Loading...
HomeMy WebLinkAbout1997-320ORDINANCE NO ql-4 d AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, 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 construction of public works or improvements in accordance with the procedures of STATE law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID NUMBER ONE TRACTOR AMOUNT 2109 JAGOE PUBLIC COMPANY $774,924.00 SECTION ii That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid SECTION That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein 1 SECTION IV That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V That this ordinance shall become effective immediately upon its passage and approval �f ,/� PASSED AND APPROVED this the T h day of /,WAQj—'1997 ATTEST; JENNIFE'R WALTERS, CITY SECRETARY BY QV APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY i JACK MILLER, MAYOR 141 1/a 0-v- I'm -Te - 2 DATE NOVEMBER 4,1997 TO Mayor and Members of the City Council FROM Kathy DuBose, Executive Director of Finance SUBJECT AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE (BID # 2109 - U.S. 380 UTILITY RELOCATION) RFCOMMFNDATION: We recommend this bid be awarded to the lowest bidder, Jagoe Public Company, in the amount of $774,924 00 BACKGROUND: This bid is for all labor and materials necessary in the relocation of approximately 650 feet of 30" waterline, 1667 feet of 16" waterline, 364 feet of 12" waterline and 665 feet of 8 waterline The sanitary sewer that must be relocated consists of 193 feet of 16" steel sanitary sewer, 428 feet of 15" sanitary sewer, 250 feet of 10" sanitary sewer and 5 manholes This relocation project is in the area of U S 380 and Maylull Texas Department of Transportation is planmng U S 380 improvements and the relocation of these utility lines must be done prior to that construction Five bid proposals were received in response to eighty-two notices to bid mailed to vendors Water and Sewer Utilities, Engineering, Citizens in the -area of U S 380 and FISCAL IMPACT— Budgeted water and sewer bond funds for 1998 CIP, account # 675-082-RB96-V502- 8563 Attachment Tabulation Sheet Respectfully submitted at e Executive erector of Finance Prepared by Name Deni a at Title Senior Buyer Approved .s ame om iaw, � Title Purchasing Agent 954 AGENDA # a§[ A { � �\(# §E ■ \2 $ E ■ --� m y \ 0 u 2 a § j §) � \ § \ \ k k k / f � E � / § t G CONTRACT AGREEMENT STATE OF TEXAS S COUNTY OF DENTON S THIS AGREEMENT, made and entered into this 4 day of November A.D., 19 97 , by and between PTT nF n1ClPIY)A Of the County of DENTON and State of Texas, acting through TED BEHAVIORS thereunto duly authorized so to do, hereinafter termed "OWNER," and JAGDE PUBLIC COMPANY P.O. BOX 250 DENTON, TX 76202 of the City of DENTON , 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 tl:= bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID # 2109 - U.S. 380 UTILITY RELOCATION in the amount of s774.924.0o and all extra work in connection therewith, under the terms as statel 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 prepazvd by CITY OF DENTON ENGINEERING DEPARTMENT n are made a part he the entire contract. 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, workers 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. 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 timm 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 axacputed this agreement in the year and day first above written. APPROVED AS TO FORM: AAA01840 Rev. 07/28/94 CA-3 CITY OF DENTON OWNS By Lf�, �1LLii. (SEAL) JAGOE PUBLIC COMPANY CONTRACTOR FM N • • •• ,tl MAILING ADDRESS ( 9 51o) 3 F 2- 2 ,S-, / PHONE NUMBER 9y6) 382-9-7 FAX NUMBER BY LE ,4!!