Loading...
HomeMy WebLinkAbout1997-065ORDINANCE NO q 7'O(p 5- AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES, PROVIDING FOR THE' EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated competitive bids for the purchase of necessary materials, equipment, supplies or services in accordance with the procedures of STATE law and City ordinances, and WHEREAS, the City Manager or a designated employee has reviewed and recommended that the herein described bids are the lowest responsible bids for the materials, equipment, supplies or services as shown in the "Bid Proposals" submitted therefore, and WHEREAS, the City Council has provided in the City Budget for the appropriation of funds to be used for the purchase of the materials, equipment, supplies or services approved and accepted herein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the numbered items in the following numbered bids for materials, equipment, supplies, or services, shown in the "Bid Proposals" attached hereto, are hereby accepted and approved as being the lowest responsible bids for such items BID ITEM NUMBER NOL VENDOR AMOUNT 2011 ALL HERD'S CONTRACTING EXHIBIT "A" SECTION That by the acceptance and approval of the above numbered items of the submitted bids, the City accepts the offer of the persons submitting the bids for such items and agrees toypurchase the materials, equipment, supplies or services in accordance with the terms, specifications, standards, quantities and for the specified sums contained in the Bid Invitations, Bid Proposals, and related documents SECTION_III That should the City and persons submitting approved and accepted items and of the submitted bids wish to enter into a formal written agreement as a result of the acceptance, approval; and awarding of the bids, the City Manager or his designated representative is hereby authorized to execute the written contract which shall be attached hereto, provided that the written contract is in accordance with the terms, conditions, specifications, standards, quantities and specified sums contained in the Bid Proposal and related documents herein approved and accepted SECTIO.bLIV That by the acceptance and approval of the above numbered items of the submitted bids, the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved bids or pursuant to a written contract made pursuant thereto as authorized herein SECTION V That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this 4�-"­day of %lltti Z—/,— , 1997 JA MILLER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY BY�t+-U �-- APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY -- SUPPLY ORD BID # 2011 - MOWING, TRASH REMOVAL AND EROSION CONTROL EXHIBIT "A" ITEM DESCRIPTION PRICE I MOWING UNRESTRICTED ACCESS PARCELS UP TO 12,000 SQ FT $30 00 PER PARCEL 2 MOWING UNRESTRICTED ACCESS PARCELS 12 000 SQ FT OR MORE $50 00 PER PARCEL 3 MOWING RESTRICTED ACCESS PARCELS UP TO 12,000 SQ FT $40 00 PER PARCEL 4 MOWING RESTRICTED ACCESS PARCELS 12 000 SQ FT OR MORE $50 00 PER PARCEL 5 TRASH & DEBRIS REMOVAL CUBIC YARD CALCULATED $25 00 PER PARCEL 6 EROSION CONTROL CLEAN-UP $ 5 00 PER LINER FT DATE MARCH 4, 1997 TO Mayor and Members of the City Council FROM Kathy DuBose, Executive Director of Finance SUBJECT BID # 2011- MOWING, TRASH REMOVAL AND EROSION CONTROL RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, Herd's Contracting, in the unit prices as follows ITEM DESCRIPTION PRICE 1 MOWING UNRESTRICTED ACCESS PARCELS UP TO 12 000 SQ FT $30 00 PER PARCEL 2 MOWING UNRESTRICTED ACCESS PARCELS 12,000 SQ FT OR MORE $50 00 PER PARCEL 3 MOWING RESTRICTED ACCESS PARCELS UP TO 12 000 SQ FT $40 00 PER PARCEL 4 MOWING RESTRICTED ACCESS PARCELS 12,000 SQ FT OR MORE $50 00 PER PARCEL 5 TRASH & DEBRIS REMOVAL CUBIC YARD CALCULATED $25 00 PER PARCEL 6 EROSION CONTROL CLEAN-UP i $ 5 00 PER LINEAR FT Total estimated annual expenditure of $22,000 00 SiiMMARY: This annual contract is for all labor, equipment and materials necessary in mowing, trash removal and erosion control cleanup for the Code Enforcement Department Twenty-five notices to bid were mailed to vendors, with two bidders responding PRO_GRAMC, DEPARTMENTS OR GROUPS AFFECTED: Code Enforcement Department, Engineering Department, Citizens of Denton in the