HomeMy WebLinkAbout1999-269ORDINANCE NO � "—� f
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS
CONTRACT FOR THE CONSTRUCTION OF WATERLINES, PROVIDING FOR THE
EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING AN EFFECTIVE DATE (BID 2386
— SANDPIPER AND WESTCHESTER WATERLINE AWARDED TO OSCAR RENDA
CONTRACTING, INC IN THE AMOUNT OF $337,653)
WHEREAS, the City has solicited, received and tabulated competitive bids for the
construction of public works or improvements in accordance with the procedures of STATE law and
City ordinances, and,
WHEREAS, the City Manager or a designated employee has received and recommended that
the herein described bids are the lowest 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
S CE TION I That the following competitive bids for the construction of public works 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 CONTRACTOR AMOUNT
2386 OSCAR RENDA CONTRACTING, INC $337,653
SECTION II That the acceptance and approval of the above competitive bids shall not
constitute a contract between the City and the person submitting the bid for construction of such
public works or improvements herein accepted and approved, until such person shall comply with
all requirements specified in the Notice to Bidders including the timely execution of a written
contract and furnishing of performance and payment bonds, and insurance certificate after
notification of the award of the bid
SECTION III That the City Manager is hereby authorized to execute all necessary written
contracts for the performance of the construction of the public works or improvements in accordance
with the bids accepted and approved herein, provided that such contracts are made in accordance
with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms,
conditions, plans and specifications, standards, quantities and specified sums contained therein
SECTION IV That upon acceptance and approval of the above competitive bids and the
execution of contracts for the public works and improvements as authorized herein, the City Council
hereby authorizes the expenditure of funds in the manner and in the amount as specified in such
approved bids and authorized contracts executed pursuant thereto
SECTION V That this ordinance shall become effective immediately upon its passage and
approval
PASSED AND APPROVED this the i — day of f ,1999
JACK fI ER, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
BY 9e4mla Jfi
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
BID 2386 -CONTRACTUAL ORDINANCE
ATTACHMENT
TABULATION SHEET
Date 7 2 9
SANDPIPER AND WESTCHESTER WATERLINES
Qty.
PIESPRI 'ON
VENDOR
VENDOR
VENDOR
OSCAR RENDA
JAGOE PUBLIC
CONTRACTING,
PIPE CON, INC
COMPANY
E i FL
Y
INC
SANDPIPER 8" WATERLINE
$118,828 00
$127,249 85
$101,538 90
WESTCHESTER 8" WATERLINE
$218,825 00
$320,839 15
$249,972 50
TOTAL
$337,653 00
$448,089 00
$351,511 40
ADDENDUM
YES
YES
YES
- C CIPy -
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this AUGUST day of 17 A D , 1999, by
and between CITY OF DENTON `
of the County of
DENTON and State of Texas, acting through
MICHAEL W JEZ thereunto duly authorized so to do, hereinafter termed "OWNER,"
and O5CAR RENDA CONTRACTING, INC
522 BENSON LANE
ROANOKE, TX 76262
of the City of ROANOKE , County of
DENTON
and State of TEXAS , hereinafter termed "CONTRACTOR "
WITNESSETH That for and in consideration of the payments and agreements
hereinafter mentioned, to be made and performed by OWNER, and under the conditions
expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to
commence and complete performance of the work specified below
BID # 2386-SANDPIPER AND WESTCHESTER WATERLINE
in the amount of $337,653 and all extra work in connection therewith, under the terms as
stated in the General Conditions of the agreement, and at his (or their) own proper cost and
expense to furnish all materials, supplies, machinery, equipment, tools, superintendence,
labor, insurance, and other accessories and services necessary to complete the work specified
above, in accordance with the conditions and prices stated in the Proposal attached hereto, and
in accordance with all the General Conditions of the Agreement, the Special Conditions, the
Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and
Payment Bonds, all attached hereto, and in
CA-1
accordance with the plans, which includes all maps, plats, blueprints, and other drawings and
printed or written explanatory matter thereof, and the Specifications therefore, as prepared by
ENGINEERING DEPARTMENT
all of which are made a part hereof and collectively evidence and constitute the entire contract
Independent Status
It is mutually understood and agreed by and between City and Contractor that
Contractor is an independent contractor and shall not be deemed to be or considered an
employee of the City of Denton, Texas, for the purposes of income tax, withholding, social
security taxes, vacation or sick leave benefits, worker's compensation, or any other City
employee benefit City shall not have supervision and control of Contractor or any employee
of Contractor, and it is expressly understood that Contractor shall perform the services
hereunder according to the attached specifications at the general direction of the City Manager
of the City of Denton, Texas, or his designee under this agreement
Indemnification
Contractor shall and does hereby agree to indemnify and hold harmless the City of
Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury
to property or third persons occasioned by any error, omission or negligent act of Contractor,
its officers, agents, employees, invitees, and other persons for whom it is legally liable, with
regard to the performance of this Agreement, and Contractor will, at its cost and expense,
defend and protect the City of Denton against any and all such claims and demands
Choice of Law and Venue
This agreement shall be governed by the law of the State of Texas and venue for its
construction and enforcement shall lie in the courts of Denton County, Texas
The CONTRACTOR hereby agrees to commence work on or after the date established
for the start of work as set forth in written notice to commence work and complete all work
within the time stated in the Proposal, subject to such extensions of time as are provided by the
General and Special Conditions
The OWNER agrees to pay the CONTRACTOR in current funds the price or prices
