HomeMy WebLinkAbout2000-052ORDINANCE NOD'OJra2
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS
CONTRACT FOR THE CONSTRUCTION OF A LANDFILL TREE BUFFER ZONE, PROVIDING
FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING AN EFFECTIVE DATE
(BID 2452 — LANDFILL TREE BUFFER ZONE PHASE I AWARDED TO A & A LANDSCAPE AND
IRRIGATION, INC IN THE AMOUNT OF $149,995)
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
NUMBER CONTRACTOR AMOUNT
2452 A & A Landscape and Irrigation, Inc $149,995
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 I�Eq day of 2000
a1IFTMA
• MAYOR_
ATTEST
JENNIFER WALTERS, CITY SECRETARY
BY
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
ATTACHMENT 1
TABULATION SHEET
Bid # 2452 Date 1 /25/00
LANDFILL TREE BUFFER ZONE PROJECT PHASE I
No 1
1,04,t N
ENDOR
VENDOR
VENDOR
VENDOR
VENDOR
< � 3 Y=y¢�`
; £ $
American
Laan8scase
Sprinkle N
Carruthers
A & A
Landgcape
My Gardner
t , # � T � £ N £g s
Y
Sprout
& Irrigation
Landscaping
b<`49 &b�'t>tG�i bb`S of
Total Base Bid
$185,000
$206,423
$167,300
$149,885
$466,617
1
Alternate -Deduct Alternate #1 if
b6 000
$1,280
$6,876
$2,340
No Bid
2
declduois tree not staked
Alternates - Dedu Alternate #2
$4,240
$2,366
$12,024
$7,110
No Bid
3
if evergreen plants not staked
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT,
made and entered into this
15 day of
February
A D , 2000, by and between
City of Denton
of the County of
Denton
and State of Texas, acting through Michael W Jez thereunto duly authorized so to do,
hereinafter termed "OWNER," and
A & A Landscape & Irrigation Inc
13758 Hwy, 380 East
Farmersville, TX 75442
of the City of Farmersville , County of
Collin
and State of Texas , hereinafter termed "CONTRACTOR "
WITNESSETH That for and in consideration of the payments and agreements
hereinafter mentioned, to be trade and performed by OWNER, and under the conditions
expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to
commence and complete performance of the work specified below
Bid 2452 - Landfill Tree Buffer Zone Phase I
in the amount of $149,995 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
Dunkin Suns Stoffels, Inc
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, mvitees, 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
INI WITNESS WHEREOF, the parties of these presents have executed this agreement
in the year and day first above written
91,
(SEAL)
CONTRACTOR G
MAILING ADDRESS
19h2.) -7S.q -i4S'0
PHONE NUMBER
FAX NUMBER
TITLE I
S1ro,ul.ey LJ P-Kt rr
APPROVED AS TQ FORM / PRINTED NAME
(SEAL)
CA-3
PERFORMANCE BOND
STATE OF TEXAS §
COUNTY OF DENTON §
Bond No KC0622
KNOW ALL MEN BY THESE PRESENTS That A & A Landscape and
Irrigation, Inc whose address is 13758 Hwy 380 East Farmersville, TX 75442
hereinafter called Principal, and United States Fidel tv and Guaranty Company
a corporation organized and existing under the laws of the State of Texas
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 One Hundred Forty Nine
Thousand Nine Hundred Ninety Five and no/100 DOLLARS ($ 149,995 ) 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 2000-052, with the
City of Denton, the Owner, dated the 15 day of February AD 2000, a copy of
which is hereto attached and made a part hereof, for Bid # 2452 - Landfill Tree Buffer Zone
Phase I
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 fxom all costs and damages which Owner may suffer by reason of failure to so perform
herein and shall fully reunburse 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 tune, 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 15 day of February , 2000
ATTEST
BY
SECRETAM
X NTM WITNESS
PRINCIPAL
SURETY
United States Fidelity and Guar nt Company
BY
BY
ATTORNEY -IN -FACT
Elnora Cruthis
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME PCL Insurance Agency
STREET ADDRESS 206 Elm Suite 105 Lewisville, TX 75067
(NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a
corporation, give a person's name )
PB-2
PAYMENT BOND
STATE OF TEXAS §
Bond No KC0622
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That A & A Landscape & Irrigation,
Inc , whose address is 13758 Hwy, 380 East Farmersville, TX 75442 ,
hereinafter called Principal, and United States Fidelity and Guaranty Company ,
a corporation organized and existing under the laws of the State of Texas , 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 One Hundred Forty Nine Thousand Nine Hundred Ninety Five and
no/100 DOLLARS ($ 149,995 ) 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 2000-052, with the
City of Denton, the Owner, dated the 15 day of February A D 2000, a copy of
which is hereto attached and made a part hereof, for Bid 2452 - Landfill Tree Buffer Zone
Phase I
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties
and make prompt payment to all persons, firms, subcontractors, corporations and claimants
supplying labor and/or material in the prosecution of the Work provided for in said Contract
and any and all duly authorized modifications of said Contract that may hereafter be made,
notice of which modifications to the Surety being hereby expressly waived, then this obligation
shall be void, otherwise it shall remain in full force and effect
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue
shall lie in Denton County, Texas
AND PROVIDED FURTHER, that the said Surety, for value received, hereby
stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications,
