Loading...
2011-059ORDINANCE NO. 2011-059 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF A NEIGHBORHOOD PARK AND PLAYGROUND PROJECT FOR THE PRESERVE AT PECAN CREEK AND O W SLEY PARK; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (BID 4653-AWARDED TO THE LOWEST RESPONSIBLE BIDDER MEETING SPECIFICATION, REDDEN CONCRETE, INC., IN THE AMOUNT OF $320,950). WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public worlcs 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 responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The following competitive bids for the construction of public worlcs or improvements, as described in the "Bid Invitations", "Bid Proposals" 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 4653 CONTRACTOR Redden Concrete, Inc. AMOUNT $320,950 SECTION 2. The acceptance and approval of the above competitive bids sha11 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 a11 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 3. 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 Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein. SECTION 4. Upon acceptance and approval of the above competitive 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 5, This ordinance shall become effective immediately upon its passage and approval. �� PASSED AND APPROVED this the �q — day of ,2011. ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY i �- BY: �- � , 3-ORD-Bi 653 CONT]E�ACT AGREEMENT STATE OF TEXAS � COUNTY OF DENTON � THIS AGREEMENT, made and entered into this 19 day of April A.D., 2011, by �id between City of Denton of the CoLU1ty of Denton and State of Texas, acting tluough Geor�e C. CamUbell thereunto duly authorized so to do, hereiilafter termed "OWNER," a��d Redden Concrete Inc. 1264 N. Business 78 Blue Ridae TX 75424 Of the City of Blue Rid�e, County of Colliil County and State of Texas, hereinafter termed "CONTRACTOR." WITNESSETH: That for and iiz consideration of the payinents and agreeinents hereinafter mentioned, to be made ai7d performed by OWN$R, aiid under the conditions expiessed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to conunence and complete performance of the worlc specified below: Bid # 4653- Neighborhood Parlc & P1ay�rouild Develo�ment Project; Preserve at Pecail Creelc Parlc & Owsley Parlc i11 the ainount of $320,950 and all extra worlc iiz coiu�ection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost aild expense to filrnish all inaterials, supplies, inachuiery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the worlc specified above, in accordance with the coilditions and prices stated in the Proposal and the Perfoi�l�ance and Payinent Boilds, attached hereto, and in accordance with all the General Conditions of the A�eement, the Special Coiiditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein and on file uz the office of the Purchasing Agent, and in accordance with all local, state and federal laws; and plans, wluch includes all maps, �lats, blueprints, and other drawings aild priiltecl or written explanatory matter thereof, and the Specifications therefore, as prepared by: Halff Associates, Inc. all of which are referenced herein and made a part liereof and collectively evidence and constitute tlie eiitire contract. CA-1 Independent Status It is mutually understood and agreed by and between City atzd Contractor that Contractor is an indepeiident contractor aiid shall not be deeined to be or considered an employee of the City of Denton, Texas, for the puiposes of income tax, witl�llolding, social security taxes, vacation or sicic leave benefits, worlcer's coinpensation, 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 perfoi7n the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor covenants and agrees to and does hereby indemnify, hold harmless and defend, at its own expeilse, Owner, its officers, servants and einployees, froin and against any and all claims or suits for property loss or danlage and/or personal injury, including death, to any and all persons, of whatsoever kiiid or character, whether real or asserted, arising out of tl�e Worlc and services to be performed hereunder by Contractor, its officers, agents, employees, suUcontractors, licensees or invitees, whether or not caused, in whole or in �art, by the alleged negligence of the officers, servants, employees, of the Owner. Contractor lilcewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner durii�g the perfarinance of any of the terms aild conditions of tliis Contract, whether arising out of in whole or in pax-t, any and all alleged acts or oinissions of officers, servants, or employees of Owner. The provisions of this paragraph are solely for the benefit of the parties hereto and not intended to create or grant any rights, coiltractual or otherwise, to any other person or entity. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the colu�ts of Denton CoLU1ty, Te�as. The CONTRACTOR hereby agrees to coirunence worlc oil or after the date established for the start of worlc as set forth in written iiotice to coinmence worlc and complete all worlc wit11ii1 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 tlie CONTRACTOR in current fiulds the price or prices shown in tlle Proposal, which forn2s a part of tlus contract, such payments to be subject to the General and Special Conditions of the Contract. CA-2 Right to_ Audit The OWNER shall have tlle right to audit and inalce copies of the boolcs, records and computations periaining to this agreement. The CONTRACTOR shall retain such books, records, documents and other evidence pertaiiung to this agreement during the contract period and five years thereafter, except if aii audit is in progress or audit fiildings are yet uiuesolved, in which case records shall be lcept until all audit taslcs are completed and resolved. These boolcs, records, docuinents and other evidence shall be available, within 10 business days of written request. Further, the CONTRACTOR shall also require all Subcontractors, material suppliers, and other payees to retain all boolcs, records, documents and other evidence pertaining to this agreen7ent, and to allow the OWNER siizzilar access to those doctullents. All Uoolcs and records will be made available within a 50 mile radius of the City of Dentoii. The cost of the audit will be borne by the OWNER uilless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, mttst be borne by the CONTRACTOR which inust be payable within five business days of receipt of an invoice. Failure to comply with the provisions of this section shall be a nzaterial breach of fliis contract and shall constitute, in the OWNER'S sole discretion, grounds for teilnination thereof. Each of the terms "boolcs" "records" "documents" and 'bther evidence" as used above shall be construed to > > > > ii�clude drafts and elect�onic files, even if suclZ drafts or electronic files aie subsequently used to generate or prepare a final printed document. CA-3 IN VJITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: ATTEST: �(�.�.� S,�w►� APPROVED AS TO FORM: ITA BURGES , CITY ATTORNEY CA-4 City of Denton OWNER BY: (SEAL) _ C/ •L /2�dcL.« � a t re.�e �'�'� CONTRACTOR �/�5/ /�o r��l /�u t/ et � S S %u� �I�, n,dit r�r 7Sy z s✓ MAILING ADDRESS 971 G Sf? 2�3� PHONE NUMBER 972 �5 z� 7 s 9 FAX NUMBER BY: ��ss�di.c� TITLE L ri►4 A /Z�dds� PRINTED NAME (SEAL) PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Redden Concrete, Inc. whose address is 1264 N. Business 78, Blue Ridge, TX 75424 hereinafter called Principal, and , a corporation orga.nized and existing Lulder the laws of the State of Texas, aild fiilly authorized to transact busiiiess in the State of Texas, as Surety, are held aild firnzly bound unto flie City of Denton, a inluucipal coiporation organized and existing under the laws of the State of Texas, hereinafter called Owi�er, in the penal sum of Tluee Htuidred Twenty Thousand Nii1e Huizdred Fifty DOLLARS ($320,950) plus ten percent of the stated penal suin as an additional suin of inoney representing additional court expenses, attorneys' fees, and liquidated damages arisiiig out of or comlected with the below identified Contract, in lawful moiley of the United States, to be paid in Denton County, Texas, for the payinent of which sLUi1 well aild truly to be inade, we hereby biiid ourselves, our heirs, executors, adininistrators, successors, ancl assigiis, jointly and severally, firinly by these presents. This Bond shall autoinatically be increased by the amoLUit of any Change Order or Suppleinental Agreeinei7t, which increases the Contract price, b�rt in no eveiit 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 Pruicipal entered into a certaiil Contract, identified by Ordinance NLU11ber 2011-059 with the City of Denton, the Owner, dated the 19 day of April A.D. 2011, for Bid # 4653-Nei�hborhood Parlc & Pla�round Develo��ment Project• Preseive at Pecan Creelc Parlc, Owsley Parlc . NOW, THEREFORE, if the Principal shall well, truly and faithfillly perfoi-�n and fulfill all of the undertalculgs, covenailts, terms, conditions and agreeinents of said Contract in accordance with the Plans, Specifications and Contract Docuiiients during the origiilal terrn tliereof and any extension thereof which may be granted by the Owner, with or withoLrt notice to the Surety, and during the life of any guaranty or warranty required LuZder this Contract, and shall also well and truly perform and fulfill all the undertalcings, covenants, terms, conditioils 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 re�air and/or replace all defects due to faulty inaterials aild worlananship that appear within a period� of two (2) years from the date of final completion and final acceptance of tlle Worlc Uy the Owner; and, if the Principal shall fi.illy indeinnify and save harmless the Owner from all costs and damages which Owner inay suffer by reasoiz of failure to so perform herein and shall fully reiinburse and repay Owner all outlay and expense which the Owner i1�ay incur iil malcing good any default or deficiency, then this obligation shall be void; otherwise, it shall remaul in fi.ill force and effect. .� PROVIDED FURTHER, that if aily legal action be filed upon tlus Bond, exclusive vent�e shall lie in Denton County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value receiveci, hereby stipulates alid agrees that no chailge, extension of tiine, alteration or addition to the terms of the Contract, or to the Worlc to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanyu�g the saine, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of tii�e, alteration or addition to the terms of the Contract, or to the Worlc to be performed theretulder, or to the Plans, Specifications, Drawings, etc. This Bond is given �Ltrsuant to the provisioiis of Chapter 2253 of the Texas Goverrunent Code, as ainended, and any other applicable statutes of the State of Texas. The undersigiled and designated agent is hereby designated by the SLUety herein as the Resident Agent in Denton County to whoin any requisite notices may be delivered and on whom service of process inay be had in matters arisulg otrt of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Aiu�otated Civil Statl.ites of the State of Texas. IN WITNESS WHEREOF, this iilstrLUnent is execlrted in four copies, eac11 one of which shall be deemed an original, this tlle day of , ATTEST: BY: SECRETARY ATTEST: BY: PRINCIPAL BY: PRESIDENT SURETY BY: ATTORNEY-IN-FACT The Resident Agent of the Surety ul Dentoii County, Texas for delivery of notice and service of the process is: ►� STREET ADDRESS: (NOTE: Date of PerfoJ mance Bond n�ust be date of Contract. If Resident Agent is not a co�po�•ation, give a per•so�a's na�n.e.) ': J PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Redden Concrete, Inc.. whose address is 1264 North Business 78, Blue Ridge, TX 75424, hereinafter called Principal, and , a corporatioil orgailized and existing under the laws of the State of ,and fiilly authorized to transact business in the State of Texas, as Surety, are held and firinly bound unto the City of Denton, a muiucipal corporatioil organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all �ersons, firms, and corporations who inay furnish materials for, or perform labor upon, the building or improveinents hereinafter referred to, in the penal suin of Tlu�ee Hundred Twenty Thousand Nine Hundred Fifty DOLLARS ($320,950) in lawfi.il money of the Uiuted States, to be paid in Denton, Couzity, Texas, for the payment of which sum well and trL�ly to be inade, we hereby bind ourselves, our heirs, executors, adininistrators, successors, and assigns, jointly aild severally, firinly by tllese preseiits. This Bond shall automatically be increased by tlie ainouilt of any Change Order or Suppleinental Agreeinent which increases the Contract price; but in iio eveizt shall a Change Order or Supplemental Agreement which reduces the Contract price decrease tl�e penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Priilcipal entered into a certain Contract, identified by Ordinance Nuinber 2011-059 with the City of Denton, the Owner, dated the 19 day of April A.D. 2011, for Bid 4653-Neighborhood Parlc & PlaygroLUid Developn�ent Project; Pecan Creelc Parlc, Oswley Parlc. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and malce prompt payment to all persons, firms, subcontractors, coiporations and claimants su�plying labor and/ar material in the prosecution of the Worlc �rovided for in said Contract and any and all duly authorized modifications of said Contract that inay hereafter be made, ilotice of which modifications to the Surety beiizg hereby expressly waived, then this obligatioi7 shall be void; otherwise it shall renlain in fii11 force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie in Denton CoLUZty, Texas. AND PROVIDED FURTHER, that tl�e said Stirety, for value received, hereby stipulates and agrees that no change, extension of tiine, alteration or additioil to the terins of the Contr�ct, or to the Worlc to be perforined thereunder, or to the Plans, Specifications, Drawings, etc., accoinpanying the saine, shall in anywise affect its obligation on this Bond, aiid it does hereby waive notice of any sucli change, exteilsion of tiine, alteration or addition to the terins of the Contract, or to the Worlc to be performed thereunder, or to the Plans, Specifications, Drawings, etc. PB-3 This Bond is given pursuaut to the provisions of Chapter 2253 of the Texas Govermnent Code, as amended, and any otlier applicable statirtes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resideiit Agent ul Denton Cotulty to whom any requisite notices inay Ue delivered and on whom service of process may be had in inatters arising out of such surety, as provided by Article 7.19-1 of the Insurance Code, Vernon's Atu�otated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrLUiient is executed in four copies, each one of which shall be deeined an original, tlus the day of , ATTEST: BY: SECRETARY ATTEST: BY: PRINCIPAL BY: PRESIDENT SURETY BY: ATTORNEY-IN-FACT The Resident Agent of the Surety in Deiltoil County, Texas for delivery of notice �uid service of the process is: NAME: STREET ADDRESS: (NOTE: Date of Pay�nent Bond must be date of Cont��act. If Resiclent Agent is not u coYparation, give a pe��son's ncrn2e.) •; � CITY OF DENTON INSURANCE REQUIREMENTS FOR CORII'RACTORS BirCrler's atte�ztion is di��ecterl to tlze insicr•cc�zce reqiiir•e»ze�zts beCo�v. It is Izi�lily reco»zrrie�icled tlzat bi�lcle��s co�zfe�� �vitlz tlieir respective insciralzce carrier•s o�• b��okers to determi�ze in rcclvc�rzce of Bid scibn2issio�z tlae rcvailribility of inscu•ance ce�•tifict�tes cc�zrl enclorse�ne�xts as p�•esci•ibed a�zd provicle�l lier°eirz. If an �cppar•ent lorv bidrler fails to co�azply str�ictly ivitla tlze insca��rcrzce reqrci��er�ze�its, tlicct bidder �n�ry be disqucclifierl fro�n c�wctrcl of tlae contrc�ct. Upo�z birl rnvrcr�rl, �clZ irzsccrarzce rec�aci��enzents sliall become COIZtl�actu�il oblig�ctio�as, ivliicli tlze sc�ccessficl Gidcler slaall have a duty to htccintain throacghout tlae coai�se of tlzis contl��ct. STANDARD PROVISIONS: Without Zinaiting ccny of the othe�° obligutzons o�° licrbilities of the Cont�°cccto��, tlze Cont�°acto�� shall provide ccnd mc�intain u��til the cont� acted work has been com�leted crnd uccepted by the City of Denton, Otii�ne��, the »zinimu»z insu��ance cove��age as indicated hereinccfte�°. As soon crs practicccble after notificc�tion of bid awai°d, Cont�°actor shull file i-vith the Pu�°chcrsing Depcc�°t»�ent satisfactory cer tificates of insurance, containing the bid nunzbe�� a.ncl title of the project. Cont� acto�� may, upon �vritten rec�uest to the Purchasing Depa�°t»zent, ask fo�° clarif cation of any insu��ance reqzai�°eJ�aents crt any tin�e; I�olveve��, Contractors a�°e st�^ongly advised to make such requests�rioi° to bid opening, since tT2e insu�ance ��equirei�aents i�zay not be modified o�� ��aived after bid o�ening unless a�vritten exce�tion hcrs beei� subn�itted 1a�ith the bic�. Contr�ctor s/icrCl not co�a2�a2e�zce rcny ivor�k or deliver any �naterial u�ztil he o�� she ��eceives �zotification tlaat tlte cont� act Izas bee�z accepte�l, appi overl, an�l sig�zed by tlie City of De�iton. All insurance policies p�oposed o�° obtained in satisfaction of these requi��ements shcrll comply ���ith the following general specifications, and slzcrll be maintained in co»2pliance witl� these general specifications througl�ozct the clurc�tion of the Conirccct, o�� longer, if so ��oted.• � Each policy sliall be issued by a coinpaliy authorized to do business in the State of Texas with an A.M. Best Company rating of at least A. • A�iy deductibles or self-insured retentions shall be declared in the bid pro�osal. If reqtiested by the City, the insL�rer shall reduce or eliminate such deductibles or self-insLUed reteiitions with respect to the City, its officials, agents, employees and vohuiteers; or, the contractor shall procure a bond guaranteeing payinent of losses and related investigations, claun admiiustration alid defense expenses. � Liability policies shall be endorsed to provide the following: • Name as additional insLUed the City of Denton, its Officials, Agents, Employees and volunteers. CI-9 • 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 claiin is nZade or suit is Urought. The ulclusion of more than one insured shall not operate to increase the insurer's linlit of liability. • Ca�zcellatio�z: The City requi�•es 30 clay writterz �zotice should �uzy of the policies describerl o�z tlie certificate be ct��zcelle�l or »�aterially clzangerl befo��e t/ie expiration date. • Should any of the required insluailce be provided under a claims-nlade fori7i, Contractor shall inaintain such coverage continuously tluoughout the term of this contract a.nd, without lapse, for a period of tluee years beyond the contract expiration, such that occurrences arising during the contract terii7 which give rise to claims made after expiration of the coiltract shall be covered. • S1lould any of the required insLUance be provided Luzder a form of coverage that includes a general annual aggregate limit providing for claiins i�ivestigatioil or legal defense costs to be included in the general aiulual aggregate limit, the Contractor sha11 either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurailce. • Should auy required insLUance lapse during the contract teiln, requests for payinents originatuig after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as reqLUred by tlus contract, effective as of the lapse date. If insLUance is not reinstated, City n7ay, at its sole option, tenninate tlus agreement effective on the date of the lapse. CI - 10 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: AlC i�zsacra�ace policies proposed or obtai�zerl in satisfrcction of tlais Co�ztract sl:all arlditio�zally co�nply ivit/t the followi�z; markecl specifications, and shall be »zai�ztai�ied in co�npliance ivith tlaese caclditional specifications tlz��occglioict t/ie du��ation of tlae Co�zt�•act, or lor2ger, if so noterl: [X ] A. General Li�bility Insurance: General Liability insura.nce with combined single liinits of not less fllan $1,000,00O.00sha11 be provided a.nd maintained by t11e Contractor. The policy sliall be written oi7 an occurrence basis either in a single policy ox in a combination of iuiderlying and umbrella or excess policies. If the Coinmercial General Liability foim (ISO Foinl CG 0001 clureiZt edition) is used: • Coverage A shall include premises, operations, �roducts, and completed operations, independent contractors, contractual liability covering this contract and broaci form property dainage coverage. Coverage B sliall include personal injury. Coverage C, inedical payments, is not required. If the Comprehensive General Liability foi7n (ISO Foi�z� GL 0002 Cui�:ent Edition and ISO Form GL 0404) is used, it shall include at least: Bodily injury aiid Property Dainage Liability for prenuses, operations, products a�id con�pleted operations, independent contractors and properry dainage resulting from explosion, collapse or undergroLUld (XCU) exposures. Broad fonn cont�actual liability (preferably by endorsement) covering this conhact, personal uljuiy liability and broad foi711 propei-ry dalnage liability. [X] Automobile Liability Insurance: Contractor shall provide Coilunercial Automobile Liability iizsurance with ComUined Single L'units (CSL) of not less than $500,000.00 either in a single policy or in a comUination of basic and umbrella or excess policies. The policy will inchide bodily injury and property damage liability arising oLrt of the operation, maintenance aild use of all automobiles and mobile equipment used in conjunction with fliis contract. Satisfaction of the above requirement shall be in the form of a policy endorseinent for: any auto, or all owned, hired and non-owned autos. CI - 11 [X] Workers Compensation Insurance Contractor sha11 purchase and inaintain Worlcer's Compeilsatioii insurance which, in addition to i�eeting the ininiinum statutory requuements for issuance of such insL�rance, lias Eillployer'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 insluer shall agree to waive all riglits of subrogation against the City, its officials, agents, employees and volunteers for any worlc perfornzed for the City by tlie Named Insured. For building or construction projects, the Contractor sliall comply with the provisions of Attaclunent 1 in accordance with �406.096 of the Texas Labor Code aud rule 28TAC 110.110 of t17e Texas Worlcer's Compensation Coininission (TWCC). [] O`��ner's and Contr�ctor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the worlc under this contract, an Owner's and Contractor's Protective Liability insurance policy naining the City as insured for property damage and bodily injury which may arise in the prosecution of the worlc or Contractor's operations under this contract. Coverage shall be on a11 "occLUrence" basis, and the policy shall be issued by the sanie insurance company that cailies flle Contractor's liability instuance. Policy limits will be at least coinbined bodily injury and property danZage per occurrence with a aggregate. [] Fii-e Damage Leg�I Liability Insurance Coverage is required if Broad forin General Liability is not provided or is Lu�available to the contractor or if a contractor leases or rents a portion of a City building. Lin�its 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 oinissions in coiulection with professional services is requued uiZder this Agreement. [ ] Buildei-s' Risk Insurance Builders' Rislc Insurance, on an All-Rislc form for 100% of the completed value shall be provided. Such policy shall include as "Na.ined Insured" the City of Denton and all subcontractors as dleir interests may appear. CI - 12 [ ] Commercial Crime Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside the premises, bL�rglary of the preinises, and employee fidelity. The employee fidelity portion of this coverage should be written on a"blai�lcet" basis to cover all einployees, including new lures. Tliis type insurance should be required if the contractor has access to City funds. Limits of not less tha11 each occtureiice are required. [ ] Additional Insurance Other insurance inay be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, tliat requiremeilt will be described ii1 the "Specific Conditions" of tlie contract specifications. CI - 13 ATTACHMENT 1 [X] Worker's Compensation Coverage for Building or Construction Pi-ojects foi- Governmental Entities A. Defiiutions: Certificate of coverage ("certificate")-A copy of a certificate of insurance, a certificate of authority to self-insLUe issued by the commissioi�, or a coverage agreeinei�t (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory worlcers' compeilsation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the proj ect - includes the tin�e fi�oin the begiiuiing of the worlc on tlle proj ect until the contractor's/persoii's worlc on the project has been completed and accepted by the goverrm�ental entity. Persons providing services oil the project ("subcontractor" u1 �406.096) - includes all persons or eiZtities performiilg all or part of the services the contractor has undertalcen 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, �vithout limitation, independent contractors, subcontractors, leasing compaiiies, motor carriers, owner-operators, employees of any sucl� eiltity, or employees of any entity which furiiishes persons to provide services on the project. "Services" iilclude, without liinitation, providing, hauling, or deliveru7g eqtiipinent or inaterials, or providing labor, transportation, or other service related to a project. "Services" does ilot 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 rel�orting of classification codes and payroll ainounts and filing of any overage agreements, which ineets the statutory requireinents 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 inust provide a certificate of coverage to the govei7imeiltal entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends dlaring the dL�ration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the goveriimental entity showiiig that coverage has Ueen extended. E. The coiitractor shall obtain froin each person providing services oi1 a project, and provide to the govermnental entity: CI - 14 1) a certificate of coverage, prior to that person begiiu�iilg worlc on tlie proj ect, so the goverrunental