Loading...
HomeMy WebLinkAbout2006-192ORDINANCE NO. ,Z006 - 42 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR IMPROVEMENTS TO THE CITY OF DENTON CIVIC CENTER POOL; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (BID 3519-CIVIC CENTER POOL IMPROVEMENTS AWARDED TO ROBERTSON COMMERCIAL POOLS, INC. IN THE AMOUNT OF $89,507 FOR CONTRACT IA AND SUNBELT POOLS, INC. IN THE AMOUNT OF $97,544 FOR CONTRACT 1 C FOR A TOTAL AWARD OF $187,051). 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 1. 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 ITEM 3519 IA 3519 IC CONTRACTOR Robertson Commercial Pools, Inc. Sunbelt Pools, Inc. AMOUNT $89,507 $97,544 SECTION 2. 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 3. 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. SECTION 4. 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 5. This ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the � day of 12006. M MArMORIMM�. ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: `N ",a � APPROVED AS TO LEGAL FORM: EDWIN M. SNYDER�ITY ATTORNEY BY: 3-ORD-Bid 3519 CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 18th day of July A.D., 2006, by and between City of Denton of the County of Denton and State of Texas, acting through Howard Martin thereunto duly authorized so to do, hereinafter termed "OWNER," and Robertson Commercial Pools, Inc. 569 S. Coppell Road Coppell TX 75019 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 attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: Bid 3519 — Civic Center Pool Renovation Contract I in the amount of $89, 507.00 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 and the Performance and Payment Bonds, attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein and on file in the office of the Purchasing Agent, and in accordance with all local, state and federal laws; and plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by: City of Denton Parks Department Staff all of which are referenced herein and made a part hereof and collectively evidence and constitute the entire contract. CA-1 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 covenants and agrees to and does hereby indemnify, hold harmless and defend, at its own expense, Owner, its officers, servants and employees, from and against any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of the Work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers, servants, employees, of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner during the performance of any of the terms and conditions of this Contract, whether arising out of in whole or in part, any and all alleged acts or omissions of officers, servants, or employees of Owner. The provisions of this paragraph are solely for the benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise, to any other person or entity. 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 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: APPAS FORM: CITY ATTORNEY CA-3 City of Denton EERBY::*9- `' (SEAL) 4'-ohP✓7"5a✓i �n w�.rru� � Oal S CONTRACTOR 4-�Te MAILING ADDRESS GtZ2 3q3 2i5z . PHONE NUMBER cI ZZ 3q3 6;,7 q q 000�` FAX NUMBER BY: ITLE nn -- l�'�/� PRINTED NAME (SEAL) PERFORMANCE BOND STATE OF TEXAS COUNTY OF DENTON Bond # 809458 KNOW ALL MEN BY THESE PRESENTS: That Robertson Commercial Pools. Inc. whose address is 569 S. C ell Road. Coppell, TX 75019—hereinafter called Principal, and Insurors Indemnity Company , a corporation organized and existing under the laws of the State of l asa9, 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 Eighty Nine DOLLARS dj07.00 plus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages arising out of or connected 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 2006- 192, with the City of Denton, the Owner, dated the 18th day of July A.D. 00 , a copy o which is hereto attached and made a part hereof, for Bid 3519 Civic Center Pool Renovation 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 Plans, 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 incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. PB - I PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of 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 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 terms 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 co ies, each one of which shall be deemed an original, this the 15th day of August , 2006 ATTEST: ZPRINCIPAL BY Q Robertson Commercial Pools Inc. SECf&TARY BY: PRESIDENT ATTEST: SURETY Insurors Indemnitv Com an ILBY: ; ATTORNE -1N-FACT — The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: Brent Tomlison STREET ADDRESS: 2220 San Jacinto #250: Denton TX 76205 (NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a persorfs name.) PAYMENT BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That Robertson Commercial Pools. Inc.,✓ whose address is 569 S. CAM11 Road Copmll. TX 75019 hereinafter called Principal, and Insurors Indemnity Company , a corporation organized and existing under the laws of the State of Texas and fidly 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 improvqifents hereinafter refenre to, in the penal stun of Eighty Nine Thousand Five Hundred LLARS($89,507.00awful 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 2006-,_W, with the City of Denton, the Owner, dated the 18th day of July A.D. 2006 a copy which is hereto attached and made a part hereof, for Bid 3519 Civic Center Pool Renovation r/ 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 he in Denton County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of tune, altcration or addition to the tcrms 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 terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. PB-3 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 surety, 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 t 5th day of August 2006 . i ATTEST: � 1' i�{� • 11 PRINCIPAL Robertson C nmercial Dols, I BY: PRE ENT Insurors Indemnity Company BY: ATTORNEY -IN -FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the processis: NAME: Brent Tomlinson STREET ADDRESS: 2220 SAn Jacinto #250: Denton. TX 76205 (NOTE: .Date of Payment Bond must be date of Contract. ]f Resident Agent is not a corporation, give a person's name.) M-M, 4VA as Surety, and as its . _...._.._..... sea] in Fact shall C ropany. tary�of Ins it am of Uirec Diry which is by us of said s 'I b 'p O by of sort,bMteer and the seat of illation set forth thercin; any party and.any such power so or undertakine to which it is if Minim by an FAecotive Officer and sealed that iiitk'led to is in full a Poelmnrorsmpanyy P.O. Box 2683 •3701 W. Waco Drive - Waco, Tx 76702-2683 Internet info@ insurors.com • 800-933-7444 • Fax 254-755-6399 IMPORTANT NOTICE - "ISO IMPORTANTE To obtain information or make a complaint: You may call Insurors Indemnity Company's toll -free telephone number for information or to make a complaint at: 1-800-933-7444 You may also write to Insurers Indemnity Company at: P.O. Box 2683 Waco, TX 76702-2683 Or 3701 W. Waco Drive Waco, TX 76710 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 at: or fax at: P.O. Box t49104 Austin, TX 78714-9104 1-512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the agent or the 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 given to comply with Section 2253.021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. iic/forms/notice Para obtener information o pam someter um queja: Usted puede Ilamar al numero de telefono gratis de Insurors Indemnity Company's para information o para sometcr una queja at 1-800-933-7444 Usted tanbien puede escribir a Insurors Indemnity Company: P.O. Box 2683 Waco, TX 76702-2683 O 3701 W. Waco Drive Waco, TX 76710 Puede comunicarse con el Departamento de Seguros de Texas para obtener information accrca de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: or fax at: P.O. Box 149104 Austin, TX 78714-9104 1-512-475-1771 DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concemiente a su prima o a on reclamo, debe comunicarse con el agente o Is comparia primero. Si no se resuelve Is disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso esta dado para acatar con Section 2253.021 Government Code y Section 53.202, Property Code efectivo, Septiembre 1, 2001. 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 (luny 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 A. 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. • 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 read: "SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYSADVANCE WRITTEN NOTICE IS REQUIRED". • 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. 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: [X] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $ 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. • 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. [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for: • any auto, or • all owned, hired and non -owned autos. [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. 