affected areas FISCAL IMPACT. Budgeted funds for 1997 for mowing and trash removal Account# 100-050-0014-8533 Attachments Tabulation Sheet Memorandum from Robbie Baughman Respectfully submitted at Du se Executive irector of Finance Prepared by Name �enise arp�ool—� Title Senior Buyer Approved Name Tom D Shaw, Title Purchasing Agent 837 AGENDA BID # - - -- 2011 (BID NAME MOWING, TRASH REMOVAL, LAWN HERD'S EROSION CONTROL (RE -BID) KING CONTRACTING OPEN DATE 2-11-97 # QTY - r - - - - -- - - -- DESCRHlyIION VENDOR VENDOR I _ VENDOR UNRESTRICTED ACCESS (SUCH AS VACANT LOTS) I PER PARCELS OF LAND UP TO 12,000 SQ FT PARCEL) _ _ $50 00 li - $30 00 li 2 PER PARCELS 12,000 SQ FT TO AN ACRE OR (PARCEL_ i _ _ MORE $100 00 $50 00 RESTRICTS ACCESS (EQUIPMENT MUST FIT THRV (3) FOOT OPENING) 3 PER PARCELS OF LAND UP TO 12,000 SQ FT -PARCEL -- - $75 00 $40 00 11 4 PER PARCELS 12,000 SQ FT TO AN ACRE OR - (PARCEL _ _ MORE $150 00 $50 00 5 PER TRASH & DEBRIS REMOVAL BASED ON PARCEL CUBIC YARD CALCULATED BY CITY OF SOLID WASTE DEPT FORMULA $15 00 $25 00 II EROSION CONTROL: 6 PER EROSION CONTROL CLEANUP (DIRT, LINEAR; DEBRIS, ETC) ON PUBLIC STREETS FT $7 00 $5 00 THIS AGREEMENT TO REMAIN IN - - EFFECT UNTIL FEB 15, 1998- 5 FEB-18-1997 0 27 CITY OF DENTON PLANNING (817) 866-83M • DFW MMO 434-2529 CITY OF DENTON, TEXAS CITY HALL WEST • 921 N ELM • DENTON, TEXAS 78204 Building Inspection M E M O R A H D O M DATE: February 1g, 1997 TOi Tom Shaw - Purchasing Agent FROM: Robbie Baughman - Assistant Building Official RE: Bid 2011 The Code Enforcement staff has reviewed all the bide for mowing, trasol thaththem City ofdDenton oaccept rHerdBsdContracting as 2011). We the recommending reoval thevendor. We appreciate your assistance with the bidding process, 2 CONTRACT AGREEMENT J STATE OF TEXAS $ COUNTY OF DENTON S THIS AGREEMENT, made and entered into this 4 day of MARCH A.D., 19 97 , by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through TED BENAVIDES thereunto duly authorized so to do, hereinafter termed "OWNER," and HERD'S CONTRACTING 102 TERRACE RD SANGER, TX 76266 of the City of SANGER , County of DENTON and State of TEXAS , hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID # 2011-MOWING',TRASH REMOVAL , EROSION CONTROL in the amount of $22,000.00 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 accordance with the plans, which includes all maps, plats, CA - 1 blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF DENTON PURCHASING DEPARTMENT all of which are made a part hereof and collectively evidence and constitute the entire contract. 1m - 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. _1•=4t i___ .S 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. 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: 4AOyr APPROVED AS TO FORM: AAA0184D Rev. 04/05/96 CA - 3 HERD'S CONTRACTOR C-aa .e/ /X 76,Rlv41 MAILING ADDRESS PHONE NUMBER FAX NUMBER By �cur�eY TLE PRINTED NAME (SEAL) 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 B+ • 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 AAA00350 REVISED 10112/94 Cl - 1 Insurance Requirements Page 2 officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses • Liability policies shall be endorsed to provide the following •• Name as additional insured the City of Denton, Its Officials, Agents, Employees and volunteers •• That such Insurance is primary to any other Insurance available to the additional insured with respect to claims covered under the policy and that this Insurance applies separately to each Insured against whom claim is made or suit is brought The inclusion of more than one insured shall not operate to increase the Insurer's limit of liability • All policies shall be endorsed to provide thirty(3O) days prior written notice of cancellation, non -renewal or reduction in coverage • 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 AAA00350 REVISED 10/12/94 Cl - 2 Insurance Requirements Page 3 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 $100,000 00 shall be provided and maintained by the contractor The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies If the Commercial General Liability form (ISO Form CG 0001 current edition) is used • Coverage A shall Include premises, operations, products, and