Drawingp, 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
PB-3
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 15 day of February , 2000
ATTEST
Alffiff WITNESS
PRINCIPAL
'II&&Ogatio53 Inc
.,
SURETY
United States Fidelity and Guaranty Company
BY
BY
ATTORNEY -IN -FACT
Elnora Cruthis
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME PCL Insurance Agency —
STREET ADDRESS 206 Elm, Suite 105, Lewisville, TX 75067
(NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a
corporation, give a person's name )
Ow
POWER OF ATTORNEY
TheStPaul
Power of Attorney No
Seaboard Surety Company
St Paul Fire and Marine Insurance Company
St Paul Guardian Insurance Company
St Paul Mercury Insurance Company
21012
United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc
Certificate No
KNOW ALL MEN BY THESE PRESENTS That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York and that
St Paul Fire and Marine Insurance Company St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under
the law% of the State of Minnesota and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland and
that Fidelity and Guaianty Insurance Company is a corporation duly organized under the laws of the State of Iowa snd that Fidelity and Guaranty Insurance
Underwrteis Inc is a corporation duly organized under the laws of the State of Wiseomni (herein collectively called the Companies ) and that the Companies do
hereby make constitute and appoint
Elnora Cruthis, Derrell C Dodson, Douglas Moore, Sam J Mullis, Jr, Jowana Bryant and Sheila M Young
of the City of
Dallas State Texas then true and lawful Attorney(%) inFact
each in their separate capacity if more than one is named above to sign its name as sumty to and to execute seal and acknowledge any and all bond% undertakings
contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guiranteemg the fidelity of persons guaranteeing the
performance of cotmaet% and exeeuung or guaranteeing bonds and undertakings rpkuaed or permuted in ,any actions or piooeedmgs allowed by law
$flit ` October 1999
IN WITNESS WHERF OF the Companies have caused this msm myeay sr rie�rt rs ,r t day of
�al l`4 y'4
Seaboard Surety Company q� Lam, ly t t, 41nited States Fidelity and Guaranty Company
St Paul Fire and Marine Ins Gott ally 4 I } Fidelity and Guaranty Insurance Company
St Paul Guardian InsuranEf��@�t1ao-, y , Fidelity and Guaranty Insurance Underwriters, Inc
St. Paul Mercury Insurance Co
t�
g� j/� ',,aB
1927® ^� ssxa a tees 1977 g 1831
aE0.t. 8 J'
AIN✓e� ae
MICHAPLB KELGAN V¢c Pre%rtlma
State of Maryland
MICHAEL R MCKIBBeN Avvst an Secmtary
City of Baltimore
On this 5th day of October 1999 before me the undersigned officer personally appeared Michael B Keegan and
Michael R McKibben who acknowledged themselves to be the Vice President and Assistant Secretary respectively of Seaboard Surety Company St Paul Fire and
Marine Insurance Company St Paul Guardian Insurance Company St Paul Mercury Insurance Company Untied States Fidelity and Guaranty Company Fidelity and
Guaranty Insurance Company and Fidelity and Guaranty Insurance Underwriters Inc and that they as such benif, authorized so to do executed the foregoing
instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers
In Witness Whereof, 1 hereunto set my hand and official seal e4�' NO U
m /'U rgRP
My Commission expires the 13th day of July 2002 BUC
i REBECCA EASLEY ONOKALA Noiary Public
�qE CnV
66203 Ed 5 99 Printed In U S A
This Power of Attorney n granted undo and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company St Paul
Fire and Marine Insurance Company St Paul Guardian Insurance Company St Paul Mercury Insurance Company United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company and Fidelity and Guaranty Insurance Underwriters Inc on September 2 1998 which resolutions are now in full force and
effect reading as follow%
RESOLVED, that in connection with the fidelity cord surety insurance business of the Company all bonds undertakings contracts and other instruments relating
to said business may be signed exeuncd and aeknowkdyed by pusons or Counts appointed as Attomey(s) in Fact pursuant to a Power of Attorney issued in
accordance with these iosolutions Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the
Company either by the Chairman or the President or any Vwt President or in Assistant Vice President jointly with the Secretary or an Assistant Secretary
under them respective designations The signature of such officers may be engraved printed or lithographed The signature of each of the foregoing officers and
the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s) in Fact for purposes
only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof and subject to any limitations set forth therein any
such Power of Attorney or eenitieale bearing such facsimile st(,nature or facsimile seal shall be valid and binding upon the Company and any such power so
executed and certified by such faesimde signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to
which it is validly attached and
RESOLVED FURTHFR, that Attorncy(s) in Fact shall have the power and authority and in any case subject to the terms and limitations of the Power of
Attorney issued them to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings and other
writings obligatory in the union, thereof and any such instrument executed by such Attorneys) in Fact shall be as binding upon the Company as it signed by an