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 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. [ ] 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. [ ] Commercial Crime Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this coverage should be written on a "blanket" basis to cover all employees, including new hires. This type insurance should be required if the contractor has access to City funds. Limits of not less than each occurrence are required. [ ] 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. 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. 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. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (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 (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. Instructions to Invoice Attachment THE INVOICE ATTACHMENT IS NOT A SUBSTITUTE FOR A NOTARIZED APPLICATION FOR PERIODIC PAYMENT. THAT DOCUMENT IS STILL NECESSARY AND SHOULD BE INCLUDED WITH THE INVOICE ALONG WITH THIS INVOICE ATTACHMENT. Use You are bound under a construction contract with the City of Denton. this Your contract includes a clause for the withholding of retainage. form If You are submitting an invoice for payment to the City of Denton. Lines 1 - 5 Enter the information required for a payment to be processed. It includes a valid purchase order number issued by the City of Denton, as well as your invoice number and date. Your invoice will not be paid without this information. Line 6 Specify the construction period for which you are seeking payment. Include the period number and period dates. Line 7 Check "Yes' it this is the final invoice for this project. The final invoice should include the release of retainage that has been withheld. Line 8 Enter the original contract amount approved by the City of Denton. Line 9 Enter the amount of any approved change orders that increases or decreases the amount of the original contract. Line 10 This amount should be the total value of the contract after all changes have been applied. Line 11a Enlerthe amount of work performed on the original contract tram inception to date. Show project totals only. Line 11b Enter the amount of work performed on the original contract in this reporting period only. Do not include any prior periods in this calculation. Line 12a Enter the amount of any additional work performed from inception to date. Show project totals only. Line 12b Enter the amount of any additional work performed in this reporting period only. Do not include any prior periods in this calculation. Line 13a Enter the amount of any materials on hand from inception to date. Show project totals only. Line 13b Enter the amount of any materials on hand in this reporting period only. Do not include any prior periods in this calculation. Line 14a -14b These lines identify the value of the work performed for the project from its beginning as well as the value of work performed this period. Line 15a Enter the amount retained based upon the value of work performed on the project to date. Line 151b Enter the amount retained based upon the value of work performed this period. Line 16a This is the amount earned on the project after retainage has been withheld. Line 1610 This is the amount earned in the current period. It should equal the payment amount you are expecting from the City of Denton. Line 17 Enter the amount of all previous payments you have received on this project. Line 18a This is the amount due based upon the project totals to date. It is the cumulative total of all transactions related to this project. Line 181, This is the amount due based upon current period totalit should match the invoice attached to this schedule. Line 18a and line 181b MUST be the same amount. It is the reconcilation between period and project totals. You must sign and date the Invoice Attachment. The Invoice Attachment should be mailed along with the invoice for payment Page 2 rllf City of Denton, Texas Invoice Attachment 1 Vendor Name: 2 Project Name: 3 Purchase Order Number: 4 Vendor Invoice Number: 5 Vendor Invoice Date: 6 The following is period estimate number for the period from 7 Is this the final invoice for this project? Yes No to 8 Original contract amount g 9 Approved change orders 9 10 Add lines 8 and 9. This is the current contract amount. 10 11 Enter the amount of work performed on original contract. 12 Enter the amount of work performed on approved change orders. 13 Enter the amount of materials on hand. 14 Add lines 11, 12, and 13. This is the total value of work performed. 15 Multiply line 14 by .05. This is the amount retained (5%). 16 Subtract line 15 from line 14. This is the net amount earned. 17 Enter the amount of all previous payments. 