entity will have oii 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 extensioii of coverage, if the coverage period showil on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for t17e duration of the proj ect and for oiie year thereafter. G. The contractor shall iZOtify the goveriunental entity in writing by certified inail or personal delivery, within 10 days after the contractor lcnew or should have lcnown, of any change that materially affects the provision of coverage of any person providing services on the project. H. Tlie conhactor shall post oil each project site a notice, in the text, form and maiuier prescribed by the Texas Worlcers' Compensation Conulussion, informing all peisons providing sei-vices on the project that they are required to be covered, aild stating how a person may verify coverage and report lacic of coverage. I. The contractor shall contracti.ially require each person with whom it contracts to provide seivices on a project, to: 1) provide coverage, based on proper reporting of classification codes and payroll ainounts and filing of any coverage agreements, which ineets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2) provide to the contractor, prior to that person begiiu�ing work on the proj ect, a certificate of coverage showing that coverage is being provided for all einployees of the person providing services on the project, for the duration of the project; 3) provide tlie contractor, prior to the end of the coverage period, a iiew certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends duriiig the duration of the project; 4) obtain froin each other person with whom it contracts, and provide to tlie contractor: a) certificate of coverage, prior to tlZe other person begimling worlc oil the project; and b) a new cei�tificate of coverage showing exteilsion of coverage, prior to tlie end of the coverage period, if the coverage period shown oi� tl�e current cei�tificate of coverage ends during the duration of the project; CI - 15 S) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 6) notify tlie goveriunental entity in writing by certified inail or personal delivery, within 10 days after the person laiew or should have lalown, of any change that inaterially affects the provision of coverage of any person providing services on the project; and 7) contrach.ially require each person with whoin it contracts, to perfonl� as required by paragraphs (1) -(7), with the certificates of coverage to be provic�ed to the person for whom they are providing services. J. By signi�g this coiitract or providing or causing to be provided a certificate of coverage, the contractor is representing to the goveriuneiltal entity that all employees of the conhactor who will provide services on the project will be covered by worlcers' compensation coverage for tlle duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amoLUlts, and tliat all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the comtnission's Division of Self-Insurance Regtilation. Providing false or misleading information inay subject the co�tractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to coinply with any of these provisions is a breach of contract by the contractor which entitles the goveriunental 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 govermnental entity. CI - 16 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a Date Received person doing business with the governmental entity. By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1 Name of person who has a business relationship with local governmental entity. 2 � Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7`h business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3 Name of local government officer with whom filer has an employment or business relationship. Name of Officer This section, (item 3 including subparts A, B, C& D), must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? � Yes � No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? 0 Yes 0 No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer , serves as an officer or director, or holds an ownership of 10 percent or more? � Yes 0 No D. Describe each affiliation or business relationship. 4 Signature of person doing business with the governmental entity Date Adopled O6/29/2D07 C1Q - 1 SECTION 00100U ' BID FORM Bid Opening Date and Time: 2:00 pm, 1st day, March, 2011 To: City of Denton, County of Denton, State of Texas For: Preserve at Pecan, Owsley Neighborhood Park Project No. 27107 The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion wiih any other person, firm, or corporation; that he has carefully examined the form of contract, Notice to Bidders, specifications and the plans therein referred to, and has carefully examined the locations, conditions, and classes of materials of the proposed work and agrees that he will provide all the necessary labor, machinery, tools, apparatus, and I other items incidental to construction, and will do all the work and furnish all the materials called for in the contract and specifications in the manner prescribed herein and according to the requirements of the City as therein set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. It is agreed that 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 City, to complete the work fully as planned and contemplated, and that all quantities of work whether increased or decreased are to be perFormed at the unit prices set forth 6elow except as provided for in the specifications. The contractor shall provide the numeric unit price and the unit price in words for each quantity. Unit price in words gaverns overthe numeric price given. It is further agreed that lump sum prices may be increased to cover additional work ordered by the City, but not shown on the plans or required by the specifications, in accordance with the provisions to the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. It is understood for each park a Certificate of Acceptance for finaf completion must be obtained within ninety (90) working days after receipt of the Notice to Proceed. Accompanying this proposal is a certified or cashiers check or Bid Bond, payahle to the Owner, in the amount of five percent of the total bid. It is understood that the bid security accompanying this proposal shall be retumed to the bidder, unless in case of the acceptance of the proposal, the 6idder shail fail to execute a contract and file a performance bond and a payment bond within fifteen days after its acceptance, in which case the bid security shall become the property of the Owner, and shall be considered as a payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. Owner reserves the right to reject any and all bids. Owner may investigate the prior performance of bidder on other contracts, either public or private, in evaluating bid proposals. Should bidder alter, change, or qualify any specification of the bid, Owner may automatically disqualify bidder. The undersigned hereby proposes and agrees to periorm all work of whatever nature required, in strict accordance with the plans and specifications, for the following sum or prices, to wit: ; � �� ,�'� X - C� 1 ---- -- - - -- -- --- - ._ -�--� PRESERVE AT PECAN CREEK PARK, OWSLEY PARK CONSTRUCTION RENOVATION JANl1ARY 24, 2011 AVO 27107 BID FORM OO10D0 -'I / i �j • �-+._.,. ,_ ..._. ->..» �t�, - _ �1 '-� ��{G, `.� £ � � �� - , � ��/[+-_ �� ��j _" � • - _. . . _ � .R �:a..: _' :, _ _ �'� •� ' x.` _" _ .: .... e . .- . .., r._ . . ...- �. .: ..._._c .._ _ � , ra . :. _.;1�. ..o . ... . r�. :.._ _ �._. B1II 17EM A BAS�,:BIRITEM� ,,.: . :,: �' - . __— . _.. .. :_ . . _ �. .._ ,.....: , ., - - . , . �:� ,... _ � �G,...:�.�:; .... .._ .. - Y -.' d . - .. f .�� . h�E : Y � SITE Pk.�l� ;� - - '> - - _ - - � - ._....._, . _ . K... ..., _�__.:_: �_, x --_ . . ....:.: ._ _ .:..:_ ._.._. _ _� :__-_ � x -.._. � . i ITEM NO. DESCRIPTION WITH BID PRICE WRITTEN UNIT BUDGETED UNIT COST � EXTENDED COST IN WORDS � QUANTIN 1 MOBILIZATION FOR THE SUM OF LS 1 �Sc+�h��rs.-.cP DOLLARS� s,k+Y r� �c.�ws AND f;�F„ CENTS PER LUMP SUM $ � .�O/ 2 � �j� t7 2 EROSION CONTROL, COMPLETE IN LS 1 PLACE FOR THE SUM OF -F�rtv r%�C� �.n.G•.P DOLLARS �� AND `j�k L CENTS PER LUMP SU L.� �0�, b�j $ $ 3 SWPPP DESIGN AND MAINTENANCE, L5 1 COMPLETE IN PLACE FOR THE SUM OF rwe /-I......r�a...� DOLLARS AND CENTS PER LUMP SUM $ $ 2. 000 . Oa 4 SITE �EMOLITION, COMPLETE IN PLACE LS 1 FOR THE SUM OF /11�4-.�„ 5,•..�,t,3�� OLLARS AND �1r��r� CENTS PER LUMP SUM I Cj '� ?J ��� $ g � t PRESERVE AT PECAN CREEK PARK, OWSLEY PARK CONSTRUCTION RENOVATION JANUARY 24, 2011 AVO 27107 BID FORM 00'1000 - 2 / 5 SITE GRADING, COMPLETE IN PLACE LS 1 FOR THE SUM OF �u���rn e.'N �r� �'r✓c. DOLLARS AND CENTS PER LUMP SUM l $ $ ( �r� ��'� 6 5" THICK LIGHT BROOM FINISH SF 7,017 CONCRETE AS SHOWN AND SPECIFIED, COMPLETE IN PLACE FOR THE SUM OF �i.a..�y �a✓' �i"� �°� ni �-� ! DOLLARS AND T��f•r CENTS PER SQUARE FOOT $ � , � O $ r� � ) r � p. {� 1. J 1 J 7 5" THICK ROCK SALT FINISH CONCRETE SF 1,145 AS SHOWN AND SPECIFIED, COMPLETE IN PLACE FOR THE 5UM OF Te+i'� i�n.(�[_ '3s-udr.l�/ T 1 vt � DOLLARS AND CENTS PER SQUARE FOOT $ 3- g� $ �f37�.aa 8 CONCRETE PLAYGROUND ACCESS EA 1 RAMP AS SHOWN AND SPECIFIED, COMPLETE IN PLACE FOR THE SUM OF �-`~'�-� -f"1•�v DOLLARS AND CENTS PER EACH � $ 7�p, o0 9 ACCES5IBILITY RAMPAS SHOWN AND EA 1 SPECIFIED, COMPLETEAND IN PLACE FOR THE SUM OF S�e.�.ti fl�y DOLLARS AND CENTS PEREACH � �0, o0 $ $ PRESERVE AT PECAN CREEK PARK, OWSLEY PARK CONSTRUCTION RENOVATION JANUARY 24, 2011 AVO 27107 BID FORM 001000 - 3 10 FLAG POLE FOUNDATIONAS SHOWN EA 1 AND SPECIFIED, COMPLETE AND IN PLACE FOR THE SUM OF �.!'r4�n f���'r ��DOLLARS AND � �wr-CENTS PER EACH $ $ ��3 � 3. 75 11 PLAQUE MONUMENT FOUNDATIONAS EA 1 SHOWN AND SPECIFIED, COMPLETE AND IN PLACE FOR THE SUM OF .{�i.tr�-�w•. �fi�'r �'1—�'c,� DOLLARS AND 5��+�t ��� CENTS PER EAC� l.� � 3� 7$ $ $ 12 8" CONCRETE MOWSTRIP AS SHOWN LF 165 AND SPECIFIED, COMPLETE IN PLACE FOR THE SUM OF r�..�r � s �,�7 �;s c� dOLLARS AND �.�s�".-r i v CENTS PER LINEAR FOOT � /3.7� � 22 6�.75 13 6" PERFORATED PVC PLAYGROUND LF 1D0 DRAINAGE, COMPLETE IN PLACE FOR THE SUM OF f�lrty -�,;,,, L.w�K�DOlLARS AND CENTS PER LINEAR FEET $ 3� � 3.�00 14 8" PVC STORM DRAIN PIPE, COMPLETE LF 135 IN PLACE FOR THE 5UM OF ��y �� ��r ��� DOLLARS AND CENTS PER LINEAR FEET 3 3•�� $ L�Lr/7J . Q¢_ . $ PRESERVE AT PECAN CREEK PARK, OWSLEY PARK CONSTRUCTION RENOVATION JANUARY 24, 2011 BI� FORM AVO 271 D7 001 �00 - 4 15 8" HEADWALL, COMPLETE IN PLACE EA 1 FOR THE 5UM OF on,c.. aL�c+15t.�d DOLLARS AND CENTS PER EACH $ $ �bob, od 16 SHADE PAVILION FOOTING EA 4 INSTALLATION, COMPLETE IN PLACE FOR THE SUM OF �j{�i(%� �;� �e�`tL{ DOLLARS � AND CENTS PER LUMP SUM g $7� oa g 3�bO.vo 17 PLAYGROUND SURFACING INCLUDING SF 4,780 WOOD FIBER, DRAINAGE GRAVEL AND FILTER FABRIC, COMPLETE IN PLACE FOR THE 5UM OF -}l,.vk��n ii-+rs-'►Z`'°�'.q S' y J DOLLARS AND '�Sx'{� CENTS PER SQUARE FO T $ 2�,7 y $��j � 3 2 6��� SITE PLAN - TOTAL BASE BID $ I l� �CJ �- 6 O PRESERVE AT PECAN CREEK PARK, OWSLEY PARK CONSTRUCTION RENOVATION JANUARY 24, 2011 BID FORM qyp z�� p� 001000 - 5 SID 1TEM A: BASE B1Q IT�NfS � ;:_ - :::- °,: x-:;� -.: r = _ �_._ I�GTRtCAI. PLAN_�. , ; �.:; ,. . .� .:: ,. 3 .._ _�;` � __.� _ - - - - - - - 18 LIGHTING, RECEPTACLES, AND POWER LS 1 DISTRIBUTION INSTALLED, TESTED, AND FULLY FUNCTIONAL,AS SHOWN AND SPECIFIED, COMPLETE AND IN PLACE FOR THE SUM OF }'� ��,.w5u.�� DOLLARS AND CENTS PER LUMP SUM $ $ llhl D1�/1� Oa d c� vi� ELECTRICAL PLAN -TOTAL BASE BID $ �d �pd ' O' SID I�EMA: BASE$fQl'EEi�IS. _,. _. . --� - �` r "� - - LA[�DSCAPE PLAt� _,_;. f �` � �' - - 19 BERMUDA GRASS SOD, AS SPECIFIED, SF 8,535 COMPLETE IN PLAC(E+ ,��r�i'y b��}o ni�'iy iov� � DOLLARS AND �'�'' iv CENTS PER SQUAR FOOT $ .�� � L/� C�L(� '1,� ( t 20 BERMUDA HYDROMULCH, COMPLETE 5F 30745 AND IN PLACE FOR THE SUM OF �e.d-r �:�-e_ ��Fy n�^-c DOLLARS AND T�"� �t CENTS PER SQUARE FOOT � ��� $ rL � r Q�.L t J l LAN�SCAPE PLAN - TOTAL BASE BIC $ � � � � • � � PRESERVE AT PECAN CREEK PARK, OWSLEY PARK CONSTRUCTION RENOVATION JANUARY 24, 2011 BID FORM D01000 - 6 AVO 27'107 ; � �ID ITEM;A. ALTERNATE;BID 17'EMS ° ' r -,: �CLTERNIkTEBtDiTEM?#„1,_;r ._T � , _.._ v_.,.«,� ..�-. _,:-. __ _..__ . .�. ...z�n � ;�� ._.. ..::, ,...,i-a,�� _:.- .--:x�. ITEM NO. DESCRIPTION WITH BID PRICE WRITfEN UNIT BLJDGETED UNIT COST EXTENDED COST IN WORDS QUANTITY 1 CLEARING AND GRUBBING, COMPLETE AC 0.19 IN PLACE FOR THE SUM OF -,LJri i���3�-.� DOLLARS AN� CENTS PER ACRE $ $ 2..,�, ao 2 SITE �EMOLITION, COMPLETE IN PLACE LS 1 FOR THE SUM OF �Qt+e-d..� �%��, -F� DOLLARS AND CENTS PER LUMP SUM �� � � I � $ $ 3 SITE GRADING, COMPLETE IN PLACE LS 1 FOR THE SUM OF -�.�P�y 7 i� �nw�Q.vaIDOLLARS AND CENTS PER LUMP SUM $ $ 3�0°' � 4 5" THICK BROOM FINISH CONCRETE, SF 685 COMPLETE AND IN PLACE FORTHE SUM OF 'J 7{'..�a�y'f�-�tt n1+�J� GZ+-'�1 � DOLLARS AND ,{' i�-I'v CENTS � PERSQUAREFOOT $ �. �b $ ����. �� TOTAL ALTERNATE BID ITEM #1 $ 1 U� 2' � b PRESERVE AT PECAN CREEK PARK, OWSLEY PARK CONSTRUCTION RENOVATION JANUARY 24, 2017 AVO 27107 BID FORM 001000 - 7 - - ; $�1D ITEN[A ALT�I�ialATE B.1.Q 1TfM5:; m: '` � � _ _._ ; ,. : _� , z .-_ .. :.:: , _.. <._ _.._, .. _ _ . _ �. ,. _� � �.-.: _ ALTERNATE B]� f�EM_#2 .,_..