HomeMy WebLinkAbout1992-044ORDINANCE NO
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 com-
petitive 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 receiv-
ed and recommended that the herein described bids are the lowest
responsible bids for the construction of the public works or im-
provements 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 con-
struction 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 be-
ing the lowest responsible bids
1335 FRONTIER WATERPROOFING $44,457 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, after notification of
the award of the bid
SECTION III That the City Manager is hereby authorized to
execute all necessary written contracts for the performance of the
construction of the public works or improvements in accordance with
the bids accepted and approved herein, provided that such contracts
are made in accordance with the Notice to Bidders and Bid Propos-
als, and documents relating thereto specifying the terms, condi-
tions, plans and specifications, standards, quantities and speci-
fied sums contained therein
SYX21ON 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 here-
by 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 im-
mediately upon its passage and approva
PASSED AND APPROVED this the �'_d y of ,1992
ATTEST
JENNIFER WALTERS, CITY SECRETARY
BY
APPR ED AS TO LEGAL FORM
DEBRA A DRAYOVITCH, CITY ATTORNEY
DATE MARCH 17, 1992
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID #1335 - PAINT/SEAL EXTERIOR OF SERVICE CENTER BUILDING
RECOMMENDATION We recommend this bid be awarded to the lowest bidder,
Frontier Waterproofing, in the amount of $44,457 00
SUMMARY This bid is for all materials and labor necessary to strip the old paint
from the Service Center Building exterior and replace it with a waterproof
elastomeric coating This bid will also include recaulking and painting all trim on the
building
BACKGROUND Tabulation sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Utility Administration,
Employees working in the Service Center
FISCAL IMPACT Budgeted funds for 91-92 account #610-080-0252-8301
Re ctffulllly sub itted
v
oyd V Harrell
City Manager
Prepared by
Name anise Harpool
Title Senior Buyer
Approved
Name Tom D Shaw, C P M
Title Purchasing Agent
243 DOC
BID # 1335
I I �
BID NAME PAINT/SEAL EXTERIORI BOUNDS PAINT FRONTIER
OF SERVICE CENTER CO NATRAPROOFINO
OPEN FEBRUARY 25 1992
M ITEM DESCRIPTION VENDOR
I I
I I
1 I TOTAL BID I E44 923 00
I I
I I
I I
2 UNIT PRICE TO CUT OUT ANDI $3 00
BECAME, PANEL JT PER LP
I I
BID BOND YES
I I
I I
I I
VENDOR I VENDOR
E44 457 00
YES
$2 BO
9'a - o// 5/
CONTRACT AGREEMENT
STATE OF TEXAS )(
COUNTY OF DENTON )(
THIS AGREEMENT, made and entered into this 17 day of MARCH
A.D., 19 92, by and between CITY OF DENTON
of the County of DENTON and State of Texas, acting through
Lloyd V. Harrell thereunto duly authorized so to do,
hereinafter termed *OWNER,* and
, 701 S. ELM, DENTON, TEXAS 76201
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 the bonds bearing even date herewith, CONTRACTOR
hereby agrees with OWNER to commence and complete performance of the work
specified below:
BID # 1335 - PAINT/SEAL EXTERIOR OF SERVICE CENTER BUILDING in the amount
of $44,457.00
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, blueprints, and
CA-1
0114s
other drawings and printed or written explanatory matter thereof, and the
Specifications therefore, as prepared by
CITY OF DENTON PURCHASING STAFF ,
, all of which are made a part hereof and collectively evidence and
constitute the entire contract.
Independent Status
It is mutually understood and agreed by and between City and
Contractor that Contractor is an independent contractor and shall not be
deemed to be or considered an employee of the City of Denton, Texas, for the
purposes of income tax, withholding, social security taxes, vacation or sick
leave benefits, worker's compensation, or any other City employee benefit.
City shall not have supervision and control of Contractor or any employee of
Contractor, and it is expressly understood that Contractor shall perform the
services hereunder according to the attached specifications at the general
direction of the City Manager of the City of Denton, Texas, or his designee
under this agreement.
Indemnification
Contractor shall and does hereby agree to indemnify and hold harmless
the City of Denton from any and all damages, loss, or liability of any kind
whatsoever, by reason of injury to property or third persons occasioned by any
error, omission or negligent act of Contractor, its officers, agents,
employees, invitees, and other persons for whom it is legally liable, with
regard to the performance of this Agreement, and Contractor will, at its cost
and expense, defend and protect the City of Denton against any and all such
claims and demands.
Choice of Law and Venue
This agreement shall be governed by the law of the State of Texas and
venue for its construction and enforcement shall lie in the courts of Denton
County, Texas.