18 In 18a, subtract 17 from 16a. In 18b, enter the amount from 16b. This is the balance due with this invoice. The amount in 18a MUST equal the amount in 18b. Project Totals To Date 11a 11b 12a 12b 1 15a 16a 17 18a 13b 14b 15b 16b 18b Period Totals The undersigned Contractor certifies that all work, including materials on hand, covered by this schedule has been completed or delivered and stored in acordance with the Contract Documents, that all amounts have been paid by him for work, materials, and equipment for which previous periodic payments were issued and received from the City of Denton, and that the current payment shown herein is now due. Signed Date Page 1 27 FROM FAX NO. : Sep. 15 2006 12:51PM P1 CERTIFICATE OF LIABILITY INSURAN E DATE WM,9nffyyY) 09/15/06 n•w�ar rs IbSukp AS A MATT INF ATICII Indepeadant Insuxance Group ONLY AND CONFE NO RIGHTS UPON THE CERTIFICATE 3030 LB7 Sxeeway St,. 920 HOLDER THf8 C@ �IFICATE DOER NOT AMEND, EXTEND Oq; ALTER THE COVE GE AFFORDED BY THE POLICIES BELO"I Dallas TX 75234-7000 Phone: 972�2Si-8277 INSUI� ORDI G CQVERAGE NsuRSD NAIC $ INSUREKk Ameria es . R son Pools,n IHSTmtRa Rochdnl,� Insurance C nn 12a91 _ Rg�q11lYtson C rcayc p ol3,Snc INSURER c; SGD-A Sou} C 17. x I�IRBRD: CoPPell TE 75C1 .. COVERAOME I4BURER E: .. THE REQUIRE OF INSURANCE LISTED RAVE'VFXN ISSUED TO 'OLICY ION01N THE INSURED NAMED ABOVE SOP{ THE PERIOD INDICATED. NOTW ITHOTANDING CONDITION OF ANY CONTRACT OR D7RBR DICATED. OTWITBE AMAY NY PERTAIN, DDCUAQNT WR'{{RESPECTTQW IOH THISRIODI HEINSRROR POLICIESD RIBED eEROIN SUBJECT TO ISSUED OR POLICIIER. AGGREGA Umrrs SHcwNN MAY HAVEYTM ALL THE R, EXCLU=N9 AND CONDITION$ of SUCH REDUCED LTR NS TYPE OFI S POLICY HUM6ER 4WD Wit M GENERAL LIALITY UmITA BI A X X COMMRRCML GEHERgLLIA9IU'N CPP2Q1$g11 EACH GCCURRENDE t1,00D ODO C9/16/06 09/1 I�07 p WSO occuanos) S 50,000 CLAIM@MADE OCCUR FJOI (Alg m[person>: S MEO S OOO PERSONAL AADV INJURY t 1 000,000 oENORSLAGGRECATE , i2 000,000 0!N'L AGGREGAIT UMITAPPLR:S PM ppRRppPROWO-OOMNDP AUG S2,000 000 POLICY X 'PERT LPO AUYOVIOwL9 LIKIUri A X X MY Aura CA2013310 09/16/06 09/1 Cam foAwBaam)INGLeIJMIT s1,000,p00 X ALLOWNLDAUTO.S ,07 I EG011y miuRv (For pA�orQ t SCHEDULED AUTD5 X HIREDAUTO9 X BouLd lIIN UmY S NON.OWNFDAUTOS PROPERTY DAMAGE (Ptr ovWdmll t GARAGE LUGHLTIY ANYAUTO AUTO ONLY- FA ACCIDENT t OTHERTHAN E4 ACC 3 AUTO ONLY: AGO t Mr. ES9NREREUA LW6ILITY EACH OMLIRRENCE t Ocam CLAMS MAD¢ A41IREGATE t OFDUCTBIP - RGTGNTIIN S S VIoRHETib LOM 'T F'BIUTY 1N ArID $ EMPLovms�,TLDuipB�wpqTqr � E ToavuMns RWC9pb8368 �Pf'TRROPRI% ER F,XOLUPPEIEOTXECUmE 09/16/06 09/16 ,07 E.L EACH Acouw s110001000 Ifyyes.d�albRUMMr m�cTlOp Cam' �g'X E.L DINFAEE-EA EMPLOY t 1 ODD 000 SPECW. PgpyISION&' below OTHER ILL OIBEASE•POUCYUAOT s l,onp DOD A Inland Marine IH2013312 09/16/06 09/16107 Rented/ $20,000 LIIAOBd 01.000 ded. DESCRIPTIDN OF OPERARON91 LOcnnDNA)VEMICAbs/EXCLU910NA ADDED BY ENOORSYMENT lEPECWL PROVISIONR City of Denton, its OffiaiRls, Ayentg, ftWloyees and V'oluntaera lahall be . listed as addS,tionai insured with rorpeet to the tlehoral Liabll ty and auto Polioiee. This insurance is primary and "ph -•contributory. iver of Subro9fation in favor of the City of Denton, its Officials, Is, and volunteers applies to the OL, tion lojes,EftPloyr.a PP Auto and 1Porkers CeAaation pollcieG. CERTIFICATE HOLDER CANCELLATION 1. SHOULD ANYOPTREABOVE RISND FDUCIMS BE CANCELLED EEPORE THE EXPIRATION OATR THdRFoF, THE ISWINP 00RER WILL EN➢EAVOR To MAIL 30 IAya WIUTrRN City OR Denton IVOTICE TC THE DEWIFICAtE lO ERNANRDTOTHBLFST,BUTFNLURmTouoaOS Attn: Robert K. Ticknor - IMPORE so murATION OR L *UTY OP ANY HIND UPON THE INIKOWK, ITS AGENTS OR IWPRPSBNTATIVRl. Denton, TX A ACA 44 Tonnw mo — �/� G)C- D CORPORATION TODFA CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 18th day of July A.D., 2006, by and between City of Denton of the County of Denton and State of Texas, acting through Howard Martin thereunto duly authorized so to do, hereinafter termed "OWNER," and Sunbelt Pools, Inc. 10555 Plano Road Dallas, TX 75238 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 attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: Bid 3519 — Civic Center Pool Renovation Contract 1 C in the amount of $97, 544.00 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 and the Performance and Payment Bonds, attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein and on file in the office of the Purchasing Agent, and in accordance with all local, state and federal laws; and plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by: City of Denton Parks Department Staff all of which are referenced herein and made a part hereof and collectively