Loading...
1989-0032516L/1589 NO SL 020 COMPET FOR THE WORKS OR IMPROVEMENTS NGPROVIDING CONTRACTSTFOR PUBLITIVE BIDS AND AWARD ORDOFINANCE FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, receive and tabulated cometitive improvements ind accordanceewith construction cpro edures 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 responsible bids for the construction of the public works improv ment in the and p anseand specifications therefored, 1NOW, THEREF RE, proposals THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the construct on o public works or improvements, as described c in the "Bid Invitations , Bid Proposals or plans attached hereto are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT $224,103 00 9920 Landmark Company the accetance and ot cons itute a contract approval the above SECTION~s shall n compet t ve ion ouch blic and the person submitting the bid for construct rovedf sunt lusuch works or improvements herein accepted and app person shall comply with all requirements specified in the Notice to Bidders including the timely performance execand ution pgymentwritten contract and furnishing of notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute a necessary written contracts for orth imperformance in the construction of the public roved herein, provided accordance with the bids accepted and app that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and do cu snt $ndre lading icthereto plans specis, specifying the terms, conditions, standards, quantities and specified sums contained therein SECTION IV That upon acceptance and approval of the above ntracts for the public etitivebids and the execution of co C comp works and improvements as authorized herein, the City Council hereby authorizes the expenditure of rived ibidseandnriauthorized the amount as specified in such approved contracts executed pursuant thereto SECTION V That this ordinance l shall become effective imme ate y upon its passage and approval PASSED AND APPROVED this the 10th day of January, 1989 MAYOR RAY HEN , 4 ATTEST " I Y SCRETARY ?PR OVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY BY PAGE TWO DATE JANUARY 10, 198 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9920 - DENTON MUNICIPAL LAB EXPANSION/BUILDING RECOMMENDATION We recommend this bid be awarded to the low bidder landmark Company of Denton, Texas for $224,103 00 with 190 calendar days for construction SUMMARY This bid is for the building expansion for the Architectural Collective, Mr Gerald Stone is on this protect The protect was bid earlier on September 22, 1988 This bid was reiected submit a Bid Bond and the next low bidder did Bond This bid is 6S lower or $13,297 00 less unacceptable bid Municipal Laboratory the nrincival architect on Bid #9896 and received as the low bidder did not not submit a valid Bid than the first low BACKGROUND Tabulation Sheet, Recommendations From Department and the Public Utility Board minutes PROGRAM& DEPARTMENT OR GROUPS AFFECTED Completion of Lab Project and Lab Work FISCAL IMPACT There is no additional impact on the Government Funds 4Respectf ly/su bmitted v/W arrell City Manager Prepared by amp Title PURCHASING AGENT 4 PURCHASING 1 1 I rl j a1 ~ 1 5') f [ f ~'i rfi r_r i o I HI ~ r i 1 ' i I 1 I 1 I I 1 of _ C _ ~.~i ~ 1 S 1 1 I 1'~ 1 I^ 1 ) 'i+ I~ r ^ 1 ` 1 O I .il' I N ly ! p nt t71 nl T I 1 1 I 11 C 1 I 'rt 1 9 1 O rl g 1 1 1 ~ ~f j I m r 't r ^ t n i m J m G ~ (Tl W N 1 1 m 1 r' 1 ] 4 n ~ j r_f 1 1 i rtt 1 v 1 i n i i n a m la 1 1 A 1 1 Pf) 1 I 1 1 m ~ rn 1 v i i i l 4 I z M 1 1 1 X11 Z 1 ~1 1 if I 1 1 I 1 I I~ I I 1 1 I i 1 _ m 1 9 ~ N N ~ Z i.' M . m m 6xi o S Iv s. i o i 1-f z o w ' 1 M yi o 1 fra ~ m 1 1 O 1 rf m ~ I A 1 of ~ N ~ I I O ~ _f Z T `4 ~ N ~ I I S M O +~O YJI I 'b I 1 M 1 ~ 1 1 _ _ 1 nl r r S U) b eil 'A U 4f O ; i -1 O 1 1 ~ f o f 52 N j e i p a 1 m 1 x y c. Ef m of 1 ~ n 1 1 rf ~ Inaff i c 1 1 ~ N ,K ct vi of Q tN m ~ ~ b ~ p ` y S 9 1 ~i 1 G MEMORANDUM DATE January 3, 1989 TO Mr John Marshall, Purchasing FROM Mr C David Ham, Director Water/Wastewater Utilities SUBJECT Municipal Laboratory Expansion At the December 21, 1988 meeting of the Public Utility Board, the PUB approved the low bid from Landmark Construction Company for