Executive Officer and sealed and attested to by the Secretary of the Company
I Michael R McKibben Assistant Secrctary of Seaboard Surety Company St Paul Fire and Marine Insurance Company St Paul Guardian Insurance Company
St Paul Mercury Insurance Company United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company and Fidelity and Guaranty Insurance
Underwriters Inc do hereby Willy that the above and forcgoing is a true and corru.t copy of the Power of Attorney executed by said Companies which is in full force
and effect and has not been revoked
IN TESTIMONY WHEREOF, 1 hereunto set my hand this 15th day of February 2000
rD P
Y2% G
C
Y0ssan$ 1B88�"`� nxs" .' tr ' Michaellit McKibben AISIStant Secretary
s
To verify the authenticity of thrs Power of Attorney, roll 1 800 421 .j8!( as Ort4AWiforney clerk Please refer to the Power of Attorney number,
the above named individuals and the detarA of the bond to whredoffie a erlgched °i ,.^A:'
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below. It is highly recommended
that bidders confer with their respective insurance carriers or brokers to determine in advance
of Bid submission the availability of insurance certificates and endorsements as prescribed
and provided herein If an apparent low bidder fails to comply strictly with the insurance
requirements, that bidder may be disqualified from award of the contract. Upon bid award, all
insurance requirements shall become contractual obligations, which the successful bidder
shall have a duty to maintain throughout the course of this contract
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall
provide and maintain until the contracted work has been completed and accepted by the City of
Denton, Owner, the minimum insurance coverage as indicated hereinafter
As soon as practicable after notification of bid award, Contractor shall f le with the Purchasing
Department satisfactory certificates of insurance, containing the bid number and title of the
project Contractor may, upon written request to the Purchasing Department, ask for
clarification of any insurance requirements at any time, however, Contractors are strongly
advised to make such requests prior to bid opening, since the insurance requirements may not be
modified or waived after bid opening unless a written exception has been submitted with the bid
Contractor shall not commence any work or deliver any material until he or she receives
notification that the contract has been accepted, approved, and signed by the City of Denton
All insurance policies proposed or obtained in satisfaction of these requirements shall comply
with the following general specifications, and shall be maintained in compliance with these
general specifications throughout the duration of the Contract, or longer, if so noted
Each policy shall be issued by a company authorized to do business in the State of
Texas with an A M Best Company rating of at least A
Any deductibles or self -insured retentions shall be declared in the bid proposal If
requested by the City, the insurer shall reduce or eliminate such deductibles or
self -insured retentions with respect to the City, its officials, agents, employees and
volunteers, or, the contractor shall procure a bond guaranteeing payment of losses
and related investigations, claim administration and defense expenses
Liability policies shall be endorsed to provide the following
•• Name as additional insured the City of Denton, its Officials, Agents,
Employees and volunteers
•• That such insurance is primary to any other insurance available to the
additional insured with respect to claims covered under the policy and that this
insurance applies separately to each insured against whom claim is made or
suit is brought The inclusion of more than one insured shall not operate to
increase the insurer's limit of liability
• All policies shall be endorsed to read
"SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR
MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN
NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE
POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN
WHICH CASE 10 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 ansing during the contract term which give rise to
claims made after expiration of the contract shall be covered
• Should any of the required insurance be provided under a form of coverage that
includes a general annual aggregate limit providing for claims investigation or legal
defense costs to be included in the general annual aggregate limit, the Contractor
shall either double the occurrence limits or obtain Owners and Contractors Protective
Liability Insurance
• Should any required insurance lapse during the contract term, requests for payments
originating after such lapse shall not be processed until the City receives satisfactory
evidence of reinstated coverage as required by this contract, effective as of the lapse
date If insurance is not reinstated, City may, at its sole option, terminate this
agreement effective on the date of the lapse
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS:
All insurance policies proposed or obtained in satisfaction of this Contract shall additionally
comply With the following marked specifications, and shall be maintained in compliance with
these additional specifications throughout the duration of the Contract, or longer, if so noted
[X] A General Liability Insurance.