� �4- C���k ✓� . PRINTED NAME (SEAL) in THE STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS That JAGOE PUBLIC COMPANY, whose address is P.O. BOX 250, DENTON, TX 76202, hereinafter called Principal, and ASSOCIATED TNngmNTTV rnRPpRATTON a corporation organized and existing under the laws of the State of TEXAS, and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of SEVEN HUNDRED SEVENTY FOUR THOUSAND NINE HUNDRED TWENTY FOUR and no/100 — ($774,924.00) plus 10 percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages ansing out of or con- nected with the below identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 97-320, with the City of Denton, the Owner, dated the 4 day of November A D 1997, a copy of which is hereto attached and made a part hereof, for BID # 2109 — U.S. 380 UTILITY RELOCATION NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plana, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived, and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by the Owner, and, if the Principal shall fully indemnify and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may mcur in making good any default or deficiency, then this obligation shall be void, otherwise, it shall remain in full force and effect PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas PERFORMANCE BOND - Page 1 AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc, accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the teams of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in DENTON County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 4 day of NOVEMBER,1997. A1TF,ST PRINCIPAL JAGOE PUBLIC COMPANY BY _ BY rc s,ala �.4 N/ INCE PRESIDENT ATTEST I SURETY ASSOCIATED INDEMNITY CORPORATION BYOLjti CM 0j GYM V ,j;T& ye FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME Willis Corroon Corporation of Texas 13355 Noel Road, Suite 400, Dallas, Texas 75240-6612 STREET ADDRESS (NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give a p r� name ) BOND - Page 2 THE STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS That JAGOE PUBLIC COMPANY, whose address is P.O. BOX 250, DENTON, TX 76202, hereinafter called Principal, and ASSOCIATED INDEMNITY CORPORATIOAI a corporation organized and existing under the laws of the State of TEXAS, and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to, in the penal sum of SEVEN HUNDRED SEVENTY FOUR THOUSAND NINE HUNDRED TWENTY FOUR and no/100— ($774,924.00) in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents Thus Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 97-320, with the City of Denton, the Owner, dated the 4 day of November, A D 1997, a copy of which is hereto attached and made a part hereof, for BID # 2109 — U.S. 380 UTILITY RELOCATION. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void, otherwise it shall remain in full force and effect PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie in Denton County, Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work performed thereunder, or to the Plans, Specifications, Drawings, etc, accompanying the some, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc PAYMENT BOND - Page 1 This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas The undersigned and designated agent is hereby designated by the Surety herem as the Resident Agent DENTON County to whom any requisite notices may be delivered and on whom service oin process may be had in matters ansmg