the expansion of the municipal laboratory facility Attached with this memorandum is a copy of the PUB minutes for this meeting The Utility Department is requesting that this project be added as an agenda item to the January 10, 1989 meeting of the City Council if you have any questions or need additional information please call C David Ham, Director 1 .Xho) p Chew uggested hat thi^ em bo LAblod for furihsr disc ssion at it c= Utility Department Annual f lanning Retreat the Poar i Aqr Pod I" CONSIDER, CONTRACT WTTH FREESE Q NTCHO'_S INC FOF FFOFF55TONAI_ CNGINEERTNU SERVICES IN LONNECrION WITH rHE DEVELOPMCNr OF A TWENTY-YEAR MASTER FLAN FOR IMPROVEMENTS TO THE WA9TEWArCR TREATMENT PLANT Elam e,plained that state law requires that when monthly average flows of a wastewater treatment plant reach 75/ of permitted flows planning must be initiated Denton s plant is now at 77/ of permitted flow When a plant reaches 90/ of permitted flow, construction must be initiated or a permit application filed to amend the rated permuted flows Ham recommended approval of the proposed agreement with Freese I Nichols, Inc for planning of expansion of the wastewater treatment plant Chew acted if we have been completely satisfied with Freese & Nichols Nelson stated that their wort, with wastewater treatment plants is very good Chew moved approval of the contract Frady second All ayes no nays, motion carried it CONSIDER APPROVAL OF LOW BID FOR THE MUNICIPAL LABORATORY EXPANSIONk Ham e,.plained the need and urgency of this item Ham adied that the low bidder on this project was a Denton firm Frady moved approval of the low bid of Landmart Construction Lo for Phase I construction of the Municipal Liboritor/ e pinsicr Chew econd All ayes, no nays, motion tarried 12 NEW BUSINEYS Fhe annual planning =>ession was scheduled for Saturday anuar/ 7, 19B9, in Lhe Civil Defense Room 17 UTILITY DIRECTOR S UFDATC Nelson advised the Board that notice of intent to file legislation creating the Upper Trinity Municipal Water District had been submitted to authorities in the State legislature Nelson and the Board 'eviewed Lhe advantages and disadvantages of the new agent./ LaForte ind Line/ strongly opposed the creation of the new agency, seeing it to be a lht-A t +o Denton s control of its own destiny Nelson assukod the Board that suffticivnt controls and safeguards had been built tinrco the leq slation to protect Denton ~22nz,5 7-003 CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF T)ENTON ) THIS AGREEMENT, made and entered into this ].I day of JANUARY A.D., 19 89, by and between THE. CITY OF DENTON, TEXAS of the County of DENTON LLOYD V. HARREL: and State of Texas, acting through thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and GAINESVILLE CONSTRUCTION. INC. dba LANDMARK COMPANY 2016 W. UNIVERSITY DRIVE, DENTON, TEXAS 76201 (817) 383-3988 of the City of DENTON County of DENTON and state of TEXAS , Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First part (OWNER), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: BIDO 9920 - DENTON MUNICIPAL LABORATORY EXPANSION $224, 103.00, P.0.8 61077 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and In accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or CA-1 0044b written explanatory matter thereof, and the Specifications therefore, as prepared by THE ARCHITECTURAL COLLECTIVE INC 1300 N. LOCUST STREET. DENTON TEXAS I , all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or -prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: r CITY OF DENTON, TEXAS LLOYD V. HARRELL (SEAL) ATTEST: APPROVED AS TO FORM: C y Attorney GAINESVILLE CONSTRUCTION dba LANDMARK COMPANY Party of the Second Part, CONTRACTOR BY ~ . ~ oo~,~J Title (SEAL) CA-2 0044b PERFORIIANCE BOND STATE OF TEXAS COUNTY OF 13ENMN ) ( KNOW ALL MEN BY THESE PRESENTS: That Gainesville Construction Co.,Inc. dba Landmark Co. , of the City of Denton, County of -Denton , and State of Texas as PRINCIPAL, and Security National Ins. Co. , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CITY OF DENTON, TEXAS as OWNER, in the penal snm of TWO HUNDRED TWENTY FOUR THOUSAND ONE HUNDRED THREE AND NO/100 Dollars ($224,103.