General Liability insurance with combined single limits of not less than $500,000
shall be provided and maintained by the Contractor The policy shall be written on
an occurrence basis either in a single policy or in a combination of underlying and
umbrella or excess policies
If the Commercial General Liability form (ISO Form CG 0001 current edition) is
used
Coverage A shall include premises, operations, products, and completed
operations, independent contractors, contractual liability covering this
contract and broad form property damage coverage
Coverage B shall include personal injury
Coverage C, medical payments, is not required
If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition
and ISO Form GL 0404) is used, it shall include at least
Bodily injury and Property Damage Liability for premises, operations,
products and completed operations, independent contractors and property
damage resulting from explosion, collapse or underground (XCLI)
exposures
Broad form contractual liability (preferably by endorsement) covering this
contract, personal injury liability and broad form property damage liability
[X] Automobile Liability Insurance•
Contractor shall provide Commercial Automobile Liability insurance with Combined
Single Limits (CSL) of not less than $300,000 either in a single policy or in a
combination of basic and umbrella or excess policies The policy will include bodily
injury and property damage liability arising out of the operation, maintenance and use of
all automobiles and mobile equipment used in conjunction with this contract
Satisfaction of the above requirement shall be in the form of a policy endorsement for
any auto, or
all owned, hired and non -owned autos
[X] Workers Compensation Insurance
Contractor shall purchase and maintain Worker's Compensation insurance which, in
addition to meeting the mimmum 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 carries the Contractor's liability insurance Policy limits will be at least _
combined bodily injury and property damage per occurrence with a
aggregate
[ ] Fire Damage Legal Liability Insurance
Coverage is required if Broad form General Liability is not provided or is unavailable to
the contractor or if a contractor leases or rents a portion of a City building Limits of not
less than each occurrence are required
[ ] Professional Liability Insurance
Professional liability insurance with limits not less than per claim with
respect to negligent acts, errors or omissions in connection with professional services is
required under this Agreement
[ ] Builders' Risk Insurance
Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be
provided Such policy shall include as "Named Insured" the City of Denton and all
subcontractors as their interests may appear
[ ] 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
[XI 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 carvers, 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
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 carver 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 2452 - LANDFILL TREE BUFFER ZONE PHASE I -CONTRACT & INS 2-00
SECTIONIO0300 -- Proposal (Bid) Form
A & A LANDSCAPE & IRRIGATION, INC.
13758 HWY 380 EAST
FARMERSVILLE, TX 75442
Time 2 00 p m
Date January 25, 2000
To Purchasing Agent
City of Denton, Texas
901-B Texas Street
Denton, Texas 76201
Gentlemen
The undersigned having examined the Contract Documents entitled
Landfill Tree Buffer Zone Project, Phase I
Bid #2452
And having visited the site of the proposed construction, and having familiarized himself with
the local conditions affecting the cost of the work, and with all addenda to the said
documents, hereby proposeds to furnish all supervision, labor, materials, equipment, tools, and
accessories and to do all work in accordance with said documents and addenda thereto for
the stipul ted sum of SAa�
Case Mw4D j'(a+1xY-NMIB "i ce 1 e� 0 A
VUI9'14QfiJJWM w1uJTY_Jtd� taou.aQs + �� DollarsO 149 -995 1
wMam=... :.
