Loading...
HomeMy WebLinkAbout1999-332ORDINANCE NO �✓� 3a AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF SANITARY SEWER REPLACEMENT, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING AN EFFECTIVE DATE (BID 2393 - UNDERWOOD SANITARY SEWER REPLACEMENT PHASE I AWARDED TO HENDERSON CONSTRUCTION, L L P IN THE AMOUNT OF $291,936) 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 SECTION 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 2393 HENDERSON CONSTRUCTION, L L P $291,936 SECTION II That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein SECTION IV That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and Improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the o��J� day of >1999 J I ILLER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY BY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY BID 2393 - CONTRACTUAL ORDINANCE ATTACHMENT 1 TABULATION SHEET Bid # 239$ Date 8/5/99 UNDERWOOD SANITARY SEWER REPLACEMENT PHASE I VE OR VENDOR VENDOR VENDOR VENDOR 5G k5 PIPECON JAGOE TGR OSCAR HENDERSON kZkpV'n�a:jS;;'F 7 INC PUBLIC CONSTRUCTORS RENDA CONSTRUCTION 9 Underwood Sanitary $469,178 50 $295,531 00 $405,322 00 $339,340 00 $291,936 00 Sewer Phase I � 1 Underwood Sanitary $55,500 00 $92,500 00 $101,750 00 $57,720 00 $88,800 00 Sewer Alternate I 2 BOND/CASHIER BOND BOND BOND BOND BOND CHECK CITY OF DENTON, TEXAS DENTON, TX 76201 901-B TEXAS STREET PURCHASE ORDER PO NUMBER DATE/VENDOR NO DOCUMENT 98383R 10-11-99 --525 HEN49OO5 VENDOR SHIP TO HENDERSON CONSTRUCTION L L P CENTRAL RECEIVING S25 970 F M 2871 ENGINEERING 901 B TEXAS ST DENTON TX 76201 FT WORTH TX 76126 �Pc ITEM ACCOUNT NUMBER UNITS NUMBER DESCRIPTION BID NO LINE AMOUNT 01 625 082 0471 V914 9114 0 00 UNDERWOOD SANITARY SEWER REPLACEMENT PHASE I CONTRUCTION COUNCIL APPROVED 9-21-99 ORDINANCE # 99-332 BID k 2392 291,935 JU TOTAL FOR P 0 The City of Denton Texas is tax exempt -House Bill No 20 — _— Reference PO Number on all B/L, Shipments and Invoices Shipments are FOB City of Denton, or as indicated BY --- Purchasing Division R R Number I Items Received Date Voucher Number I Amount PURCHASING CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 21 day of SEPTEMBER 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 HENDERSON CONSTRUCTION L L P 970 F M 2871 FT WORTH, TX 76126 of the City of FT WORTH, County of TARRANT and State of TEXAS, hereinafter termed "CONTRACTOR" WITNESSETH That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below BID # 2393 - UNDERWOOD SANITARY SEWER REPLACEMENT PHASE I In the amount of $291,936 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 ATTEST ATTEST APPROVED AS TO FORM CITY OF DENTON m (SEAL) CONTRACTOR MAILING ADDRESS ,Pi 7 dl��? S'- s 7 7,-? PHONE NUMBER j/z,s -&" � 8s /3 FAX NUMBER BY &') % TITLE IRIN°fED NAME CA-3 (SEAL) PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That HENDERSON CONSTRUCTION, L L P whose address is 970 F M 2871, FT WORTH, TX 76126, hereinafter called Principal, and 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 TWO HUNDRED NINTY ONE THOUSAND NINE HUNDRED THIRTY SIX AND N6/100 DOLLARS ($291,936) 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 99-332, with the City of Denton, the Owner, dated the 21 day of SEPTEMBER A D 1999, a copy of which is hereto attached and made a part hereof, for BID N 2393 - UNDERWOOD O A ATTT A nv QV11MV RPPr ACFMRNT PHASE I NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived, and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by the Owner, and, if the Principal shall fully indemnify and save harmless the Owner 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 arrsmg 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 21 day of SEPTEMBER , 1999 ATTEST PRINCIPAL BY SECRETARY ATTEST 10 BY PRESIDENT SURETY BY ATTORNEY -IN -FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME STREET ADDRESS (NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give a person Is name ) PB-2 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That