- - -- ,. ' . �. _ �._ „ �. . ,i , � ,,._; .. _ ._ . ;: . .. - _-- - -..:.:: _ .._ . : . , �:..= :: 1 SITE DEMOLITION, COMPLETE IN PLACE LS 1 FOR THE SUM OF � �' �ir� ��y ��^ r oo��.Rs AND �S'�'y CENTS PERLUMP S M $ $ � � i.j?� �jQ 2 51TE GRADING, COMPLETE IN PLACE LS 1 FOR THE SUM OF �`' �% �T�" ��r`�OLLARS AND CENTS PER LUMP SUM 3 rJ �, eo $ $ 3 5" THICK BROOM FINISH CONCRETE, SF 7,700 COMPLETE AND IN PLACE FOR THE SUM OF .h.x„��5; � nT,n c ���'r DOLLARS AND CENTS PER SQUARE FOOT $ �, c O $� 6' C� Tj o. o0 J TOTAL ALTERNATE BID ITEM #2 $ � � � � ( � • �� PRESERVE AT PECAN CREEK PARK, OWSLEY PARK CONSTRUCTION RENOVATION JANUARY 24, 2011 BID FORM AVO 27107 001000 - 8 �1D 1TEM;A ALTERNAT� BI.D 1T�M5: -� �- - ' - _ ALTERNATE BID.:#TEM #3. ;; _ �_.. _ F.- ° _ _ } , ` =: 1 5" THICK ROCK SALT FINISH SF 315 CONCRETE, COMPLETE AND IN PLACE FOR THE SUM OF �i.c�ce� z.ero -� DOLLARS AND •}'; �y CENTS PER SQUARE F�OOT $ 3 -5� � //bz . So 2 SHADE PAVILION FOOTING EA 1 INSTALLATION, COMPLETE IN PLACE FOR THE SUM OF 'l��-n L-ua�_DOLLARS ' AND CENTS PER LUMP SUM $ $ l�CaO.� TOTAL ALTERNATE BID ITEM #2 $ '�, 6 d 2' �J � PRESERVE AT PECAN CREEK PARK, OWSLEY PARK CONSTRUCTION RENOVATION JANUARY 24, 2011 BID FORM AVO 27107 001000 - 9 BID ITEM A ALTERNAT�.B1D iTEM5: ; ;,_ ,.'.;_ ` - _ _::`. � . '_ ._;_;: ;: AC,TERNATE BID lT�M #4 -=_ -- ..._.. _ _ . _ _ . .�:. ... . . ..; . - - �. .:; .,. _ . . i . , _- - ::; , . :�. _ .-_ :__ . ----. - .. c. .; 1 SPLIT RAIL FENCE, AS SHOWN AND LF 1,225 SPECIFIE�, COMPLETE IN PLACE FOR THE SUM OF �,,�ky -iw..��fwa ?�1'° ' i DOLLARS AND CENTS PER LINEAR FOOT bp ���� O� $ I 5� . -- � 2.2: TOTAL ALTERNATE BID ITEM #4 $ 2' 2' �b �j b� �r� P;L.�E}�N,4TEBICFI'CFM�€5,..: ..�� . '� - £ . _: , _:-.._. . : - .�..._;: _...... _, _.� _ .� _ - s , 1 PLAYGROUND INSTALLATIOt� LS 1 COMPLETE IN PLACE FOR THE SUM OF vS���Y �`~'�DOLLARS AND CENTS PER EACH ['' a $ $ Z�6�• � TOTAL ALTERNATE BID ITEM #5 �u � " � � �^ PRESERVE AT PECAN CREEK PARK, OWSLEY PARK CONSTRUCTION RENOVATION JANUARY 24, 2011 BID FORM AVO 27'107 � D01000 - 10 � SUMMARY OF PROJECT TOTAL COSTS BID ITEM A: PRESERVE TOTAL COST-BASE 81D -SITE PLAN $ �� r 7a $��� BID ITEM A: PRESERVE TOTAL COST -BASE BID -ELECTRICAL PL� $ � C� � O dO , �O BI� ITEM A: PRESERVE TOTAL C05T -BASE BID -LANDSCAPE PL1$ 7� ��•�� ..�-� BID ITEM A: PRESERVE TOTAL COST - BASE BID - IRRIGATION PL$ BID ITEM A: PRESERVE TOTAL BASE BID COST $ f � z � 3 �7 Z• bb BID ITEM A: PRESERVE TOTAL ALTERNATE COSTS $ 7� r 3 b 2. S O BID ITEM A: PRESERVE TOTAL PROJECT COST $ I��., b6 y. �6 PRESERVE AT PECAN CREEK PARK, OWSLEY PARK CONSTRUCTION RENOVATION JANUARY 24, 2011 AVO 27107 BID FORM 001000-11 _ P _.. __ _ _ _ stp �1�� si .,: HBOi�H[it7 � ARi�'� � ��°�: -_--- `- - - _ _ , � _ _ .. _ _ : � � "� � - - � ,. _ . , _ , , M ... . . . ...... �•._, . � .., _ �:� _.. , _. .. � " -�. _ :. _ ,.,�,-�'_,� : . . Y . �Ib 1'EENCB SASE:Bi� ItEM�, _ . ,� s � � ' * � -° � --�_.:.. , .:_. r , _ .� , <: _ Sf.l'E PLAN� , , : " , . � �. - ...._�__ _.__ � - . _, _ � . : �:_. _ _._:., , ,�__ �_�--� .._�.--- _ . ... . �. x-. _ x-- - - - - � -- � . .-_ � ...: ... .. :. . .....: . .. ...._ .: ITEM NO. DESCRIPTION WITH BID PRICE WRITTEN UNIT BUDGETED UNIT COST EXTENDED COST 1 MOBILIZATION FOR THE SUM OF LS 1 .a��n b �w -'� ��'1 DOLLARS AND Sen CENTS PER LUMP SUM f', b77, �D $ $ 2 EROSION CONTROL, COMPLETE IN LS 1 PLACE FOR THE SUM OF tw...�.� nt� �'�'7 `�r- DOLLARS AND �x.�" CENTS PER LUMP SlJ $ $ 2-`� Sb . 2. 5 3 SITE DEMOLITION, COMPLETE IN PLACE LS 1 FOR THE SUM OF n;,�� y�X ���1'n�" DOLLARS AND Su�+�: "'I��-�*o CENTS PER LUMP SUM $ $ q6 Sq. � z 4 SITE GRADING, COMPLETE IN PLACE LS 1 FOR THE SUM �F S� .�.��- �.,�e.�.C� DOLLARS AND �� CENTS PER LUMP SU $ $ 1o,3�Z.�o 5 5" THICK LIGHT BROOM FINISH SF 3,690 CONCRETE, AS SHOWN AND SPECIFIED, COMPLETE IN PLACE FOR THE SUM OF "li.>+�VLl�i.n(� 3'%�'�<*.+� DOLLARS AND CENTS PER SQUARE FOOT $ � _ � b $ I 2 � ( p � �� 7 PRESERVEAT PECAN CREEK PARK, OWSLEY PARK CONSTRUCTION RENOVATION JANUARY 24, 2011 AVO 27107 BID FORM 00100�-12 6 8" THICK LIGHT BROOM FINISH SF 135 CONCRETE, AS SHOWN AND SPECIFIED, COMPLETE IN PLACE FOR THE SUM OF nML -f'w�i' �'D LO�LARS AND CENTS PER SQUARE FOOT � �, oo $ q� �, d� 7 5" THICK ROCK SALT FINISH SF 820 CONCRETE, AS SHOWN AND SPECIFIED, COMPLETE IN PLACE FOR THE SUM OF �� ��� DOLLARS AND CENTS PER SQUARE FOOT $ 3 . �O $ 2�d 70. � S CONCRETE STEPS, AS SHOWN AND LS 1 SPECIFIED, COMPLETE IN PLACE FOR THE SUM OF -¢.iq�3- C�„�Ir� DOLLARS AND CENTS PER LUMP SUM $ $ � Q� . UO 9 CONCRETE PLAYGROUND ACCESS EA 1 RAMP, AS SHOWN AND SPECIFIED, COMPLETE IN PLACE FOR THE SUM OF �� � �� �DOLLARS AND 's � � CENTS PER EACH , $ � � Si7 . a6 10 ACCESSIBILITY RAMP,AS SHOWN AND EA 1 SPECIFIED, COMPLETE IN PLACE FOR THE SUM OF '"'St� .�ft�-� ��. DOLLARS AND 5�� CENTS PER EACH �j � -1 . 06 $ $ �� � PRESERVE AT PECAN CREEK PARK, OWSLEY PARK CONSTRUCTION RENOVATION JANUARY 24, 2011 BID FORM AVO 27107 00100D - 13 11 MOUNTED CURBAND GLITTER,AS LF 18 SHOWN AND SPECIFIED, COMPLETE IN PLACE FOR THE SUM OF ��u.� �'w u� � lv�� J DOLLARS AND CENTS PER UNEAR FOOT ���� 7 $ J C/ ��, 60 � ( r 12 6" CURB AND GUTTER,AS SHOWN AND LF 10 SPECIFIED, COMPLETE IN PLACE FOR THE SUM OF �_ -j�,�� DOLLARS AND CENTS PER LINEAR FEET r d pp , 6U $ ��• pO $ 13 CONCRETE PAVILION FOUNDATION,AS LS 1 SHOWN AND SPECIFIED, COMPLETE AND IN PLACE FOR THE SUM OF evan �c.3�`i-5' �-'?�� ��- DOLLARS AND �-LJ r�"t.r.. CENTS PER LUMP SUM $ � !l �63 . f 3 14 CONCRETE RETAINING WALL TYPE'A', LF 103 A5 SHOWN AND SPECIFIED, COMPLETE IN PLACE FOR THE SUM OF f"a� ��-+�t-c- "�`�Ve__ DOLLARS AND 1'�; CENTS PER LINEAR FOO $ �Oo. I �, $ �b�3(z. ;o 15 CONCRETE RETAINING WALL TYPE'B', LF 119 AS SHOWN AND SPECIFIED, COMPLETE IN PLACE FOR THE SUM OF .���tw� ��� DOLLARS AND CENTS PER LINEAR FOOT z�� � o0 $ 6q•33 � � , 1�� PRESERVE AT PECAN CREEK PARK, 'l OWSLEY PARK CONSTRUCTION RENOVATION JANUARY 24, 2�11 �'� AVO 27107 4 BID FORM 00'1000-'14 16 RETAINING WALL SIGNAGE,AS SHOWN LS 1 AND SPECIFIED, COMPLETE IN PLACE FOR THE SUM OF �(�[- �1.,..�.�,� DOLLARS AND CENTS PER LUMP SUM � OO • � $ $ 17 LIGHT POLE FOUNDATION,AS SHOWN EA 1 AND SPECIFIED, COMPLETE AND IN PLACE FOR THE 5UM OF O�t� �C,v3c.�� DOLLARS AND CENTS PER EACH $ $ faoo.66 18 SHADE PAVILION INSTALLATION LS 1 . � COMPLETE IN PLACE FOR THE SUM OF f �1 � qr.t...z� �}'w�'� �t�t �tw`�� I DOLLARS AND �-F�� �.�c� CENTS PER LUMP SU •ZS 3Q, 3� $ $ 19 PLAYGROUND SURFACING INCLUD�NG SF 3,120 WOO� FIBER, DRAINAGE GRAVEL AND FILTER FABRIC, COMPLETE IN PLACE FOR THE 5UM OF .�'� s;� z.er6 S.c.v.a-� � DOLLARS AND i� CENTS PER SQUARE � OOT $ 2 � f� Y $ 7 6 d? ,� d '� PRESERVE AT PECAN CREEK PARK, OWSLEY PARK CONSTRUCTION RENOVATION '� JANUARY 24, 2011 BID FORM � AV0 27107 OD1000 -15 2D BOLLARDS, AS SHOWN AND SPECIFIED, EA 2 COMPLETE AND IN PLACE FOR THE SUM OF � 1 DOLLARS AND c CENTS PER EACH J(,/ z. S(j 2��• b� �-�„xi Rs � �i �t� $ � � $ 21 4" PVC STORM LINE, COMPLETE AND IN LF 35 PLACE FOR THE SUM OF �eu/' �i �-� � j� DOLLARS AND CENTS PER LINEAR FOOT f 3.O 3 $ L.� Tj G•� $ 22 4" ATRIUM GRATE, COMPLETE AND IN EA 1 PLACE FOR THE SUM OF ��^ �`" DOLLARS AND CENTS PER EACH $ $ J 5 0°' °° 23 4" HEADWALL, COMPLETE AND IN EA 1 PLACE FOR THE SUM OF ��'r";'� �'�'^�'�` DOLLARS AND CENTS PER EACH / � ��� d[+ . $ $ � 24 DUAL CURB FLUME, COMPLETE AND IN L5 1 PLACE FOR THE SUM OF nL.e. rl..�'� dt►�•e� DOLLARS AND � CENTS PER LUMP SU (}C�7� rjD . $ $ I SITE PLAN - TOTAL BASE BID $ � O " � � � y � • � � I � PRESERVE AT PECAN CREEK PARK, �, OWSLEY PARK CONSTRUCTION RENOVATION JANUARY 24, 2011 BI� FORM �� AVO 27'107 I 001000-'16 1 i I BID ITEM:B, BASE BI�ITEINS �= - - :: - _ _ �- ,. � .: �L�CTRIG?4L PiAN� �. '�. �. - = ;,= ° : -: _ t. _ -, � 25 LIGHTING, RECEPTACLES, AN� POWER LS 1 DISTRIBUTION INSTALLED, TESTED, AND FULLY FUNCTIONAL,AS SHOWN AND SPECIFIED, COMPLETE AND IN PLACE FOR THE SUM OF "� '�haa�5+�^aC DOLLARS AND CENTS PER LUMP SUM $ $ '7 CiUO. Ov ELECTRICAL PLAN - TOTAL BASE BID $ 7 UOO • OD PRESERVE AT PECAN CREEK PARK, OWS�EY PARK CONSTRUCTION RENOVATION JANUARY 24, 2011 BID FORM AVO 27107 � � 001000 - 17 , $1D ITEM:'B BASE B1Q ITEM� := -, ..- ., - '., � -.= : � _ _ , ; L=I±iNDSCAPE PLAN _r .� _.. :::... .. h . < = .. �_ _ : _. ,_�._ : _ , �. _ __ ::F:: _.. _. ::- - - `�` r .:.. 26 GRASS PAVE,AS SHOWN AND SF 144 SPECIFIED, COMPLETE AND IN PLACE FOR THE SUM OF �""�' �,�� ��� DOLLARS AND 1'1u-cCENTS PER SQUARE FO T $ � / / $ / � �q,. 7� f� � 27 1 GAL. MEXICAN FEATHER GRAS$ AS EA 130 SPECIFIED, COMPLETE AND IN PLACE FOR THE SUM OF �� 7"`�r5'� DOLLARS i AND �i u CENTS PER EACH $ f U, 3/ $ � 3�{6� 6•� F7 28 BERMUDA GRASS SOD, AS SPECIFIED, SF 9,995 COMPLETE IN PLACE �+.�$� r�r„3'7 g` o��Rs � AND �r�c.�, CENTS PER SQUARE FOOT $ �� 7 $ ��j R7. L$ LANDSCAPE PLAN - TOTAL BASE BID $ � Z' 0 3• �� 1 ' PRESERVEAT PECAN CREEK PARK, i OWSLEY PARK CONSTRUCTION RENOVATION JANUARY 24, 201'1 �� AVO 27107 �, BID FORM - 001000-18 BID ITENf B BASE_BID ITEMS ;, ' --- � � __ = 1RWGATIONPLAN:; - -.-.'-. - ` _- - � •� _ -° --- - - .. -. _ _ _.: . _ . .::. .... . .. . . . . . -:: . . , ... �. _.:._L. .. :.,r:� 29 IRRIGATION CONTROLLER,AS SHOWN EA 1 AND SPECIFIED, COMPLETE AND IN PLACE FOR THE 5UM OF ��� ��Y� DOLLARS AND f �.� CENTS PER EACH $ $ ?Jd �7 � �d ' 30 SPRAYIDRIP SYSTEM, AS SHOWN AND LS 1 SPECIFIED, COMPLETE AND IN PLACE FOR THE SUM OF }�a J�.� �st�(�'a SWZ1 �> > DOLLARS AND tIff'!'N CENTS PER LUMP SU $ $ 30�7' �e ; 31 TREE BUBBLERS, A5 SHOWN AND EA 18 , SPECIFIED, COMPLETE AND IN PLACE FOR THE SUM OF ! � r)"/ ��/ u D�OLLARS ,' AND i cr CENTS jPER EACH $ / 7/ . � 3 $ � � � I 6 7. �D � IRRIGATION PLAN • TOTAL BASE 61C $ � 2' b�' �� i PRESERVE AT PECAN CREEK PARK, OWSLEY PARK CONSTRUCTION RENOVATION JANUARY 24, 2011 BID FORM AVO 27107 001000 - 19 $IDITENI'B ALTERi�IATEBIDITEMS= -_- ; -_ ,,._:. _.... ;_, � ;,. = = ALTERNAT� 61D_1TEWI #1' : _ . ' :� ` 1 CONCRETE BASKETBALL COl1RT LS 1 INCLUDING STRIPING AND BASKETBAL GOAL ASSEMBLY,AS SHOWN AND SPECIFIED, COMPLETE IN PLACE FOR THE SUM OF Fo���. � �'p1'-� -�r� DOLLARS AND CENTS PER LUMP SUM $ $ �Y.�f6�.� TOTAL ALTERNATE BID ITEM #1 $ �Y� �( 6�• Oo PRESERVE AT PECAN CREEK PARK, OWSLEY PARK C�NSTRUCTION RENOVATION JANLIARY 24, 2011 BID FORM AVO 27107 001000 - 20 BID ITEN1 B ALTERNA'T�:BID 1TEAlIS= __,. ,-:, ;�, �..;,; ---:.. , _.;:: ... .. .:;� - pLTERNATE BiB7TEM #2 , ' ; _:_.._ ' - - 1 WROUGHT IRON FENCING, AS SHOWN LF 75 AND SPECIFIED, COMPLETE AND IN PLACE FOR THE SUM OF r�-�.�.�, �`( ��- DOLL'ARS AND � I� CENTS PER LINEAR FO T D� 3 p g � � $ 377�.7� TOTAL ALTERNATE BID ITEM #'s $ �� 7�' 7� � ALfERN�TE.B�DIT.EM#3_.,_,: . �.:.:._ '.._.._:�, .,;:,� -: ;_ _.. .n .- , . ..r..: ._ . ..: . � v:._: �`_.z�=�:, 1 PLAYGROUND INSTALLATION, LS 1 COMPLETE IN PLACE FOR THE SUM OF �'�^'� '�w�� DOLLARS AND CENTS PER EACH $ $ ��0, oa TOTAL ALTERNATE B!D iTEM #3 � �OGU , oa PRESERVE AT PECAN CREEK PARK, OWSLEY PARK CONSTRUCTION RENOVATION JANUARY 24, 2011 � BI� FORM AVO 27107 0010D0 - 21 SUMMARY OF PROJECT TOTAL COSTS BID ITEM B: �WSLEY TOTAL COST- BASE BID - SITE PLAN � �d Z' 1�� �'�6 BI� ITEM B: OWSLEY TOTAL COST - BASE BID - ELECTRICAL PLAI$ ��� '� BID ITEM B: OWSLEY TOTAL COST - BASE BID - LANDSCAPE PLA� $ � 2 v 7'�� BID ITEM B: OWSLEY TOTAL COST - BASE BID - IRRIGATION PLA� $ � 2' b�•�O BID ITEM B: OWSLEY TOTAL BASE BID COST $ / Z'7 / b��•� l BID ITEM B: OWSLEY TOTAL PROJECT GOST 3 1�� 1� 3�•�� BID ITEM A: PRESERVE TOTAL PROJECT COST BID ITEM B: OWSLEY TOTAL PROJECT COST GRAND TOTAL PRESERVE AT PECAN CREEK PARK, OWSLEY PARK CONSTRUCTION RENOVATION JANUARY 24, 2011 AVO 27107 r ��, 6��. sb � 5 �l, 33�. �`� 3 �i 3. boo, ao BID FORM 001 000 - 22 BID SUMMARY TOTAL PRICE IN WORDS: 1 In the event of the award of a aontract to the undersigned, the undersigned will furnish a performance bond and a payment bond forthe 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. 2 It is understood that the work proposed to be done at Owsley Park shall NOT commence until August 15, 2011. 3 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. 4 The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. 5 Unit and lump sum prices as shown for each item listed in this proposal, shall control over extensions. 6 The undersigned agrees this bid becomes the property of the City of Denton after the official opening. 7 The undersigned affirms that they are duly authorized to execute this contract. 8 Vendor hereby assigns to purchaser any and all claims for overcharges associated with this contract which arise under the antitrust laws of the United States, 15 USCA Section 1 et seq., and which arise under the antitrust laws of the State of Texas, Tex. Bus. & Com. Code, Section 15.01, et seq. Receipt is hereby acknowledged of the following addenda to the plans and specifications: Addendum No. 1 dated /`"(c.rc% � i tot/ Received /V�ar �� 2° �� Addendum No. 2 dated �r c3-. 3.�1 Received �l�la� 3� 2m �I Addendum No. 3 dated Received Addendum No: 4 dated Received Addendum No. 5 dated Received :'�� ��� CONTRACTOR BY ��� ��•. c r„e�'� /7� y ��.�.� us.;��s 7� Street Address f�(u� 1�;�r� , T1r ity and State Seal & Authorization c/ r7 2 (If a Corporation) � � 2 � � D � L � �7 I Telephone I PRESERVE AT PECAN CREEK PARK, � OWSLEY PARK CONSTRUCTION RENOVATION JANUARY 24, 2011 BID FORM AVO 27107 001000 - 23 ,! I , . .,,` � _ . :.