The CONTRACTOR hereby agrees to commence work on or after the date
established for the start of work as set forth in written notice to commence
work and complete all work within the time stated in the Proposal, subject to
such extensions of time as are provided by the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the price or
prices shown in the Proposal, which forms a part of this contract, such
payments to be subject to the General and Special Conditions of the Contract.
CA-2
0114s
IN WITNESS WHEREOF, the parties of these presents have executed this
agreement in the year and day first above written.
�"WRAMIC YM MAK
ATTEST:
i
L O1.I II
APPROVED AS TO FORM:
J
City tt rney
CA-3
(SEAL)
FRONTIER WATERPROOFING
CONTRACTOR
Title
(SEAL)
0114s
CITY OF DENTON
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 endorse-
ments 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:
o Each policy shall be issued by a company authorized to do
business in the State of Texas with an A.M. Best Company
rating of at least A:VII•
o Any deductibles or self -insured retentions shall be
declared in the bid proposal. If requested by the City,
the insurer shall reduce or eliminate such deductibles or
self -insured retentions with respect to the City, its
officials, agents, employees and volunteers; or, the
contractor shall procure a bond guaranteeing payment of
losses and related investigations, claim administration and
defense expenses.
IR1
APPROVED 12-18-91
Insurance Requirements
Page 2
o Liability policies shall be endorsed to provide the
following:
oo Name as additional insured the City of Denton, its
Officials, Agents, Employees and volunteers.
00 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.
o All policies shall be endorsed to provide thirty(30) days
prior written notice of cancellation, non -renewal or
reduction in coverage.
o 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.
o 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.
o Should any required insurance lapse during the contract
term, requests for payments originating after such lapse
shall not be processed until the City receives satisfactory
evidence of reinstated coverage as required by this
contract, effective as of the lapse date. If insurance is
not reinstated, City may, at its sole option, terminate
this agreement effective on the date of the lapse.
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS:
All insurance policies proposed or obtained in satisfaction of this
Contract shall additionally comply with the following marked
specifications, and shall be maintained in compliance with these
additional specifications throughout the duration of the Contract,
or longer, if so noted:
IR2
APPROVED 12-18-91
Insurance Requirements
Page 3
[ XJ A. General Liability Insurance:
General Liability insurance with combined single limits of
not less than S son _nnn_nn 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:
o Coverage A shall include premises, operations,
products, and completed operations, independent
contractors, contractual liability covering this
contract and broad form property damage coverages.
o Coverage B shall include personal injury.
o 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:
o 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.
o Broad form contractual liability (preferably by
endorsement) covering this contract, personal injury
liability and broad form property damage liability.
[x] Automobile Liability Insurance:
Comprehensive or Business Automobile Liability insurance shall
be provided by the Contractor with limits of not less than _
$ 500.000.On per occurrence either in a single policy or in a
combination of underlying and umbrella or excess policies.
The policy will include bodily injury and property damage
liability arising out of operation, maintenance or use of any
auto, including owned, non -owned and hired automobiles and
employee non -ownership use. (ISO Form CA 0001 Current
Edition)
IR3
APPROVED 12-18-91
Insurance Requirements
Page 4
[X] 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.
[ ] Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all times
during the prosecution of the work under this contract, an
Owner's and Contractor's Protective Liability insurance policy
naming the City as insured for property damage and bodily
injury which may arise in the prosecution of the work or
contractor's operations under this contract. Coverage shall
be on an "occurrence" basis, and the policy shall be issued by
the same insurance company that carries the contractor's
liability insurance. Policy limits will be at least
combined bodily injury and property damage per
occurrence with a aggregate.
[ ] Fire Damage Legal Liability Insurance
Coverage is required if Broad form General Liability is not
provided or is unavailable to the contractor or if a
contractor leases or rents a portion of a City building.
Limits of not less than each occurrence are
required.
[ ] Professional Liability Insurance
Professional liability insurance with limits not less than _
per claim with respect to negligent acts,
errors or omissions in connection with professional services
is required under this Agreement.
IR4
APPROVED 12-18-91
Insurance Requirements
Page 5
[ ] 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.
OOOED
IR5
APPROVED 12-18-91
P R O P O S A L
Having examined the specifications and conditions for this project
and having examined the premises and circumstances affecting the
work, the undersigned offer: _
To furnish all labor, material, tools, equipment, transportation,
incidentals and other facilities, and to perform all work for the
Painting of the Service Center, 901 Texas St., Denton, Texas. _-
UNIT PRICE TO CUT OUT AND RECAULR CONSEALED PANEL JOINTS PER LINER —
FOOT S PER LF
BASE BID S ZI 4e"
BASE BID IN
Seal if Incorporated
WASHINGTON
L'\TER.'.;"\TlO:->AL l:-;SL"RA.'.;CE CO~IPA.'\'Y
BID OR PROPOSAL BOND
KNOW ALL MEN BY 11iESE PRESENTS:
That We. Frontier Waterproofing, Inc.