HENDERSON CONSTRUCTION, L L P , whose address is 970 F M 2871, FT WORTH, TX 76126, hereinafter called Principal, and 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 TWO HUNDRED NINETY ONE THOUSAND NINE HUNDRED THIRTY SIX AND N0/100 ---- DOLLARS ($ 291,936) 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 99-332, with the City of Denton, the Owner, dated the 21 day of SEPTEMBER A D 1999 , a copy of which is hereto attached and made a part hereof, for BID 2393 - UNDERWOOD SANITARY SEWER REPLACEMENT PHASE I NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duty 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 21 day of SEPTEMBER , 1999 ATTEST PRINCIPAL BY SECRETARY ATTEST WA 014 PRESIDENT SURETY FM ATTORNEY -IN -FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME STREET ADDRESS (NOTE Date of Payment Bond must be date of Contract tf Resident Agent is not a corporation, give a person Is name ) 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 tollowmg •• 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 IO 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 1XI 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 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 b 1 d mobile a mpment used in conjunction with this contract of all automo i es an q 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 [XI Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the mimmum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease The City need not be named as an "Additional Insured but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406 096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensation Commission (TWCC) [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may 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 limits will be at least combined bodily injury and property damage per occurrence with a aggregate [ ] Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building Limits of not less than each occurrence are required [ ] Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement [ ] Builders' Risk Insurance Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be provided Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications ATTACHMENT 1 [XI Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A, Definitions Certificate of coverage ("certificate ")-A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity Persons providing services on the project ("subcontractor" in §406 096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees This includes, without limitation, independent contractors, subcontractors, leasing companies, motor 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 mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project H The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage 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 signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions K The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity Underwood Sanitary Sewer Replacement,�� Phase I BID TABULATION SHEET Work Days 60 Bid No PO No Item Description Quantity Unit I Unit Price Total 121 Contractors Warranties and Understandings v - LS Unit Pnce In Words 2 12-A 6" Sanitary Sewer 449 },, LF $ <- 5, 7LF I Unit Price In Words 2 12-B 8" Sanitary Sewer 569 LF Unit Pnce In Words < 2 12-C 12" Sanitary Sewer 4Cr17— LF Is ,P6 $ Unit Price In Words c 2 12-D 15" Sanitary Sewer 21 00 1 LF $ /LF Unit Price In Words 2 12-E 12" SDR-26 Sanitary Sewer 60 LF $ Unit Price In Words 2 12-F 2" Electric Conduit 370 LF $ Unit Price In Words 2 12-G 4" Electric Conduit 370 LF $ �/LF $ 5`O Unit Price In Words o 2 12-H 6" Electric Conduit 1 370 1 LF $ /LF Unit Price In Words 2 12 9 18" Gauge 7 Steel Casing and Grout 370 LF 1 $ F Unit Price In Words 3-A Remove Concrete Curb & Gutter 20 LF Unit Price In Words 3-B Remove Concrete Drives & Walks 17 SY $ /SY $3 Unit Price In Words 3 1 Preparation of Right of Way L $ S $ Unit Price In Words 39 Sod 44 SY $ S� /SY $C� Unit Price In Words IM 716/99 P 3 Underwood Sanitary Sewer Replacement Phase I BID TABULATION SHEET Work Days 60 Bid No PO No Item Description Quantity Unit Unit Price Total 3 12 Temporary Erosion Control - LS $ .