Loading...
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 €