�: , i I � PART 1 - GENERAL 1.1 SUMMARY � 1.2 1.3 SECTION 012300 ALTERNATES Section includes administrative and procedural requirements for alternates. DEFINITIONS A. Alternate: An amount proposed by bidders and stated on the Bid Form for certain work defined in the Bidding Requirements that may be added to or deducted from the base bid amount if Owner decides to accept a corresponding change either in the amount of construction to be completed or in the products, materials, equipment, systems, or installation methods described in the Contract Documents. Q 1. Alternates described in this Section are part of the Work only if enumerated in the Agreement. 2. The cost or credit for each alternate is the net addition to or deduction from the Contract Sum to incorporate alternate into the Work. No other adjustments are made to the Contract Sum. PROCEDURES Coordination: Modify or adjust affected adjacent work as necessary to completely integrate work of the alternate into Project. 1. Include as part of each alternate, miscellaneous devices, accessory objects, and similar items incidental to or required for a complete installation whether or not indicated as part of alternate. B. Notification: Immediately following award of the Contract, notify each party involved, in writing, of the status of each alternate. Indicate if alternates have been accepted, rejected, or deferred for later consideration. Include a complete description of negotiated modifications to alternates. C. � Execute accepted alternates under the same conditions as other work of the Contract. Schedule: A schedule of alternates is included at the end of this Section. Specification Sections referenced in schedule contain requirements for materials necessary to achieve the work described under each alternate. PRESERVE AT PECAN CREEK PARK, OWSLEY PARK CONSTRUCTION & RENOVATION JANUARY 24, 2011 AVO 27107 ALTERNATES 012300 - 1 i � PART 2- PRODUCTS (Not Used) i � � PART 3 - EXECUTION � I 3.1 SCHEDULE OF ALTERNATES A. Preserve at Pecan 1. Alternate No 1: Includes the construction of 5" thick, light broom finish, 8' concrete walk as specified, including grading and base preparation as indicated on Sheet L1.01. This is assumed to be an additive alternate. 2. Alternate No 2: Includes the construction of 5" thick, light broom finish, 8' concrete walk as specified, including grading and base preparation as indicated on Sheet L1.01 and Sheet L1.02. This is assumed to be an additive alternate. 3. Alternate No 3: Includes installation of one (01) 12' x 12' `Cool Topper' Shade System as specified, including the 315 S.F. 5" thick, rock salt finished concrete pad as indicated on Sheet L1.02. This is assumed to be an additive alternate. 4. Alternate No 4: Includes installation of 1,225 LF of Split Rail Fence as indicated on Sheet L1.01 and Sheet L1.02. This is assumed to be an additive alternate. 5. Alternate No 5: Includes installation of one (0'[) Playground Equipment as shown and specified. This is assumed to be an additive alternate. B. Owsley Park 1. Alternate No. 1: Includes the construction of a concrete Basketball Court, including striping and Basketball Goal assembly as indicated on Sheet L1.0�. This is assumed to be an additive alternate. 2. Alternate No. 2: Includes the construction and installation of 75 L.F. of Wrought Iron Fencing as indicated on Sheet L1.01. This is assumed to be an additive alternate. 3. Alternate No 3: Includes installation of one (01) Playground Equipment as shown and specified. This is assumed to be an additi�e alternate. END OF SECTION 012300 PRESERVE AT PECAN CREEK PARK, ALTERNATES OWSLEY PARK CONSTRUCTION & RENOVATION 012300 - 2 JANUARY 24, 2011 AVO 27107 BID SUMMARY TOTAL PRICE IN WORDS: 1 !n the evenl of lhe award of a contract to� he undersigned, the undersigned will lumish a performa�ce bond and a paymenl bond for lhe full anto�nl ot ifie conlracl, lo�cr�re proper compliance wilh lhe ierms and provisfons ot lhe confracl, to Insure and guara�lee the work untll final compte(ion and acceptance, and to guaranlee payment for ail la+vful clalms for labor periormed and malerials fumished in Ihe fulfillment ot Ihe conlract. 2 IE Is understood Ihaf the work proposed ta he done at Owsley Park shall N�T commonce untll August 15, 2011. 3 Il is underslood thal the work proposed io be done shali be acceptad, when fully compieted and finished in accordance wRh lha plans and speciflcations, !o !he sal'+sfaclion of the Enginesr. A The undersigned ceriifies ihat the bid prfces conlained in lhis proposal have been carefulty checked and are submitled as correct and final. 5 Unil and lump sum prices as shotivn for each item listed in this proposal, shall controi over exlensions. 6 The understgned agrees this bid becomes ihe properly of the CIry of Denlon after the official opening. 7 The undersigned a[firms lha( they are duly aulhorized [o exacule this conlract. 8 Vendor hereby assigns to purchaser any and all cialms [or overchargas assoclated with lhis conlraci which arise under the anlitrusl laws of the Uniled Slalas, T5 USCA Section 1 et sea., and which arise under Ihe antilrusi laws af lha Stale of Texas, Tex. Bus. & Com. Code, Sectlon 15.01, et sea. Receipt is hereby e nowledged of lhe following addenda io ihe plans and specificalions: Addendum No. 1 daled iteceived \ Addendum iVo. 2 daled � Receivad �. Addendum No. 3 daled � Receivad �� Addendum No. 4 daled Received � Addendum No. 6 dated Receivad \ . \ \ PRESERVE hT PECAN CREEK PARX, OWSLEY pARKCONSTRUCTION RENOVAT70N JANUARY 24, 20f 1 BID FORM 001000 - 23 AV0 27107 llie w3dersigned af�rms that Uiey have read and do uuderstand !he spccifications �nd any atlachmenls conlained ia this request for proposal. 1�r+�A�iC AND ADDRESS OF COh1PAN1': /�v r�� �r ��cc� �P S.N'C J__�_l4I /��� �US/ntSS � f3 � I�P 1Z�5d� o TX �5�/? t� TeL No. q 7 Z�6Sg —?('J � AUTI�ORIZCD RE E 'i'�C'IT� Signahire / " Date � - /� ' ! / Name ,cC�e•� 1C�� Titic U w, -v FaxNo, �7 Z— � SZ �% s� Email F-FI�.a,.. �e.�'�l /V� �-°' L°"� COA�iPANY IS: �3usiness included 1n a Corporate Incoiue Tax Return? f YES NO �orporatioi� organized fi existing under I1�e la�vs of the Statc of T'�YG � Partnersliip cousistfng of lndividua! tradi»g as Principal oftices are in the city of PRESERVE AT PECAN CREEN PARK, OWSLEY PAftK CONSTRUCTION RENOVAFION JANUARY 2A, 2071 AVO 27107 BID FORM pO1000-24 � SECTiON 04510d SAFETY RECORD QU�STIONNAIRE (Must Be Submifted With Bid Submiftal) ihe City of Denton desires to avail itseif of the benefits af Secfion 252,0435 of the Lacal Government Cade, and consider the safety records of potential contractors prior to awarding bids on City confracts. Pursuant to Section 252.0435 of the Local Government Code, fhe Ciiy o# Den#an has adopied the following written definition and criteria for accuratefy determining the safety record af a bidder prior to awarding bids on City confracts. The deffnition and c�iteria for determining the safety record of a bidder for this consideration shalf be: The Ciiy of Denton shall considerthe safety record of tha bidders in datermining the respansibility thereof. The City may cansider any incidence invo�ving worker safety or safety of the citizens of #he City of Denton, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifical(y, the City may consider, among ofher things: a. Complaints to, ar final orders entered by, the Occupational Safety and Health Review Cammission (OSHRC}, against the bldder for violations of OSHA regulafions within fhe past three {3) years. b. Citations (as defined below} from an Environmental Protectian Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS}, the Environmenta! Protection Agency (�PA), the Texas Commission on Environmentaf Quality (TCEQ), t�e iexas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of Health (TDH), the Texas Parks and Wildlife Department (TPWD), the Strucfura4 Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of viola#ion, notices of enforcement, suspension/revocations of state or federal Ilcenses o� registrations, fines assessed, pending crimina! complaints, indictments, or convictions, administrative orders, draf� orders, final orders, and judicial final judgments. c. Convictions of a criminal offense within #he past ten ('f 0} years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Cauncil to be material in deterrnining the respansibility of the bidder and his or her ability to perform the services or goods required by ihe bid documents in a safe environment, bofh for the workers and othsr employees of bidder and the cltizens of the City of Denton. PRESERVE AT PECAN CREEK PARK, SAFETY RECORD QUESTIONNAIRE OWSLEY PARK CONSTRUCTION 8� RENOVATION 005100 - 1 JANUARY 24, 2011 AVO 27107 In order to obtain proper information from bidders so that City of Denton may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Denton requires that bidders answer the following three (3) questions and submit them with fheir bids: QUESTION ONE Has the bidder, or the firm, corpflration, partnership, or insiitution represented by ihe bidder, or anyone acting for such firm, corporafion, partnership or instifuiion, received citations for�iolations af OSHA within the past three (3) years? Y�S NO V If the bidder has indicated YES for question number one above, the bidder must provide to Ciiy of Denton, with its bid submission, the following information with respect to each such citation: Dafe of offense, location of establlshment inspected, category of offense, final disposition of offense, if any, and penalty assessed. QU�STION TWO Has the bidder, or the firm, corporatian, partnership, or institution represented by the bidder, or anyone acting for such firm, corparafion, partnership or institution, received citatians for violaiions of environmental protection (aws or regulations, of any kind or type, wifhin the past five years? Citations include notice of violation, natice of enforcement, suspension/revocations of state or federal licenses, or registrations, ftnes assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. • Y ES NO � If the bidder has indicated YES for question number two above, the bidder must prflvide to City of Denton, with iis bid submission, the following information with respect to each such conviction: Date af offense or occurrence, locatlon where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the bidder> or the firm, carporatian, partnershlp, or institutian representeci by bidder, or anyone aeting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten {�0} years, of a criminal offense which resulked in serious bodily injury or death? YES N�_� If the bidder has indicated YES for questlon number three above, the bfdder must provide to City of Denton, with its bid submisslon, the following information with respect to each such conviction: PRESERVE AT PEC{W CREEK PAF2K, SAFETY RECORD QUESTIONNAIRE OWSLEY PARK CONS7RUCTt�N R RENOVATION 005100 - 2 JANUARY 24, 2011 AVO 27f07 Date of offense, location where offense occurred, fype vf oifense, fnal ���sno�it��n of offense, if any, and pena{ty assessed. ACKNOWLEDGEMENT ', THE STATE OF TEXAS I COUNTY �F DENTQN � I certify that 1 have made no willfU! misr2presentations in ihis �u �tionnair,� nor have f withheld information in my stat�ments and answers to questi;,r�:.,. ', •.:. infiormation given . by me in this questivnnaire will be investlgated, ����ith my fuH permission, and t�at any misrepresentations or omissions may cause my bid to be rejec#ed. , - ' ���1 ✓ � ��' .� %i .�_ Signature� ' u'W � � _".I �itle PRESERVE AT PECAN CREEK PARK, ��1FETY RECORC C�`UESTIONNAERE OWSLEY PARK CONSTRUCT10iV & RENOVATI�N � OC�5�fl0 - 3 JANUARY 24, 2011 AVd 27107 sEC71oN OoSZao CONFLICT OF INTEREST QUESTiL7Ni��..4:� CONFLICT OF {NTEREST QUESTIONNAIRE For vendor or other person doing business with loc�qovernrnental enti4y This qussiionnaire reflects changas made to the !aw by H.6.1491, 80th Leg., Reri���* ����' _ .._. __._ _ ,�..___.___ � t1c �i v6�j _ _.._ __...��� . j � � � - This questionnaire is being file8 in accordance with chapter 176 of ihe Local Gov��-�rne, � i'.: ��-_ _-,- person who has a business relaGonship as deFned by Sectian 176,009(1-a) �vith � ioca' cc��?,-: �` entiry and ihe person �neets requirem�nts under Section 176.006(a). �y law this questionnaire must be filed with ihe records administrator of ihe local gava, nmL �! ��; '' noi later than the 7th business day after the date ihe person becomes aware of iacts ,��` :.:.;- -'. statement to be �led. See Section 176.006, Local Govemtnent Code. A person commits an offense if the person knowingly vi�fatas Secti�n 176,006, Locai Goyernrnent Code. An offense under this sec#ion is a Class C misdemeanor. ___ __ .; Name of psrson who has a�usinass relaElonshlp wlth Iocat govemmenta! ent!ty. �"t Check ti��s box if you are. #iiing an update to a previously flled qusstfonnal; e. L� (The 1aw requires thaf you file an updated CompEeted questionRaire with the a}�propriate i! <��, �u.h _ r'"� day afier ihe date ihe orlglnafly filed questionnaire bewmes incomplete or inaccurate_) F Name of loca) governmenf offlCer with whom �ler has an employment or business relaltonshlp', i � Name of Oifrcer 7his secEion, (item 3 inc(uding subparts A, 8, C 8� D), musi be complefed for each of�cer +n'ilh whorn the f�!er t�a:= �� � P*��^'���-��F ^t �>� n��1P� �US1�0SS reialio�ship as defined by Seotion f76.001(1-a), Local Govemment Cqde. Atlach additional pages io tt�ls Farn�� Ci;�} as +�acF:ssa�;. R, ls the loca! government officer named in this seciion receiving or likely lo receive taxable incorr�e, cu:�; ��� r: �<,_. �. _, filer oE the questionnaire? 