out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 4 day of November, 1997. ATTEST PRINCIPAL JO oe Ptjb9c CO P BOX 250 Denton. Tx 76�r» .rnte� �— ATTEST BY V'L�E PkESIDENT SURETY ASSOCIATED INDEMNITY CORPORATION Rosemary Weaver The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the processis NAME' Willis Corroon Corporation of Texas STREET ADDRESS 13355 Noel Road, Suite 400, Dallas, Texas 7524o-6612 (NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a corporation, give a persons name ) PAYMENT BOND - Page 2 GENERAL POWER OF ATTORNEY ASSOCIATED INDEMNITY CORPORATION KNOW ALL MEN BY THESE PRESENTS That ASSOCIATED INDEMNITY CORPORATION a Corporation duly organized and existing under the laws of the State of California and having its principal office in the County of Mann State of California has made constituted and appointed and does by these presentsmake constitute and appoint JOHN R. STOCKTON, ROSEMARY WEAVER, jointly or severall% DALLAS TX its true and lawful Attorney(s) in Fact with full poser and authority hereby conferred In its name place and stead to execute seal acknowledge and deliver ans and all bonds undertaking, recognizances or other written obligations in the nature thereof ______________________________- and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President sealed with the corporate seal of the Corporation and duly attested bs its Secretary hereby ratifying and confirming all that the said Attorney(s) in Fact may do in the premises This power of attorney isgranted pursuant to Article Vll Sections 45 and46of By laws of ASSOCIATED INDEMNITY CORPORATION now in full forceand effect ' Article VII Appointment and Authority of Resident Secretaries, Attorney in Fact and Agents to accept Legal Process and Make Appearances Section 45 Appointment The Chairman of the Board of Directors, the President any Vice President or any other person authorized by the Board of Directors the Chairman of the Board of Directors the President or any VlcePresident may, from time to time appoint Resident Assistant Secretaries and Attorneys -In Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the Corporation Section 46 Authority The authority of such Resident Assistant Secretaries, Attorneys in Fact and Agents shall be as prescribed in the Instrument esidencing their appointment Any such appointment and all authority granted thereby maybe revoked at anytime by the Board of Directors or by any person empowered to make such appointment Tlvs power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of ASSOCIATED INDEMNITY CORPORATION at a meeting duly called and held on the 13th day of April 1984 and said Resolution has not been amended or repealed 'RESOLVED, that the signature of any Vice President Assistant Secretary and Resident Assistant Secretary of this Corporation and the seal of this Corporation may be affixed or printed on any power of attorney on any revocation of any power of attorney or on any certificate relating thereto by facsimile and any power of attorney, any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation IN WITNESS WHEREOF, ASSOCIATED INDEMNITY CORPORATION has caused these presents to be signed by its Vice President and its corporate seal to be hereunto affixed this 7 r t, day of A, g+r r 19 97 ASSOCIATED INDEMNITY CORPORATION ~` By / v •e Prem STATE OF CALIFORNIA as COUNTY OF MARIN 27th August 97 M A Mallonee On this day of 19 _, before me personally came to me known who being by me duly sworn did depose and say that he is Vice President of ASSOCIATED INDEMNITY