Loading...
HomeMy WebLinkAbout1998-051ORDINANCE NO - O5l AN ( ORDINANCE PROVIDING FOR THE EXPENDITURE OF FUNDS FOR SERVICES PERFORMED BY BLIND OR SEVERELY DISABLED PERSONS IN ACCORDANCE WITH THE PROVISIONS OF STATE LAW EXEMPTING SUCH PUR-,HASES FROM REQUIREMENTS OF COMPETITIVE BIDS, AND PROVIDING AN EFFECTIVE DATE (TEXAS INDUSTRIES FOR THE BLIND AND HANDICAPPED-EASTER SEALS SOCIETY, PARKS RESTROOM CLEATING, $18,935 00) WHEREAS, Section 252 022 of the Local Government Code provides that serve es performed by blind or severely disabled persons need not be submitted to competitive bids, and WHERE AS, the City Council has provided in the City budget for the appropriation of funds to be used for the purchase of the services set forth in the proposed cont fact, NOW, THEREFORE, THE( COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the City Manager is hereby authorized to execute on behalf of the Crity of Denton, Texas, a service contract, which is attached hereto and make a part hereof for all purposes, that provides services relating to Parks Restroom Cleaning with the Texas Industries for the Blind and Handicapped Easter Seal Society in the amount of $1835.00 SECTION II. That the award of this contract is based on the services under this contract being performed by blind or severely disabled persons SECTION III. pass ge and approval That this ordinance shall become effective immediately upon its PASSED AND APPROVED this the day of J/�i� 1998 C r ' JA(XyLLER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY N c HA DICAPPED-RESTROOM ORDINANCE Contract Number 98-051 State Use Contract This contract and agreement is entered into by and between the Receiving Party and the Performing Party (Assigned Work Center) pursuant to the Authority granted in compliance with the provisions of Chapter 122, Human Resources Code, and certified by Texas Industries for the Blind and Handicapped (TIBH Industries, Inc ) as a contract in compliance with the provisions of Chapter 122, Human Resources Code I. Contracting Parties: Receiving Party City of Denton - Mr Robert Tickner 321 East McKinney Denton, Texas 76201 Performing Party Physically Challenged Services, Inc 13300 Old Blanco Road, Suite 160 San Antonio, Texas 78216 II. Statement of Services to be Performed: Parks Restroom Cleaning III. Basis for Calculating Reimbursable Costs: See Bid Proposal IV. Contract Amount: The total amount of the Contract shall not exceed $ 18,935 00 per year V. Payment of Services: The Receiving Party shall pay Performing Party, or pay TIBH as assignee and servicing agent of Performing Parry's interest in the payment under this contract (as directed), for goods and services received upon receipt of a proper invoice or voucher prepared by the Assigned Work Center or TIBH within thirty (30) days from receipt of same Payment for services performed shall be billed monthly as outlined and services provided VI. Term of Contract This contract is to begin March 15, 1998 and shall be reviewed annually or upon shall be reviewed annually or upon request of any of the contracting parties THE UNDERSIGNED PARTIES do hereby certify that, (i) the services specified above are necessary and essential for activities that are properly within the statutory functions andiprograms of the affected parties of Local and State Government, and (n) the services, supplies or Contract, are not required by Section 21 of Article XVI of the Constitution of Texas to be supplied under Contract given to the lowest responsible bidder Contract Number RECEIVING PARTY Receiving Party further certifies that it has authority to contract for the above services by authority granted in Section 122.005, Section 122 004, and 122 017, including but not limited to Section 122 007, Chapter 122, Human Resources Code City of Denton. Parks and Recreation Department Name of Receiving Party Authonzed Signature PERFORMING PARTY The undersigned signatory for the Performing Party hereby represents and warrants that s/he is a officer of the organization for which s/he has executed this Contract, and that the officer has full and complete authority to enter into this contract on behalf