0 Yes � iVo B. C. „_, ,": � ,,�� � is thE filer of the quesUonnaire receiving or Iikety to receive laxabte income, olher than investment �ncoma, from or a; the direc6an of the Ixal govemment o�cer named in this section AND the iaxabie income is not received from ihe Icr.�2! ^c���-n���n'�' °n��h'i7 a Y� o �o ' Is the filer af this questionnaire employed by a corporation or other business ent�ty wzlh respect to yvhach the J��al g��vernmQn! oiticer � serves as an officer or direcfor, ot holds an ownership of i 0 per�ent or more? � Yes � No D, Descnbe each affiliaUon or business relationshlp. �. /� / '''" Signafure of persan doing business wilh the governmental eniity PRESERV£ AT PECAN CREEK PARK, OW�LEY PARK CONSTRUCT(ON & RENOVATION J.AiVUARY 2d, 2011 A'J� 277Q7 � � ; � _.�«_ -� I --�~ �. . - . . - — '_!.r.. ' _ . . _ . . _ -- r�J?�FL'iC: ; !_ . i�, : - _�, ,=�r�.,_..�,n- Purchasing Department 901-B Texas St. penton, TX 76203 (940) 349-i 100 www.dentonpurchasing.com ADDENDUIV[ � � BID # 4653 Neighborhood Park & Playground � ���'� � _ � � �: �; ��4=� Proj ect; Preserve at Pecan Creek Par-;� ;°; ,{ �� ��� �- j.:" �� ���= PROP O S AL DUE : M arch 1 t� ��' ��'� 2:00 �'.��: Proposal submit�ed b��: , 0 �, e�ote„ ��c�-��, .__- - Company N�rr�� BID # 4653 — ADDENDUM # 1 i Addendum #'f to be returned with BID �ropos�f I We are extending the BID opening date: 1. BIDs will be opened on: March 10, 20 �. �. � 2. The deadline for submittal of que���=� -� ='-. � r�' �=� �' specifcations) has been egtended unt�1 March �, 2011 at 5 p.m. NO OTHER CHANGES AT THIS TIME. i ?'Izis.f'orm shall be signed and returned with your bic� Name: Signattrre: _� tl.� �e��.,� ; �' ; �� � �'�,�� -.--, _ _ � `� Company: �e���e-�t �v-t c r z�--e r c; ! Title: � � WZ e r� ���___ - Date: 3/r�� % z � �� � oar-_ �tnt�otvrYY) ACQRD CERTIFiCATE OF LIABILITY 1NSU NC� `� Q3/10/2d11 THIS CERTIFICATE IS 15SUED AS A MAT7ER OF INFORMATION ONLY AND CONFERS NO RtGH7�UPC7N T�?' Grr:l iF1';:aT�: NOI.DER. TH1S CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE C�VERAGE ,4FFORDED BY THE POUCIES BELOW. TH1S CERTtF1CATE OF 1NSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN�THE ISSU1Nr_, iNSURER(S); AUTHORIZED REPRESENTATNE OR PRODUCER, AND T1iE CERTIFICATE HOtQER. IMPORTANT: lf the certifipte holder is an ADDITIONAL INSURED, the policy(ies) must be endorse If SU�iRnGAT10N IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A staten5erst or•, 'h;. c..';`'�, ?�' ^��°,> � ��F°� r;ahts tn the certificate holder in lieu oisuch endorsement s). .._ �„._„_.____ _____ __ PRO�UCER 972-542-9677 866-653-2549 NAMEACT DBrlfl D2fll0 . Insurance Protection Group P"o"E - 972_b42_9677 ' �F°�` ��� 866-653-2549 901 Sam Raybum Hwy, Ste 200 A o"" : ddemo i tex s.com _ _ Melissa, TX 75454 PRODUCER �NSURERt51 AF�ORDiNG �uYi:�;.=,:�c i NAiC S INSUREO Redden Concrete 1264 N Business 78 Blue Ridge, TX 75424 e: INSURER E : ___, ___ . INSUR°R t COVERAGES CERTIFICATE NUMSER: � THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LiSTED BELOW HAVE BEEN ISSUED TO THE INS 1NDICATED. NOTWITHSTANDING ANY REQUIREMFNT, TERM OR COND1T10N OF ANY CONTRAC7 OR OTH CERTIFICATE MAY BE 1SSUED OR MAY PERTAIN, THE 1NSURANCE AFFORDED BY TH� POLICIES DESCR EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMfTS SHOWN MAY HAVE BEEN REDUCED �Y PAID C�Ai INSR ADOL SU6R POUCY EFF POLICY E' _- -- - _ _ .. _. ; - �_.— _' �l._--.___..._..�_ . . ..._.:.... _.._... FtEV1SlON NUhM1E3�K: U ED NAMED A60VE FOR THE POLICY PERIOD E DOCUME'+1T WITH RESPECT TO lNl-;ICH 7HIS �S�C� hc _ �.� ,. _ .._ . _ '.L� '�".t I tRA�S, lTR �E OF INSURANCE PpLICY NUM9ER MM/OD MIDD Nl Ih,i''i� GENERAL LIABILfTY 60.CH OCCL'RRENCE S A � A AGE TO REY COMMERCWL GENERAL LIABILITY PREMISES Ea occurrence S �.-, ci _ �, . -. . . _, . CL41M5-MFlDE � OCCUR _: � ,.knnnL�� _ G�N'� AGGR�GATE UMIT POIICY �a g AUTOMOBILE LIABILITY A�T AU?0 � ALL OYVNED AUTOS SCHEDUIEDAUiQS � HIRED qU i OS � NON-0WNEO AUT�S UMBRELLA UAH EXCESS LIAB DEDUCTIBLE WORKERS CCMPENSATION ANO EMPLOYERS LL181lIT! ANY PROPRIETOR/PARTNERIF> C OFFICEWMEMBEREXCLUDE07 (Mandatory tn NH) PER: OCCUR CIAIMS-MADE YfN akrA L181000086 12/09!10 12/09/11 ����-�.;,, <; ..,.� ,:. .� �>.'_��r�.�,_��-- I I`!f',i I?ROIJUii ib • i;iJM��Jr' AvG S S �I CC.4,6R.�_�_ ., . ��.., � _ i. �.in�,�i�!� -- ..- . 07745381-0 12/08l10 12/OSi i •j -�c���_,� ��.�:,., cre. .- :�, ; i ; - __---_- iHODILY th,URY (Per ac.:�denp ( S PROPEF£TY DAMAGc � (Pe� accic�e�°�� � � I ----- �--- S � `--- . _. ..... .. . . _ - ---_ _ __.—_ ° _—_ c EACHOCCURREtiCE S AGGREGATE S ---'�— — a I � � J`' �"�-_,.-._�..._.. _ . � DESCRI?'itON OF OPERATIDNS! LOCATIONS 1VEHICLES (Attach ACORD 101, Addlllonat Remarks Schedule, If more spece le required? TE . LLUlil_.-�Mi, n , ��� i c.LFACHACCIDENT Sr3OO,O00 ' aGOisEr+s�-�a_M��orE s500,00� E L eisen�e - flo��cr �n,�r* s 500, 000 � .e.__ I.�.._...__ .__ . .. . ... ... .....�_.._...., GANCELLATION i SHOULD ANY OF THE ABOVE DESCRIBED POl.IC1�5 BE CANCEILED BEFORE TH8 EXPIRATION DAiE T ER�OF, MOTICE WILL BE pELIVERED IN ACCORDANCE WPPH 7HE PO ICY PROVI51GN5, �-----_._ 4_...___....._ .__.__.., __� AUTHORIZED REPRESE�ATIV� " �' / O 199�9 A i AC�RD 25 (2009/09) The ACORD name and togo are registered marks of ACC�R� , � r-- TI9N, All rights reserved. SECTION 003100 PERFORMANCE B{�Nf� :; �?,z�r- c�r TEx.a� COIJNTY �_�"r UE�I��OIJ Bond IQo. CNB-12969-�0 I<I�!UV1� E,LL MtN BY THESE Pf�FSENTS: Thaf Redden Concrete, Inc . whose atldress is 1264 N. Business_ 78_ Blue Ridge, Texas 75424 hereinafter called Principal, a�d **, a carporaiion organized ar;d existing under the laws of the State of TE�xas .,__.__ ancl fullv authorized to iran�,act business in the State of Texas, as Surety, are ,-�t�lci �a�d fu�mly bound �ir�t�� th� City of De��lc�n, a r�i,;nlc�pai corF�oration organized and existing under ihe laws of the State of Tea:as, IiE: -eir�afler called Owner, in the pen�l sum of Three hundred tk>entv th�ld��Ld nine hundred_fiftv and no1100 -------- ($320�950.00 ) �OLLAR•S ($. ) i�!us ien �ercent of the staled penal sum as an additional suir of money representing �cni!�o��a� court experse� a�torr�eys' fees, and liquidaied clamages arisin� oi.�t of or connected with the hel�w ider�tifi�d Ccnt��act, ir la�vful rnoney of the United Stafes. to be paid in Denton County, Texas, for rhe psym���� oi wr�i�h surn v��ell and truly to be madz, v�e hereby bind ourselves, our heirs, executors, administrafors, successor ,, and assigns, j�intly and �-.ever�lly f:rml�r hy these presents. This Bond shall auioi�iat�coll;� ��e i;��:,rtas�=.d by ihe arr��x�nl. �f any Cl�ari;? Qrder ��r Supplemental AgreemeM which increases the Contract price�, but in no event shall a Chan�e Order or Supplemental Agreemeni which rEd��es tl-�e Con�ract ur;ce decrease tne penal sum uf this Bonci T�IE uELI�AI�IOId ���:) F'�l' SAfJL: is cona�;ior�ed a�; `o�lows� Wher�eas, the Principal entered inio a ceri��in C,onirocl, icier�tifi�_:�i by GrJir,ance Nurnber 2C�11- ___, with the City of Denton, the Owner, da?:�d the __._ _19th___ day of_ April A.D. 2011 , for �•i� # g��.3_ N�i�h�} orhoQ,d Park & Plavcrround Development Proj ect; Preserve at Pecan Creek Park & Owsley Park P�li:',?;, r;�IFf�F.'Fpf��=, if �hE f'rincipal s��all well, tr�ly �ar�d faithful!y p��;form and `ulfill all of the uridertakings. r.c.vFr,a��;s, te���s. cor��itiun� and aca�eerri?nts ��� saiJ Contract in a�cordance �with the �'lan; 5��;;ifica��o��:- :�nJ ����rrira�t ����c:�ments d;�ring ,I��a c; �,��inal term thE�rr;uf and any extension thereof ���ic�� may ue granted u� u�,� Uv,•nEr, ,vi;h qr titi�itl�o�� nu;�ce io lne Surety, and during the life of any yu2ra►�ty or wer�2t�[y f�quirtci urider this Contra�,'t, and sh�li aiso well and trufy pertorm and fulfill all the undertakings, covci �arrts, Terri�s, conditions and agreements of any and all duly authorized modifications of said Cc�ni�ract �I�at mav herearter be made, no±ic? of wf��ch modifications to the SuretV being hereby wai���d; a��d ir tl�i, F'rin�i��al shall r�:pair andior rt��lac:e �li defECts aue io faulty rriaterials and �,r�orkrnans'r�ip that appear �r��;l�in a period c�i two (2) years ircm the date cf fin�l compl�tion and fin21 acc���ta ic�� of th� '�Na k b�l lh� Owner: and, �i ihe Principal shall fu{ly indPmnify and save harmless the ��� �f���� f�crn a�l i���, and �J�rr�ag�:s which U�vnPr ma;j �uffer by reason of failure to so perForm herein and shall ti!Ily reimbu�s� ar�d re��rry C`vdner all outlay t�ncJ expens.e which the Owner may incur in making gootl an�,� clefa�!'l �.,r �!�-f� ;�r�;r,�, i{�,F�n t�,is oblu3�_ l�ori shall I�E voiJ: e1:her�vise, it sl���ll ren�iain in full force and r�;::c .. ** Insurors Indemnit�• Ccmpany PRES�:F�1'F.; pl" P I� GAM C f�l= F K{'�AF�1 Pf_RFORMAIJCf_ BOND OWSL�1' I�ARK ('OI�SikUl'TiG'J ,: �!:I;Q\1.4i",p^d `.,������_ � JANI�AF•'.1' :�4. 2011 AVO 2,"�i P�'C�`,!IGE�� F�.'F"�'I-`�::R, ';-,�,1 if any i`��al �clinn be iil;d upon ihis B��nd, e>:clt+sive venue shall lie ir� I��..c•�lcn �.;��;ir:1�,�, ,�;;1�. c.! 1 �>:as. �,��iD PPI�VID�D f-',: RTHGR.. !n�i ihe ;; i�� �,;re:y, *cr �,�al;;e received, h�r��y sti�,.�lales �r�d ac�re�s th�,t no ;hanoe, ex.tension cf lime. 21?er�tior, or 2�diticn to lhe terms of ihe Contract, cr to lhe �r���,r4; ?o l�e perinriT-�d iher���nd.=.r er tc, the P!ans, �pec;fic2liers, Q;av,�ines, etc., acccmparrirg ;he san-�e, sh�ll in a�y��,;se ai(FC�. iis o�lioatior� on tl��is B�nd. and it does hereby w�aive notice of zny such ��h,�ny�_, �.�(�=nsinn oi time, :IterGtion or a�idition lu tr:e tF;rins o( the Conlract, or fo the Work to be �!E:I"Y:�I11r?(� jf�P_fEll!'i�l ?i Gf '.C� !�lE F'��Ilj, �p�Cifir2t�Of1�, Dra��,�ings, E�C. Th��: Eord :, c�•ien �:-�.i, su.=i�� to the ,_�revisions of Ch�ipter 2253 of the Texas GovemmeM Code, zs ���.;er.ded. a�id an� oth=.r �:ppl,c�ble siatu,es of the S�ate cf Texas. �f r,e uru;ei s�g� ,e� �;�� c;esiynaled a�3eni is IiereL,y dcsigr�ated by the Surety herein as the Resident �gent in Denion Cc�unly to v,�hom any requ�site ne,tices mzy be delivered 2nd on �a�hom service of process rnay ba � i�,d iii rnatter; �risiny aut c'r suct� sur;:t��ship, as provided by Article 7.19-1 ef the ��isu�ance �o�e. '�'e� ncn's �,r�noiated Ci�-�: StaluiES cf tr�e Sl�3te of Texas. I�i ���1�I1VE_;iJ �i�fll_I?L=O� , tl,�s instrumei,i is execu,�d in four copies, each crre of which shall be ��e�r��t�J �.i� �iic;i;;al, th�s tl��e ___��__ day oi April _. 2011 /+ i TE;>1-; BY: --.;� � F;LI'r=�lt'r '--��-�- ,1�1 Tr_•Sl�: PRIIJCIPAL Redden Concrete, Inc. --� --------- ��,. � PRESIDEIvl- 51�:�i=l Y ��� � / , Insurors_ Inciemnity Ccm�anv '! Y . - �i��� Fat Pinchback, Witne�s gY:� ATTORNEY-IN-FACT Tonie Petranek i I-�r �?��i�l�nl ;�nent n` tf�:= �,urP;�� in uent�n County, Teuas fc�r de!ivery of notice and �ervice of the I`.•�"5('r.e C, � � . . Nf1ME: I�lichael Ross ;> i I�FL=�f AppR�SS: _805__Woodside Ct_,_ HicLhland Villaae, Texas 75077 IN(�TF: f.�a1? ef PE•i fqrr��nCQ Bond mu�t be dalF of Co�tra��t I�� Res��ent AQent is not 2 co�pnrati.�n; give 3 �i?�gnr�`c na���n ` PRESFRV� ,4T PE:'AIJ CRFE.!C PARK PERFOR►,�l;NCE 6UND OWS1.1='! FARY ('��'JS? F::.ICI'I(�tJ �`t ?F,:O'JATIq�J oas�nu • 2 JP,NI':',RY �d 7�11 AVO 27 I p',' SEC'f10�! 0032D0 PAYfJIENT BO�ID STATE CF 7 EXI�S COUNTY ��F DEI�TON Eond I�o. CIvB-12959-00 KI�I(�W fiLl. f�4EN BY THESE PRESEhJTS: �i hal Redden Ccncrete, Inc. v,�ho�eaddress�� �;�a rJ. �s;n ��,_Pl�e Ridae, Texas 75�24 herein2fter c211e[I Principal, and Insurors Indmenitv CotnpanV a corp�r�ticn or,�:nized a�u.i existing under lhe laws of the Siale of Texas , 2nd fully aulhcrized fo lra;�sact LUSIIIE'Si i;� tl•<.� Sl��'; oi Texas, as Suiery, �re hel�i and firmly bound unto ihe City of Denlon, a ir�uri�;ipal r.�rporaf��n �roanizcd ar�d existing under the laws of ihe State oi Texzs, hereinzflEr called C���rner, and unto all persons, firms and ccrporztions vrho may fumish maler'als for, or e o�m I bo upon, the building or imprev�rnenis hereinafter referred to, in the penal surn of T�':,Per;Lra°�a�ifcv�G�dhnc%iC0 DOLLARS(� 3 20 , 9 5 0 . o o - - - - - - - - - - - - - - - - - - - - - -_� in lawiul money cf ihe United Slates, to be paid in Denton County, Texas for ihe payment ot �vhich sum v�ell and truly to be made, we hereby bincl oursel��es, �+�r fiEirs, axecutors, administratprs, successors, and assigns, jointly and severally, firmly hy ti-��se prese��is. Tl�is Eond shall automatically be increaseci by the ainount oi any Ch2nge �rder or Supplem�i�t�i A4reement ��h�cn increases �he C:onlract price, but in no event shall a Change Order or Supplemental Aoreement which reduces the Contraci price ��crease the penal sum of this Bond. 1�n� GB�.�c;q'f,G.l T�G F'P.l' �AA�iE �s cond;tir�ned �; follows: \Nhereas, the Principai entere�l into a��eri�in Lt>ntro��, ��entifie,:� Ly Grd�n2nce IJumber 2U11- _, with tha City of Denton, the Owner, caleJ ;he _ 19th oay U.