacation or sick leave benefits, worker's compensation, or any other City
employee benefit City shall not have supervision and control of Contractor or any employee
of Contractor, and it is expressly understood that Contractor shall perform the services
hereunder according to the attached specifications at the general direction of the City Manager
of the City of Denton, Texas, or his designee under this agreement
Indemnification
Contractor shall and does hereby agree to indemnify and hold harmless the City of
Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury
to property or third persons occasioned by any error, omission or negligent act of Contractor,
its officers, agents, employees, invitees, and other persons for whom it is legally liable, with
regard to the performance of this Agreement, and Contractor will, at its cost and expense,
defend and protect the City of Denton against any and all such claims and demands
Choice of Law and Venue
This agreement shall be governed by the law of the State of Texas and venue for its
construction and enforcement shall lie in the courts of Denton County, Texas
The CONTRACTOR hereby agrees to commence work on or after the date established
for the start of work as set forth in written notice to commence work and complete all work
within the time stated in the Proposal, subject to such extensions of time as are provided by the
General and Special Conditions
The OWNER agrees to pay the CONTRACTOR in current funds the price or prices
shown in the Proposal, which forms a part of this contract, such payments to be subject to the
General and Special Conditions of the Contract
CA-2
IN WITNESS WHEREOF, the parties of these presents have executed this agreement
in the year and day first above written
ATTEST ld.l
lam, IUTI,
OWN—E (-jZAI.L' f'A Q--
BY
ATTE�
56T.Qj
(SEAL)
:ZL :AL LiD
CONTRACTOR
S
MAILING ADDRESS
Pi 7 �Yi�
PHONE NUMBER
FAX NUMBER
BY
TITLE
/CSC .T .UicLL�i�
PRINTED NAME
(SEAL)
BOND NO. 71 SB 103426369 BCM
PERFORMANCE BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That TRi DAL LTD whose address is
540540 (�,.rnrnereP- Southlake TX 76092 , hereinafter called Principal, and
TRAVELERS CASUALTY AND SURETY COMPANY OF AMICA , a corporation organized and
existing under the laws of the State of Cr , 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 Six Hundred Ninety Five Thousand Six Hundred Twenty
Five ond 55/100 DOLLARS ($ 695-625.55) 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 2001-048, with the
City of Denton, the Owner, dated the 6 day of February A D 2001, a copy of which
is hereto attached and made a part hereof, for Bid # 2625 - Downtown Improvements Project
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
PB - 1
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 _day of February 2001
ATTEST
BY
SECRETARY
ATTEST
PRINCIPAL
TRI DAL, LTD.
BY
PRESIDENT
SURETY
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
15- BY
ATTORNEY -IN -FACT
PAULINE L LESCH
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME PCL CONTRACT BONDING AGENCY
STREET ADDRESS 206 ELM ST., #105, LEWISVILLE, TEXAS 75057
(NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a
corporation, give a person's name )
PB-2
BOND NO. 71 SB 103426369 BCM
PAYMENT BOND
STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS That TRI DAI. LID , whose address is
540 Commerce Southlake TX 76092, hereinafter called Principal, and
CAR AND �x 03T.t arc ion organized and existing under the laws of the State of Cr
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 Six Hundred Ninety Five Six Hundred Twenty iv
and /100DOLLARS ($695,625 55) 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 2001-049 , with
the City of Denton, the Owner, dated the 6 day of February AD 2001 , a copy of
which is hereto attached and made a part hereof, for Bid 2625 - Downtown Improvement
Prn)ects-
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 to 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,
the terms of the Contract, or to the Work to be
Specifications, Drawings, etc
PB-3
extension of time, alteration or addition to
performed thereunder, or to the Plans,
p•G �o a;.
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 _6_ day of February , 20U
ATTEST PRINCIPAL
W"a-, TRI DAL, LTD.