�49 /LS $ S'mm" Umt Price In Words 5 8 6" Concrete Pavement 276 1 SY $ - /SY Umt Price In Words 7 6-A-1 Install Concrete Manhole (4' ID 6 Umt Price In Words ��✓ 7 6-A-2 Install Concrete Manhole (5' I D) 2 /EA $50d;�9 Umt Price In Wo ` 7 6-A-3 Install Drop Manhole (5' I D) 4 EA $3 /EA $/�7 Umt Price In Words 81 Barricades, Warning Signs and Detours - LS jeg, `;LS 6Ls© Umt Price In Words 8 2-A Install Concrete Curb & Gutter 20 1 LF $ S /LF I $ o Umt Price In Words 83 Dnveway 6" 1 13 14Y 1 $ $ Umt Price In Words 8 3A 4" Concrete Sidewalk with Fibermesh 6 SY ' iSY $.?� Umt Price In Words WS-18 Samtary Sewer Service 18 EA a! A $ Umt Price In Words WS-19 Mamlme Cleanout 1 EA $/6x9a Umt Price In Words WS-30 Break Into Existmg Manhole 1 EA $ S A $ SyB® Umt Price In Words - SP-2 Concrete Saw Cut 1049 LF $ ?" '0 /LF Unit Price In Words SP-4-A Waterline Lowering 2 EA $ —10cF' A $ �� Umt Price In Words 7/6/99 P 4 Underwood Sanitary Sewer Replacement Phase I BID TABULATION SHEET Work Days 60 Bid No PO No Item IDescription Quantity Unit I Unit Price I Total SP-4-B Water Service Adjustments 3 EA Unit Pnce In Words SP-8 Abandon Existing Manhole 2 EA © A Vddoh Unit Price In Words SP-10 Rock Excavation 50 CY $ .a /CY Unit Price In Words SP-37 Excavation Protection r 516 I LF $ /LF 1 $ Unit Pnce In Words SP-39 Pro ect Signs 1 2 1,13A $ �7EA �Cds -trJ Un}t Price In Words SP-40 Cut and Plug Existing Sanitary Sewer 8 EA $ A $ �` Unit Price In Words SP-43 Asphalt Saw Cut 6307 LF $ F $ 6� 7 Unit Price In Words SP-45 Miscellaneous Sprinkler System Adjustment I - I LS $ 4,S $ Unit Price In Words_ SP-50 Shrubs (7 Gallon Containers) 4 1 EA $ /EA $ ,-2pF9 Unit Price In Words Is $ Unit Price In Words Unit Price In Words Is Is Unit Price In Words Is 1 $ TOTAL �/ j '/ 7/6/99 P 5 Underwood Sanitary Sewer Replacement Work Days 5 Phase I - Alternate I Bid No BID TABULATION SHEET PO No Item Description Quantity Unit I Unit Price Total 64 Bonng J370 1 LF ,, Unit Pnce In Word Umt Pnce In Words Unit Pnce In Words $ $ Unit Pnce In Words Umt Pnce In Words $ $ Unit Pnce In Words Is Unit Pnce In Words $ $ Unit Pnce In Words Is $ TOTAL M. BID SUMMARY In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final Unit and lump sum prices as shown for each item listed in this proposal, shall control over extensions CONTRACTOR I Street Address City and State Seal C Authorization (If a Corporation) O/�/� O Telephone M1 1 2 BID SUMMARY PROJECT Underwood Sanhary Sewer Phase I Underwood Sanitary Sewer Alternate I TOTAL WORKDAYS BID C� O 60 65 If selected, the Underwood Sanitary Sewer Alternate I will be awarded to the same bidder as Underwood Sanitary Sewer Phase I Award of the bid will be based on Underwood Sanitary Sewer Phase I M PERFORMANCE BOND STATE OF TEXAS COUNTY OF DENTON BOND #A75-01-33-00 ISSUED IN FOUR ORIGINALS KNOW ALL MEN BY THESE PRESENTS That HENDERSUN CONSTRUCTION, L L P whose address is 97O F M 2871, FT WORTH, TX 76126, hereinafter called Principal, and Atlantic Alliance Fidelity and Surety a coiporation 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 TWO HUNDRED NINTY 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 99-332, with the City of Denton, the Owner, dated the 21 day of SEPTEMBER A D 1999, a copy of which is hereto attached and made a part hereof, for BID # 2393 - UNDERWOOD SANITARY SEWER REPLACEMENT PHASE I NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agrepmPots of any and all duly authorized modificattoais of said Contrast that Ulay 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 Ownei 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 Ownei may incur in making good any default or deficiency, then this obligation shall be void, otherwnbe, 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 teams 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 [natters 