`_ P.pril A.U. 2011 iof r�i��4653-Neiqhbcrhood Park & Playqround Development Prcject; Pre�erve at Fecan Creek Park & Owsley Fark NU1N. THEREFORE, if !he Principal shall v,�ell, truly and faiihfuliy perform its duties and make �,roir��t payrr�ent to ali pe�sor�s, i�rms, subcontrac;tors, corpurati��ns ar�d claimdnts supplying labor andlor �naterial i;i the Grosecution �f tt�e 'JUork pro�ided for in sa�d C;ontract and any and all duly authorized ���ua��icdti��n; of said Cc;7�.ract that mav he�eafter be rnade, nc,tice of wl�ich modifications to the Surety I�einy heiaby ex;:ressly �vaivcd, then this obliaahun �hall be �oid; oiherwise it shall remain in full force and eifeCt Nk:�\�I�I_l� Fi;R'f HFK, lt�at if a�ry �t��a� :3�t�:,n be 1i'2d on this Bond, excl�sive venue shall lie in J�;�nun C•c�;nty,'�e�as A�1D PRQVIDtD FURTHER, lhat the said Surety, for value received, hereby siipulates and aerees ihat no change. exte��sion of time, al;eration or acidilion to the terms oF the Contract, or to the Werk io b� Gerior�nEd IItEiF�ur�Oe�, or lo ir�e P�ans. ':.pe�i!ic�!ions, Dr2�,n�ings, etc., accempany�ing the samE, sh�ll in �r;v�aisE affFC, it5 o�iigation on this E3ar�d, and ii does hereby waive notice of any such chanae, E:xlFns�on �i 1irrN. �Iteiati�;n or �ddiUor �,� the tcrms o1 the C�nlract, or to the Worl; lo be ��rr���rmt�i; ►r;�;r2unccr c� lo ,:h? F'lans, S��E.c�ficat�ons, Urawinos, etc. PRE5F1?VF.4; PEC%�MCREFKPARK, FF,1'IJ�ENTBOND OWSLEY PARK CONSTRUCTION $ RFNOVATION nm�nn . � JANUARY �4. 2�11 '"""" ' AVO 2%107 T'u:; Br.,rcf is giveri pursu��t te the n�ovi�ions of Ch� plei 2253 of the Texas Govemment Gotle, as arr��endecl. and any �ther a�;plicable statutES ot the Stote of Texas. The unoersigned znd designaled agent is hereby designated by ihe Surety herein �s lhe Resideni ��aenl in CPnlor, C���unty i�� whom any reyuisite ni•lices may be delivered and on v�hom service ;t �i�;cES� ;ray I_,e ,�:^d � �� • . i�� fiiciir.f5 o�151i;p ����� (�; cUrfl cUrEt��chj�n, pc �„C`;ICeG� Cj� f''��;iCic i.��-i G( il`iC insurance Code V��rnon's �nnotated Civil Sl2�ules of the Slste of Tekas. IN `���'ITfJF �S WNEnC-OF, this ins;rumeni is executed ir four copies, cach one of �vh�chshall be �eemed an onoinal, this the.__._ 19th _______ d?y �(___�pril , 2011 ATTEST: BY. ECREI -,Y P,TTEST: B Y _ T GGL �c..��� Pat Pinchback, Witness �� PRINCIPAL Redden Ccncrete. Inc. B 1': _— jZ �'�.,. ..._ PRESIDENT SURETY Insurors Indemnitv CcmAan}� B Y �J� ��ll�m1'� ATTORNEY-IN-FACT Tonie Petranek The Res���;�t A�e ��t af tha Suretv in Denton Coi.inly, ?exas for delivery of netice and service of the �]fOCE55 IS: NAfV!F_: N,ichael Ross STRECTALDR�SS __ go5 ti400dtia�Ct.. Hi9hland Villaqe, Texas 75077 (I��U rE; f?%�fp o+ n,3�,�7�nt 8%�,�d mr��t b� d� te of Contracl �f Resi�enr A.nenf is n..o! � cor�ora?ion give a nL'rs��t�'S It�;t�(; ; ` PRESFR�/F /�7 pE!:AM C.12C EI< PAFtK PAYI��E�T BO��D OINSI_EY PARK CUNSiRI)Cl'IGtJ & RENOVA,TION DD3200 • 2 JANUARY 14, 2�11 AVO 27107 INSLIRO RS Il� - EI���NITY P.O. Box?bS3 • 22� South Fifd1 Street • 11�ico, Texas �6�02-2653 . �������,�.iitsurorsinderru�it}'•com • 2:*4-7�9-3700 • Fax?��-i��6399 '. ri�i�iiiirii; � In1PORTANT l�'OTICE - a�'ISO I111PORT.aNTE To obtain information or make a complaini: 1'ou may call Insurors Indemnity Compan�•'s toll-frec telephone number for information or to make a complaint at: 1-800-93 ±-7a4� 1`ou may also �rrite to Insurors ]ndemnity Company at P.O. Bo� ?683 1Vaco, TX 7G702-2683 Or 225 5outh Fifth Street \'1'aco, TX 76701 You may contact the Te�as Department of Insurance to obtain infonnation on cumpanies, co�•era�es, riehts or complaints at I-S00-25Z-;-339 You ma�- ��•rite the Te�as Department of Insurance at: P.O. Bax 1�9104 Austin, T� 78714-9104 Fax: 512-47�-1771 \1'eb: httn:.'�+'��'��'.tdi.s�ate.t�.us E-maiL• CnnsumerProtectic�n rt'tdi.�tate.U.us PfZEA111,��4 OR CLAlh1 DISPUTES: Should ��ou have a dispute concerning }�our premium or about a claim, you should contact the a�ent or the company firsL Jf the dispute is not resol��ed, � ou tna�� contact the Texas Department of Insurance. �,TTACH THIS NOTICE TO 1'OL!R POLfC1': This notice is for information onlv and does not become a part or condilion of the altached document. Para obtener infonnacion o Para someter una queja: l.'stcd pucde Ilamar al numero de telefono eratis de (nsurors Indemnit�� Compan��'s para inforn�acion o para someter una queja al 1-800-933-7�-�a Usted tanbien puede escribir a Insurors Indemnit� Company: P.O. Bo� 2683 �\'aco, T\ 7670?-'?6S3 O 225 South Fifth Street \�'aco, TX 76701 Puede comunicarse con el Departamento de Securos de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir ai Departamento de Seguros de Tezas: P.O. Bo� 1 �910� �ustin, T?� 7871 �-9 ] 0-� Fa�: S1'_-�i5-1i71 1\'eb: httn:''���+'��.�di c�ate.t�.us E-maiL• Consunurf'rot�ctic�n u tdi.siatc.t�.u� DISPUT.�S SOBRE PR1�1.�S O RECLA�IOS: Si tiene una disputa concemiente a su prima o a un reclamo, debe rnmunicarse con el aeente ola compania primero. Si no se resueh�e la disputa, puede entonces comunicarse con el departamento (TDI). l!N:� ESTE .�1'ISO .A Sl; POLIZ�: Este a�•iso es solo para proposito de informacion � no se con� ierte en parte o condicion del docutnento adjunto � esta dado para acatar con Section 225�A21 Go�•ernment Code �� Section 53202, Propert�� Code efecliro, Septiembre l, 2001. 1NSLIRORS II�:EI�-'INITY � � o����'/i�<U! POWER OF ATTORNEY of ItJSURORS It�DEh4NITY COt�iPAtJY !r�'aco, Texas Ki�O:'V ALL FERSCidS 6Y TFiESE FRESE1dTS: t�umber, C!�B-'�29�.:E-07 Th2t INSURORS INDEA4�JITY COh�PANY, 1'�'oco, Texas, oroanized and existing under Ihe Iz�;�s ol the �!a1e of Tex2s, znd aulhorized and licen�ed tc do busine=_s in ihe Sla,e cf Texas znd lhe United Si2les c! Fmericz, dces h�ereby make, consi�iu,e and appoint Tonie Petranek of ihe City ot D�112s, Sfate of TX zs Aitomey in Fact, with full po�a�er 2nd 2uthority hereby conterred upon him to sion, er.ecule, ack.r�or:led�e anc deli��er for and onils behsli zs Surety and as its act znd deed, all of the icllo�;�ing classes of documenl,to-w,it: Indemnity, Sureiy and Underiakings thzi mzy be desi�ed by contraci, or mzy be given in any_c!ien or proceeding in any court of law cr equity; Indemnity in all cases where indemnity may be I��v�ully given and v,�iin Tull pov;er znd authonly to execuie consenis ond �ti�aivers to modisy or ch�•�ge er extend any bond or document execuied for Ihis Ccmpany. Att�si: -�,.,,-. . , �-- ti�,�c�J Tammy Tieperm n Secretar State ot Texas County oi f�1cLennan IhSURORS 1� �DEf�1NITY IJ�FA�Y , By� � �'�� � ' T o as . Chase, Jr, Chairma n: CEO On the 8lh day oi July, 2009, before me a fJotary Public in the State of Ter.as, personally appeared Th,rn2s G. Ctase, Jr. and Tammy Tieperrran, v.�ho being by me duly sworn, acknowledoed that lhey execuied the above Pov:er o�Al;orney in lheir �apacilies as Chairman and Chiei Execu�ive OKicer, ond Corporote Se�relary, respectively, of Insurors Inde�nity Company, znd acknowledaed said Power of Allorney lo be the volunta�� acl an deed of ihe Company. ...................._.............. ��,� �1� SNERRI WHITEHOUSE Nolary Public Nolary Public, State of Tex.2s ���� STATE OF TEXAS M� tomm E.D �5'i51)�1� ....................................� lnsurors indemnity Company certifies ihat this Power oi Attorney is granted under and b��aulhorily oi the tollo��ing resolutions oi lhe Company adapted by the Board oi Diredors on July 8, 2009: RESOLI�ED, lhat all bonds, undertakines, cont�ads or oiher obligations may be executed in the nzrne of ihe Comp2ny by persons appointed zs Atlorney in Fact pursuanl to a Power oi Attorney issued in accordance wilh ihese F.e�olulions. Said Power ot Attorney shall be execuled in ihe name and on behalf oi the Company either by Ihe Chairm2n and CEO or lhe Presidenl, under Iheir �espective designation. The signature o( such ofiicer and the seal of the Company R�ay te aNixed by tacsimile lo any Power oi Attorney, and, unless subsequenily revoked and subject to any limiialion set forthlierein, any such Power of Attorney or certificate bearing su�h iacsimile si�nature a�� seal shall be valid and binding upon the ComFany and any such �wer so exec�led and cerliiied by i2csimile s+gnaiure 2nd <_�al shali be valid and binding upo� lhe Cor�Fzey ���E;h rF�pect to any bond or underlaking 10 which it is validly alta�hed. RESOL\'EO, fhat Atlorneys in Facl shall have ihe power and authority, subject to the te�ms and I�mital�ons o( Ihe Power ot Atlorney issued to them, to execute and deliver on behalf of the Company and to attach the �eal a' 1he Company to any and all bonds and undertzF.ings, an� any such insirument exe�uled by such fittorneys in Fact shall be G�n�in� upon the Company as if signed by an E>eculive C�iifcer and se2led a�d atlested to by lhe Se�re±ary or F�.ssislan; Se�retary ef the Company. I, Tammy Tieperman, Secre;ary ot Insurors Indemni!y Cor�par.y, do hereby certify ihat the toreooin� is a L•ue er.�erpt trom the Resolulions of the said Company as adopted by i!s 6oard oi D�re�tors on July 8, 2009, and lhat Ihis FPs�lulion is in fuil force and efieci. I cerlify lhal the foreaoing Power of F:tlomey is in full iorce and efiect and has not been reveHe�. In lNitness V�'hereo!, I have set my hand and tF,e �eal ot Ir�SU�iQRS II�DE!.1fJITY CGI:,Ff;t�Y on this 1: �ti dzy of �r,-; 1 , 2011 �, c����,_r....-.. � ��,t,,�c��..—_� Tammy Tiep ; �an; 5ecretary NOTE: IF YOU Hl,VE ANY QUESTIOTd REGP,RDIIJG THE V�,LIDITY OR �'�'ORDItdG OF THIS P01h'ER Cr' ATTOR!.EY, PLEASE CALL 690 933 7444 OR 1�'RITE TO US AT P. O. BOX 2683. ��i�ACO, TFx_qG 7F7nZ.?gg� nR ���c,�i i �g c,T SECTION 003100 PEFZFORf�^ANCE EE�!tii� .; �.^,��r- t�r TEx,a� COiJNTY �=�r UE��I�-OI�I '?cnd I�o. CNE-12°6°-00 I�I�!�JV,� {,LL MtN EY THESE FRFSENTS: Thaf �edden Ccncrete, Inc . �vhOSe addfesS i5 1269 t�. Business_ 78_ Blue Ridge, ier.as 75529 hPreinaffer called Principal, ard **, a corporation organized ar;d exisiing under the lavrs of the State of _ TE•xas anci full�i author;zed to lran�,act business in the State oi Texas, as Surefy, are ,-�c�lci �a�d firmly l�ound unto 'I» City of De��lon, a r�i,;nic�pai corF�oration organized and existing under ihe law; of lhe �lafeof Te��a�_. hE:�eir�afier called Owner, in the penal sum of Three hundred tu•encv thQU.��Ld nine hundred_fiftv and nof100 -------- ($320��50.00 ) DOLLARS {$ ) i�1u; 1en �?ercent of 1he stated penal sum 2s an additional suin of money representing �c7i!�o��a� courl experse� ,�'lorr�ey�' fees, and liaui�aled �lamages arisin, oi�t of or c�nnected with the bel�w +den+ifi� d Ccnt����ct, ii� la�vful rnonPy of the Uni;ed �tates. to be paid in DEnton County, Texas, for ihe psym���t o1 wri�h surn w�ell and �:ru!y to be made, we hereby bind ourselves, our heirs, executors, administralor�. 5uccessor�;, and assigns, j�intly and ��ever�ll�� 1:rmi�r by ihese presents. This B�nd shall au�oi��at�cslly be i,�creas�=d by the arr�uunl. �f any Chari;� C)rder •�r Supplemental Agreement �vhich incrEases lhe Contract p�ICE�, but in no event shall a Ch2nae Order or Supplemental Agreement which red�cES tl-�e Co���ract p�;ce deciease tne ��enal sum uf this Bonci TsIE uELIC:;AT101�1 ��:) F'h`i S�,tJE�. is conur�ior��d a:: `olows: Whereas, the Principal eniered inio a c�n��in C,oi�trocl, �aentif;,::r_� by C.�rJir�ance Nurnber 2C�11- _�_, w�th the City of Denton, the Ov��ner, d2i�� lhe __._ _19th___ day Of _ April A.D. 2011 , fo� �•i9# g�5.�. N���h�l-rLrho4d Park & Play.around Development Project; Preserve at Fecan Creek Park & Ov,�sley Park ��1C:','.', ':�lFf�F�Fpf��=, if �he F'rinciK;al s��all �vell, tr�ly ar�d faithfuf!y p�=rfo,m and `ulfill all of the ur�r,�Ertaki��:��,. cc.vEr,an;s, te��~is. c��nditio��� and �c�;�err!��;�•ts ��� s��,J Conlra�t in accordance ��rith the Plan: S��i,ilica;�u�:- .�i�d ��-�r��ra•�1 Documents d,�ring ,I•a r.. ���inal tzrm therE;uf and any exi2nsion thereof �n�i�icr� m�y ue granted ��f u��a U��•n�r, ,vi�h c�r v,�tlio�i ��u;�ce �o lne Surety, and during lhe life of any yuaranty ar warranty raquirtci �nder ►his Coiifr2�:t, aiu� �I��il also welf ar�d tr�fy peri�rm and fulfili ail ihe undertakin�s, covei�ar�is, Teri�is, conditions and agreerrienls of any and all duly authorized modifica;ions of said Ccnira�� tl�at mav herezrter be made, no±�o=, of wf•�ci� modifications to the SuretV being hereby ���ai���d; ��•,d rt tl�i, F'rir�i��al shall r�N�,ii andior rtulace �li d�(ecls due tu faul�y mGterials and �,-rorkmons��ip lhat appear �,rr�,l�in a�eriod o1 lv�o (2) year, frcm the dale oi final complction and final _cc���ta ic�� of 1h� '�,Vak b�i ;hn Oti�ner. and, �f the Principal shall fu11y indemrify and save harmles5 the ��� �rr�Nr f:crn a�li :sts and d� rr�ag:s which U�vr�Fr mr_�. �uf�er by reason of failure to so perform herein and shall tully reimbu�s? and rr�pa�y Ovrr.er all outlay ��nd expense which the Owner m�y incur in making good an•,� clr_f��,'I �,r ,!�-.�, :•r :cv, tl,Fn inis obliq�_ lu�n shall L•e void cther�vise, rt sl;���l ren�iain in full force and rr'�t , ** Insurcrs Indemnity Ccmpar.; FRESE.FZ'�'f: P1" F I-.CpN C1:1= f K f-,,�1 F��RFORIJIAIJC� BOND OWSIEI' I>AF2K CONSiFlUi'TiG'J ,�� G!=h'O\I'��',n"; nminn. � JANI�tiRI"%4, 2�11 '_.""' AVO 2''��� P�'C�`,!IG[:C� f=�.'RT� �::R, '����,1 if ;,ny I���al �cli��n he 1il�d upon lhis B�; nd, e>:clusive ��enue shall lie ir� l��.���tcn ����;ir:1�,�, ,i;.�1�� �.! 