BY
SECRETARY BY
PRESIDD T _
icsr�✓
ATTEST SURETY
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
BY `I C> dG BY
"P � X
ATTORNEY -IN -FACT
PAULINE L. LESCH
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME PCL CONTRACT BONDING AGENCY
STREET ADDRESS 206 ELM ST., #105, LEWISVILLE, TEXAS 75057
(NOTE Date of Payment Bond must be date of Contract
corporation, give a person's name )
1981m,
If Resident Agent is not a
IMPORTANT NOTICE
To obtain information or make a complaint
You may contact the Texas Department of Insurance to obtain information
on companies, coverages, rights or complaints at
1-800-252-3439
You may write the Texas Department of Insurance
P O Box 149104
Austin, TX 78714-9104
FAX 9(512) 475-1771
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or about a claim you
should contact the agent or the company first If the dispute is not resolved,
you may contact the Texas Department of Insurance
ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not become a part or condition
of the attached document
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
Hartford, Connecticut 06183-9062
TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS
Naperville, Illinois 60563-8458
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford,', State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, a
corporation duly organized under the laws of the State of Illinois, and having its principal office in the City of Naperville, County of
DuPage, State of Illinois, (hereinafter the "Companies") bath made, constituted and appointed, and do by these presents make,
constitute and appoint Pauline L Lesch, Clem F Lesch, Gary Matula, Steven J Zinecker or Be%erly Webb " "
of Lewisville, TX, their true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred to sign, execute and
acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated
the following instrument(s)
by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the
nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto
and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers
of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and
confirmed
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in full force and effect
VOTED That the Chauman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact
and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescnbe
to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in
the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such
appointee and revoke the power given hun or her
VOTED That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President
may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is
in writing and a copy thereof is filed in the office of the Secretary
VOTED That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognisance, or conditional
undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chauman, any Executive Via President, any
Senior Vice President of any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal if
required) by one or more Attorneys-m-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or
by one or more Company officers pursuant to a written delegation of authority
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following
Standing Resolution) voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and
TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, which Resolution is now in full force and effect
VOTED That the signature of each of the following officers President, any Executive Vice President, any Senior Vice President, any Vice
President, any Assistants Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to Any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-m-Fact for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney
or certificate bearing such facsurule signature or facsunile seal shall be valid and binding upon the Company and any such power so executed and
certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached
(8 97)
puog 'Ne;ejoeS 3ue;slssV
uosue40f W NoN8a1'tlOtlOd11M1'b4
�^'
I/ YN � � Vy Itl�� T�•�•�o" `
'WRa R� �>► aro .� +'+VY Al�tlb` Vtaq 7��
LOOZ 'Azen.igad
;0 SeP LIq 9 snp pa1eQ lnonoauuoO;o ale1S 'PI0AMH 30 fJtJ ag1 ut 'AtmdwoJ agl;o aolg0 auroH DIP 18 PaleaS Pug poultS
aato; ut mou ate'.S1uoglnV;o ales
aql ut tryio; 1as se 'stoloatta 30 spmog og13o suonn osa gut �aJ
I 1I Pue1S agl 1eg1 'atouuaqun; Pug 'pagonat uaaq 1ou seq pus aoto3 IIn3
ui sjo tualuorl dluogl Nooj aleot b aj pus ,SawoAV;o tamod pagoeue pus 8mo8ato; 9111 IMP AM.L2i3J AH31I31i oa 'stoutlll;o almS
agl;o vio todtoo is IA 'V&Wo:) d0 AxVdWOJ AIMS (INV AZTVIISVJ SIL3T3AVIII PUe'lnonoauuoJ;o ale1S otp
;o suonetodroo >lools `AxVdWOJ A.L"'SVJ NOIDNa" Vd Pug ANVdwoJ A.LaHas axv AITVIISV) sadaixAvui
VJRI3WV d0 AxvdWOJ A13HIIS aNV WIVIISVJ S-d3T3AVH.L 30 k'813t33S luglslssV 'pouStstapun agl 11
H.LVJIjilldao
11neatlal p aueW
oilgnd AJOWN LOOZ '0E ounr salldxa uoissiwwoo Airy
4 01�� �.