of the Performing Party and has legal authority to perform the activities provided for herein sicallv Challenged Services. In of Performing DNe. Authorized Signature A�\ � rl `v b Date CERTIFYING PARTY Texas Industries for the Blind and Handicapped, Inc (TIBH Industries, Inc ) i �yz Authonzed $ gnature r- //� bi to CITY OF DENTON PARKS RESTROOM CLEANING SERVICE MAINTENANCE AGREEMENT The purpose of this contract is to supply labor, materials, supervision and transportation to clean ten (10) restroom facilities owned by the City of Denton hereinafter referred to as 'Owner" or "City' The facilities are to be cleaned on the following frequencies based on season - Athletic field restrooms must be cleaned before 9 a in. on Saturday and Sunday. Summer: (May 1 - August 15) FACILITY FREQUENCY of ESE ND CLEANING per WEEK of Days Civic Center Park Daily 107 South Lakes Park Daily 107 McKenna Park Daily 107 Fred Moore Park Daily 107 North Lakes Park Softball Complex Daily 107 North Lakes Park Softball/P1cmC Daily 107 Evers Park Baseball Daily 107 Denis Park Softball Daily 107 Mack Park Baseball (South) Daily 107 Mack Park Baseball (North) Daily 107 Fall: (August 15 - November 30) FACILITY FREQUENCY of EST. Nl1 CLEANING per WEEK of Days Civic Center Park M,W,F,S,Su 76 South Lakes Park M,W,F,S,Su 76 McKenna Park M,W,F,S,Su 76 Fred Moore Park M,W,F,S,Su 76 North Lakes Park Softball Complex M,W,F,S 60 North Lakes Park Softball/Picnic M,W,F,S 60 Evers Park Baseball M,W,F,S 60 Dema Park Softball M,W,F,S 60 Mack Park Baseball (South) M,W,F,S 60 Mack Park Baseball (North) M,W,F,S 60 SprWg: (March 1 - April 30) FACILITY FREQUENCY of ESE NA CLFANING per WEEK of Days Civic Center Park M,W,F,Su 45 South Lakes Park M,W,F,Su 45 McKenna Park M,W,F,Su 45 Fred Moore Park M,W,F,Su 45 North Lakes Park Softball Complex M,W,F,Su 45 North Lakes Park SoftbaWPicmc M,W,F,Su 45 Evers Park Baseball M,W,F,Su 45 Dania Park Softball M,W,F,Su 45 Mack Park Baseball (South) M,W,F,Su 45 Mack Park Baseball (North) M,W,F,Su 45 The above "Est. No. of Days" is an estimate only and subject to change without notice by the Owner If any restroom is closed due to weather (freeze), the Owner will notify the Contractor if cleaning is not necessary. All cleaning shall be completed by 5:00 p.m. on the days scheduled (except Saturday and Sunday which shall be before 9 a.m. at Athletic Parks). All supplies needed to complete this contract shall be supplied by the Contractor. Supplies are cleansers, deodorant, brushes, spray nozzles, hoses, gloves, toilet paper, paper towels, and other miscellaneous items as needed SCOPE: All restroom facihties shall be cleaned in the same manner. The Contractor shall go by the following work objectives: 1. Sweep floor, removing all litter, dut, and foreign objects Place litter in trash bags or trash barrels 2. Clean the entire surface area of all components of the toilets, urinals, and lavatories with cleanser and brush, removing all stains and debris 3 Spray all mirrors with window cleaner and wipe dry, leaving no streaks or spots 4 Remove spider webs with broom Spray off areas that are not accessible by a broom. Ralroom Clanmg Service Mamteance Agreement - PAGE 2- S. Spray deodorizing disinfectant cleaner over the compJtte area, covering the floor, walls, toilets, urinals, lavatories, etc. Leave on for five (5) minutes and then wash off Toilet tissue rolls) shall be removed before cleaning and replaced after cleaning. All stemless surfaces are to be wiped dry to eliminate spotting. 6. All toilet paper rolls that are 3/4 used shall be removed and replaced with a new roll 7. Other restroom cleaning duties may be added by the contract administrator as needed as long as they do not materially change the scope of duties. PERrORMANCE: Facilities shall be inspected regularly by Parks Division personnel to insure thorough cleaning and contract compliance. For the purposes of this contract, the Superintendent of Parks shall be the contract administrator for the City of Denton and can be contacted at the Civic Center, 321 E. Mclanney, Denton, TX 76201, (940) 349-8275. The contract administrator shall have the authority to