shown in the Proposal, which forms a part of this contract, such payments to be subject to the
General and Special Conditions of the Contract
CA-2
IN WITNESS WHEREOF, the parties of these presents have executed this agreement
in the year and day first above written
APPROVED
BID 2386 Rev 8/99
CITY OF DENTON
lVAIA ,I II
CA-3
(SEAL)
5aa �tiSop-" UNE:
MAILING ADDRESS
(SEAL)
PERFORMANCE BOND Bond #8149-24-02
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That OSCAR RENDA
CONTRACTING, INC whose address is 522 BENSON LANE, ROANOKE, TX 76262,
hereinafter called Principal, and Federal Insurdnce ComRany
a corporation organized and existing under the laws of the State of TEXAS and
fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound
unto the City of Denton, a municipal corporation organized and existing under the laws of the
State of Texas, hereinafter called Owner, in the penal sum of THREE HUNDRED THIRTY
SEVEN THOUSAND SIX HUNDRED FIFTY THREE AND no/100------
DOLLARS ($337,653) plus ten percent of the stated penal sum as an additional sum of money
representing additional court expenses, attorneys' fees, and liquidated damages arising out of
or connected with the below identified Contract, in lawful money of the United States, to be
paid in Denton County, Texas, for the payment of which sum well and truly to be made, we
hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly
and severally, firmly by these presents This Bond shall automatically be increased by the
amount of any Change Order or Supplemental Agreement which increases the Contract price,
but in no event shall a Change Order or Supplemental Agreement which reduces the Contract
price decrease the penal sum of this Bond
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the
Principal entered into a certain Contract, identified by Ordinance Number 99-269 , with the
City of Denton, the Owner, dated the 17 day of AUGUST AD 1999 , a copy
of which is hereto attached and made a part hereof, for BID # 2386-SANDPIPER AND
WESTCHESTER WATERLINE
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill
all of the undertakings, covenants, terms, conditions and agreements of said Contract in
accordance with the Plans, Specifications and Contract Documents during the original term
thereof and any extension thereof which may be granted by the Owner, with or without notice
to the Surety, and during the life of any guaranty or warranty required under this Contract, and
shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions
and agreements of any and all duly authorized modifications of said Contract that may
hereafter be made, notice of which modifications to the Surety being hereby waived, and, if the
Principal, shall repair and/or replace all defects due to faulty materials and workmanship that
appear within a period of one (1) year from the date of final completion and final acceptance of
the Work by the Owner, and, if the Principal shall fully indemnify and save harmless the
Owner from all costs and damages which Owner may suffer by reason of failure to so perform
herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may
incur in making good any default or deficiency, then this obligation shall be void, otherwise, it
shall remain in full force and effect
PB - 1
PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive
venue shall lie in Denton County, State of Texas
AND PROVIDED FURTHER, that the said Surety, for value received, hereby
stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications,
Drawings, etc , accompanying the same, shall in anywise affect its obligation on this Bond,
and it does hereby waive notice of any such change, extension of time, alteration or addition to
the terms of the Contract, or to the Work to be performed thereunder, or to the Plans,'
Specifications, Drawings, etc
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas
Government Code, as amended, and any other applicable statutes of the State of Texas
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Denton County to whom any requisite notices may be delivered and on
whom service of process may be had in matters arising out of such suretyship, as provided by
Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas
IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which
shall be deemed an original, this the 17 day of AUGUST 1999
ATTEST
PRINCIPAL
ffM . rc �
up
BY Oscar c
ATTEST VA' 'i Y
Federdl Insurance Company
BY
Dianne Gass BY Amyt U
ATTORNEY -FACT
Arnim I Gerstenmeier
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME rmKA.� L Mnnubtcs —
STREET, ADDRESS 63236 L1nudos bs'. S4zYc SaS. pAi1As,T1,rAs 15'2.25
(NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a
corporation, give a person's name )
Purchase/BondAgr==ntFor= dm
PB-2
Chubb
POWER
Federal Insurance Company
Attn Surety Department
C Surety
OF
Vigilant Insurance Company
Pacific Indemnity Company
15 Mountain View Road
Warren, NJ 07069
ATTORNEY
Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York
corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Arnim I Gerstenmeier,
John L Mondics and Larry D Greenhaw of Dallas, Texas ---------------------------
each as their true and lawful Attorney -In -Fact to execute under such designation In their names and to affix their corporate seals to and deliver for and
on their behalf as surety thereon or otherwise, bonds (other then bell bonds) and undertakings given or executed In the course of its business (but not
to include any instruments amending or dialing the some, nor consents to the modification or alteration of any instrument referred to In sold bonds or
obligations)
In Witness Whereof, saki FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have
each executed and attested these presents andafffbrod!haircorporate seals on this10th dayofFebruary, 1999
fig
nneth C en el, sfa S ryFro k E Robertson, VI President
STATE OF NEW JERSEY
County of Somerset J w
On this 10th day or February, 1999 before me a Notary Public of New Jersey personally came Kenneth C Wendel
to me known to he Awl -dent Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY and PACIFIC INDEMNITY COMPANY the
companies which executed the foregoing Power of Attorney and the mid Kenneth C Wendel being by me duly sworn did depow and my that he Is Assistant
Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof
that the seals aelxed to the foregoing Power of Ascrney are such corporate seals and were thereto affixed by authority of the Sy -Laws of sail Companies and that he
signed mil Power of Attorney as Assistant Secretary of acid Companies by like authority and that he is acquainted with Frank E Robertson, and known him to be
Vim President of said Companies, and that the signature of Frank E Robertson, subscribed to mid Power of Attorney Is In the genuine handwriting of Frank E
Robertson and me thereto subscribed by authority of said By -Laws and in deponents presence
Notarial Seal oftws,�`
ANNEK RUSSAMotai
Notary Public Stets of New Jersey
No State of 8
CERTIFICATION Commission ExpoesJune 17,2003
Extract from the By -Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY
'All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the
Chairman or the President or a Vice President or an Assistant Vim President, jointly with the Secretary or an Assistant Secretary, under their
respective designations The signature of such officers may be engraved primed or lithographed The signature of each of the following
officers Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the
Company may be affixed by facsimile to any power of allomey or to any certificate relating thereto appointing Assistant Secretaries or
Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory In the nature thereof and
any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and
any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with
respect to any bond or undertaking to which t Is attached "
I, Kenneth C Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY
COMPANY (the'CompanletI do hereby certify that
(I) the foregoing extract of the By -Laws of the Companies is true and correct,
(II) the Companies are duly licensed and auggdaed to transect surety business In all 50 of the United States of America and the District of
Columbia and are autlprimd by the U S Treasury Department further, Federal and Vigilant are licensed In Puerto Rioo and the U S Vkgin
Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island, and
(III) the foregoing Poorer of Attorney is tore, correct and in full farm and effect
Given under my hand and seals of said Companies at Warren, NJ this 17 th day of Aupu s t , 1999
vq
� a
� YMDIANF' e ♦ e�eW a,F+F
M1111111,2F _ i
n
IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR
NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY
Telephone (908) 903-3486 Fax (908) 903-3666 e-mail surety@chubb com
Form 15-10-M (Ed i4ill NON -CONSENT
PAYMENT BOND
STATE OF TEXAS § Bond #8149-24-02
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That OSCAR RENDA
CONTRACTING, INC , whose address is 522 BENSON LANE, ROANOKE, TX 76262,
hereinafter called Principal, and FAdArai TnRnrAnre Comply
a corporation organized and existing under the laws of the State of TEXAS , and
fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound
unto the City of Denton, a municipal corporation organized and existing under the laws of the
State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who
may furnish materials for, or perform labor upon, the building or improvements hereinafter
referred to, in the penal sum of THREE HUNDRED THIRTY SEVEN THOUSAND SIX
HUNDRED FIFTY THREE AND no/100 ---- DOLLARS ($ 337,653) in lawful money of the
United States, to be paid in Denton, County, Texas, for the payment of which sum well and
truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors,
and assigns, jointly and severally, firmly by these presents This Bond shall automatically be
increased by the amount of any Change Order or Supplemental Agreement which increases the
Contract price, but in no event shall a Change Order or Supplemental Agreement which
reduces the Contract price decrease the penal sum of this Bond
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the
Principal entered into a certain Contract, identified by Ordinance Number 99-269 , with the
City of Denton, the Owner, dated the 17 day of AUGUST A D 1999 , a
copy of which is hereto attached and made a part hereof, for BID 2386-SANDPIPER AND
WESTCHESTER WATERLINE
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties
and make prompt payment to all persons, firms, subcontractors, corporations and claimants
supplying labor and/or material in the prosecution of the Work provided for in said Contract
and any and all duly authorized modifications of said Contract that may hereafter be made,
notice of which modifications to the Surety being hereby expressly waived, then this obligation
shall be void, otherwise it shall remain in full force and effect
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue
shall lie in Denton County, Texas
AND PROVIDED FURTHER, that the said Surety, for value received, hereby
stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications,
Drawings, etc , accompanying the same, shall in anywise affect its obligation on this Bond,
and it does hereby waive notice of any such change, extension of time, alteration or addition to
the terms of the Contract, or to the Work to be performed thereunder, or to the Plans,
Specifications, Drawings, etc
PB-3
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas
Government Code, as amended, and any other applicable statutes of the State of Texas
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Denton County to whom any requisite notices may be delivered and on
whom service of process may be had in matters arising out of such suretyship, as provided by
Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas
IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which'
shall be deemed an original, this the 17 day of AUGUST , 1999
ATTEST
,1BY
iySsT. SE T RY g,epmp,, t . Cai rgy
ATTEST
BY
Dianne Gass
PRINCIPAL
Oscar Benda/ Contri�*ing, Inc
Federal Insurance Compan
BY A —WA I/ �9iEff i
ATTORNEY -IN -FACT
Arnim I Gerstenmeier
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME John L. Mondics
STREET ADDRESS 8235 Douglas Ave , Suite 828, DAllds, T'exds 75225
(NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a
corporation, give a person rs name )
Purchase/BondAgreem aForms dmv 8/99
C Chubb POWER Federal Insurance Company Attn Surety Department
OF Vigilant Insurance Company 15 Mountain View Road
Sure/ ATTORNEY Pacific Indemnity Company Warren, NJ 07059
Know All by Thaw Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York
corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Arnim I Gerstenmeier,
John L. Mondies and Larry D Greenhaw of Dallas, Texas ---------------------------
each as their true and lawful Attomey-In-Fact to execute under such designation In their names and to affix their corporate seals to and deliver for and
on their behalf as surety thereon or otherwise, bonds (other than bail bonds) and undertakings given or executed In the course of its business (but not
to Include any Instruments amending or akering the some, nor consents to the modification or alienation of any Instrument referred to In said bonds or
obligations)
in Witness Whereof, sold FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNNI TY9 COMPANY have
each executed and attested these presents and affixed their corporate seals on this 10bh day of February ,
99
�_-, a. I
nneth C en el, sfa Sa ry T- Fro It E Robertson, VI President
STATE OF NEW JERSEY
County of Somerset J"
On this 10th day or February, 1999 sae me a Notary Public of New Jersey personalty name Kenneth C Wendel
to me known W be Amistent Secretary of FEDERAL INSURANCE COMPANY VIGILANT INSURANCE COMPANY and PACIFIC INDEMNITY COMPANY the
companies which executed the foregoing Paver of Attorney, and The mil Kenneth C Wendel being by me duty swum, did depose and my that he Is Assistant
Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and known the corporate made thereof
that the amis amxed to the foregoing Power of Attorney am such corporate meals and were thereto aalxed by authority of the By Laws of mid Companies and that he
signed mid Power of Attorney as Assumed d Secretary of said Companies by like authority' and that he Is acquainted with Frank E Robertson and knows him to be
Vim President of mid Companies, and that the signature of Frank E Robertson subscribed to mid Power of Attorney Is in the genuine handwriting of Frank E
Robertson, and was thereto subscribed by authority of mid By4Aws and In deponenfs presence
Netadal3ml vty K 6s
o OTAR
.{.P,_UBLCC OANNE K RUSSAIINots
'WJdv92� Notary Public Stets of New Jersey
No 2214608
CERTIFICATION Commission Expires June 172003
Extract from the By -Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY
'All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the
Chairman or the President or a Vice PreeldeM or an Assistant Vice President Jointly with the Secretary or an Assistant Secretary, under their
respective designations The signature of such officers may be engraved printed or lithographed The signature of each of the following
offtcere Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seed of the
Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or
Attorneys -In -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory In the nature thereof and
any such power of attorney or certificate bearing such facsimile signature or facsimile awl shall be valid and binding upon the Company and
any such power so executed and certified by such facsimile signature and facsimile seal shell be valid and binding upon the Company with
respect to any bond or undertaking to which it Is attached "
I, Kenneth C Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY VIGILANT INSURANCE COMPANY and PACIFIC INDEMNITY
COMPANY (the 'Companies") do hereby certify that
(I) the foregoing extract of the By -Laws of the Companies Is true and correct,
pq the Companies are duly licensed and authorized to benaaol surety business In all 50 M it* Unwed States of America and the District of
Columbia and are authorized by the U S Treasury DepaMreM, further, Federal find Vigilant are licensed In Puerto Rloo and the U S Virgin
Islands, and Federal Is tioenaed In American Samoa, Guam, and own of the Provinces of Canada except Prince Edward Island, and
(III) the foregoing Power of Attorney is true, correct and in full force and effect
Given under my hand and mats of sold Companies at Warren, NJ this 17 th day of August, 1999
, � 4
_ilhl
� _ .2 7.
n
M--
IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR
NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY
Telephone (908) 903-3485 Fax (908) 903-3656 e-mail surety®chubb com
Farm 1540.022e(Ed t -CON
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below It is highly recommended
that bidders confer with their respective insurance carriers or brokers to determine in
advance of Bid submission the availability of insurance certificates and endorsements as
prescribed and provided herein If an apparent low bidder fails to comply strictly with the
insurance requirements, that bidder may be disqualified from award of the contract Upon,
bid award, all insurance requirements shall become contractual obligations which the
successful bidder shall have a duty to maintain throughout the course of this contract
STANDARD PROVISIONS.
Without limiting any of the other obligations or liabilities of the Contractor, the Contractor
shall provide and maintain until the contracted work has been completed and accepted by the
City of Denton, Owner, the minimum insurance coverage as indicated hereinafter
As soon as practicable after notification of bid award, Contractor shall file with the
Purchasing Department satisfactory certificates of insurance, containing the bid number and
title of the project Contractor may, upon written request to the Purchasing Department, ask
for clarification of any insurance requirements at any time, however, Contractors are strongly
advised to make such requests prior to bid opening, since the insurance requirements may not
be modified or waived after bid opening unless a written exception has been submitted with the
bid Contractor shall not commence any work or deliver any material until he or she
receives notification that the contract has been accepted, approved, and signed by the City of
Denton
All insurance policies proposed or obtained in satisfaction of these requirements shall comply
with the following general specifications, and shall be maintained in compliance with these
general specifications throughout the duration of the Contract, or longer, if so noted
Each policy shall be issued by a company authorized to do business in the State of
Texas with an A M Best Company rating of at least A
Any deductibles or self -insured retentions shall be declared in the bid proposal If
requested by the City, the insurer shall reduce or eliminate such deductibles or
