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