completed operations, Independent contractors, contractual liability covering this contract and broad form property damage coverage • Coverage B shall Include personal Injury • Coverage C, medical payments, is not required If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, It shall Include at least • Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability AAA00350 REVISED 10112/04 Cl - 3 Insurance Requirements Page 4 [XI Automobile Liability Insurance - Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $100,000.00 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 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) [ I 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 AAA00350 REVISED 10/12/94 Cl - 4 Insurance Requirements Page 5 "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 [ 1 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 [ 1 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 [ I 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 [ 1 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 AAA00350 REVISED 10/12194 CI - 5 Insurance Requirements Page 6 ATTACHMENT 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-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 401 011(44) for all employees of the contractor providing services on the project, for the duration of the project AAA00350 REVISED 10/12/94 Cl - 6 Insurance Requirements Page 7 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 mall 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 AAA00350 REVISED 10/12/94 Cl " 7 Insurance Requirements Page 8 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 and 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 AAA00350 REVISED 10/12194 Cl - 8 Insurance Requirements Page 9 (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 AAA00350 Cl - 9 REVISED 10112184 bID NUMBER 2011 BID PROPOSALS City of Denton, Taw 901•B Taw St Funrheeiog Department Dorton, Texas 76201 PAGE 2 OF ITEM DESCRIPTION QUAN. PRICE AMOIIh= MOWING, TRASH REMOVAL AND EROSION CONTROL CLEANUP ON PARCELS A parcel of land is defined as a lot (or lots) , a tract, or acres of land joined together under one (1) ownership provided by the Denton Appraisal District Records. f i All ad oining public ROW and easements are considered part o a parcel. (Multiple Mowing Work Orders with the same owner will be treated as acreage under a single mowing ticket.) Unrestricted access (such as vacant lotsl: OC ! 1 Parcels of land up to 12000 square feet. per $ O parcel 2. Parcels 12,000 square feet to an acre or more, per $ 5 parcel ; Restricted access (ecuicment must fit throuch three 3. (31 foot ocenincl• Parcels of land to 12,000 feet. 0 $ V � u p square per parcel 4 Parcels 12,000 square feet to an acre or more. per $�U parcel 5 Trash and debris removal based on cubic yard per $ �L calculated by City of Denton Solid Waste Department cubic formula. yard Erosion Control 6 Erosion control cleanup (dirt, debris, etc.) on public streets. per linear $� �d ft This agreement to remain in effect until February 15, 1998 at which time it will be rebid or extended for a 12-month period with all prices, terms and conditions remaining the same and agreed to in writing by both parties. A pre -bid meeting with Code Enforcement staff and site visit are mandatory for all bide. Include list of equipment available for use by bidder it We quote the above f o b delivered to Denton, Texas Shipment can be made in days from receipt of order Terms net/90 unless otherwise indicated In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a reasonable period of time constitutes a contra The complete Bid proposal must be properly priced, signed and returned oa -rew race RBI Mailing Address 5an.0 eX __rx -Fk,2l eP City _ State Zip Tolephom/Fez Bidder/Co any iignsture S�cS�t rL Nay Pnnt/1'yps Name r) (')n er Title AAA04AC4 k AI�II1UP. i ` }��^�m' C 3 m $a $�n•a N ��[ ! .�"� `few $G DATE /pD YIT < ,.,. 5w�`sab�r$"��$ "k 0372 � 9�. PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Insurance Services Agency ONLY NO RIGHTSTHE HOLDERNTH SONFERS CERT CERTIFICATE DOES NOTOAMEND, CEXTENDERTIFICA MENDCEXTENDATE R 1111 Willow Springs ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW COMPANIES AFFORDING COVERAGE Denton TX 76205 COMPANY 817 566-2202 A AMERICAN STATES INS CO. INSURED COMPANY Herd'S Contracting B COMPANY 102 Terrace Road C Sanger TX 76266 COMPANY 817 458-2030 D �i�YY.