1i1 O
10012gl suonniosag9uiuaq1 "Pun ao toq/stq;o Iuoglne,iq suonetodtoo agl;o;legoq uo luoumnsul plus aql polmon ogs/aq legs pue 'sieas
aletodtoo flans ate 1naiIIntlBUt pies oql of poxWu sleas oqi lsgi 'suonetodtoo ptes;o sptas oql smoml ags/ag legs '7uaurlitlsut anoge
oql palnoaxa gonlm pus ut poquosap suonetodtoa oqt 'SIONITTI d0 ANVdWOJ A, HMS axV AZ'IVRSVJ S-d373AVHI
Pug ANVJWOJ A.LTVIISVJ NO.LJNIKHVd `ANVdWOJ AI31iIIS axV A.LTVIISVJ suagaAVHI 'VJRI3NIV
do ANVdWOJ AI32iIIS (INV Al IVIISVJ sumAVIId.;O 3uapisatd DNA .ioluaS st otls/ag legs At's pug osodop pip 'woms
,flnp am Aq Butaq 'oqm 'umou,l our 01 NOSdWOHI M 39II035 awea 6lleuostad oui ato;aq OOOZ Strenugl;o Sep g101 srgl u0
3u8pisatd aaln toluaS
uosdwo4.L M e6t090 y+;,o�,,, ` ' �.� �•' '+,` .
'ohm oN ►nava o+r ♦i�rc '4hnt �
SI0?a77I d0 AWdWOJ )UMMS aw A.11vasvJ SHZ'13AY)LL OX03L1IVH d0 AIKn03
ANVdWOJ AITVIISVD NOI0xII1 "d pto;ueH SS{
AWdW03 AJ-MMS aNV AI'IVRSVJ NS
SUTIRAV
VJRI3NlV 90 ANVdW03 AInMS aNV AI IVf1SVJ SITYMAVEL If1JLLOaRmoJ 30 3IV.LS
algtodwo tta ue' ua isat aai toiva tta 1.I ougis of luoumr4ui Srgj gsnLo O E;o fep g101 snll paxi�e olatag aq of sleas
P l P d A S g q P aq igl P 4 SIWUT H d0 ANVdWOJ XJXHIIS
aNV AITVIISVJ SN3T3AViiI Pug ANVdWOJ Al'IVIISVJ xoifww1IVd `ANVdWOJ AI32mS axv A1,1vf1SVJ
S'H3T3AVE.L 'VJRI3WV d0 ANVdWOJ Amax axv AITVRSVJ SHMAVU `903EXHM SS MMA xI
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Binder'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 budder may be disqualified from award of the contract Upon bid award, all
insurance requirements shall become contractual obligations, which the successful binder
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
as 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 rca[L•
"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 ansmg 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 Lability Insurance:
General Liability insurance with combined single limits of not less than R1.000 nnn
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 R1_ 000,000 either in a single policy or in a
combination of basic and umbrella or excess policies The policy will include bodily
injury and property damage liability ansing 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 anse
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 carves 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
[ ] 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 401011(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 2625— Downtown Improvements Project — CONTRACT, Bonds & INS 2 2001
BID SUMMARY
TOTAL BID PRICE IN
In the event of the award of a contract to the undersigned, the undersigned will furnish a
performance bond and a payment bond for the full amount of the contract, to secure proper
compliance with the terms and provisions of the contract, to insure and guarantee the work until
final completion and acceptance, and to guarantee payment for all lawful claims for labor
performed and materials furnished in the fulfillment of the contract
It is understood that the work proposed to be done shall be accepted, when fully completed and
finished in accordance with the plans and specifications, to the satisfaction of the Engineer
The undersigned certifies that the bid prices contained in this proposal have been carefully
checked and are submitted as correct and final
Unit and lump sum prices as shown for each item listed in this proposal, shall control over
extensions
";r/ 24 L7A
CONTRACTOR
BY L�^G l HAS J/> ilc[10—
5:k �i�„�yass Aae
Street Address
City and State
Seal & Authorization
(If a Corporation) 2- 44Fl-LB��
Telephone
PROJECT
TOTAL PRICE FOR BASE BID
TOTAL PRICE FOR ALTERNATE 1
TOTAL PRICE FOR ALTERNATE 2
TOTAL PRICE FOR ALTERNATE 3
z•MWIJ 6114:6 .3INAIyrW11MAN xl
BID SUMMARY
WORK DAYS
TOTAL PRICE FOR ALTERNATE 5 3 Gt1� g /7-0 -
G�
TOTAL PRICE FOR ALTERNATE 6 7 l!/I% S Oleo
The City shall award the contract based on price and completion time The City may select to
add alternates to the bid All items awarded will go to the same contractor The projects above
have been divided for bookkeeping purposes only Workdays will be based on a total of all items
awarded to the contractor
IM
PURCHASING DEPARTMENT
City of Denton
901 B Texas St
Denton TX 76201
ADDENDUM
BID INVITATION
CITY OF DENTON, TEXAS
Date January 10, 2001
BID NUMBER 2625 - ADDENDUM #2
BID TITLE Downtown Improvements
Sealed bid proposals will be received until100 P.M. lams r' 18
2001,at the office of the Purchasing Agent, 901-B Texas St , Denton
Texas 76209
Office
940 349 7100
For additional information contact
PURCHASING DEPARTMENT
901-B Texas Street
Denton Texas 76209
DFW Metro
817 267 0042
INSTRUCTIONS TO BIDDERS
I Sealed bid proposals must be , on this form, prior to opening date and time to be considered fate proposals will be
returned unopened
2 Bids shall be plainly marked as to the bid number, name of the bid, and bid opening date on the outside of completely sealed envelope and
mailed or delivered to the Purchasing Department, City of Denton, 901 B Texas St Denton TX 76201
3 Any submitted article deviating from the specifications must be identified and have full descriptive data accompanying same, or it will not
be considered
4 All materials are to be quoted FOB Denton Texas delivered to the Boor of the warehouse or as otherwise indicated
5 The City of Denton Texas reserves the right to accept separate items in a bid unless this right is denied by the bidder
6 In case of default after bid acceptance, the City of Denton Texas may at its option hold the accepted bidder or contractor liable for any and
all resultant increased costs as a penalty for such default
7 The City of Denton reserves the right to reject any and all bids to waive all informalities and require that submitted bids remain in force
for a sixty (60) day period after opening or until award is made whichever comes first
8 The quantities shown may be approximate and could vary according to the requirements of the City of Demon throughout the contract
period
9 The items are to be priced each net (Packaging or shipping quantities will be considered )
10 The Purchasing Department assumes responsibility for the correctness and clarity of this bid and all information and/or questions
pertaining to this bid shall be directed to the City of Denton Purchasing Agent
I I 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 for disqualification
12 The conditions and terms of this bid will be considered when evaluating for award
13 fhe City of Denton is exempt from all sales and excise taxes (Article 20 04 B)
AAA04621
Jan-30-01 01 35P Denton Par-ta and Rec. 940 349 0304 1 P 02
BID TABULATION SHEET
Work Days
Bid No
PO No
tem
DenCrl on
Quantity
n t Unit rice
opal
BASE RID
l)CMUT TTION
5y_
.176
1 Reuwve As halt Pavement FA emtll
71147
SY $
7
!�{ei�GoPS 4
((
fWt(awFs
Unit
Price InWnrdc
so
1547
SY $
/ /,
2 Remow.
PAYPm6nt - St[eol
Unit Prtc. in Words 40114l9 + n/n h4
!Bw%9
3 Remove Concrete Pavement - Sidewalk
21215
Sr $
7
J 0
,•
7
Unit Price In Words (k(LG G/•� d
vt G�+e s
4
llcmove link Pavol ers ste ouJ icusc)
6977
o
i
Unit Prtw In Words to !�oa6l f 4 �
Ccs�fS
5
Rcmovm Cnncretc Rgsern
677
LF IS
s�
ELF $ 30
so
J