00
$ 9A,991v —
Total Labpr.Supervision and Materials Not Incoroorated into the Proiect$ _156_999
u,�KMDLVw Mw 101N1MMI 00300 - 1
ALTERNATES
Deduct Altimate #1 - Delete the installation of the staking for all deciduots plants as per the
plans and specifications
Two -rKw, ,sAAo -rMase NL.oAIV4=t'
r.•n+✓ a02L,(.Aas I d''w Dollars IS
Total Base Bid
Total Materials Incorporated into the Proiect _
Total Labor, Supervision and Materials Not Incorporated into the Proiect$
Deduct Alternate #2 - Delete the installation of the staking for all evergreen plants as per the
plans and specifications
� $BrNc�t 'tMo�s►Wt, on�E NuuD2cA c_n
oc ao3 Dollars 0
Total Base Bid
W.M.11 : o L • T. - _ L -
Total Labo�, Supervision and Materials Not Incorporated into the Proiect$ Z O�b
D\WlDNAN01 WWFFMNL MIMMOOM 00300- 2
UNIT PRICIES.
The undersigned agrees that the following unit prices will apply to adjust quantities of
materials i dicated on drawings Prices are for materials furnished and installed It is further
agreed the the quantities of work to be done at unit prices and material to be furnished may
be increased or diminished, as may be considered necessary in the opinion of the Owner's
Representative, and that all quantities of work, whether increased or decreased, are to be
performed at the unit prices set forth below except as provided for in the specifications All
unit prices are for addition or deletion
SITE IRRIGATION COMPONENTS (FURNISH AND INSTALL)
Controller C EBP�ntie.-7�,
Bubbler
Quick Coupler Valve with Box C0314Ci
12 inch Pop-up Spray Head
4 inch Pop-up Spray Head
Pop-up Rotor eta.vv)
Station Valve (A l
2 inch pipe
1'h inch pipe
1'/4 inch pipe
1 inch pipe
% inch pipe
'h inch pipe
!` !--Dollars each
Sp = Dollars each
is 15 Dollars each
A -6 ue- Dollars each
M .35 s Dollars each
r IA40 !t Dollars each
e 1 1 i mo- Dollars each
i6 / 97 Dollars per L F
0 1 Y9 Dollars per L F
e ) `W Dollars per L F
0 ) Iz Dollars per L F
t 1 Dollars per L F
/ 34 Dollars per L F
PLANT MATERIALS (FURNISH AND INSTALL, AS PER PLANS)
Canopy Trees
Pecan
Sweetgum
Chinese Pistache
Bur Oak
Lacebark Elm
Red Cedar
Dollars each
Dollars each
Dollars each
Dollars each
j Y5 Dollars each
1 4) Dollars each
C%wN NDWMIMWMM. 101MIM m 00300- 3
Afghan Pine
Bald Cypress
Understory Trees
Oklahbme Red Bud
Possumhaw Holly
Mexican Plum
Burford Holly
Stevens Holly
Large Tree Staking
Multi-trunked tree staking
Tree staking on Berm slope
s 175 •M' Dollars each
$165 Dollars each
0 1 h5 '= Dollars each
Dollars each
M
141,5 �o
Dollars each
x X3,5 Dollars each
*;L35 !!-'—Dollars each
y e0
/81 Dollars each
Dollars each
or
1$ = Dollars each
BIDDER understands the statements and Owner's objectives contained in SECTION 01010--
Summarvlof Work,
This will acknowledge receipt of the following addenda which are part of the Bidding
Documents,
Addendum No Addendum No —
Addendum No Addendum No
The undersigned bidder hereby declares that he has visited the site of the work and has
carefully examined the Contract Documents pertaining to the work covered by the above bid,
and he fuher agrees to commence work within ten (10) days after date of written notice to
proceed and to substantially complete the work on which he has bid within
consecutive calendar days subject to such extensions of time allowed by specifications
The undersigned bidder agrees that his bid shall be good and may not be withdrawn for a
period of 60 calendar days after the scheduled closing time for receiving bids
The undersigned bidder understands that the Owner reserves the right to reject any or all bids
and to waive any informalities in the bidding
D\WF80\ MDE"UFFMW 101M l0001 00300- 4
� c _ : Nbei
Enclosed With this Bid is a Certified Check for
DOLLARS ($
or a Bid Bond in the sum of
Serves V%0L*.AN0 F8u2 Muu4R!'b
AJ1A4*r'r-.t1^E V44,4.Hias �k DOLLARS ($ 7'4499 7S ),
which it isi agreed shall be collected and retained by the Owner as liquidated damages in the
event this Bid is accepted by the Owner within sixty (60) days after the bids are received and
the undersigned fads to execute the Contract and the required Bonds with the said Owner
within ten 00) days after the date said Bid is accepted, otherwise said check or bond shall
be returned to the undersigned upon demand
4 A L ►ab5¢APt: b easaa IotJ Lie. .
Contractor (firm name)
Authorized Signature
E31'i�s.dT�_/ Lie, , u.