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 doomed an original, this the 21 day of SEPTEMBER , 1999 ATTEST ATTEST' PRINCIPAL SURETY Atlantic Alliance FidelXty and Surety r— BX ATTORNEY -IN -FACT /Debi moon The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME Steven L. Thanas Agency, Inc. STREET ADDRESS 5201 S. Colony Blvd #545; The Colony, TX 75056 (NOTE Date of Performance Bond must be date of Contract tf Resident Agent is not a corporation, give a person Is name ) PB-2 PAYMENT BOND BOND #A75-01-33-00 STATE OF TEXAS § ISSUED IN FOUR ORIGINALS COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That HENDERSON CONSTRUCTION, L L P , whose address is 970 F M 2871 FT WORTH, TX 76126, hereinafter called Principal, and Atlantic Alliance Fidelity and Surety and a corporation organized and existing under the laws of the State of TEXAS 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 TWO HUNDRED NINETY ONE THOUSAND NINE HUNDRED THIRTY SIX AND NO/100 ---- DOLLARS ($ 291,936) 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 99-332, with the City of Denton, the Owner, dated the 21 day of SEPTEMBER A D 1999 , a copy of which is hereto attached and made a part hereof, for BID 2393 - UNDERWOOD SANITARY SEWER REPLACEMENT PHASE I NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expiessly waived, then this obligation shalt 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 21 day of SEPTEMBER , 1999 ATTEST BY - 7alr SECRETARY ATTEST PRINCIPAL, SURETY dz;dL�.Atlantic Alliance Fidelity and Surety Li — BY7_� �ac�. ATTORNEY -IN -FACT Debi Moon The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME Steven L. Thomas Agency, Inc. STREET ADDRESS 5201 S. Colony Blvd #545; The Colony, TX 75056 (NOTE Date of .Payment Bond must be slate of Contract If Resident Agent is not a corporation, give a person Is name ) PB-4 No.923154 Atlantic Alliance t IDLLIIY AND Silk LIY CU\If \NN Cherry Hill, NJ POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS That Atlantic Alliance Fidelity and Surety Company a corporation organized and existing under the laws of the State of New Jersey does hereby constitute and appoint Steven L Thomas, Alan Robinson, Debi Moon, Elvia Salazar its true and lawful attorney(s) in fact to execute, seal and deliver for and on its behalf as surety any and all bonds and undertakings contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed required or permitted by law statute rule, regulation contract or otherwise ll be as binding n the said toh hall intents and purposes, s f the sameu uhad been duly executed tand acknowledged by it o regularly elected iofficeAlliance Company as fully and amply in prsuance of these sat he principal office This Power of Attorney is executed and may be certified so and may be revoked pursuant to and by authority of Article IV Section 3 of the By Laws adopted by the Board of Directors of Atlantic Alliance Fidelity and Surety Company at a meeting held on the loth day of November 1999 The President or any Vice President acting with any Secretary or Assistant Secretary shall have power and authority (1) To appoint undertakings contractst) in fact, and to indemnity and other authorize them to execute on obligatory in the behalf of the ture [hereof and Company and attach the Seal of the Company thereto bonds and wri (2) To revoke at any time, any such Attorney in fact and r Further this power of Attorney is signed and sealed by facsim held on the loth day of November 1998 of which the follow) RESOLVED that the signature of any authorized officer and the thereof authorizing the execution and delivery of any bond, on signature and seal when so used shall have the s Hn aURFTy Atlantl�lance of said Company adopted at a meeting duly called and S' be affixed by facsimile to any Power of Attorney or certification mIty and other writings obligatory in the nature therof and such has caused this instrument to be signed and its AND SURETY COMPANY to lly known and eing by e duly sworn said t he nstmment On this Ist