701 S. Elm
Denton, Tx. 76201
O:ereinaHer called the ;:rmclpalJ. os ;:rincipal. and WASHINGTON IllTERNATIONAL INSURANCE CO. . a corporation organ.
Ized and doir.g busmess under and by virtue of the laws of the Slate of ARIZONA . and duly licensed for the pur;::ose of
making, guaranteemg or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of Texas
as Surety, are held and firmly bound unto
"Ci ty of Denton
Denton, Texas
(hereinafter called the Obligee)
In the just and full sum of Five percent (5%) of the amount bid.
Dollars ($ 5% ) lawlul money of the United States of America. for the payment of which. well and truly to be
t:'l.ode, we hereby bind ourselves and our and each of our successors and assigns. Jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT. WHEREAS. the above bounden prinCipal os aforesaid. is about to hand
in and submit to the obligee a bid or proposal for the
Paint/Seal Service Center Building
In accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor.
tJow, THEREFORE, if the bid or proposal of said principal shall be accepted. and the contract for such work be awarded to the principal
thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required
by law. then this obligation to be null and void, otherwise to be and remain in full force and effect.
IN WITNESS WHEREOF. said Principal and said Surely have caused these presents to be duly signed and sealed this
25th
day of
February
'Z.-"'/
.1992
Frontier Waterproofing, Inc.
By /7d ~
WASHINGTON INTERNATIONAL INSURANCE COMPANY
By ~:~?~'-'ir - cr) 0 "'..:.
Ph 1 is 01 n
Auomey.in.Faet
SC 600201 Rev. 1/84
General
WASXINGTON INTERNATIONAL INSURANCE COMPANY
POWER OF ATTORNEY ,
KNOW ALL MEN BY THESE PRESENTS: That the washington International insurance ConpAny,a corporation organized and
existing under the laws of the State of Arizona. and having Its principal office In the Village of Schaumburg.
Illinois does hereby constitute end appoint
• • TON P. ELLIS III AND PHYLLIS OLSON ••
Its true and lawful attorneys) -in -fact to execute, seal and deliver for and on Its behalf as 'surety, any and all
bonds and undertakings, recoonl:ences, eentraeta of indemnity and other writing@ obligatory In the nature thereof,
the execution of such be lnstruoent(s) In pursired, or uance these 'presents,' hell be regulation. contract
upon they saidrwise, and
Washington
International Insurance Company as fully and ammpty, to all intent• and purposes, es If the same he• been duly
executed and acknowledged by Its President at Its principal office.
This Power of Attorney shell be limited In amount to 1650,000.00 for err/ single obligation -
This Power of Attorney Is Issued pursuant to authority granted by the resolutions of the Board of Directors adopted
February 4, 1976, and January 17, 1904, which read, In pert, as follows:
1. The President may appoint Attorneys-(n-Fact, and authorize them to execute on behalf of the company, and
attach the Seel of the Company thereto, bonds, and undertakings, recognizances, contracts of indemnity and other
writings obligatory In the nature thereof, end to appoint Special Attorneys-In•Fact, who are hereby authorized to
o this section
or any
C-Laws of the
ompany, end tto oes of any remove,, at any time,attorney any such:ssued In Attorney -in -Fact ^ore Special Attorney -In Fact and fre revoke the the authority
given him.^
2. The , and signatures of the Chairman of the Board, my be
affixed
ff xetd, Vice per^at Attorney, certificate, Treasurer
dror
and secretary, and the corporate seal facsimile-
the Company, or
such: facsimile signature ignaturer oro,facsimile seat affixed In b eordfnry course of certificatebond
thdl be valid undertaking
and binding
upon the company.
- �"r'��'w`--- •---- i t Insurance Company has caned this instrument to be signed and its
IN TESTIMONY 4
corporate seat
r_
STATE OF ILL
COUNTY OF COOK
:CORPORATE';
SEAL
�% ARIZONA�,'�
ut one
zed officer, this Bth day of April, 1991-
WiSHy�NT NATI AL INSURAM COMPANY
On this Sth day of April, 1991, before me came the Individual who executed the preceding Instrument, to me
personally known, and, being by me duly sworn, said that he is the therein described and authorized officer of the
Washington International Insurance Company; that the seal affixed to sold Instrument 1s the Corporate Seat of said
Company;
IN TESTIMONY WHEREOF, I have here to set my hand and affixed or/ Official Sesle the day end year first above
written.