Title
Address
4'A2m6"jl I c _ -rV '7!54 4 Z. (If corporation, attest and
City, State, ZIP Code affix a Corporate Sea[)
('47z) 784 -7956
Telephone
(End of Section)
u.wram...wmoew FFMM ro.mlaW) 00300- 5
3-21-2000 3 05PM FROM FORBES-TROXEL INS 972 772 3344
acoRn CERTIFICATE OF LIABILITY INSURA
P 2
DATE ("IOOIYY)
FOrbeS-TrOxel insurance Agency
P 0 Sox 1267
Rockwall TX 76097-1267
Phone 972-772-3333 Fax 972-772-3344
INAIIAFn
r A TAnTIFU a=X R• C13758 Hwy TrrT rJ;,.txr•n,
Inc
FarmersvieBT llX 15442
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
---I-- INSURERS AFFORDING COVERAGE
INSUPERA uhi0 r-asualty Company___
INSURERS Texas_Workers Com_p_Ins Fund
INSURCR C
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO TIME INSURED NAMED ABOVE PON THE POLICY PERIOD INDICATED NOTWITHSTANDING
ANY REQUIREMENT ThRM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIrICATC MAY Nh Ih UEO OR
MAYPERTAIN THE INSURANCE AFPOROED BY THE POLICIES OESCmS60 NSAMN IS SUBJECT TO ALL THE TERMS hXCLIIvnNEAMn MNmYInNAA.lurH
UNITS 54OWN MAY RAVE BEEN REDUCED By PAID CLAIMS
_
y�PO�LICIEESS 'AGGREGATE
I�"'I TYPE OF INSURANCE POLICY NUMBER AI C OALILI'SYfYp0AryON LIMITS
GENERAL LMURLITV
EACH OCCUkHhNCP
E1, 000,000
A X I COMMERCIAL GENERIAVI,LIABILm BKO50390336 05/06/99 05/06/00
rIRCDALIA(--(APVOUp RrVI I
E 1 nn,nnn
I CLAIMS MADE I X I OCCUR
IMCOEXP(Any DnspwW") Is
5,000
Contractual Liab I PER FORM CCOO-01
t6RA !AI BAnV IN IIIRV 1
T i,000,000
-1
GENERAL AGO ATE
S2,0_00_,000
-
OEN L AGGREGATE LIMIT APPLIES P6R1
.R VUCTS COMPRIPAOG
X2,000,000 _
POLICY I I TOT LOC
AUTOMOBILE LIABILITY
COMBINES SINGLE LIMIT
$1 000 , 000
A X ANv puro
BA,w50390336
05/06/99 05/06/00
1EA AcndcnU
,
X I AI I nWNRn AIITrIF
DODILY IN JURY
IPArpas"nl
S
X SCHEDULED AU708—
X HIRED AUTOS
BODILY INJ"'
(P.Rccaf-1)
F
X NON4yWN60AUYOS
-
—
PROPERTYDAMAGE
f
'~ —
(PRr ACpIGpInI
anAAOa LIABILITY
AUTO ONLY EA ACCIDENT
S
ANYAUTO
OTHER THAN EA ACC
{ --
AUTO ONLY AGG
(
E
EXCESS LIABILITY
EACH OCCUNRENCF
IE 1,000,000
A IIX I OCCUR �� CLAIMSMADP BX050390336 05/06/99 05/06/00
AGGREGATE_-_-
5 -_
S
DEDUCT
I
- ___�
SOLf
RETENTION S
TH
I Wr. hipTU I OER
I
5 --
WORKERS COMPENSATION AND
X TONV UMITSJ ER
EMPLOYERS LIABILITY
ND INCLD088 NtATe Dt TX
EL CACN ACCIDENT
_
E 1 , 000 , 000_
I
d TSF124215 01 05/12/99 05/12/00
LLDISFASh EA EMPLOYE$EI,000,000
G.L. MI UtP POLICY LIMIT((
$ 1 000, 000
^
0 NE
A Equipment Floater M4050390336 07/19/99 05/06/00
schr+rilltorj
'11Q QA7
Deductible
500 00
DESCRIPTION OF OPRRATIONSA. CAnONBNCMICLESI6XCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
vro]ect J.andtxll Troe Buffer Zone Project, Phase I Certxfxcate
Holder,
its Officials, Agents, Employees and volunteers are named as an Additional
Insured under the GL policy GL includes Primary Non -Contributory
endorsement GL and Workers Comp include Waiver of Subrogation in