set cleaning schedules, communicate to the Contractor regarding any deficiencies in performance, and terminate this contract for any breach of contract by the Contractor, if necessary. TERMS Og CONTRACTAND C==ANCRtt I ATION: Thus contract shall remain in effect from the date of award to September 30, or until terminated by either party, by giving written notice of such cancellation. This contract may be renewed and extended upon mutual agreement of the Owner and Contractor for two (2) additional one (1) year periods at the same terms and conditions The Owner, at its option, may cancel this contract immediately without written notice or recourse in the event of unsatisfactory performance, breach of contract, or any unlawful and illegal acts committed by the Contractor and/or his/her employees The Contractor or Owner tray terminate this contract with thirty (30) days written notice The absence of written notice of cancellation by the Contractor subjects the Contractor to forfeiture of one week's payment. TRANSPORTATION: The Contractor shall supply transportation from facility to facility The Contractor shall be allowed to drive adjacent to the restroom facilities when necessary and shall be held liable for any property damages that result from driving on City property, e.g. ruts in wet turf LIABIL11 Y NSIMANCE/WO ICAMIC COMPENSATION Bidder's attention is directed to the insurance requirements below. It is highly recommended that bidders confer with their respective insurance carvers or brokers to determine in advance of Bid submission i 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 Reat=m Claming Service Maintenance Agreement - PAGE 3 - may be disquahfied 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 _ • 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-msured 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 chums 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 provide tlurty(30) days prior written notice of cancellation, non -renewal or reduction in coverage Restroom Cleaning Service Mamteoance Agreement - PAGE 4- • 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 hmit providing for clams 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 dus 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 0 A General Liability Insurance: General Liability Insurance with combined single limits of not less than'-1S�QDo _ 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 Reatroom Cleaning Service Maintenance Agreement - PAGE 5 - (Xj 1Xl • 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 500,000 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 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 budding 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 Restroom Cleaning Service Maintenance Agreement - PACE 6- 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. Restroom Cleating Service Maintenance Agreement - PACE 7- ATTACHMENT 1 [ 1 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-8 1, TWCC-82, TWCC-83, orTWCC-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 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity, Restroom Cleaning Service Maintenance Agreement - PAGE 8 - (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 Restroom Cleaning Service Maintenance Agreement - PACE 9. (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 mad 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 The Contractor shall submit to the Parks Superintendent and invoice for payment, fully detailing all work performed for the previous week, i e a daily log of facilities cleaned each day. Upon approval, a check shall be processed by the Accounts Payable Division The invoice shall be submitted to the Parks Superintendent no later than 5:00 p m each Friday for payment to be processed by Friday, 4 00 p m of the following week Should invoices be turned in after the Friday cut-off time, payment shall be made the following week The following payment schedule shall be in effect for the term of this contract unless amended by mutual agreement of both parties Restroom Cleaning Service Maintenance Agreement - PAGE 10 - FACILITY CONTRACT PRICE per CLEANING