self -insured retentions with respect to the City, its
officials, agents, employees and volunteers, or, the contractor shall procure a bond
guaranteeing payment of losses and related investigations, claim administration and
defense expenses
Liability policies shall be endorsed to provide the following
•• Name as additional insured the City of Denton, its Officials, Agents,
Employees and volunteers
•• That such insurance is primary to any other insurance available to the
additional insured with respect to claims covered under the policy and that
this insurance applies separately to each insured against whom claim is made
or suit is brought The inclusion of more than one insured shall not operate
to increase the insurer's limit of liability
• All policies shall be endorsed to read
"SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR'
MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN
NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE
POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN
WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED"
• Should any of the required insurance be provided under a claims -made form,
Contractor shall maintain such coverage continuously throughout the term of this
contract and, without lapse, for a period of three years beyond the contract
expiration, such that occurrences arising during the contract term which give rise
to claims made after expiration of the contract shall be covered
• Should any of the required insurance be provided under a form of coverage that
includes a general annual aggregate limit providing for claims investigation or legal
defense costs to be included in the general annual aggregate limit, the Contractor
shall either double the occurrence limits or obtain Owners and Contractors
Protective Liability Insurance
• Should any required insurance lapse during the contract term, requests for
payments originating after such lapse shall not be processed until the City receives
satisfactory evidence of reinstated coverage as required by this contract, effective
as of the lapse date If insurance is not reinstated, City may, at its sole option,
terminate this agreement effective on the date of the lapse
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS
All insurance policies proposed or obtained in satisfaction of this Contract shall additionally
comply with the following marked specifications, and shall be maintained in compliance with
these additional specifications throughout the duration of the Contract, or longer, if so noted
[XI A General Liability Insurance -
General Liability insurance with combined single limits of not less than
$1,000,000 shall be provided and maintained by the Contractor The policy shall
be written on an occurrence basis either in a single policy or in a combination of
underlying and umbrella or excess policies
If the Commercial General Liability form (ISO Form CG 0001 current edition) is
used
Coverage A shall include premises, operations, products, and completed
operations, independent contractors, contractual liability covering this
contract and broad form property damage coverage
Coverage B shall include personal injury
Coverage C, medical payments, is not required
If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition
and ISO Form GL 0404) is used, it shall include at least
Bodily injury and Property Damage Liability for premises, operations,
products and completed operations, independent contractors and property
damage resulting from explosion, collapse or underground (XCU)
exposures
Broad form contractual liability (preferably by endorsement) covering this
contract, personal injury liability and broad form property damage
liability
1XI Automobile Liability Insurance
Contractor shall provide Commercial Automobile Liability insurance with Combined
Single Limits (CSL) of not less than $1,000,000 either in a single policy or in a
combination of basic and umbrella or excess policies The policy will include bodily
injury and property damage liability arising out of the operation, maintenance and use
of all automobiles and mobile equipment used in conjunction with this contract
Satisfaction of the above requirement shall be in the form of a policy endorsement for
• any auto, or
• all owned, hired and non -owned autos
[X] Workers Compensation Insurance
Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to
meeting the minimum statutory requirements for issuance of such insurance, has Employer's
Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a
$500,000 policy limit for occupational disease The City need not be named as an "Additional
Insured" but the insurer shall agree to waive all rights of subrogation against the City, its
officials, agents, employees and volunteers for any work performed for the City by the Named
Insured For building or construction projects, the Contractor shall comply with the provisions
of Attachment 1 in accordance with §406 096 of the Texas Labor Code and rule 28TAC
110 110 of the Texas Worker's Compensation Commission (TWCC)
[ ] Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all times during the prosecution of the
work under this contract, an Owner's and Contractor's Protective Liability insurance policy
naming the City as insured for property damage and bodily injury which may arise in the
prosecution of the work or Contractor's operations under this contract Coverage shall be on an
"occurrence" basis, and the policy shall be issued by the same insurance company that carries
the Contractor's liability insurance Policy limns will be at least combined bodily injury,
and property damage per occurrence with a aggregate
[� Fire Damage Legal Liability Insurance
Coverage is required if Broad form General Liability is not provided or is unavailable to the
contractor or if a contractor leases or rents a portion of a City building Limits of not less than
each occurrence are required
[ ] Professional Liability Insurance
Professional liability insurance with limits not less than per claim with respect to
negligent acts, errors or omissions in connection with professional services is required under
this Agreement
[ ] Builders' Risk Insurance
Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be
provided Such policy shall include as "Named Insured" the City of Denton and all
subcontractors as their interests may appear
[ ] Additional Insurance