CORPORATION the Corporation described in and which executed the above instrument that he knows the seal of said Corporation that the seal affixed to the said instrument is such corporate seal, that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year herein first above written A KRIEGER D ,t0 COMM 91045112 NOTARY PUBLIC CALIFORNIA Notary Pubac MAR N COUNTY C �- My Cortm Ecvas i"n p /999 4 CERTIFICATE STATE OF CALIFORNIA 1 as COUNTY OF MARIN I 1, the undersigned Resident Assistant Secretary of ASSOCIATED INDEMNITY CORPORATION a CALIFORNIA Corporation DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked and furthermore that Article VII Sections 4. and 46 of the Bylaws of the Corporation, and the Resolution of the a Board of Directors set fo It m the Power of A torney are now in force Signed and sealed at the County of Marm Dated the LF11 t day of `U.-tLJ�ly L B 1 19 \ rs -1 R.IdeelA ,Vut 5eaeury i i,u I 360711 AS 3.96 IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: YOU MAY CONTACT THE TEXAS DEPARTMENT OF INSURANCE TO OBTAIN INFORMATION ON COMPANIES, COVERAGES, RIGHTS OR COMPLAINTS AT: 1-800-252-3439 YOU MAY WRITE THE TEXAS DEPARTMENT OF INSURANCE: P. 0. Box 149104 AUSTIN, TX 78714-9104 FAx #(512) 475-1771 PREMIUM OR CLAIM DISPUTES: SHOULD YOU HAVE A DISPUTE CONCERNING YOUR PREMIUM OR ABOUT A CLAIM YOU SHOULD CONTACT THE AGENT OR COMPANY FIRST. IF THE DISPUTE IS NOT RESOLVED, YOU MAY CONTACT THE TExAS DEPARTMENT OF INSURANCE. ATTACH THIS NOTICE TO YOUR POLICY: THIS NOTICE IS FOR INFORMATION ONLY AND DOES NOT BECOME A PART OR CONDITION OF THE ATTACHED DOCUMENT. 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 falls 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 -L. • 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 AAA003W REVISED 1011M 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(30) 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 REMEL 10/12/64 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: IX) A. General Liability Insurance: General Liability Insurance with combined single limits of not less than $1 million ($1.000.000) shall be provided and maintained by the contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) Is used: • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. IS 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 1011=4 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 $1 million ($1.000.000) either In a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for: • any auto, or • all owned, hired and non -owned autos. [Xj 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 odcupational disease. The City need not be named as an "Additional Insured" but the Insurer shall agree to waive all rights of subrogation against the City, Its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 In accordance with §406.096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensation Commission (TWCC). Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily Injury which may arise in the prosecution of the work or AAA00350 Cl - 4 REVISED 1011=4 Insurance Requirements Page 5 contractor's operations under this contract. Coverage shall be on an "occurrence" basis, and the policy shall be Issued by the same insurance company that carries the contractor's liability Insurance Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate [ 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. [ I 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. [ I 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 10/12/94 CI - 5 Insurance