evidence and constitute the entire contract. CA-1 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 covenants and agrees to and does hereby indemnify, hold harmless and defend, at its own expense, Owner, its officers, servants and employees, from and against any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of the Work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers, servants, employees, of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner during the performance of any of the terms and conditions of this Contract, whether arising out of in whole or in part, any and all alleged acts or omissions of officers, servants, or employees of Owner. The provisions of this paragraph are solely for the benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise, to any other person or entity. 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 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: City of Denton OWNER BY: J (SEAL) CONTRACTOR �oq�y^i PCarc An. 104uos jx 7i^23b MAILING ADDRESS z/'/ 3 u3—//a3 PHONE NUMBER Z/,/ 3V 3-/2-0 i FAX NUMBER BY: TITLE PRINTED NAME (SEAL) s �oF CA-3 j CP ANC SEp�- �: PAYN'll'sNT 130ND STA113 OF] LI AS COUNTY OP DENTON KNOW Ai.l. NIFN BY TI II -SF PRL'SI N'fS: I hat Sunbelt Pools. Inc._" close adds-L.s k 105>;5 Plano Road. Dallas. 1S 752;S, hereinafter called Principal. :Ind Ur? --GC ,9uvnhe. 4i+- n I corporation r oanize�l and ezislima under the 13 ; ill the -- State of ------ I_ry.Sls_!� ;old fully authorized to u'ansoct business in the State of Texas. as Surctr, are held and firmly hound unit) the Ciq' "I' Denton. a municipal corporation t)rgani/ed caul existing under the la\\s of the State of Tcsas. hercoulner called O\\ner, and unto all person;. Firms, and corporations who mad furnish materials fin'. or perform labor upon. the building of improvements hereinafter (erred to. rat le anal sum of Ninety Seven 'fhnusond Five Hundred P I None Pour DOLLAR. " K/-, ;:Id.O(1 'n lawful money of the I!nited States. to be paid in Denton. County. TMN. for the p:ryntent of )chick sum \\ell and uuly to be made. \\e hereby bind oulselycs. our heirs. executors. administrator%. successors, mui assigns, jointly and SCycrally, llrn)h' by these presents. This Bond shall automatically he increased by the antounl of any C'fiange Onlcr An' Supplemental Agreement which increases the Contract price, but in no event shall o C:han,,e 1 hdcr or Supplemental Agreement \yhich reduces the Contract price decrease the penal sum of thiS Hand. THE OBLIGATION TO PAY SAML is conditioned as l( Hows: % iercas, the Principal entered into a certain Conv ct, identified by Ch' humce Number 20(;6-192. \'uh the City of Denton. the Owner, dated the I Nth day of July A.D. 211116IMpy of which is hereto attached and made a pan hcrcof, lilt Bid jj 19 (nie C'cnter Pool RauOyalion?� NOW. TIII:REI ORL. if the Principal :hall \\cll. uuh. and lililhf Illy perform its Julies and stake pronipl paynlint to all persons. firm;. subcontractor. Corporations and cloinu nts supplying labor and/or material in the prosecution of the Work provided for in Said Contract and arc and all duly authorized modifications of Said ConuaCt that may hereafter he made, notiCe of \\high modifications to the Surely bring, hereby expressly \\aired. then this obligation shall be void: otherwise it shall remain in full flurce and effect. PROVIDED NLIR1I IER, that if any legal aclion he filed on this Bond. exclusiec \Cnuc shall lie in Denton County, fexa.s. AND PROVIDED NURI HER, dun the said Surety, fig,' value received. hcrchy stipulates :ntd .glees (11,11 no clullue. extension of llllle, :111e1':1ll0ll UI' ❑ddltlt 111 10 the terms of the Contract. of In the Work to be performed IEereunder% or it) the Plans. Specifications. Dnlwings, etc.. accrin)panyinc file sarne, Anal in anywise allect its obligation on This Bond, and it does hcmb\ waiyc nolicc of Iuly such ch;mga extension of lime, altowhIu or addition to the tern) or the Conu'aet, or lu the Work to be performed thereunder. ill- Io the Prams, Specificalions. Drawings. etc. 141 - ; This Mond is --iycn pursuant In the pmrisions of Chapter 225" of the 7CN:Is f inyerltiticllt Code. as amended, and ally rather applicable statutes of the State of 7 CNaS. The undersigned and designated a4scnt is hCrChy dosigrt:ttcd by the SurCt\ IM'Cin a; the Resident Agent in Denton Counq' to whom am requisite notices ntay be delivered and on whom SCII'ICC ohprocess 111:1V he hail in nrutrrS arisim_ oul ofsure sm-ctv, as provided be Article 7.10-1 of the I115tit'anCe C.UIIC. V ernoll's :\nnotatCci C•iyil Statutes of the State OCTCXIIS. IN \Vl I -N F SS %VI