Other insurance may be required on an individual basis for extra hazardous contracts and
specific service agreements If such additional insurance is required for a specific contract,
that requirement will be described in the "Specific Conditions" of the contract specifications
ATTACHMENT1
[ ] Worker's Compensation Coverage for Building or Construction Projects for
Governmental Entities
A Definitions
Certificate of coverage ("certificate ")-A copy of a certificate of insurance, a
certificate of authority to self -insure issued by the commission, or a coverage
agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory
workers' compensation insurance coverage for the person's or entity's employees
providing services on a project, for the duration of the project
Duration of the project - includes the time from the beginning of the work on the
project until the contractor's/person's work on the project has been completed and
accepted by the governmental entity
Persons providing services on the project ("subcontractor" in §406 096) - includes
all persons or entities performing all or part of the services the contractor has
undertaken to perform on the project, regardless of whether that person contracted
directly with the contractor and regardless of whether that person has employees
This includes, without lunitation, independent contractors, subcontractors, leasing
companies, motor carriers, owner -operators, employees of any such entity, or
employees of any entity which furnishes persons to provide services on the project
"Services" include, without limitation, providing, hauling, or delivering
equipment or materials, or providing labor, transportation, or other service related
to a project "Services" does not include activities unrelated to the project, such as
food/beverage vendors, office supply deliveries, and delivery of portable toilets
B The contractor shall provide coverage, based on proper reporting of classification
codes and payroll amounts and filing of any overage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401011(44) for all
employees of the Contractor providing services on the project, for the duration of
the project
C The Contractor must provide a certificate of coverage to the governmental entity
prior to being awarded the contract
D If the coverage period shown on the contractor's current certificate of coverage
ends during the duration of the project, the contractor must, prior to the end of the
coverage period, file a new certificate of coverage with the governmental entity
showing that coverage has been extended
E The contractor shall obtain from each person providing services on a project, and
provide to the governmental entity
(1) a certificate of coverage, prior to that person beginning work on the project,
so the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project, and
(2) no later than seven days after receipt by the contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the,
current certificate of coverage ends during the duration of the project
F The contractor shall retain all required certificates of coverage for the duration of
the project and for one year thereafter
G The contractor shall notify the governmental entity in writing by certified marl or
personal delivery, within 10 days after the contractor knew or should have known,
of any change that materially affects the provision of coverage of any person
providing services on the project
H The contractor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all
persons providing services on the project that they are required to be covered, and
stating how a person may verify coverage and report lack of coverage
I The contractor shall contractually require each person with whom it contracts to
provide services on a project, to
(1) provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the
statutory requirements of Texas Labor Code, Section 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 beginning work on the project,
a certificate of coverage showing that coverage is being provided for all
employees of the person providing services on the project, for the duration of
the project,
(3) provide the contractor, prior to the end of the coverage period, a new
certificate of coverage showing extension of coverage, if the coverage period
shown on the current certificate of coverage ends during the duration of the
project,
(4) obtain from each other person with whom it contracts, and provide to the
contractor
(a) a certificate of coverage, prior to the other person beginning work on
the project, and
(b) a new certificate of coverage showing extension of coverage, prior to
the end of the coverage period, if the coverage period shown on the
current certificate of coverage ends during the duration of the project,
(5) retain all required certificates of coverage on file for the duration of the
project and for one year thereafter,
(6) notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the person knew or should have known, of any
change that materially affects the provision of coverage of any person
providing services on the project, and
(7) contractually require each person with whom it contracts, to perform as
required by paragraphs (1) - (7), with the certificates of coverage to be
provided to the person for whom they are providing services
J By signmg this contract or providing or causing to be provided a certificate of
coverage, the contractor is representing to the governmental entity that all
employees of the contractor who will provide services on the project will be
covered by workers' compensation coverage for the duration of the project, that the
coverage will be based on proper reporting of classification codes and payroll
amounts, and that all coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the commission's Division
of Self -Insurance Regulation Providing false or misleading information may
subject the contractor to administrative penalties, criminal penalties, civil penalties,
or other civil actions
K The contractor's failure to comply with any of these provisions is a breach of
contract by the contractor which entitles the governmental entity to declare the
contract void if the contractor does not remedy the breach within ten days after
receipt of notice of breach from the governmental entity
BID # 2386
PROPOSAL
me]
THE CITY OF DENTON, TEXAS
FOR THE CONSTRUCTION OF
SANDPIPER 8" WATERLINE
AND