favor of
same /Cancellation Clause replaced with endorsement CG0205-attached
'
GaRTIFIGATL HULIMIA I Y I ADDmONAI INRNH6n ,u .I y -
CITYODO SHOULD ANY OF THE ABOVE DESCRIBED POLICIES Bh CANCELL FO BEFORE THE EXPIRAMO
DATE TRISTBar nIC ICDUING INSURCR WILL CNOCAVOR TO NAIL 30 PAY3 WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT7a0(DVOLIMIXENW SMALL
City of Denton IMrOOC NO OOLIOATION 0. LIABnJTY Or ANr HIND UPON Ins INhUNG,61INAbCNIN OR
901-H Texas St
Denton TX 76201 REPRESENTATIVES - _
3-21-2000 3 06PM FROM FORBES-TROXEL INS 972 772 3344 P 3
MAR 15 2000 1 22PM OHIO CASUALTY
NO 59.1 r 2/2
03/15/00 Silver Plume Document 14.01 37
Silver Plume User ID. OTX2 ISO CGL-FM Toxa6 01/01/96 1
POLICY NUMBER. COMXMCI2LL GENERAL LIABILITY
s1K050390336 CG 02 05 01 96
THIS ZND012SE[M1T CHANG88 THE POLICY- PLEASE READ IT CAREFULLY
TEXAS CHANGES - ADEMMMENT OF CANCELLATION
pROVI8ION8 OR COVER=E CWWOE
This endorsement modifies insurance provided under the following
COMMERCIAL GENERAL LIABILITY COVERAGE PART
LIQUOR LIABILITY CUVkJLWX PART
OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVM MGE PART
r0LLUTiOW LZA,BILITH COVSAAGE PART
PRADUCTS/COMPLETED OPHRATIONS LIABILITY COVERAGE PART
RAILROAD PROTECTIVE LIABILITY COVERAGE PART
�In the event o4 cancellation or material change that reduces or r20trlctC,
the 1.nsuraLnoe aEfordad by thla Cuvc.cm.S& Fa1L0 we agree to mail Prier Wr'teen
notice of Cancellation or material change to -
SCHEDULE
1 Name City of Denton
2. Addreae `OU1-W Texas bt , Denton, TX 76201
3 Number of days advance notice. 30
(if no entry appears above, information required to complete this
endorsement will be shown in the Declarations as applicable to this
endorsements.)
CO 02 OS 01 9G Page 1 O£ 1
Copyright, Insurance Services office, Inc , 1994
3-28-2000 2 17PM FROM FORBES-TROXEL INS 972 772 33dd
W
CERTIFICATE OF LIABILITY INSURANC LRu °°03,2d;U�
ONLY AND CONFERS NO RICHTC I IPnN THE CERTIFICATE
Forbes-Troxel Insurance Agency HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
B 0 Box 1267 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
Rockwall TX 75067-1267 INSURERS AFFORDING COVERAGE
Phone 972-772-3333 Fax 972-772-3344
INSURER Ohio Casualty Company—
INSURERB Texas workers Comp Ins Fund — —
AiS33��,,6 A Landscape 6 Irrigation, INSURE_RD _
13�tIEI olwvTy.j 390X$354A2 INSURER
C Nelore r
GLIVE:NAwlm3
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING
ANY REQUIREMENT TERM OR OONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY RE ISSUED OR
MAY PERTAIN THE DISURANOE AFFORDED BY THE POLICIES OBSCRIBED NBRBIN Ib SUBJEOT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS Or SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
1 ICV PF TVE PO TON
LTRI TYPE OFINSURANCE POLICYNUMBER-- A TE 1
LIMITS
EACH OCCURRENCE_ I S l 1000, 000
GENERAL LIABILITY