Requirements Page 6 ATTACHMENT 1 (X) 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 REVEM 10n20114 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 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. AAA00350 REVISE) 10112/94 Cl - 7 Insurance Requirements Page $ 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(") for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, If the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity In writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and AAA00350 Cl S REVISE) 10/12/94 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 REVISE) 10/12/84 C'i - 9 WORKDAYS 40 BID NO 2109 U S. 380 Utility Relocations PO NO (Water) BID TABULATION SHEET nzm nlBC MMON QUARM UNer uWtr PMCs TMAL 121 Contractors Warranties dt U — LS $ 24,066. Q S $ 24,066. Unit Price in Words Twenty four thousand sixty six dollarscand nts 2 12-A 6" Waterline 10 LF $ 30.o0/LF $ 300.00 Unit Price in Words- Thirty dollars and no cents 2 12-B 8" Waterline 665 L.F $ 35. o0/j,F $ 23 , 275 . o Unit Price in words: Thirty five dollars and no cents 2.12-C 12" WaterlIm 364 LF $ 45.0gU $16,380.0 Unit Price in Words- Forty five dollars and no cents 2 12-D 16" Waterline 1,667 LF 1 $ 66.OQLF $110,022.1 0 Unlit Pace in Words Sixty six dollars and no cents 2.12-E 30" Waterline 650 LF $ 175.0C j 0 0 Unit Price in Words: ;nen One hundred seventy five dollars and s 2.12.8 Ductile Iron F' 1.700 LB .0 Unit Price in Words. Tyro dollars and no cents 2 12.9-A 12" Gaup 7 Steel Split 70 IPji 6.00 /LF $ 4, 620 00 Unit Price in Words: Sixty six dollarscents 2.12.9-B 18" 7 Steel Cas 164 LF5.00 /L.F $ 4,100.00 Unit Prim in Words' Twenty five dollao cents 2.12.9-C ' 42" 7 Stet 148 L0.0o /LF $ 8,880.0 unit pain Wks. Sixty dollars ans 2.1.3(4.5) Flex Base 75 C20.00 /CY $ 1,soo.o Uot p� in Words: Twenty dollars ats3.1 of Ri t-of-Wa Pricein WorliB: — i.00Unit ee thousand dod no cents P - 3 U.S. 380 Utility Relocations (Water) BID TABULATION SHEET WORKDAYS 40 BID NO. 2109 PO NO. rtsu o r[oN QUMTTry LM uRrr FarcS mrnr, 3.12 Temporary Erosion Control — Ls S 1, sot . oo2S S 1, sot 00 Unit Price in Words: one thousand five hundred dollars and no cents 3-B Remove Concrete Curb & Gutter 201 I.F F S lo.00 �' S 200.00 Unit Price in Words: Ten dollars and no cents 3-A Remove Concrete Pavement 56 SY S 10.00 /SY S 560.00 Unit Price in Words: Ten dollars and no cents 3.9 1 Hydromulch 1,178 SY $ 4.00/SY $ 4,712.00 Unlit Price in Words: Four dollars and no cents 5-A Air Release valve 1 EA S i , 00o . odEA $ 1, 000.00 Unit Puce in Words: One thousand dollars and no cents 5.8-A Concrete Pavement 56 SY $ 45.00/SY $ 2,520.00 Unit Price in Words: Forty five dollars and no cents 8.1 Barricade, Warning Signs & Detours — LS $ 5,000.Ot s 5,Q00.00 Unit Price in Words: Five thousand dollars and no cents SP-2 Cote Saw Cut 322 LP S 4.00 /LP $ 1,288.00 Unit Price in Words: Four dollars and no cents SP-10 Rods D=Vadw 50 CY 1 $ 100.00 $ 5,000.00 U& Price in Words: one hundred dollars and nd cents SP-37 BuffafionPM60WM 19910 LP $ 3.00 /Lp $ 5,730 00 Unit Prim in Words: Three dollars and no cents SP40 Cut & Plug WaNdim 9 EA S 1, 000 . oIEA S 9 , o00 . o0 Unit Price in Words: one thousand dollars and no cents P - 4 WORKDAYS 40 BID NO 21o9 U.S 380 Utility Relocations (Water) BID TABULATION SHEET PO NO. rr6M nescavMON QUAMMrT UMT UNI MCE TOTAL SP-45 Misc. Spnrilder System Adjustment — LS $ 500.00 /L3 $ 500.00 Unit Price in Words: SP-39 Project Signs Five hundred dollars and no cents 2 EA I$ 40o.00/EA $ eoo.00 Unit Price in Words: 2.16-A