"OFFICIAL SEAL" ,
Christine Zaretsky
ttulkry POUIit. Sloe 01 Illinois Istine zeratsky,+I otary Pub�,y�
My Commission Expires 10/)/92 'My Commission Expir October @,,Jt99z
CERTIFICATE
STATE OF ILLINOIS )
COUNTY OF COOK )
1, the undersigned, Assistant Secretary of WASHINGTON INTERNATIONAL INSURANCE.COMPANT, an ARIIONA Corporstion, 00
HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked, and
furthermore that Article tit, Section 5 of the By -Laws of the Corporations and the Resolution of the Board of
Directors, set forth in the Power of Attorney, are no ,,In force.
Signed and sealed in the County of Cook. Dated the'' ri th da�/F r lary r 19��•
Lewis It. Moeller, Secretary
r awal!
03/10/02
W"1�2
Ramey King At Minnie Insurance
101 S. Locust
Suite 707
Denton TX 76201-
CODE
42.36301
INSURED
Frontlx Waterproofing Inc
701 South Elm
Denton TX 76201-
sue-CODE
_......................................
COMPANIES AFFORDING COVERAGE
1 COMPANY
LETTER
A Commercial Union
..........................................
COMPANY
LETTER
..... ..................................................... I ...... ........ ... .... .
B Houston Generai
COMPANY
V
LETTER
coMPPNY D
LETTER
...............................
COMPANY E
LETMA
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 RSOUIREMENT, 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 13 SUBJECT TO ALL THE
TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
.: ............................................................................................................ ....... �....,�...........�.,.,,.,........,..�.......,,...,....I...�...,.,,,,,,.........
..,.. ... ..
O ' POLICY EFFECTIVE 'POLICY EXPIRATION
'A TYPE OF INSURANCE POLICY NUMBER DATE (MM+OOM'} GATE (MM/DO,WY)
LIMITS
. ;....................................................................................................... .. ................................................ ............. ...............
(� GENERAL LMaLI'LY CRR325340 it/02191 111D2/92
L...........,.....,,,................. .....,,,,.,
GENERAL AGGREGATE
.,,...,,..,,,.,..........,,.,,.,,.....
;a
1000000
X COMMERCIAL GENERAL LIABILITY
PRODUMCOMPIOP AGO.
;S
loom
.,...... �........ �........�
CLAIMS MADE X OCCUR.
.......................,...,...,....,,,,,...,...,,.............
PERSONAL 6 ADVADV. INJUf1Y
10000 0000
A X OWNER'S & CONTRACTOR'S PROT.
EACH OCCURRENCE
i9
1000000
..............................
FIRE DAMAGE (Any aro fro)
.....................
!s
I..............
50000
MEO. EXPENSE .Any ene peraFA)j1
5000
A AUTOMOBIIE LUBaRY SRAES8255 111021o1 11102/02
; COMBINED SINGLE
jf
1000D00
X ANY AUTO
LIMB
....... .... I ............. ................. I
...... ...I...
ALL OWNED AUTOS
SOOhY INJURY
ie
SCHEDULED AUTOS
(fir Down)
:.................................... ..........
:......... ....
......................
HIRED AUTOS
BODILY INJURY
NON-ONNED AUTCE
(Per oddldonv
.............................. .................
........ ..........................
...
........
GARAGE LIPa:LRY
PROPERTY DAM46
9
....,,. ....... ... .... ................................................................... ........................ � ....� .. ...... .... .....y.....
A ExCEss LIABILITY CRBX325340 11102/91 11102/02
EACH OCCURRENCE
..
,1
1000000
X UMBRELLA FORM
iAGGREGATE
......................
.a
....
............
1000000 .. .
OTHER THAN UMBRELLA fORM
„I•'„
......
WORKER'S COMPENSATION
SYAT.IYORY LIMITS
2
B ANDOSTWC1024063M 11/03/41 11/03/92
I EACH ACCIDENT
A
500000
DISEASE - POLICY LIMB
la
500000
EMPLOYERS' LIABILITY
.. ... „. .. ... ...
...........................I..........,......:...
DISEASE- EACH EMPLOYEE
.1...............�.,.,...,... .. ...
.,..,,.� ...........................
;7
..
S00000
OTHER
DESCRIPTION OF 6PERATION&LO0ATION&WHICL9UPe:0IAL PIEMS
Vehicle Maintenance BulldlnD
Additional Insura l: City of Benton
ae SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
City or Denton
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
9O7 Texas St.
Swice Canter
<F3 MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
Denton TX 76201-
•:;s: LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
;;j'•,,�`' UABIUTY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE e
GZ'%'�h JamesE. King _,
t
t
A