Uwt PnE L In Worda CPS <
Cswfi+
5
Remove Concrete (:urb & Cutter
1829
LF i
S�
�/
200
o
(
Unit Pnw, In Words
7
Full Depth Sawcut
2806
LF $
00
Lor-
/ 350
�
Unit Price In Words A!5
PAVINU & T)RA1NAC1"
I
8
Ati lkilt I ylic "A" fill - Strut
270
10N $
/T
;w
Unit Price !n Wards df&4
9
As halt 1 acki.nst F I e "C" Surface Course
2047
SY IS
7J`
zi
Unit Price In Words e 4 eiltr 4.v-
10
Concrete Pavers an Cnncrete - Street
11
9P is
O
Unit Price In Words Ze4'0
11
W l uncrete Base/ Banddin -
i r-.t Pucc In Wmdb `toyo
PaGP i
Jeri-10-01 O1 35P �ur�l-urn Parka arrd Rum 940 349 8384 P 03
Work Days
Bid No
BIM TABULATION SHEET PO Nu
POCC 4
Ja,�- 10-01 01 - 37P Dentoln Park. aired Rec 940 349 0304 P. 12
Work Days'
Bid Nul
810 TABULATION SHEET P O Nn'
Item
Description
i QugntitY
JUIlliftl
UnItPrice
Tote
24
2-ineh Yi a ilan[Iretls
50
LN
$
Co
15'D 1 <F
m
Is %SDO
Unit Price In Words Olve cipuprg
25
Dram Pie w/kitttnw-4"" SCH 200 PVC" 250
LP
$
A
9 /
,y
$ ZZsd
Unit Price In Weird, M
26
Irn tton Sleeve w/ Sweep Fttnn -4" PV(
—
Unit Price In Wards &t kUalf t OU3,4Ce
i5
27
itemove & ~fare metal stgtt, tttstall PVCsleeve 24
UnitPdce In Wards p
T h
$
a
.SO I eA
�$ /Zoeoo —
Page 5
I
oftn- 10-01 01 - 3LP Par -km al-ld Rec
S40 34S 0304
P 04
BID TABULATION SHEET
Work Days
Bid No
PO No
Item Delscrip on Quaotit Un t
Niit Price
Total
ALTERNATE BID 1: C'UUR1 OEM Sins PADYrKG ANI) CROSSWAI.ICS
UEMOL11 kON
�% %
711, f
t Remove Asphalt Pavement Ed emill
zs 1
sv A
i
Umt Price In Words A11,14egri
0
2 Remove Pavement - Street
1552
SY Is
Unit Price in Words / Gp„�fs
3 1tcmnve C onorete Pavement - Sldt walk
LSU//
SF S
3
/
Unit Price In Words ! a
6 ltcmave l onvre[e Curb & Outler
414
Lk
T
T iud Pi me In Words ¢s
Moo
Tr
7 Tull h Sawaut
Unit Pere In Wartls Ve 4oINV5
PAVINr. Rr nRATNACE
�/
R
As halt 9 t. "A" Fill- Slrcet
Unit Price in Won ds /��
d
9
As halt latkcoat+ k YPC "c' SurfI(Ao. Cour¢e
21l
S-1
$
/ f
$ / '
Unit Prmc ht Woods e o S
10 13rn.k Pdwi � rnt C on(,rC[e - Strt.cl
5930
SF 4
LS l
So
S1
Unit Price In Words &f f Slx
I I ti" Concrete sx eo Banding- Street
6445
Sr $
TJnit PnW In Wurda f
e Cis
21978• —
12 Brick Paverq- Side walk nodes)
4440
SN $
/
lB
/
IlnitPrlce in Weids
13 4 Concrett. Bane Sidewalk undat pavus)
4440
SF $
/`.'F
1$ /% i6
unit PfleL in Woidt o 41
ee-f5-
i
Page 6
Jan-10-01 01-3GP DM"t. n Par-l.s and Re
S40
34S 0304
P-OG
Work Days
Bid No
BID TABULATION SHEET
PO No
Liao uau!!!LjUuitj
UnitPrice
Tntal
Item DeBCI
ST Is
/
Zo
16 4" Cnncriac hidewalk (Broom Finished) 3048
G"-"
Unit Prne It, Words ( I
„
73l
Lk
S ' I
ao
$ /
17 G Curb & cutter
Und Priet In WOMB d
19 4" MnuntaML Curb
172 LF S Fo ILF '
Unit Price In Words f 5
19 Aartier 1 Tbt Ramps - b" reoiton ed concri ti. 5ti6 SF $ 4< ^— /
Unit Price in Words J/ W-4114 e$ f !✓e*4
0 ffruncared Lone Pavtlb 596 SF $ 7S F
Unit lince In Wu & '-dhA
Page 7
Ja1l-10-01 O1 3GP Dantoi� Par km aimed Rec 940 34S 0304 P-OG
BID TABULATION SHEET
Work Days
Bid No
PO No
Item
Desc 11On
uanti Und
Unit Pr ce
Total
ALIFRNATERID2. IRRILATiON
in
�p
42 Rainbird # I812 w/ MPR S i a
72
EA S
3- l q4 e 3 7
eNozalc
I Initc Pnct. In Worda rev
- 0ect4
43 Rainh rd 11 Ui-00-12-100 Drip Lint
224
PA b
80 So /VA
�/8031
I Imt Price In Words As Ur tS
f'
44 1Limhird 3/4" X(2 Valve Assembly
4
hA
$
/ Z
39`
Unit Price In Words WiniN t4pe
ctir5
45 1LimbirdPEB 1 1/2" EleLtnc ValVe
3
FA
$
p�
Price In Words TW 6 e.i4(
4b
Unit
Ratnbird rPR V l.loctile Valvc
1
EA
S
Unit Price inWorda 01\f Lidt (
SiX rQall
47
Rainbad;NIRC QuickCou lcr
8
TA IS
9 l
t 2-
Unit ce In Words
48
Ramhird Unik • 2 Control Module
4
;o
I1nitYncc In Wordy { Wo
�
49
Rainbird Umk Field Immmitttx
1
EA
S
47s �!