1 ;:r,�s. �.f�10 FPG'VIG�D �?: P,TH�R in �� [hE =�i;,' S::re:y: 'c r�v�� I�e received, hereby =t�F=,;:�ace� �r:d ac�ress thst no ;hanoe, ex.tension ci time. altera.ticn c�r acdition to the ierms of the Coniract, cr fo tF�e �r�r�,rl; �o t�e �erinnr�� tl��r���nd�r �r tc, the P!ans, Spe;ific2tiers, Qrav,li^gs, e;c., zccempar�irq ;he san�e, sh�ll in a�y���ise affFC: iis ot;lioatic�r•� on tl�is Bond. �nd it does hereby �n�aive notice of any such ��h,;nq�., �_�l�-ns�nn of time :Iteratinn or a�idifinn lo tr�e if�n�;; o( the Conlract, or io the 1��ork tC be ,-!E'C'i:���ilr?(1 fF�PfEi�r���1�r OI' :C� !hF, F'18f1S, S��F�i�1�2LiOf1�, Drav,�ingS, FiC. -fh�>. Eord :� r•�ci� �:r.�;�su :r�t to the ��rovisions of Ch��pter 2253 of the Ter.as Governmenl Ccde, 2s ;:�-„er.ded. a��d any oth=r �:ppl�c2ble �tatutes of th? Sta�e c( l-exas. ����e ur�c�ei;,��,e� �nu uESiynated a�3eM is here�y dcsi�r�ated by ihe Surety herein as the Resi�ent �geni in Denion Ccunty lo v�hom any requ�site nc�tices ir�ay be delivered and on �vhom sen�ice of process rnay ba nad ii� rnatiers �ric��y out c � such sur�f��shi�, as provided by ArticlP 7.1�-1 ef the ��isurance �o�e, \'e; ncn's F,�-�noisted Civi: StatuiES ct tr�c St<3te c�f Texas. I�i 'J�'IT�JE_;;3'ct�fll:l?LO� , tl,�s instr�mei�i is exccut�d i�� four copies. each cne of which shall be ��cErr-�,�� �.i� �n�a�al, this U�e ___1.°_t.h_._ d2y oi Ppril . 2011 11TTE;>l-: BY: - --`,E ;L=1'���It'r'--�--�----� ,11 Tr_�S�I�: PRIIJCIPAL Redden Concrete, Inc. _ l31 . ----zz � ''�' �S! l -- PRE51DEtv�1- �'�Y -.--�����?����� -- Fat Pinchback, Witne�s T1-�r '?��i�l�nl ra�rn; r�` tl��= �,ure;y in uenl�n County, �'.� lf`r ct� � NA�NE: i�iichael Ross Sl�:;i=l Y Insurors Indemnity Ccm�anv BY: � ATTORNEY-IN-FACT Tonie Petranek Te�cas fnr de!ivery of notice and service of the :i�i f�FL=�� AC�pRFSS: _805._Woodside Ct_,_ Hic�hland Villaae, Texas 75077 �NC1TF� �iat� ^f f E�I (Orr��nCp Bond must be da!e of Conlra��1 I, Res��eni Aaent is not a corporali�n, give 3 ��?!gnr�'r n����t� � ' PRESERVF,4T PECAW CRFE!C PARK PERFORIJ�l;NCE 6UND 01NS1.1='! FARY ('���JS�F;:.�Cl'I(1!J ft?F;:O'JATIQ�J D0310U • 2 JP.Nl4�,RY �d 2(111 AVO 2710'I SEC'fION 0032Q0 PAYIVIENT BOt�ID STATE OF TEXAS COUNTY OF DEIJTON Bond No. CNB-12969-00 K�IC.�W NI_L. MEN Bti" THESE PRESENTS: That Redden Concrete, Inc. w�hose address is i��a N. Busine�ss�7Q,_Bl�e RidQe, Texas 75424 hereinafter callecl Principal, and Insurors Indmenity Companv , a corporaticn or;:r�ized a,�d existing under the laws of the Staie of Texas , and fuily aulhorized to Lra�isa��t LU.iIIIE'ss i� tl,.=� Sl�;�; of Texas, as Suiety, �re he1�1 and firmly bound unto the City of Denion, a i�un;c:ipal c:orporat�on organized and existing under the laws of the 5tate of Texas, hereinafler called Uwner, and untr� all persor�s, firms. and corporations whn may furnish mater��als for, or, e orm Iabo upon, the building or improvernents hereinafler referred to, in the penal sum of Tnineehundre�a�iftvtandhno%100 Dc�LLAR�($ 320., 950. 00__---------_ ------___� in lawful money of the United States, to be paid in Denton County, Texas for ihe payment of which sum well and truly t� be made, we hereby bincJ ourselves, (�Uf f1EIfS, zxecuiors, administrat��rs, successor�, and assigns, jointly and severally, firmly by tl-�ese presents, Tl�is Bond shall automatically be increaseci by the amount of any Change Order or Supplerr��iital A,yreeinent whicn increases ihe C;onlract price, but in no event shall a Change Order or �upplemental P,greement which reduces the Contraci price ^I�crease the penal sum of this Bond. T�ri� GF��.,c;.A"I��G;�I T�G f'Al' SAA�E �s con�l;tionFd �� follows: Whereas, the Principal enferecl into a��ert�in Lc�i�U�aci, ��ientifiE,;� Ly Grdinance IVumber 2U11- _, with the City of Denton, the Owner, �dLe�1 ;he _ 19th day u.`_ April A.U. 2011 for �i��4653-Neiqhborhood Park & Playqround Development Project; Preserve at Pecan Creek Park & Owsley Park NU\N. TH�REFORE, if !he Principal shall well, truly and faiihfuliy perform iis duties and make �;ron���t payrnent W all pe! sons, i�rms, subcor�irai;torc, corporati��ns ar�d claimants supplying labor and/or �r�aterial in the prosecution of tf�e '✓Vork providE�d for in said C;ontract and any and all duly authorized moai�icati��ns o( said Ccn!ract that may hereafter be rnade, notice af which modifications to the Surety I�einy h�raby exr;ra,sly wa�ved, thEn tnis obligati�n shall bz Joid; oiherwise it shall remain in full force and �ifect Pk��\�IJl:l1 Fi�R�f FI,F.R, lt�at if a��y �e�]d� :3;;t��n be 1i'�d on this Bond, excl�sive venue shall lie in Ja.r�t<>n C.��.mly, �� e�as. A�1D PROVID�D FURTHER, ihat the said Surety, for value received, hereby stipulates and acrPes that no change. extension of time, alteraiion or acidifion to the terms of the Contracf, or to the VVork io be �erforned IIiEi�unoer, �r lo t��e P�ans, c;pecifica!ions, Dra��ings, etc., accempanying the sanie, sh�ll in ar,v�NisE affEC� ils obiigation on this f3ond, and ii does hereby waive notice of any such chanye, E,xtFnsiori oi tirrN. �Iterati�n or �ddition �tu the t�rm;, of the C�nlract, or to the Worl; to be ��rr;�,rmf,�� i����r�;nnc;cr cr tc> ��:h� F'lans, S�:EC�fl�dl�ons, Urawings, etc. PRESF_I?VF..AT PEC?,NCREFK PARK, PAYMENT BOND OWSLEY PARK CONSTRUCTION R RFNOVATION nn��nn .� JANUARY 2a. 2n11 """"" ' AVO 27107 T'��;; B�r�l �s given uufSU:lnf.lU 1hc r?�ovi�ions of Cheptei 2253 of the Texas Government Code, as arr�ended. and any �iher a�piic2bl� statulES of the �tate of Texas. TI�•e unoersigned 2nd designaletl zgent is hereby designated by the Surety herein as lhe Resi�Jeni ,��a�ni i� CPnlor� C,����niy t�� vrhom any reyuisite ni�lices inay be delivered and on v;horn service +� �iI�iCES� 1'ficv i:�f: �i:�ij i�i fiic'tif:f5 af15111Q pl_I� C?i $I�!'fl SU(Etj'Sf:;t^,, 25 r^,!v':ICE.�. �^,'y' f'��i1Ci@ i,i�-I UI `ll`iC lnsurance Code V��rn�n's rr�notaled Civil S12tutes of the Staie of Texas. IN `�'IT��FSS �NHEREQF, th�s ins;rumFni is executcd ir four copies, cach one of �vh�ch shall be �eemed dn onoinal, ihis the.____ 1°th __!_ d�y �f__ April , 2011 ATTEST: BY. -- �ECRE ,(=,Y ^ /�TTEST: BY _ ���c,.����Li.�-GLG��---- Pat Pinchback, ��litness PRINCIPAL _P.edden Ccncrete. Inc. B1': _._ ,�„ PRESIDEN � SURETY InsLrors Indemnity Cctrnan� B'i . QRN Y-IN-FACT Tonie Petranek The Re����nt A��e:,�t of th� Suretv in Denton Co�.inty, Texas for delivery of nctice and service of lhe process is � N�,hJ;E: N,ichael Ross S-T�REETALDR�SS�_, 805 Woo�g�C�., Hiahland Villaqe, Tex.as 75077 (i��U rE: �;�fp p( n,.�t,r,��nt P�nd m,:st b� date of Contract. �f ResidFnr A.!�ent rs no! e corpor2!ion gil�e a /J�rg�77��s I1�;;�C: : PRESFRVF nT PE�AN Gf2EE1< PAkK OWSI_EY F�ARK CUNSTRUCI'IGN & RcNOVA.TlO'� PAY���E�T BO��D JANUARY 1n, 2Q1 1 OD3200 • 2 AVO 27107 INSL[RORS II� - EI�-�NITY P.o. ��,x��,�3 .2�; S"uth Fifd� Street .,ti,,«,, Texac;b,��-��,s3 , � ���������.irt5urorsinderru�it��.com • 2`*�-759-3i00 • Fax?�-1-���6399 �. t�»Ii���r��� i I!11PORTANT NOTICE - aV1S0 In1PORT.�NTE To obtain infannation �r tnake a complaint: You ma�� call [nsurors Indemnit}� Compan��'s toll-frcc telephone number for information or to make a complaint at: i-soo-9� ;-�aaa You may also ��rite to Insurors Indemnity Compan}� at P.O. Box 2683 \1'aco, TX 7G70?-2683 Or 325 Soutl� Fifth Street VI'aco, T?i 76701 1'ou may conlact the Texas Department of Insurance to obtain inforniation on companies, covera�es, ri�hts or complaints at I-800-25?-3-1;9 1'ou may ���rite the Te�as Department of lnsurance at: P.O. Box 14910� Austin, TX 78714-9104 Fax: 512-�7�-1771 �1'eb: http:�'��•�v��.tdi.state.t�.us E-maiL• C crosumerProtectic�n•n tdi.state.tx.us PREA11U�4 OR CLAlA1 DISPUTES: Should you ha��e a dispute concerning }'our premium or about a claim, }�ou should centact the aeent or the company first. lf the dispute is not resol��ed, }�ou ma�� contact the Texas Department of 1 nsurance. A7TACH THIS NOTICE TO l'OL!R POLiCY: This notice is for information onh• and does not become a part or condition of the attached document. Para obtener informacion o para someter una queia: Ustcd pucde llamar al numero de telefono gratis de [nsurors Indemnity Compam�'s para inforniacion o para someter una queja al i-soo-9��-7a-ta Usted tanbien puede escribir a Insurors Indemnit� Company: P.O. Box ?683 \'�'aco, T\ 7670''-�653 O 225 South Fifth Street \\'aco, TX 76701 Puede comunicarse con el Depanamento de Se�uros de Texas para obtener infortnacion acerca de companias, coberturas, derechos o quejas al 1-800-252-3a39 Puede escribir al Departamento de 5eeuros de Texas: P.O.Bo� 1a9104 �ustin, T\ 78714-910� Fa�: 51''--�75_� � � � �1'eb: http:"�«���.tdi.stsie.t�.us E-maiL• ('onsumcrProt�rtic�n u tdi.uat�.t�.u� D15PUTAS SOBRE PRIMAS O RECL.A�10S: Si tiene una disputa concemiente a su prima o a un reclamo, debe comunicarse con el a�ente o la ceitipania primero. Si no se resuel��e la disputa, puede entonces comunicarse con el departamento (TDI). l!N.a ESTE .a�'ISO .� Sl• POL1Z.a: Este a��iso es solo para proposito de informacion r no se con� iene en parte o condicion del docwnento adjunto �• esta dado para acatar con Section Z?5;.0�1 Go�•ernment Code �� Section 53?02, Prope��� Code efectiro, Septiembre ], 2001. 1N S LIRO RS II�:EI�-'IN ITY � C, o����rii���! POWER OF ATTORNEY of It�SURORS It�iDE�4NITY COtJiPA�JY E�ti'aco, Texas Kh�O:N A�l FERSCtJS 6Y THESE FRESEtSTS: t�fumber. ClvB-129EE-0� That INSURORS WDEtJ�NITY C01�4PANY, lr�'oco, Ter,as, organized and er,isting under the 12��;s of lhe S!a1e of Texas, 2nd author,zed �nd licensed tc do bu=_ine=s in ihe Sia;e of Texzs an� the United Stales cf Frnerica, dc�s hereby make, con:litu�e and 2ppoint i onie Peiranek of 1he City of Dallas, State of TX zs Atiorney in Fact, with tull po��,�er 2nd zuthority hereby conlerred upon him to sign, ex.ecule, acF,ro�,�ledge znd deliver ior and onils beh�lf as Surety and as its acl and deed, zll of lhe fcllov;ing classFs of documenl, l�-v;il: Indemnity, Surety znd Undertakings ihzt m2y be desi�ed by contract, or may be given in an��:c?ien or proceeding in any court of law cr equity; Indcmnity in sll cases where indemnity msy be 1«v�ully given and wilh rull po�;�er 2nd authority lo execuie consenis �nd ���aivers to mocify or cha��ge or extend sny bond or document execuled for lhis Ccmpany. . Att�st: -�..,�. , L�,1c�J Tammy Tieperm n Secretzr State ot Texas County of t.1cLennan IhSURORS 1�'DEf�1NITY IJ�FARY . By� , ��� G � T o as . Chase, Jr, Chairma n� CEO On ihe 8lh day oi July, 2009, betore me a Nolary Public in the Slate of Ter.zs, person�lly aFpeared Th,rr�as G. Chase, Jr. and Tammy Tieperrran, who being by me duly sworn, acknov,�ledoed ihat they executed the above Pov.�er o'Atiorne�� in lheir capacilies as Chairman and Chief Executi�•e ONicer, �nd Corporafe Se�relary, respectively, ot Insurors Inde�nNly Compar.y, znd acknvwledged said Pou�er oi Atlorney io be the voluniary acl an deed oi the Company. ........... ......._.............. �i�; �1� ,SHERRI WHITEHOUSE 4 M Not�ry FuClic IJotary Public, State o( Tex2s ��• STATE OF TEXAS My Comm E�D 651i11iU1S ....................................e Insurors Indemnity Company certifies that this Power ot Atlorney is granied under and bpauthority of lhe to►IOwing resolulions o1 the Company adopted by the Board oi Diredors on Ju1y 8, 2�09: RESOL\'ED, ltial all bonds, undertakinos, conlra�is or oiher obligziions may be execuled in ihe �ame ot ihe Compzny by persons appointed 2s Atlorney in Faci pursuant 10 a Power of Atlorney issued in accordan�e wilh these Fesolulions. Said Power oi Atlorney shall be execuled in the name and on behalf oi the Company eilher by lhe Chairman and GEO or the President, under their respective designation_ The signalure oi such otticer and the seal oi ihe Company rr�ay te aHixed by lacsimile to any Power of Attorney, and, unless subsequently revoY,ed and subject to any limita;ion set iorthl7e�ein, any such Power o( Attorney or �erlificate bearing such facsimile si�nalu�e and seal shall be valid and bindi�g upon the Com�any and any such power so executed and certified by (acsimile sign2l�re 2nd seal shzll be v21id and binding upon ihe Co��Fzry �ti�i;h rF��ect 10 any bond or underlaking lo which it is validly altached. RESOLVED, lhat Atlorneys in Facl shall have ihe power and authority, subject to the ierms and I�mitaiions of lhe Power ot Attorney issued to them, to execute and deliver on behalt oi Ihe Company and to attach the seal o' Ihe Company to any and a11 bonds and underizkings, an� any such instrument executed �y su�h �,itomeys in Fact sh211 be G�n�in� upen the Company as i1 signed by an E>eculive pliicer and sealed 2nd a!lested lo by� lhe �ecretary or �,ssistan; �.e�re:ary c! the Company, I, Tammy Tieperrnan, 5ecretary of Insurors indemnily Coripar,y, do herehy certily lhat lhe ioreooin: is a I•ue er.�erpt trom ►he Resolulions of the said Company as adopted by ifs 6oard of D�reclors on July 8, 2009, and lhaf lhis Resolulion ic in full iorce and efie�l. I ceriify ihai the foreaoing Power of f;tlomey is in full torce and etfecl and has nol been revoF.ei. In lNitness VdF�ereo(, { hzve set my hand and ih,e �eal oi I��SURQRS II�CEt �PJITY CGI?�FI;t.Y on this ��t*, dzy of _ �r,-; � , zot� ���� � � . w�� �-;�.�^,� �.�.__� Tammy Tiep �r �a�r� n; Sec�elary NOTE: lF YOU H�,VE A�Y OUESTION REG�,RDIIJG THE V„LIDITY ORVJORDItdG OF THIS POINERCr kTTOR!�EY, PLEASE CALL E70 933 7444 OR 1�'RITE TO U5 AT P. O. BOX 26R3, �'dACO, TFx_q� �F7nZ.�Fa� nR c„L�` �,c p,7