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the day of .IANUARY , 19ag , for the construction of BIU# 9920 DENTON MUNICIPAL LABORATORY EXPANSION FOR $224.103.00 which contract is hereby referred to and made a dpart hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and 'according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void: otherwise to remain in full force and effect; PB-1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in DENTON County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the'contract, or to the work to be-performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 11th day of January , 1989 . Gainesville Consrtuction Co.,Inc: dba Principal Lancluark Co. Security National Ins. CO. Surety By Billy G. Reed Title President Address 2016 W. University Denton, Texas 76201 David R. Wright Title Attorney-in-fact Address P.O. Box 796 Gainesville, Texas 76240 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: David R. Wright, P.O. Box 796, Gainesville, Texas 76240 NOTE: Date of Bond must not be prior to date of Contract. PB-2 0091b PAYNENT BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That Gainesville Construction Co,,Inc. dba Landmark Company of the City of Denton County of Denton , and State of Texas , as principal, and Security National Ins. Co. authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF DENTON, TEXAS , OWNER, in the penal sum of TWO HUNDRED TWENTY FOUR THOUSAND ONE HIiNDRRn THREE ANT NO/100 Dollars (t224,103.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by thes presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 11 day of JANUARY , 1989 BID# 9920 - DENTON MUNICIPALLABORATORY EXPANSION $224,103.00 to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosection of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the revised Civil Statutes of Texas as amended by the acts 'of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB-3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITHNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 11th day of January , 19 89 , Gainesville Construction Co., Inc. dba Principal Landmark Company Security National Ins. Co. Surety By Billy . Reed Title PrPSidani- Address 2016 W. University Denton, Texas 76201 (SEAL) David R. Wright Title Attorney-in-fact Address P.O. Box 796 Gainesville,_,Texas 76240 The name and address of the Resident Agent of Surety is: David R. Wright, P.O. Box 796, Gainesville, Texas 76240 PB-4 0092b TheTrinity Companies Dallas, Texas 75201 LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation do hereby appoint DAVID R. WRIGHT OR E. E. WRIGHT, OR. - GAINESVILLE, TEXAS its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf fidelity and surety bonds or undertokings and other documents of a similar character issued in the course of its business, and aFIVEthHUNBREDeTHOUSANDeAND NO/100amounts or penalties not exceeding the cam of Dollars 500,000.00 ) EXCEPT NO AUTHORITY IS GRANTED FOR. 1. Bid or proposal bonds where estimated contract price exceeds the ornount stated herein. 2. Open Penalty bonds. 3. Bonds where Attorney (s)-m-Fact, appear as a party at interest. IN WITNESS WHEREOF, TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL IN- SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., have each executed and attested these presents this 3RD day of MARCH 19 / E ARY-VICE PRES. JAMES G. DR WEKT, PRESIDENT That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation, in pursuance of authority granted by that certain resolution adopted by their respective Board of Directors an the lst day of March, 1976 and of which the following is a true, full, and complete copy. "RESOLVED, That the President, any Vice-President, or any Secretary of each of these Companies be and they are hereby authorized and empowered to make, execute, and deliver in behalf of these Companies unto such person or persons residing within the United States of America, as they may select, its Power of Attorney constituting and appointing each such person its Attorney-in-Fact, with full power and author- ity to make, execute and deliver, for it, in its name and in its behalf, as surety, any particular bond or undertaking that may be required in the specified territory, under such limitations and restrictions, both as