Civic Center Park South Lakes Park McKenna Park Fred Moore Park North Lakes Park Softball Complex North Lakes Park Softball/Picnic Evers Park Baseball Denla Park Softball Mack Park Baseball (South) Mack Park Baseball (North) Restroom facilities for cleaning may be added or deleted by written amendment to the contract upon acknowledgement and execution of such amendment by both parties. VANDALISM: The Contractor shall report any graffiti on walls, inside or out, of each facility and/or any vandalism, Inside or out, to the Parks Superintendent on the day of discovery CONTRACI AGREEMENT: Both parties agree to all terms and conditions of this contract Should Contractor not fulfill all specifications stated within this agreement to Owner's satisfaction, Owner reserves the right to terminate this agreement. 1 (we) understand and shall willingly accept all objectives and responsibilities of this contract on this the _ day of 1998 ITF;)'ACT Name f/e 0300 btu ��n�o Rc9 1lo C) Address (aw) Phone No �iy ZI S (PA 4 �djalTt I Signature AAA08889 !CITY OF D�NTON �� Signature Teal. '&nWldes Printed Name Title Restroom Cleamag service Maintenance Agreement - PACE 11 WWWOM 8O{M WAY I �ERWAr 3 ftMAWR i TY i b l� poov k RPiV RD PO ARA. A PUNN%V am VMIlY 3aRoauow# lom@�* Row COa _ oARoaRY.w eves Park I w - % sAN Y WCiFlMP < 017D'" i North Lakes Pad: •�D'� c 'Okv ' ypyAaoi IRm Ro a a i DRs\w= D� ' + Q PARE .WIfRIORugW" AVAM ZrOOA tl VANDMKT i' I Zg N � _ NAODARD W _ 2 R sl t NeR 204ww W 4 �—w."Jw _—_— 7paJ— McKeno y� s - 8%V - t — 4 W oy( M iiw n � �squesimY waAesapr b w — wsn'waoRe y $ — m o DUMpWy Ow �Tean < c 188 6 �.oiaW 0, k a Lmv b MAM wa fiV i N - R ow o� ODMWA apuW 9R QW0,00 W�OARc y ''MG�IM-61p1lDIW MAW W Ljgi(A d* - EQXP OPT PASA - }y� pwtx FOXM .Ae� EidM 3 3 uuAt _�#� TA MW � IWA RTO=Woim OWICojm ` RTm Wommwmdy eac somm Civic Cemu Pads ; z 9�R�1 17 r�--eieayOyF—pAUD,PAW _-_ & Y 1Oq�1O�' Made Peck �9tNtW _�� a.m7 3 r s FPi FPaNua IFad Moore Pads PAINUAM ,3 A a,rp; OAK• b SMAH ��( cs3®Rm +rmv J a D imcRo� P Dews Perk meson o hldlh OJ�S Hooftm W K tpRd�DQ � LYIM.�.TWw� Somh Lakes Park sAwrse� opPa A \ Bm�9PARR ` IVOAq.T (4' t APR 23 1998 2'08PN TSU NO 328 P 2/2 . CERTIFICATE OF LIABILITY INSURANCE 12—98 04 NATN OIM BYY) NRoouow n P.O.Box A Lockum Companies Kansas City NO 64141.051 (913) 670.9000 THIS CERTIFICATE IS 188{p�ED AB A MATTER OF INFORMATION dNLY AND CONFERS NQ RIp�{�g UPON THE CERTIFICATE NAOLDeR. THIS CERTIFICATE DOES NOT AMEND EXTEND OR THE COVERAGE RPED BY THE POLIONIS BELOW MUM@ AFFORDING COVERAGE "mow 9219 INC. /ICALLY CHALLENGED 11iCE OIIO)USIRIES. INC. 1336 OLD BLANCO ROAD I eu MNM RELIANCE INSLRAKE CO. Imu D' SAN ANTONIO TX 78216 Is., wuY WL.0 L�J A�LREGUIRMEMIFPIIf I NOR COMMONUNTO OF AW CEO TRACT OCINUED Rp0TFIDO DOCCUMIOD INNT NAMED RI FWABaVB MR T TO WHICHPTHIBDCFATI�TR aI 6 I WpnOR MAY AOORITMOEAT6 uMRe aHDWPIKAM �RAA�Y NAME q RIID�UCIp BY PAID SILT TO ALL THE TERMI. IKf9 U910Ne AND CONOR10N8 OF SUCH OP INIu Nu 06122/OB A caMNaMUALawNR I�"w" CLAM MADE® OCCOR $500 Dm. 06 8620064 06/12/97 UCH OCCURRONCE 1 all ane a of I o RAL&ANY NJI • L • 2,000,000 4AOOR1'oA LpI11,APPLIII PIN, LNIY LOC ROoum-Co AOO 1 AVIVMOou LNINNnY ANY AUro A" OWNCO AUTOS 9CF1®tllep AVfOB HIMP AUTOS NCN,OWNIO AMP Q08610066 07/29/97 07/29/98 1N0LB` p1,00,000 Iy�I IP�AImpir'JuRy • D Phr�ppgg� / ryy� VOemINNIOOAMA 4ARAm1LIAINJIY AW AM NOT APPLICABLE UrOO V-RA OOIOwT 2UTYPOej'4 NAACO ADO • / 14 9LL40LOT oc m ❑ "me MApe DaDVCnILE O • NOi APPLICABLE OCC CI AMR 1 1 • • B A INW KWfW UAINIM C AngN AND Dw°1 PROPERTY C42286237 08 0610064 06/11/97 OB/I2/97 06/11/98 06/12/98 d AD Ac • L O NOVA 1 500,000 DINRASN• $10,000 Carr. t20.000 EDP, $6,000 TOOLS, ENPL pISM $100,000. $1,000 051011"M OF OMA-nO TIDMIMNIOL Wu1MONS APM BY wDONNIMwTAiP@CIAO PROVNMINs CERTIFICATE HOLM, IS ADDITIONAL INSUREp. ACDr WOATD UA, nv. .ry000•F RHO= ANY OF nm ABOVE ONICRINaD POUCINN II OMON410 MM 7NR 10RRA71ON CITY OF N PAT%THOMP. TNN NBmNN NRNmAI WIL NNDSAVOR TO MAIL 30 DAYs wmrrw O E. MCK TX EY NOnOI TO 771E OImNaATN NOMM NANIm TO THe LFNr. NR INIIHNB TO Do so INAU. DEN�QH 62D1 INPOIN NO 0840ATNW OR UANIUIY OF ANY NINO LIM TM INSULAR, RN AGENTS 08