IK[:OP. Ihis instrument is exccutcd in a copies. each one of which Shall be deemed ;tit mieinal. this the 18th dav of a July_ 2006 ATFESI*: BY: z�_ - SD CRLh:\ILY ATTEST: I1Y: PRINCIPA] - Sunbelt Pools, Inc. Ill': &✓ PREXIDEN'f SURETY SureTec Insurances Co BY:'-fa,('CL�4 d�� :\T1( )RN1=Y-IN-PAC t Pauline L. Lesch The Resident A.Cnt of the Surety in Demon COMAv% I exaS lot' dclivCn' of notice and seryicC of the process is: 4 NAME: Ramey& King Insurance, Inc. -___ _ ATTN: Becky McKnight S'fltliliT r\llDRDiSS: 510 North IH 35E, Denton, Texas 76205 j A't T: Date of jowl mew Bunn ours/ he date Q%Cnnn'uc1. If Residem Agent iv 11u1 a curpuratiinr. ,'ire' a nersun'.r num�'J Bond No. 4353126 11F,RFOKN,IANCG BOND or rrxAs COIJN"I Y OF DENTON KNON1' AI_r.:\'IGN BY ri iniz PRESENTS: "I hat _ Sunbelt fools Inc✓ tdlo>r address is I OM Plano Road,. Dallkis. 'N 75'_3S lie] arter railed Principal. mid SuraTe� .���..._�0.•-pat ____.__._, a corporation ur;;anized and existing under Ihr Lms of tl)c',late of I exaS ,Intl I'll II' all li o[izcd In II an Sac bllsl Ile' S Ill the `tale Or IexJc :Is SHICIy.:11C held and firmly hound unto the Cite or Denton. a municipal corporation organized and c•x-Ahic under the Imes or the State orTexas. hcreinalter called Uoner, in the penal slap of tiinety_ Seven DOLLARSr(1 97_? 44.00YIus ten percent ol'the ;t:ted penal skin) as an additional sum Or money representing additional court expenses. attorneys Ices. and liquidated danlaees ;wising nul of of connected xvith the helow idenOHcd COMM in la"Al nutty of the United States. to he paid in Denton County. Texas. Ibr the Payment or k%hich sum well and truly w be made, %te hcrchy hind ollr.0Clxe , oil)heirs, cxcctuor.:IiInllMlsl l';Ilia'>.. 5111'l'CSSUI:i. and :lssigns, jointly and sevcrall�. Ilrnll'. by these presents. This Bond shall automatically be increased by the amount of any (Timgc OW or Supplemental Agreement, which increases the Contract price. but in no et•CIII shall a Change Order or Supplemental Agreement. which reduces the Contract price. decrease the penal sum or Ibis Bond. TIIG OBLIGATION '11) PAY SAME is conditioned as 141lows: Whereas. the Principal entered into a cewdri Contract. identil ed by Ordimmce Nurnbe�r'006-19'_ ith the City oiL)cnton. the Owner. dated the I_R"' day or —Jul). A.D. 2096 col\lr \%high is helelo antiched ari made a pars berm),. lilt' Bill 3519 (_ IVIC Center fool Renovation —__-- NO`<V. rIIriRL:fORF- it the Principal shall well. truly and Iaithfully perrurnl and InIfill all of the undertakings, covenants, terms. conditions and agreements or said Antract in a:cord:mce kith the flans. Specirications and Comae) Documents during the original term thcrQoI* and any extension thereof' kyhich may be gcmled by the Owner. with or without notice to the Surety, and during the life of any guaramty or usu my required under this Contract and shall also kycll and truly perform and fullill all the undertakings. COVC11atlllS. terms, condition, and agreements ref am' and all duly authorized modifications orsaid Contract that may hereafter be made. notice ol'which Modifications to the Surely brim-, hereby waiycd: and. it the Principal shall repair :nd!or replace all dctcus due to faulty materials :Ind workmanship that appear kyithin a period of one ( 11 year' moll the date of final completion and rural acceptance or the \fork by the Owncr: anl it the Illinciltal Shall fully indenuliry and sale harmless the Owner Rom all costs and damages which Owner Inay surrer Q reason of failure to so perAwnl herein and shall furl' reimburse and repay O\\ner all outlay and expense which the Owner may incur in slaking enod an), dcfauh or dericiowy. then this obligation shall be void; otherwise, it shall retrain in rull turce and cllc 1. PH - 1 lt-v� PROVIDED PLiRTI IF'R. that if eny legal action be Tiled upon this lion,, exclusive rave shall lie in Demon County State ofTexas. AND PROVIDED FUR'I HE It. thou the said Soren. fur value icccived, hcrehv stipulates:Ind agrees Iat no change. C�Ctension oftimc. aher:uion or addition to the IcIIIis nl'Ilie Con hncI. or w the \fork to be performed thereunder. or to the flats. Specifications. Drawings. etc., acconllmllying (he soma sliall in anywise al'Icct its ohlii-mlion on This Bond. and it does hcrehv waive notice of am such chance, extension of lima alteraiwll or addition to the terms of the Contract. or to the Work to he pertbrnled thereunder. or Io the flans. Specifications. Drawings. etc. this Bond is Liven pursuant to the provisions of, Chapter'2�+ of the -1cx:u Gov,rnmeut Code. as amended. and any onher iipplic;ihlc scuulCS of the SI(IIC nf'fcx:is. The