to nature of such bonds or undertaking and as to limits of liability to be undertaken by these Companies, as said Officers may deem proper, the nature of such bonds or undertakings arid the limits of liability to which such Powers of Attorney may be restricted, to be in each instance specified in such Power of Attorney. RESOLVED, That any and all Attorneys-in-Fact and Officers of the Companies, including Assistant Secre- taries, whether or not the Secretary is absent, be and are hereby authorized and empowered to certify or verify copies of the By-Laws of these Companies as well as any resolution of the Directors, having to do with the execution of bonds, recognizonces, contracts of indemnity, and all other writings obligatory in the nature thereof, or with regard to the powers of any of the officers of these Companies or of Attorneys-in- Fact. RESOLVED, That the signature of any of the persons described in the foregoing resolution may be fac- simile signatures as fixed or reproduced by any form of typing, printing, stamping or other reproduction of the names of the persons hereinabove authorized." CERTIFICATION OF POWER ATTORNEY I, Jmdth E. Fogan, Corp. Secretary of TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL INSURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. do hereby certify that the foregoing Resolution of the Boards of Directors of these Corporations, and the Power Attorney issued pursuant thereto, are true and correct and are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each Corporation this //-ek day of GC~~//~~''/~/~y~/'z~ p 19-L. (r_144"EW:;- glniNll/Sr.` `VO680111N111(tnri'~ 8r `~oo.:onp`~~~o~ JC/ ~r-7! ~/Y. ~7jK - % VUDITH E. EAGAN. CORP. SECRETARY gL~~ :SEAL.= 11 =:SEAL't.1 . tiHnrUlllllll111\P"\ ~nNlBlnllno` B-3866 REV. 3-82 INSURANCE The Contractor is fully responsible for all losses pertaining to, resulting from, or connected with the completion of this contract. The owners acceptance of a Certificate of Insurance, that does not comply.with the bid or contract documents, does not release the contractor or the insurance company from any liability, conditions or other requirements within the scope of this contract documents. It is the responsibility of the Contractor to send this complete insurance package to his insurance provider. This will enable the policies and the Certificate to include all requirements as.they apply to the Contract documents. The Insurance Certificates must be returned to the City of Denton with the Contract documents for approval and execution. All Contract documents must be returned to the CITY OF DENTON, JOHN MARSHALL, PURCHASING AGENT, 901-B TEXAS STREET, DENTON, TEXAS 76201. CI-0 CITY OF DENTON MINIMUM INSURANCE REQUIREMENTS INSURANCE: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work and/or material has been completed/delivered and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. Satisfactory certificate(s) of insurance shall be filed with the Purchasing Department prior to starting any construction work or activities to deliver material on this Contract. The certificate(s) shall state that thirty (30) days advance written notice will be given to the Owner before any policy covered thereby is changed or cancelled. The bid number and title of the project should be indicated, and the City of Denton should also be listed on all policies as an additional named insured. To avoid any undue delays, it is worth reiterating that: o Thirty (30) days advance written notice of material change or cancellation shall be given; o The City of Denton shall be an additional named insured on all policies. I. Workmen's Compensation and Employer's Liability. This insurance shall protect the Contractor against all claims under applicable state workmen's compensation laws. The Contractor shall also be protected against claims for injury, disease, or death of employees which, for any reason, may not fall within the provisions of a workmen's compensation law. The liability limits. shall not be less than: o Workmen's Compensation - Statutory o Employer's Liability - Statutory 11. Comprehensive Automobile Liability. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicles licensed for highway use, whether they are owned, nonowned, or hired. The liability limits shall not be less than: o A combined single limit of $500,000 III. Comprehensive General Liability. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims arising from injuries to members of the public or damage to property of others arising out of any act or omission of the Contractor or his agents, employees or subcontractors. CI-1 Insurance Requirements page two To the extent that the Contractor's work, or work under his direction, may require blasting, explosive conditions, or underground operations, the comprehensive general liability coverage shall contain no exclusion relative to blasting, explosion, collapse of buildings, or damage to underground property. The liability limits shall not be less than: o A combined single limit of $500,000 IV. Owner's Protective Liability Insurance Policy. This insurance shall provide coverage for the Owner and its employees, in the name of the City of Denton, for liability that may be imposed arising out of the work being performed by the Contractor. This also includes liability arising out of the omissions or supervisory acts of the Owner. Although this insurance is strictly for the benefit of the Owner, the Contractor is responsible for obtaining it at his expense. The liability limits shall not be less than: o A combined single limit of $500,000 INSURANCE SUMMARY: The Contract shall provide insurance to cover operating hazards during the period of placing the facility in operation and during testing, and until such time as the facilities are completed and accepted for operation by the Owner and written notice of that fact has been issued by the Owner. Approval of the insurance by the Owner shall not in any way relieve or decrease the liability of the Contractor hereunder. It is expressly understood that the Owner does not in any way represent that the specified limits of liability or coverage or policy forms are sufficient or adequate to protect the interest or liabilities of the Contactor. Again, the Owner shall be given a certificate of insurance indicating that all of the above policies and the appropriate limits are indeed enforced. The certificate shall also indicate that the Owner will be given at least thirty (30) days written notice of cancellation, non-renewal, or material change of the required insurance coverage. All responsibility for payment of any sums resulting from any deductible provisions, corridor or self-insured retention conditions of the policy or policies shall remain with the Contractor. The writing. Any notice to proceed that is issued shall be approval by the Owner. CI-2 01/13/87 CERTIFICATE OF INSURANCE CITY OF DENTON Name and Address of Agency Wright & Wright Ins. Center P.O. Box 796 Gainesville,Tx. 76240 phew 817-665-3121 laws and Address of Insureds City of Denton References Project Name: Denton Municipal Laboratory Expan. Project No: 9920 Project Location: 1100 Mavhill Rd., Denton Tx Managing Dept: John Marshall (Porch) Compmies Affording Coverages Gainesville Construction Co., Inc. dba A American General Fire & Casualty Co . Landmark Como ny 016 W Univ ersity Dr B Aetna Casualty & Surety Denton, Texas 76201 Phone 817-383-3899 C This is to certify that policles of Insurance listed below haw been issued and are in force at this time. may Pai 1 Expiration Limits of Liability tter ~ umw~ n.a. Type of Insurance A Comprehensive 6mwal Liability x Occurrence ECA81159014 3-1-89 Occurrence R Claims Mods (sae 02-re40.sel Bodily Injury $ Brad Form +a Includes Operations Property Damage $ x Independent Contractors R Products/Completed Operations a Bodily injury and Property Z Cos actual Liability (sM ii-reverse) Benue Cash Ined $ 1000 - Explosion and Coll H apse azard - Underground Hazard - Liquor Liability Coverage scFire Legal Liability (see /S.reverstl Broad Form Property Oamage - Professional Errors/Omissions - occurrence - claims msde (s" iZ-reverse) LiedCflmpirMuonsive AutamoblIs Bodily Injury/Person $ Bodily Injury/Accident $ - 0`ned/LMSed Automobl lea - Non-owned Autamoblles Property Damage $ A - Hired Automobiles MAB83331702 3-1-89 Bodily Injury/Property All owned autos (other than priv. p assenger) Damage Combined $ 500 - Ids~~ Liability ' Compicn and Statut ory Mount B 18CT15227CAI 10-9-89 500 aec n acc en A QMuer Insurance Umbrella ' UB87950507 3-1-89 1,000,000. Ea. Occ.