WESTCHESTER 8" WATERLINE
DENTON, TEXAS
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 with any other person, firm or
corporation, that he has carefully examined the form of contract,
Notice to Bidder, 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 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 below except as provided for in specifications
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 and agreed that the work is to be completed in full
within the number of work nays s,,own on the bid tabulation sheet
P-I
Accompanying this proposal is a certified or cashier's check or Bid
Bond, payable 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 returned to the bidder, unless in case of the acceptance
of the proposal, the bidder shall fall 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 perform all work of
whatever nature required, in strict accordance with the plans and
specifications, for the following sum or prices, to wit:
** PLEASE RETURN BID TABULATION SHEET AND SUMMARY SHEET IN DUPLICATE **
P - 2
Sandpiper 8" Waterline BID TABULATION SHEET Work Days_30_
Bid No
Item Description
Quantity I Unit
I Unit Price
Total
121 Contractors Warranties and Understandings
L - I LS
$ 5Lv /LS
$ Soo
Umt Pnce In Words TWO -tvoo5ijNQ FwL putJOVAD Is Pdu
2 12-A
2" Water Line
10
LF
$ \V /LF
1 $ 10(o)
Unit Price In Words f
2 12-B
4" Water Line
1 21
1 LF
$ 10 /LF
$ -Z hU
Unit Price In Words 7,rN 21
2 12-C
8" Water Line
1841
LF
$ /LF
$ s�P
Unit Price In Words QQIkAIZ
2 12 8
Ductile Iron Fittings 635
1 LB
Is /LB
$ a .6q
Unit Price In Words FOuz
2 13-A
6" Valves
1
I EA
$ 500 /Ep
$ 500
Umt Pnce In Words E%VL hVjJD?,jQOo
2 13-13
8" Valves 1 4 1 EA
Is 55o /EA
$ pp
Umt Pnce In Words Los `Aurusm ggTl pg�%-A su
214
Fire Hydrant Assembly
1 2 1 EA
$ /EA
$
UnitPnce In Words O N OUS NN2 Vj,)wpjtrp 00I.oA L
2 16-A
Water Service (Public)
42
1 EA $ /EA $ al ,00
Unit Price In Words ,
3-B
Remove Curb and Gutter 1
10 1 LF
$ YO /LF $
Unit Price In Words _
3 1
Preparation of Right of Way I
- I
LS
$ /LS 1 $
Unit Price In Words N u S v L
3 9
Sod 1
126 SY
$ $ /SY
$ loot
Unit Price In Words L t
3 12
Temporary Erosion Control I
LS
$ 0 /LS 1
$ q
Unit Pnce In Words u i -t V t u z -m ➢"MIZ,
5-A
2-mph Atr Release Valve I EA
$ j /EAI$Vro
Unit Price In Words FOuR AUNCRt IP11( ugµAls
P3
Sandpiper 8" Waterline
BID TABULATION SHEET
Work Days_30_
Bid No
PC) K141
Item
Description
Quantity -r—U—niltj
Unit Price
Total
81
Barricades, Warning Signs, and Detours
I LS
$ 7 /LS
$
Unit Pnce In Words Stvc" Pumoez
Doi ,2
8 2-A
Install Curb and Gutter
10
1 LF
$ 3 t$ /LF
1 $ 380
UnitPnce In Words TN IR-r%e S t c" gs
SP-2
Concrete Saw Cut
1 4 LF
$ 10 /LF
I $ 90
Unit Pnce In Words 71N Qo L t- A
SP-10
Rock Excavation
1 50
CY
$ ,5' /CY
$ 2 tU
Unit Pnce In Words I-09I
SP-37
Excavation Protection
1841
1 LF
$ /LF $ 1 e it
Unit Pnce In Words aL
SP-39
Project Signs
1 2
1 EA
$ 200 /EA
$ 9&-3
Hmj Pnce In Words %'WU Dottfes
SP-40
Cut and Plug Existing Waterline
4 1 EA
$ /EA
$
Unit Pnce In Words 66tic N V N 10 i p K
SP-42
Remove Valve Stack 1 4
1 EA
$ �Q /EA
$ ZOU
Unil Pnce In Words Do t L, d i
SP-43
Asphalt Saw Cut
3656
LF
$ , 50 /LF
Is
Unil Pnce In Words C tNTS
SP-44
Remove Fire Hydrant
1
I EA
$ 200 /BA
$ ZUU
UnitPnce In Words W& µO H o RSt C) • DPLG/OR s
SP-45
Miscellaneous Sprinkler System Adjustment
I LS
$ 7Cb /LS 1 $ 760
Uni Pnce In Words Sf t/ liliN O o 1-4 Ai
Is
$
Unit Pnce In Words
Is
1 $
Uni Pnce In Words
TOTAL 1 18
P4
Westchester 8" Waterline BID TABULATION SHEET Work Days_45_
Bid No
PO No
Item
Description
Quantity
Unit
I Unit Price Total
121
Contractors Warranties and Understandings
-
LS
$ /LS $
Unit Pnce In Words ZW
a T4102S N FjVL boltloxro«g s ---
2 12-C
8" Water Line 3041
UnitPnce In Words T t 4
2 12-D
6" Water Line
35 LF
$ /LF
$ 3'3 C)
Unit Pnce In Words R C / r t.T 1
2 12-E
8" Water Line - Ductile Iron 40
1 LF
$ —JO /LF 1 $ Z VUO
Unit Pnce In Words 1201-6623
-F
10" Sanitary Sewer
20
LF
$ 0 /LF
$
Unit Pnce In Words 3 i TY
P212
8
Ductile Iron Fittings
977
LB
$ /LB
$ 390 P
Unit Pnce In Words 1= u s
213-B 8"Valves 1 3
EA
$5-$(� /EA
$ 0
Unit Pnce In Words r,Exy 95
214
Fire Hydrant Assembly
3
1 EA
$ ZpQ /EA $ 6 p
Unit Pnce In Words 6N
2 16-A
TWater Service (Public) 54
1 EA $ JOD /EA
$ Zi
Unit Pnce In Words - �v Nu�(D
2 16-B
Water Service (Pnvate)
6895
1 LF
$ /LF
$ZC�, 68S
Unit Pnce In Words ng I g LoLL s
3-C
Remove Concrete Sidewalk 1
93 1
SY Is
/SY Is
Unit Pnce In Words L S
3 1
Preparation of Right of Way I - I
LS
$ /LS
$
Unit Pnce In Words A U
39
Sod 1038 1 SY Is/,
/SY
$ as
Unit Pnce In Words
3 107
Hydromulch 1557 1
SY
$ Z /SYI$3114
Unit Pnce In Words �-�ZA�
6/15/99 P 5
Westchester 8" Waterline BID TABULATION SHEET Work Days_45_
Bid No
PO No
Item IDescription
Quantlty
I Unit I Unit Price
I Total
3 12 T=M Erosion Control
I LS $ 1,2nD /LS
1 $
UnitlPnce In Words QM f-"VfM RT bilJ --
8 1
B cades, Warning Signs, and Detours
-
I LS
$ -100 /LS 1 $ -7e6
UnitlPnce In Words 51VSN 1{JN<O(z
S P&e-w f
8 3-A
Conrrrete Sidewalk
93 1 Sy
$ Z 5 /SY
$Z 32 5
UnitlPnce In Words Aj N V
SP-2
Con rete Saw Cut 1 420 1 LF
$ \ /LF 1 $ �}
UnitiPnce In Words
SP-10
Rock Excavation
1 1548
1 CY
$ /CY
$ -7 7
Umt1Pnce In or F V GL
SP-37
Excavation Protection
2834
1 LF
$
/LF
I $
Unit lPnce In Words
SP-39
Project Signs
1 2 1 EA
$ ZC,O /EA
$ YCO
Unit Price In Words W t10 N o D s
SP-40
Cut and Plug Existing Waterline 1 2
1 EA $ /EA
1 $
Unit IPnce In Words T W p No v,t 9 ¢;
SP-42
Remove Valve Stack 2 EA
$ 0 /EA
$ 100
Unit Price In Words FtP1X LIAR s
SP-43
Asphalt Saw Cut 1
7572 1
LF
$ /LF
$ 'jy
Unit !,Price In Words F C f NT
SP-45
Miscellaneous Sprinkler System Adjustment
I
LS
$ /LS 1
$
UnitlPnce In Words QHL
Is
$
Unit Price In Words
Is
Is
Unit Price In Words
TOT L $
6/15/99 P 6
BID SUMMARY
TOTAL BID PRICE IN WORDS %N £f- N,, nosp _-al '
/ '_.1 T � I n., cd<I v uUN DDsi
In the event of the
undersigned will furnish award contract o
rnisha performance a a payment undersigned, the bond for
the full amount of the contract, to secure proper compliance, with
the terms and provisions of the contract, to insure and gu
the work until final completion and acceptance, and to guarantee
furpayment nished all
claims
ofthe c ntractfor
labor
performed and materials
uishedin the fulfillment
It is understood that the work proposed to be done shall be
aocepwhen fully completed and finished in accordance with the
plansandspecificationsp to the satisfaction of the Engineer. .