day of n May 1999 before me and authorized officer camethe ofethe Atlantic Alliancwho ecuted e Fidelity Iand Suretye preceding rCompany that the seal affix d to Bard instrument rsithe Corporate Seat ofasa d is Company that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company F debt and IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal at the Atlantic Alliance r y Surety Company offices the day and year first above written DARLEYJ LOWE Notary Public of New Jersey My Commission Expires October 13 2003 fy I Attorney etham Secetary of the Alantic Alliance Fidelityxecuted r ATLANTIC [ALLIANCE FIDELITYand S SURETY urety any do h rebwhich is thlltin fullthe force and effaciove and ng is a true and coned copy of a Power IN WITNESS WHERBOF I have [hereunto set my hand and attached the seal of said Company this 2 , tday df S 2tf11> 1999 on Sillier,. Gad E Latham Secretary�� WARNING This Power of Attorney is printed on safety paper with a blue background and red ' sequential numbering on the pper tight h o er Atlantic Alliaante 2s�o- �FREV °°° Lars Anderson President If the obligee has any question on the validity of this Power of Attorney, please call the Atlantic Alliance Home Office for verification (800) 795 5508 DATE PMODIM IODUCm Im" Arcn ur.vn�r .r .�--- ONLY AND CONFERS NO RIQKM UPON THE CeRTIi McQueary Henry Bowles Troy LLP HOLDER E CoveRAAGE AFFORDED 9YOES TTHe eND, MITEN POLICIES B 16607 Blanco Rd, Ste 904 corPANles AFFORDING coveRADe San Antonio, TX 78232 (210) 479-7723 COMPANY A ROYAL SURPLUS LINES INS. CC ISUIISD COMPANY s HENDERSON CONSTRUCTION LLP COMPANY C 970 FM 2871 FORT WORTH TX 76126 COMPANY mmummm ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH NOTWITHSTANDING ANY REQURESPECT TO WHICH THIS IREMENT, TE DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. INDICATED INDICATEDRA MAY BE ISSUED OR MAY PERTAIN, THE INSUNCE AFFORDED LIMITS SHOWN MAY HAVE BY THE POLICIES BEEN REDUCED BY PAID CLAIMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES POLICY EPPLOTWE POLICY EXPIRATION 1881E OLIM TYPE OF INSURANCE POLICY NUlem DATE DAY) DATE OB1010f ) 09/24/99 09/24/00 GENERAL A GmmAl `Lm IaBSTY3T9 PRODUCE COMPAP AGO PERSONAL L AOV NAM COMMEBCW. GEN RAL LABILITY $ EACH OCCU� CLANS MADE ® OCCUR E FIRE pANAfIE (NN'T OS) OMIFIIS S CONTRACTORS PROT $ MED EXP rn recn) S COMBINED SINGLE LIMIT I AUTONORE LIABMY GODLY SLLIRY L ANY AUTO ALL oYAED AUTOS [Per Im �) ILAxMHO Y HIM S SCHEDULED AUTOS HIRED AUTOS ft NON -OWNED AUTOS PROPERTY DAMAGE IL GARAGE Lury ent G I ANY AUTO 88088E IUAEIIUTY UMBRELLA FORM OIHER THAN UMBRELLA FORM WORKERS COMPENSATION AND PIRLOYERS' LIABILITY THE PROPRIETOR F INCL CITY OF DENTON ATTN. PURCHASING DEPARTMENT 901-B TEXAS STREET DENTON TX 76201 ISE INSURANCE EMPLOYEES MSPRIMARY. VOLUNTEERS ARE - PHASE I SHOULD ANY OF THE ABOVE D88CRBm POMOSIS BE OAM09Lm SSE THE EXP8RAT10N DAN THEREOP, THE MONO OOWAHY WILL TO IKAL 30 DAYS WRITTEN NOTICE TO THE CmT81CATE NOLOeI HAYED TO THE LEFT. NOV-03-1999 12 22 P 04/04 Said Policy Shall Not Be Canceled, Nonrenewed or Materially Changed Without 30 Days Advance Written Nonce Being 0won to the Owner (City) Except When the Policy is Being Canceled for Nonpayment of Premium in Which Case 10 Days Advance Written Notice is Required TOTPL P 04 ACORDa ; DAM (MMIDDIYY) 09/2N, THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION PRODUCER ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Sammy J Ray Insurance Agency ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW — — _ -_ COMPANIES AFFORDING COVERAGE —_ P O Box 1226 Euless, TX 76039 COAA"Y Texas Workers' Comp Insurance Fund INSURED COMPANY Odyssey Resource Management, Inc B _ 204 N Ector COMPANY Euless, TX 76039• __C Re Henderson Construction, LLP COMPANY D THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD THIS IS TO CERTIFY INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS CERTIFICATE EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS _ CO TYPEOFINSURANCE POLICY NUMBER POLICYDATE EFFECTIVE PDATE (MMIDD/YY)N