Water Service (1") Four hundred dollars and no cents 11 EA _ $ 700.o0/EA $ 7,700.00 Unit Price in Words: Seven hundred dollars and no cents 2 10-B Water Service (2") 2 EA $ 900.00/EA Unit Price in Words. Nine hundred dollars and no cents 6.4-A 18" Bore & Grout 164 LF $ 110.00 /LF $ 18,040.00 Unit Price in Words: One hundred ten dollars and no cents 6.4-B 42" Bore & Grout 148 1 LF 1 $ 380.00 /LF 1 $ 56, 240.00 Unit Price in Words: Three hundred eighty dollars and no cents 8.2-A Concrete Curb and Gutter 20 LF $ 15.00 /LF $ 300.00 Unit Price in Words: Fifteen dollars and no cents SP-43 Asphalt Saw Cut 876 LF $ 1.0o /LF $ 876.00 Unit Price in Words: one dollar and no cents 2.13.1-A 6" Valve 1 BA $ 500.00/EA $ 500.00 Unit Price in Words: Five hundred dollars and no cents 2.13.1-B 8" Valve 1 BA $ 650.00/EA $ 650.00 Unit Price in Words: Six hundred fifty dollars and no cents 2.13.1-C 11 12" Valve 2 EA 1 $1, 000.OdEA 1 $ 2, 000.00 Unit Price in Words: one thousand dollars and no cents P - 5 U.S 380 Utility Relocations (Water) BID TABULATION SHEET WORKDAYS 40 BID NO 2109 PO NO —" nzpA DENCREMrM QUANTITY u ar tsvrr rerc m TOTAL 2 13 1-D 16" Valve 1 EA S 3,500.QtEA 53,500.00 Unit Price in Words. Three thousand five hundred dollars and no cen 2 13 1-E 30" Valve 1 EA S25 000.dEA 1 $ 25 000.00 Upit Price in Words: Twenty five thousand dollars and no cents SP-44 1 Remove Fire Hydrant 2 EA 1 $ 700.00A $ 1,400.00 Unit Price m Words: Seven hundred dollars and no cents 214 Fire Hydrant Assembly 9 EA $ 1,goo. omEA 1 $17,100.00 U4it Price in Words One thousand nine hundred dollars and no cents SP-42 Remove Valve Stack 12 EA S 30o.00MA 1 $ 3,600.00 Unit Price in Words. Three hundred dollars and no cents 5 7-B Type D Asphalt Patch 30 TN S a0.00 /T'N $ 2,400.00 Unit Price in Words: Eighty dollars and no cents 2.19.9-E 22" Gauge 7 Steel Casing 50 LF $ 30.00 nX $ 1,500.00 Ul* Price In Words: Thirty dollars and no cents 6.4-C 22" Bore dt OMA 72 1 LF S 168.0o/LF S 12,096.0 Unit Prim In Words: One hundred sixty eight dollars and no cents TOTAL $ 505,405.00 Im U.S. 380 Utility Relocations (Sanitary Sewer) BID TABULATION SHEET WORK DAYS 40 BID NO 2109 PO NO nut neacn"ON QUAMTPY UNR Mff rarca TOTAL 121 Contractors Warranties & Understandings — IS $ 10,470.6bS $10,470.0 Unit Price in Words: no s Ten thousand four hundred seventy dollars an 2 12 21 " Sanitary Sewer Clamps 3 EA $1, zoo . oo'BA $ 3 , 600. o Unit Price in Words one thousand two hundred dollars and no cents 2 12-F 8" Sanitary Sewer 83 LF 1 $ 59 00 /LF $ 4, 897.0 Unit Price in Words: Fifty nine dollars and no cents 2 12-G 10" Sanitary Sewer 250 L.F $ 46 00 /L.F $11, 500.0 Unit Price in Words Forty six dollars and no cents 2 12-H 15" Sanitary Sewer 428 L.F $ 50.00/LF $ 21,400. Unit Price m Words. Fifty dollars and no cents 2 12-J 16" Steel Sanitary Sewer (Plastic Coated) 193 LF S ao.00/I-F $15,440.0 Unit Price In Words: Eighty dollars and no cents 2 12.9-A 12" Gauge 7 Steel Split Casing 57 LF $ 66.00 /L.F $ 3,762.0 Unit Price in Words: Sixty six dollars and no cents 2.12.9-B 18" Gauge 7 Steel Casing 70 LF $ 25.00 /LF $ 1,750.0 Unit Price in Words: Twenty five dollars and no cents 2.12.9-D 27" Gop 7 Steen Casing 140 LF $ 35. o0 /LF $ 4 , 900.0 Unit Price in Wotds: Thirty five dollars and no cents 3.1 Preparation of Right -of -Way — LS $3 , 000. 0dLS $ 3 , 000. o0 Unit Price in Words' Three thousand dollars and no cents 3.12 Temporary Brosion Control I $ 2,00o.001S $2,000.00 Unit Price in Words- Two thousand dollars and no cents P - 7 US 380 Utdity Relocations (Sanitary Sewer) BID TABULATION SHEET WORKDAYS 40 BID NO y no PO NO — rr w 11e8C7t MON Qoetr M Mr UMT mMM TOTAL. 