��
Unit rnce In Words Le 66r%
e e t!`uC5
50
'l'L " Modulc
rA
�
i
tt�
1Jnit Prm. In Words 0 Ids/ TrJL Cl
J2-
51
1/2" "HLhx" PVC'
39U
I F
$
jO /L r
4Z9
Unit Pnce In Wotds OAC &CUAU d
+c", Cies.--i
480
Lk
f
52
1/Z" #31S rVC
Uni Pna In Woidc
53
1/4' Class 200 PVC40
460
T I
S
30 114
�R 8
iJnit Pecs In Wordn�t C �5
54
V Clam 200 PVC
160
Tbiit PrILC In Words Jc CE« i
30
I F
$
SS / bF
�6
at
1 1/4" Class 200 PVC
C1XA� &JE CPp�-ESPapeB
Jan-10-01 01 3GP D®nton Par -km and Ric- 940 349 a3a4 1 P 07
BID TABULATION SHEET
Work Days
Bid No
PO No
em
De9Cr1 un
uaoti
nit
nit Price
Total
Unit Price In Wards
04
56 1 V2" Class 200 PVC 20 LF $ V / ! /4
Unit 1'ncc In Wunla 5e,)!L CewkS
57 1" SCH 40 PVC
160 1
IF is / CF
/!Z 'o
1Init Price In Words SP CPef45 1
59 11/4" SCII 40 PVC 440 LF S �5 l ,L
Unit Prici. In Words OM
59
1 1 /2" SCH 40 PVC 630
LF $ S 7S6 `o
Unit Price InWunls O/l•CCt'i5
60 1" FFiB(`O 825 R P Dcvi�c 2
hA
W
$ ZSD /F�1 •
/SDD —
Unit Price In Wards eA de Lws
6
"Strum Do c" R P 1:nc.lcvurr 2
hA
!A
$ l
A �O
Unit Price In tJ f rGv
Uc✓5
—Words
62 Penn n•19 Freeze Sensor 4 LA Is �/ 35Z• "'
Unit Pn" In Words 6 pt h� Ck�(lars
63
0 14 11 P Irrigation Wire
IUU
i T
S 30
lJnit Pnt.e In WuiilS CCV' l
i
Page 9
¢ 3Z4-
o
Jan-J0-01 01-35P Denton Parks and Rec you 349 B3t34 r uti
Work Days
Bid No
BID TABULATION SHEET PO No i
tlim
u>tntity
nit
Unit Price
'10181
tam
oser
,
ALTERNATE MIJ 3 STTE ACCESSORTES
tl
CA
$ AG70
/e9
a / 3CO
27
61 Steel HencheS
llrt
S {We 4eA {
54 da ((ar5
Unit Puce In Words (
�
16
EA
$ /�00
/
� ZO�OD
28
Concrete Planter Pots-4' round
R
Unit Price In Words leti
29
Concrete Planter Pats-51 round
10
PA
$ U
/;4
Zz a.