LIMITS LTR O_ENERAL LIABILITY GENERAL AGGREGATE $ PRODUCTS COMPtOP AGG COMMERCIAL GENERAL LIABILITY $ — CLAIMS MADE D OCCUR PERSONALS ADV INJURY $_ EACH OCCURRENCE OWNER S S CONTRACTOR 8 PROT $ - FIRE DAMAGE (Any one fire) - $ _ MED EXP (My one person) $ AUTOMOBILE LIAYI U COMBINED SINGLE LIMIT $ ANY AUTO T - — - - - TALLOWNEDAUTOS BPODIILYSION,URY $ SCHEDULED AUTOS - - -- -- - HIRED AUTOS NON OWNED AI4iOS BODILY INJURY (Per acmdent) $ PROPERTY DAMAGE $ t t GARAGE LIABILITY- AUTOONLY EA ACCIDENT -- - $ -rni ANY AUTO OTHER THAN AUTO - .... EACH ACCIDENT $ AGGREGATE S E_XCE88 LIABILITY EACH OCCURRENCE _ S AGGREGATE - UMBRELLA FORM $ OTHER THAN UMBRELLA FORM $ X TORY LIMITS WORKERS COMPENSATION AND ELEACH ACCIDENT EMPLOYERS LIABILITY $ 1L0O�000 EL DISEASE POLICY LIMIT- A THE PROPRIETOR/ INCL TSF 0001084137 12/15/98 12/15/99 S 1,000 000 EL DISEASE EA EMPLOYEE PARTNERS/EXECUTIVE _ OFFICERS ARE EXCL $ 1,000,000 OTHER DESCRIPTION OF OPERATIONSILOCATIONSMEHICLESISPECIAL ITEMS Project re Underwood Sanitary Sewer - Phase One Bid #2393 ATTACHED CANCELLATION CLAUSE g�ppSEpE H560TXIF SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Denton EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL XNXXyQ) Q MAIL Attention Purchasing Dept 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT X(Dp1Fl(X�)fXll(XOdI„�� 901-B Texas StreetM'X X Denton, TX 76201- AUTXOR REPRESENTATIVE Samm J Ra a�e'BDi`�ta>i Said Policy Shall Not Be Canceled, Nonrenewed or Materially Changed Without 30 Days Advance Written Notice Being Given to the Owner (City) Except When the Policy is Being Canceled for Nonpayment of Premium in Which Case 10 Days Advance Written Notice is Required n Kathy Sunday At The Brants Company To om Shaw Fax* (817) 336 8257 Date 11/8/99 04 47 PM Page ACMA CERTIFICATE OF LIABILITY DATE11/08/ INSURANCE DPID Ks F1ENDE-99 2 1 08/ PRQDUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE The Brants Company HOLDER THIS CERTIFICATE DOES NOT AMEND EXTEND OR 1600 West Seventh street ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Fort Worth TX 76102-2505 Phone 817-336-3030 Fax 817-336-8257 INSURERS AFFORDING COVERAGE INSURED INSURERA CNA Insurance Companies INSURER B BryanrHenderson action, LLP NSUHEHL P O Box 123593 Fort Worth T% 76121 INSURER INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR LTr TYPE OF INSL IRANCF POI ICY NL IMRFR POLICY EFFECTIVE DATE MMMODAN POLICY EXPIRAT IN DATE MWODM' IIMRS GENERAL UABILRY EACH OCCURRENCE q FIRE DAVAGE(".Iefrn) $ COMMERCtA-GENERALUSUTY MED EXP(Ar, one Penon) $ CLAMS MADE 0OCCUR PERSONA SADVINJURY S GENERALAGGREGATE 4 4ENLAOIaHt(aAIt UM II PYPUEW YGH PHUUVLIS LUMWUPA4b Y POULr PRO- LOG A AUTOMOBILE LIABILITY ANY AUTO BINDER 07/15/99 07/15/00 COMBINED SINGLE UMIT P"c"BD $ 1000000 % BODILYINUURY (PBl PBr00n) ALL OWNED AUTOS SCHEDULEDAUTOS z BODILY INJURY (PeraCCMen[) q HIRED AUTOS NON OWNFO At ITOS Z PRUPERrY DAMAGE (PeL eLUJeIID $ GARAGE LIABILNY AUTO ONLY EAACCIDENT 8 OT.1 THAN EAACC $ ANY AUTO AUTO ONLY AGG $ EXCESS LABILITY EACH OCCURRENCE $ AGGREGATE $ LLUR n 4WMS MADE E $ DEDUCTIBLE L f ETENTION L WORIERS COMPENSATION AND EMPLOYERS LABILITY WLSIAILLUMrtS UIM TURY ER E L EACHACCIDENT q E L DISEASE EA EMPLOYEE $ EL DISEASE POUCY LIMIT $ HITHER A Auto Physical Dams BINDER 07/15/99 07/15/00 Comp 500 Coll 500 OLOCRIPTIONOr OPCMTION3 OpnOP43 IIICLE3 XCLU3ION3ADDCDO CND0R3CMCN1Y3PCCLLLPRON310N3 City of Denton, its Officials, Agents, Employees and Volunteers are named as additional insureds "Said policy shall not be cancelled nonrenewed or materially changed 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 I UHtH LC 11 HP MIMVVCLI.IYIIVIV CITDENT ISHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Denton Purchasing Dept 901-5 Texas St Denton Tx 76201 25-S (7/971 EXPIRATION DATE THEREOF THE ISCI IIW INSURER WILL ENDEAVOR TO eAL 30 OAVS WRITTFN NOTICF TO THE CFRTFICATF HOI nPP NAMFO TO TIF LEFT BUT FAILURE TO 00 SO SHALL IMPOSE NO OBLIGATION OR -1AULI Y OF ANY KIND UPON THE INSURER ITS AGENTS OR REPRESENTATIVES