A XfGNMFRPIAI GFNPRAI IIARII ITV BKO50390336 05/06/AQ 1T5/06/00
opr neMARcpNy NN. ,nn(1T 100,000
1 CLAIMSMADE XIOCCUR
MEDCXP(AnydnopCrsoR( S 5,000
� Contraotual Liab PER LTORDE CCOO-01
Pcpoowu a nDV lwoAY � S 1 , OQO , 000
-
GCNCRALAGORLGAY: _ S_2,000, 000
^OCN L AGEOCOATC LIMIT APPLICI PCPL17
PROO_OYO-COMNOPAUO $2,000 000
_ _
POLICY PRD LOG
AUTOMO
MILE LUDILITY
COMBINED SINGLE LIMIT S 1 000 000
A XI
ANY AUTO
RAWS0390336
05/06/99
05/06/00
, ,
(E""HI°PG_ _
XI
ALL UWNEUAUIUb
BODILY INJURY S
leer person)
X
SCNEDULCD AUTOS-
X
HIREDAUTOS
BODILY INJURY S
X
I NON OWNED AUTOS
(Per Acudenq
PROPEkYY DAMAGE S
-
-- - - -- - -
�-
(Por=clden I
GARAGE LIABILITY
AUTOONLY CAACC102NY IS
ANY AUTO
OTHLRYHAN EA ACC $
I
AUTO ONLY AG G $
EXCESS LIABILITY
EACH OCCURRENre
S1,000 000
A
X OCCUR 1 CLAIMS MADE
EX050390336 05/06/99
05/06/00
AGGREGATE
s
DEDUCTIBLE
I
I
8
RETENTION S
TU
X,To YLIMITSI I CR
WORNfiRS CpMPBN54TON AND
fiMPLOYEES LIABILITY
EL EACH ACCIDENT
$ 1 , 000 000
B
PTAav pv
Nr +xrulnxn Tx
TSF124225 01 1 05/12/99
O5/12/001ELDISEASE
EA FMPLOYEI
$1,000,000
EL DISEASE P0=11LIMIT
$ l 000 000
OTHER
A
F.rlLilrWent Fl,nater
E040t;0390336 07/1Q/99
05/06/on
1 SChodulod 119,967
Deductible
I
500 00
DESCRIPTION OF OPERATONSILOCATONSNEHIOLESIEXCLUSIONSADDED BY ENDORSEMENTISPECIAL PROVISIONS
Pro3ect Landf:Lll Tree Buffer Zone Pr030ct, Phase I Certificate
Holder,
its O£f,LCials, Agents, Employees and volunteers are named as an Additional
Insured under the GL policy GL includes Primary Non -Contributory
endorsement GTn and Workers Comp D.nclude Wa1VeE of Subrogation J.n
favor of
same /Cancellation Clause replaced with endorsement CG0205 6TE0202
attached
(71 ty of nontnn
901-13 Texas St
Denton TX 762D1
17MTI
c i TyaD0 SHOULD ANY OF THP ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIOD
UNIGIMCM..t IM61S5U1NY 1NT11NtIt WILL <NLI¢NVVN IUMAIL JO WITS WNII IeN
NOTICE TO THE CERYIFICATh HOLOLR NAMLD TO THE LEFT BVTXXK RxiGCMMBD $HALL
IMPOSR NO OSLI4ATION OR LIABILITY OF ANY
^KIND UPON THE INSURER ITS AGENTS OR
RLFkbSENTATNhS. / l
3-28-2000 2 18PM FROM FORBES-TROXEL INS 972 772 3344
P 2
MAR 28 2000 2 WPM OHIO CASUALTY NO 125 P Lei
c 03/28/00 Silver Plume Document 14 59.57
Silver plume User ID: GIT1
TxDOT TX -FM Texas 03/18/92 Forma
TEXAS A13TOMM.LLJ6 RULES AND RATING M WMQ L
TR 02 02A
POLICY NUMBER BAW50390336 (Ed. Effective 3/92)
CANCELLATION PROVISION OR COVERAGE CMWGE ENDORSEMENT
This endorsement modifies ineurance provided under the tollow3ng
BUSINESS AC7T0 COVERAGE FORM
GARAGE COVERAGE PORN
TRVCVjW COVERAGE FORK
30 days before this policy is cancclled or materially changed
to reduce or restrict coverage we will mail notice of the
cancellation or change to.
Clty of Denton
-B TeXaS $t
D r _ mx ?aini
(Enter Name and Address)
FIRST REPRINTING BOY EFFECTIVE MARCH is, 1992
Copyright - TIO Serviee0, Inc. - 1996