(BI & PD) A - Builder s Risk BC27243328 2-1-89 $224,103.00 A - Owner's Protective Liability Application 1-17-90 500,000. CSL seription of Operstions/Locatlans/Vehicles. The City of Osman is an additional Insured as its interest ear as defined on the reverse side, may The City of Denton, its elected & appointed officials, officer Clns1 l1I n and address of Certificate Holder. MY (IF M", TEXAS 901-8 TEUS Sr MM, TX T6201 Texas 76201 1-11-89 0 ATE~T X L SE EWREE+ CF CAB OR EIC,E CS-4 AWME, CONDITIONS AIDMOMAL IN3>EaD: The City of Denton, its elecbed and appednted dTlc+ala, dricam and el>ployees. (This doers not apply to Wmider's Cmpesatim.) W13CE OF CA EMLATlI - Pricy to any mrberial drags or cacellatlm, the City cf Dmb n will be giver 30 days advance written notice mailed to the stated addre a cf the Certificate Haider, City of Denton. 1 • COMACD3lAL COYII=: (Liability mozed by contract or malt, and world not OtlMAM edst). The omtracbml bAxL ty regtrina mt stern m the reverse side d this CertLfica e or Inmz m under Compriebesive Cereal Liability, mat incLde a dmO!U dt3m of oove aW t><aad e,a740 iD prdxIde mve-qp for cbligias asaued by the omfsacbor in the referenced contract. This Certlf9 ec of Inmrmm is provided as regAred by the grvenirg contract. 2. aAIM MW FtI.>Y.T FUtlt Required period of coveaga will be detmdmd by the fall owdrg famila: Cartinnis oov r4p for the life of the omizact, pis one yea (to pnaride oova'4p far the warranty period), and a extended dismmy period fbr a adrrimm of 5 yeas wtdch stall begin at the eel of the warrffity period. 3. FIRE TEGAL tTABEUT►: (Required in all contracts that involve the cccupaory, CQatructon or alteration of City-.caned or leased facilities). Insurance is tp oover buildhW, o>atea. (whore ap irahl ) and pemmently installed e4Apmnt with te,I A to Ropa'ty daode~ to sbimbzm or patina d stnxtures if sodr dance is caned by the pays d fire and doe to the opestias d the omtractor. Lindt of liability is to be a minimm of $500,000. CI-4 FORM OF PROPOSAL DATE: December 13. 1988 PROJECT: DENTON MUNICIPAL LABORATORY (Bid #9896) LABORATORY EXPANSION 1100 Mayhill Road, Denton, Texas PROPOSAL OF: Gainesville Construction, Inc. dba Landmark Company (hereinafter called "Bidder") a corporation, an individual doing business as TO: JOHN MARSHALL, CHIEF PURCHASING AGENT a partnership, CITY OF DENTON, TEXAS 901-B TEXAS STREET DENTON, TEXAS 76201 The Bidder in compliance with your Advertisement for Bids for the above referenced project, and having become thoroughly familiar with the terms and conditions of the proposed Contract Documents and with local conditions affecting the performance and cost of the Work at the place where the Work is to be completed and having fully inspected the site in all particulars, hereby proposes and agrees to fully perform the Work within 190 calendar days from the Notice To Proceed and in strict accordance with the proposed Contract Documents, for the following sum of money: BASE BID: All labor, materials, services and equipment necessary for completion of the Work shown on the Drawings and i th Specifications,Two hundred twenty-four thousand one hundred ~ ollars ($224+103.00 Amount shall be shown in both words and figures. ALTERNATES No. 1 - (Add) (Deduct) no change Dollars 0.00 No. 2 - (Add) (Deduct) One thousand seven hundred Dolars dollars ($1,750.00 No. 3 - (Add) (Deduct) no change Dollars 0.00 -1- COMMENCEMENT OF WORK: The Bidder further proposes and agrees to commence work under this Contract within ten (10) days after the date established in a written "Notice To Proceed" and to fully complete all work thereunder as set forth in the Form of Proposal. ADDENDA: The Bidder further agrees, and acknowledges that the following Addenda have been received and that the entire thereof have been incorporated into this Proposal: No. One, dated 11-11- No. Three, dated 12-13-88 No. Five, dated No. Two, dated 11-16-88 No. Four, dated No. Six, dated Submitted by: (Lega~,Signature) Landmark Companv (Firm) 2016 W. University. Denton Tx 76201 (Address) (817) 383-3899 (Phone Number) (Corte porate Seal) -2-