<<a EC[ y b pp J o°� • R b'�3p Jn Ji"J"k o n ib+% o • 5w4 I[ "• d C a k ". „ ^S`'J S4 'r YaY'��tlb[Y4�$ r�4"q"y< S blmL>``��imRo'm'a' " yFiF�LkJiYiy p R4ZSt5J�bY�i4y.,S„C�>n'k d c aaw<.' 2 mGai " [ dS'a rt$J<S4S�[ "w �Y THIS IS TO CERTIFY THAT 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 LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS CO LTR TYPE OF INSURANCE POUCYNUMBER POUCYEFFECTIVE DATE(MM/DD/YY) POUOYEKPIRATION DATE(MWOONY) UNITS A GENERALUABILITY 04CC105793-1 02/21/97 02/21/98 GENERAL AGGREGATE E200 000 Y COMMERCIAL GENERAL LIABILITY PRODUCTS COMP/OPAGG $200000 N CLAIMS MADE 7OCCUR PERSONAL &ACV INJURY $100000 Y EACH OCCURRENCE $10 O 0 0 0 OWNERS & CONTRACTORS PROT N FIRE DAMAGE (Any one fire) s50 000 MED EtP (Any onePerson) $ 5 0 0 0 AUTOMOBILE LABILITY ANY AUTO COMBINED BINDLE LIMIT $ BODILY INJURY (Per person) S ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE $ GARAGE LIABILITY AUTOONLY EAACCIDENT S OTHER THAN AUTO ONLY ANY AUTO EACH ACCIDENT S AGGREGATE $ IXCEBB LIABILITY EACH OCCURRENCE S AGGREGATE $ UMBRELLA FORM $ OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND STATUTORY LIMITS EMPLOYERS LIABILITY EACH ACCIDENT S DISEASE POLICY OMIT $ THE PROPRIETOR/ INCL PARTNERS/E(ECUTIVE OFFICERS ARE EXCL DISEASE EACH EMPLOYEE $ OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEMICLES/SPECIAL ITEMS LANDSCAPE CONTRACTOR CERTIFICATE HOLDER IS A NAMED ADDITIONAL INSURED CITY OF DENTON SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE ATTN. PURCHASING (DENISE HARPOOL) IXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 901B TEXAS ST 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT DENTON Y TX. 76201 BUT FAILURE TO MAIL BUCH NOTICE SHALL IMPOSE NO OBUGATION OR LIABILITY OF ANY KIND UPON COMPANY HH'r,AGL11Tb 0111 I.IEPFIE69NTATIVES y X,,y�tlL,� /,y �y .��a.� , ' "J 'f.4�t+k'FlfIiF5#DW.4n?•,Fi0.......... a.;oi,33�..... �1` o " : 3 "[ AUTHORIZED REPRESENT " k a ^' .'+"�;-`t,'H!7 tSlpO'riON 1203 a > ACORD. <� , $ , �,a >>< PRODUCER LORD & COMPANY INS AGENTS , INC 610 DALLAS DRIVE W `� 4, m...... DATE (MM/DDMT ,� < �, 03 zo 97 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW COMPANIES AFFORDING COVERAGE P O BOX 946 COMPANY DENTON, TX 76202 A PROGRESSIVE COMPANIES INSURED COMPANY J Justin Herd B COMPANY 102 Terrace Road Sanger, TX 76266 Q COMPANY D ���� s e�3�>o,�>'£'r Y `S�i,g ',$�;'��d �; �r3a��a>.cJ.e�� ,.".d�,A„�`< , � •. 1 THIS IS TO CERTIFY THAT 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 LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS CO LTR TYPE OF INSURANCE POUCYNUMBER POLICYEFPECTIVE DATE (MM/DDM1 POLICYEKPIRATION DATE (MM/ODMT LIMITS GENERAL LIABILITY GENERALAGGREGATE $ PRODUCTS COMP/OP AGO $ COMMERCIAL GENERAL UARIUTY PERSONAL &ADV INJURY $ CLAIMS MADE ❑OCCUR OWNERS&CONTRACTORS PROT EACH OCCURRENCE $ FIRE DAMAGE (Any one lire) $ MED EXP (Any one Person) i $ A AUTOMOBILE LIABILITY ANYAUTO 04635709-0 06/07/96 06/07/97 COMBINED SINGLE UNIT E 100 00 X BODILY INJURY (Per Person) $ ALLOWNEDAUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) E HIRED AUTOS NON OWNED AUTOS PROPERTY DAMAGE $ GARAGE LIABILITY AUTOONLY EAACCIOENT $ OTHER THAN AUTO ONLY ANY AUTO EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ AGGREGATE E UMBRELLA FORM $ OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND TWOCRYIMM EL EACH ACCIDENT If EMPLOYERS LIABILITY EL DISEASE POLICY LIMIT $ THE PROPRIETOR/ INCL PARTNERS/EXECUTIVE OFFICERS ARE IXCL EL DISEASE EA EMPLOYEE I $ OTHER DESCRIPTION OF OPERATIONS/LOCATIONSIYEHICLn/SPECIAL ITEMS The certificate holder is listed as an additional insured on auto liability covered auto under this policy is 1983uL�.(4 Chevy Truck #1GBHC34M2DV115348 .y�T�he� ♦IRTi,1��M1�1 W �%'WDWk'r �yv Sc,� ^n �4� < � � kY..� 5•v5���r >�� r n `yiY'^'M �I�Te; ' SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO MAIL City of Denton Attn Denise Harpool 30_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 215 E McKinney OF NY KIND UPON OJE COMPANY ITS AGENTS OR REPRESENTATIVES Denton, TX 76201 KH12,011 REP ESENTATI ACORD 6 t 1 111 61AD0RD OIRRPORATION 198E