v(� � d
Umt Price In WWI;he e llur5
4
co
m
10
Ira4hRece laCleS
a�oikuJ9
I
Pace 10
Oau-10-01 01 3GP Denton Pat -km and Rec
940 349 0304 P 09
BID TABULATION SHEET
Work Days I
Bid No
PO No
r--
Item
Descr piton
Quantity
Untt
Ua t r es
Totn
ALTERNATE DID 4. 1,ANDS( AYE
Qo
�
u
33
Clara Indtan flawthorne-5 9911011
709
TA
S
r
[]mt rime to Words IWee a/9
i
34
"Lantana""mtxudcolurs"-L gallon
32U
FA
$
30
-5
`°
�fJ
Unit Prue fn Wurds �Ur llG!'S 4 `r�
3i
"Pan;te;" "mixed whttc and azure" -Hots"
800
EA
$
s
t0
Unit I me in Word; &e of c 4 Wa
i
36
"Geraniums ""rt d"""- "6"" ots
608
CA
Llntt Prlu. In Words o wi 4 lv
Vc
5
_77
Bed rrepaMitill 1 t" laycr backtill
2820
SF
S
2'
ap
/ v
Unit Price In Words o
" 2
38
Bed arathun-Raekfill Inr ilanter ots
528
S@
S
5
Zo
9�l
Unit Pri" In Words 69n e "w( -i S!
e�
39
Mul h- I.... la t r over
3348
Sl
$
—�
/ SF
i
Unit Price In Words W e
77
40
Washed Pea Gravel- i" layer"
368
Sl
R
�o
IIiF 33�
Gina Prtti. In Wuidb E 1(S
41
l•tlter rulni.- (a cr bctaccn bud pie / vel
52R
SF $
3�
I
Lo
/,Ci 4-
Unit Price In Wnrds
I
Page 11
.]an-10-01 01_3GP Denton Parks and Rmc
940 349 0304
P 10
BID TABULATION SHEET
Pape 12
Work Days
Bid No
PO No
'g/Zo
a
fl
h"Ks and ReC
810 TABULATION SHEET
940 349 8384
Work Days
Bid No
PO No
i
P 11
Item
eacription
I Quantitynit
nit Price
r Toiaj
ALTN RIVAL E B1U 6- RESURFACE ALL INTER1AR SMET PAVING I
MMOL1110N
I Remove Asphalt Pavcmont -Strout Ed emt 5072
4V 4 /
a
q�/ �p•�
Unit Price In Wuula 1wlo
1'AVINCr
2
As halt Im kenat I• Type 'C" Surface Cour+o
5972
Sy S
(� o /
6/3O
unit1'nw In Woula S //sue / „y V.6
I I
PleVcknowledge receipt of Addendum 2 by si
witr bidproposal n�
Name Coidpany
Page 13
iSr �O
I
I
gning this sheet and returping along
I
-012
Mar-01-01 09 30am From -SOUTHWEST ASSURANCE - `.- :2146914961 -� AA. T-266 P OZ/04h F usiuiicuui
PRODUCER (214)691-5721 FAX 22145691-4961
K & S Group, Inc,
Southwest Assurance Group, Inc.
9400 N. Central Expressway, Suite 950
Dallas, TX 7S231-$044
THIS CEn, 711 CATE IS ISSUED AS A MATTER OF FORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CE TIFICATE
HOLDER THIS CERTIFICATE DOES NOT AMEND} EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE PONIES BELOW
INSURERS AFFORDING COVERAGE
INSURED TRI STONE
AN AFFILIATED COMPANY OF TRI DAL, LTD.