3-B Remove Concrete Curb and (cutter 5 LF S lo.00 /LF $ 50.00 Unit Price in Words Ten dollars and no cents 3-10 7 1 Hydromulch 480mmmr SY I S 4.00 /SY $ 1, 920.0 Unit Price in Words: Four dollars and no cents 6 4-D 1 18" Bore and Grout 7o Unit Price in Words: One hundred ten dollars and no cents 6 4-E 27" Bore and Grout 140 LF S 190.00 /I.F $ 26,600.0 Unit Price in Words: One hundred ninety dollars and no cents 7 6-A I Rebuild 5' Manhole 1 EA S 1,�oo.o6F� S1,7oo.00 Unit Price in Words: One thousand seven hundred dollars and no cen s 7 6-11 5' Manhole 5 BA $4,00o.o07EA $ 20,000. Unit Prim in Words: Four thousand dollars and no cents 8.1 Barricade Warning Signs Bt Detours — LS $ 3,000.Ods $3,000.00 Unit him in Words: Three thousand dollars and no cents SP-2 Concrete Saw Cut 5 LF $ 10.00 /LF 1 $ 50.00 Unit Price in Words: Ten dollars and no cents SP-8 Abandon Manhole 1 EA $ 1, 300.0QEA $ 1, 300.0 Unit Pdw in Words: one thousand three hundred's dollars and no cent Sp- dd 'i Rock eavation Bt 50 CY $ 100.00 /CY $ 5 , 000.0 Uhit Prim In Words' One hundred dollars and no cents SP 37 Swavation Protection ,00 20 LF S 1. oo /LF $ 2, too. o Unit Price in Words- one dollar and no cents P - 8 US 380 Utility Relocations (Sanitary Sewer) BID TABULATION SHEET WORK DAYS 4 BID NO 2109 PO NO rrnf otenaurrrort QUArmrr UNff tnvrrrares rorAr SP-40 I Cut & Plug Sanitary Sewer 2 EA $ 1,000.o�EA $2,000.00 Unit Pnce m Words SP-45 Misc Sprumer System One thousand dollars and no cents — LS $ 500.OWU $ 500.00 U t Price in Five hundred dollars and no cents WS-3C Break Into and Rebuild Inver of Existing Manhole I EA I $1, 200.00EA $1, 200.00 Unit Price in Words: One thousand two hundred dollars and no cents SP-50 Remove Manhole 1 EA 1 $2,50:0o0BA $2,500.00 Unit Price in words Two thousand five hundred dollars and no cents 8 2-A Concrete Curb a� Gutter 5 LF $ 20.00 ILF $ loo.00 UQtt Price In Words Twenty dollars and no cents SP43 Asphalt Saw Cut 30 LF $ 1.00 Unit Price in Words: One dollar and no cents 5 7-11 Asphalt Patch Typo D 1 TN $ 100.00 /TN $100.00 UQrt Price in Words: One hundred dollars and no cents SP-4 Exisdng Waterlim A41". 1 BA $ 3 , 000.00EA $3 , 000.00 Unit Pfte in Wes; Three thousand dollars and no cents 7 6-C Relafomd Cordate ?I= 3 EA $ 1, 200.O�iA $3 , 600.00 U* Prim In wotdti: One thousand two hundred apd no cents 2 12.9-13 1 42" Gntge 7 Split Caft 137 LF $ 400.00 /LP 1 $54, 800. 0 Unh Price in Words: Four hundred dollars and no cents TOTAL $ 219,869.00 P - 9 U.S. 380 Utility Relocations (Electric) BID TABULATION SHEET WORKDAYS 5 BID NO 2109 PO NO. n8M oN QUAMM UNIT VM MCC TMAL 2.12-K Install Electric Duct Bank 331 LF s 150 . oo /i.F $49 , 650.0 Unit Price in Words: one hundred fifty dollars and no cents s / a Unit Price in Words: s / s Unit Price in Words: s / S Unit Price in Words: s / s Unit Price in Words: s / s Unit Price in Words: $ / Is Unit Price in words: s / $ Unit Price in Wads: s / $ Unit Price in Words: s I Is UnR Price in wards: $/ s Unit Prioe in wads: s / s Unit Price in Words: P-10 WORKDAYS 1_ BID NO 2109 U S 380 Utility Relocagons PO NO BID TABULATION SHEET PZ3,�1(,1,11f rrsm 92MMIFTLON Quwm-Y UNIT UNIT mcs TOTAL, 224 Gabion Mattress 338 SY $ 55.00 /Sy $18,590.0 Unit Price in Words Fifty five dollars and no cents $ / $ Unit Price in Words: s / $ Unit Pnce m Words Unit Price m Words- $ / $ Unit Price m Words $ / $ Unit Pnce m Words. Unit Prix in Words - Is Is Unit Prix in Words: $ / s Unfit