The undersigned certifies that the bid prices contained in this
proposal have been carefully checked and are submitted as correct
and
Unit and lump -sum prices as shown for each item listed in this
proposal, shall control ovef extensions.
Ttir .
RACS
l�Dp,yorc 1 tcfr��s %(v21o2
City and State
Seal & Authorization ��� _ �9�- �70�
(If a Corporation) Telephone
B - 1
PROJECT
Sandpiper 8" Waterline
Westchester 8" Waterline
TOTAL
BID SUMMARY
WORK DAYS
30
45
11
$1 V8�828
$ 2lir"ns
$ 33"11053
Both waterline projects will be awarded to one contractor Award of bid will be based on the
total The two projects are separated for bookkeeping purposes only Days for each project will
be kept separately in order to minimize the amount of construction time on any given street
1M
SENT 0Y MondLcs/greenhaw ins, 18— 2-88 111-18 1 2148871855y 840 348 '13024 2
mA�oownnld1mmmm lwnm
I)00 wuDaTplae Aya, 811S.8 7=
INSOR®
Own Rmda OonEaahla Ina
neare� Lane
7BOB4
EXOLUSIONS ANn rolarimnNa CF sUON
PIPE OF IwmmcE
N USUAL UAMl7TY
% 1 COMMERCIAL GENERAL LUIRILI Y 1
_._ CLAMS MADE 01 I
J OW'NEAS A CONTRAI
-X IPER PRO,ROT AO01 ATE
�AUTOMOBEE LIABLITY
MY AUTO
Il ALL OWNED AUTOS j
I SOHEDUL® AUTOS
HIRID AUTOS
I� X NON40ED AUTOS
T
ONMOE LMBERV
11UU8 LIABILITY
X j UMBRELLA FOAM
;OTHER THAN UMBRELLA FORM
YAORimn OC mmemax WN i
I Pilo
i Intend mwm&z.quipmm
volunteers are
oeffmmsans parties
metBriellvrChan
Purmdl�OF DUOPL
VITON
Me Time Bstm
Dmtm
sr
Ion
BE3
WMIRMIN AFFORDING COVERAGE
COMPANY LlrrM
A Uneed PNMdb brs co
OOMPAmy
LOMAB Tarr efstllew Comp bw
OUMPPA Y C AEtry hlelllam GoLETTER
COMPANY D ^__....�.._-- ..._.......__ .., _.._
LMIU
IAMFMT
LETTER
D IN 11
' ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
I BY THE POLICIES DESCRIEED HEREIN 13 SUSUICT TO ALL THE TERMS,
JE URN REDUCED BY PAID CLANG
DA�F12 DATE M � uMin
TOF0001070214
SM1b3B6
-ee erVol IIns
on tha panera� IleblII
ere' oepenu Ion pe o�
1oqq ohell read* Should of
n ee1e notice for ham 241
78001
LIRE DAMAGE (My ens I
NO ERNE ww elr
NYNANNBC SINGLE
LAST
MXnLY INJURY •--
(PC peseN
IY INJURY
lw Ano@"
PROPEnTY DAMAGE
1,000,000
03101I00 08101I00 EACH A006ENT - —►
CIeBAeE POLICY Lear �- - is - 1,000,000
�_- ���� oMEaE EACH FMI'LOYEE �_ _ 1,000,000
03/01109 03/01100 Any One Occurrence 2,000,000
Any One Ilan 500,000
nednPtrble 4,000
p t^ of Denton Its gfFiclal , A ante Employ ae
da I�a II ly policies Welvor SO is al Ion in MCI,
s polrcissera pnnary as reopeste IS all operalions of the
he above described policies be cancelled, nonroneaed or
eXPIRATION DATE THERBOP, THE ISSUING COMPANY WILL ENE iS SOUCA COCCC(
MAIL 80 ImAYS WRITTEN NOTICE! TO THE CEfITIPIGATE HjjM NAMED TO THE
LIFT, !