540 COMMERCE STREET
SOUTHLAKE, TEXAS 76092
INSURERA ZURICH AMERICAN INSURANCE CPMPANY
INSURER NATIONAL SURETY INS CO F EMANIS FUND)
INSURER AMERICAN ZURICH INSURANCE COMPANY
NSURERO MARYLAND INSURANCE COMPANY `
INSURER E
VV�GMVFJ
THE POLICIES OF INSURANCE LISTED B®LOW HAVE SSSN ISSUSO TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING
ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BR ISSUSO OR
MAY PERTAIN THE INSURANCE AFFORDED MYTHS POLICIES DSSCRISSO HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CON ITIONS OF SUCH
PppOLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
SR
TYPE OF INSURANCE
POLICY NUMBER
LI F�
P LICY I n
LI
IT6
A
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE xn OCCUR
X Endt. CG2503
OGLO2978904
04 02/2000
04/02/2001
EACH OCCURRENCE
15
1.000.00(
FIRE DAMAGE IAA> aM B
S 5O 000
MED EXP IMy 00a person)
E 5.004
PERSONAL BACV INJURY i
S 1.000.000
X
XCU INCLUDED
GENERAL AGGREGATE
5 2,000.00
GEN L AGGREGATE LIMIT APPLIES PER
PRODUCTS COMPIOP
S 2 000,00
T POLICY XI PEpCT 7 LOC
AUTOMOBILE
LIABILITY
ANY AUTO
PTAPZ978902
04/02/2000
04/02/2001
COMBINED SINGLE LIMIT
(Es aaldenl)
S 1.000 00
X
BODILY INJURY
(Poe pefaon)
6
A
ALL OWNED AUTOS
SCHEOULEO AUTOS
HIREDAUTOS
NON OWNED AUTOS
X
BODILY INJURY P
IPef euAaenQ
S
X
X
PROPERTY DAMAGE
(Par awamt)
S
HIRED CAR PHYSICAL
DAM $60,000-PRIM
GARAGE LIABILITY
GARAGE
AUTO ONLY EA ACER
6
OTHER THAN EA n `
ONLY A G
S
ANY AUTO
S
EXCESS LIABILITY
X OCCUR CLAIMS MADE
XYZ-00096284245
04 02/2000
04/02/2001
EACH OCCURRENCE
6 5,000.0001
AGGREGATE
S 5.000 00
S
B
S
DCOUCTISLE
S
RCTGNTION i
C
WORKERS COMPENSATION AND
EMPLOYERS LIABILITY
#WC2973903
04/02/2000
04/02/2001
X TOR
EL EACH ACCIDENT
S 500,00
EL DISEASE EA EMPLO)"gEl
i 500.000
EL DISEASE POLICY LIMIT
1 a 500.000
D
RACTOR'S EQUIPMENT
IM2998749
04/02/2000
04/02 2001
$9,472.086 LIMIT OF INSURANCE
RENTED/LEASER EQT $500,000
ANY ITEM, $1,0 0,000 ANY LASS.
cLESORIPTIONOFOPERATIONB� oRT'L4Y�nEt1ICLEa1EICLUSIONSADDS4BYfiNDORSBMSNYBPECIALPROWS,nN5
R07ECT. N01024-6 �feva SQUARE., City of Denton, its Officials, Agents, Employees and volunteers are
amed as additional insured(Primary & Non-Contributory)in respect to all liability policiel as required
y written contract or agreement, Waiver of Subrogation is added in favor of City of Denton, its
fficials, agents, employees and volunteers in respect to the Workers' Compensation Policy)
"CANCELLATION CLAUSE IS AMENDED, PLEASE SEE ATTACHED" (REVISED CERT DATED 2-13-01)
I COTICIAATC UA. f,C122 ICAMCPI I Annid ;
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCBLLSO BEFORE THE
EXPIRATION PATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
CITY OF DENTON
Attn Tom Shaw
30 DAYSWRITTEN NOTICE TOTHEPERTIFICATEHOL Fq NAMEDTOTHE LEFT
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
901-8 Texas Street
OF ANY KIND UPON THE COMPANY ITS AGENTS OR R1PR131II1TAITV1S
AUTMORRED REPRESENTATIVE n n n
Charlie Miller TAMMY (�
Denton, TX
Awnu ca-a (flu T) FAX• (940)349-730Z .........^E ""•"'
r
i
I
Mar-01-01 OB 30am From -SOUTHWEST ASSURANCE +2146914961 T-266 P 03/04F F-012
CITY OF DENTON
Certificate issued to COF DENTON t 03/01/200I
ITY
K & S Group In4
03/01/2001
PROJECT #01024-6 DENTON SQUARE
SAID POLICY SHALL NOT BE CANCELLED, NON -RENEWED OR MATERIALLY CHANGE WITHOUT 30 DAYS ADVj4NCED WRITTEN
NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONFAYMENT OF
PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED" I
Mar-01-01 09 30am From -SOUTHWEST ASSURANCE
+2146914961
IMPORTANT
T-286 P 04/04' F-012
I
If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed A statement
on this certificate does not confer rights to the certificate holder in lieu of such 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 nghts to the certificate
holder in lieu of such endorsement(s)
E
DISCLAIMER
The Certificate of Insurance on the reveres 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 polices listed thereon
€