Prix in Words: $ Unit Prix in Words, s Is Unit Prix in Words $ / $ Unit Pdx in Words P-11 �n t TOTAL, BiD pi cE IN WORDS Seven hundred seventy fouY thousand nine hundred twenty four dollars and no cents In the avant of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final Completion and acceptance, and to guarantee payment for all lawful chums for labor performed and materials furnished in the fulfillment of the contract. It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer The undersigned c artifies that the bid prices contained in this proposal have been carefully checked! and are submitted as correct and final. Unit and lump -sum prices as shown for each item listed in this proposal, shall control over extensions. JAGOE-PUBLIC CO. Street Address P Box 250 Denton, Tx 76202 City and State Seal 4 AuWosissdion (9 Y O) 3 8 Z- 7 5 8l (if a mow) Telephone B-1 BID SUMMARY F SECTION WORK DAYS I water Relocations 40 2 Sewer Relocations 40 3 Electric Duct Bank 5 4 TOTAL 85 5 Gabion Mattress 10 WE $ 505,405.00 $ 219,869.00 $ 49,650.00 $ 774,924.00 $ 18,590.00 Award of the bid will be based on the total One contractor will be selected to complete all sections of this project Sections are being separated for bookkeeping purposes only The Gabion Mattress work is an additive alternate so 10 work days and the additional bid price for the mairess construction will be added to the contract if the City of Denton wishes to have that work included B - 2 NOV -1 i 91 �.A) ll 1J KANIBI N. nllvu mm�T I RAMEY i KINC INSURANCE ESD S. IaBE, Sint A Denton TX TBEDS-L'BDB NNIRED JaSoaPublie COFnWY IN BIII Cheek P D Boa 2E0 TX 752U Dental Core"'"`' A COMPANY B LETTER COMPANe C COMPANY D LEM COMPANN F LETTER A COMPANIES AFFORDING COVERAGE TM TnWIme bToun rToe S, �R.k lily Tip A I�- 5o r 8� r s� I A A y POIUCY PERIOD BELOW HAVE SEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE OR OTHER HEREIN 9 SUBJECT WITH PTO ALL THE ITEAMSIS THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE UBTEO REOUIRENEI'll, TERM OR 00F TANDIID IN UMNCB AFFORD DINDMON oT TH BYNTHE POLICES DESCRIBED EimFl ATE ap OR EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE PEEN REDUCED BY PAID CLAIMS r POLICY 0"CINE POLICY EXPIRATION LAIRS 0 TYPE or NN1AJUiCE POLICY NUMBER DATE MEUDW DATE IMM,DO" N , YLSB-B t010110T 10101AB CPS4EK49 OENERAL ACI AEOATE iE 5000000 101XX700 OQIEIML DAeUTY PROOUCT9COMP+OP A00 1 A X COMIAFRCUL UPPA1 LIABILITY PERSONAL A ADV INJURY CLAMS MADE X OCCUR EACH COCUARENCE t 1000000 OWNERS E CowrRACTORO PROT F1RE DAMAN (MY nM n»I E 60000 X ca" , MED 00IPX9E (My Mr PAN^A)S S0� YCAPS4EZK498d lulls? 10/01AB COATBwED SwOLI: F ' LIMIT loom A NEIOIIOOEJE wxm X ANY AUTO BODILY IN.AIAV 1 ALL OWNED AUTOS (PAr pdr ) SCHEDULED AUTOS , BODILY INJURY S x HIRED AUTOS Nr KccMPn X NOr OWNED MINTS PROPERTY CMIADE rA OAAAOE LVHLaV ' YSMCUP44EK497�6 1NOlA7 1WO1KB EACH OCCURRENCE t 1000000 loom A aCEBE UABIRY aTE nooAES X UMNFLA FORM OTHER THAN UMBAEIlA FORM STAMCM LIMITS WORKER S COMPENSATION YEEUBSe2x430 S 10101107 10I0110B , EACH ACCIDENT S low= 1000000 A AND oDaASE PCUCr LMrt A EMOUDYERB LIABILITY OWEASE LAM EMPLOYEE 1 IODMOD OTHER pEJgRIPTXN OF OMIATONSLOCATCNBMMCLI!&WWL L ITEMS PROJECTI U S SBOiUnLrrY RELOCATION CRY OF DENTON DOTC TEXAS ST DENTON TX T1101 UW1Rrr%*WA",` Prat - �..�,,.• ... ... ... SHOULD ANY OF THE ABOVE DESCRIBED POLICIES RE CANCELLED BEFORE THE EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT B LURE TO MAIL SUCH NOTIC SHALL IMPOSE NO OBLIGATION OR UA ANY KIND UPON THE CONY ITS AGENTS OR REPRESENTATIVES