undersiLmd and designated agent is hCrcbc dCsiLnated by the Surc•iy herein as the Resident :Agent in Denton County to whom any requisiic notices Ilmy be delivered mid on lrhom service of'process may be had in matters arising out ol'such suretyship, as provided by Article 7.19- I ol'ihe Insurance Code. Vernon's Annotated Civil Stalutes of the Stine of Texas. IN \VI I NESS \VI II ItI:01% this inmitimtnt is executed in •1 co s. each tine of which :IeJI Ile deCnte(I an original. this the 18th(I:tv of_ July 2006 A'I I I ST: Ill': _C-4ij22, 1 61/ 6 SI;CRFI'ARY 4 — A"ITEST: PRINCII'r\I. Sunbelt Pools, Inc. A HY: _/� ,/_�A�qJ PRI:. IIWN"I SureTec Insurance Company Ill': ezce((y\Q/�/ A I TORNEY-IN-FAC•I Pauline L. Lesch 'I he Resident Ai-mit of the Surete in I )cnton Count•. I-exas fur dcliserc of notice and service ul'the processes: NAME: Ramey & King Insurance, Inc. ATTN: Becky McKnight STRI- 1 ADDRESS: 510 North IH 35E, Denton, Texas 76205 Date of PCrtul'nnaice Bi*itd mist he dale of Cunllaet. 11 ROWCni :1 Cn! iS nut a Cnrpontiull. girr a persons mmme.) PH - SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, TX 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO 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 Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war. Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental hazards, bio-hazards, hazardous materials, environmental spills, contamination, or cleanup, nor the remediation thereof, nor the consequences to persons, property, or the performance of the bonded obligations, of the occurrence, existence, or appearance thereof. Texas Rider 010106 PDA 0: 4221029 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY4�'Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Clem F. Lesch, Pauline L. Leschl teven W. Lewis, Barry Romito, Patrick C. Locke, Allen Sparks of Dallas, Texas its true and lawful Attomey(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five Million and no/100 Dollars ($5,000,000.00) l_� and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, seated with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do in the premises. Said appointment shall continue in force until June 30 2007 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20 of April, 1999) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 20th day of June, A.D. 2005. SdPANC"v. RETEC INS CE COMPANY By: a; w 5 ii€ Bill King, re nt State of Texas ss: County of Hams On this 20th day of June, A.D. 2005 before me personally came Bill King, to me known, who, being by me duly swom, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. Michelle Denny lbtaoPubBt: I'ytVY�/t^i/ k • • >IEate W T bb as s�YCOtttlt Wort Enalro Michelle Denny, Notary Pub tc August 27, 2008 My comm ssion expires August 27, 2008 1, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 18 th day of July 20 06 , A.D. M. Brent lWaty, Assistant Se re ry Any instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pm CST. 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 tide 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 A. • Any deductibles or self -insured retentions shall be declared in the bid proposal. It 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. • 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 read: "SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED': • 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. 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: [X] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $ 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. 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. [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for: • any auto, or • all owned, hired and non -owned autos. [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. 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 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. [ ] 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. [ ] Commercial Crime Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this coverage should be written on a "blanket" basis to cover all employees, including new hires. This type insurance should be required if the contractor has access to City funds. Limits of not less than each occurrence are required. [ ] 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. ATTACHMENT [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 401.01](44) for all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (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 (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. Instructions to Invoice Attachment THE INVOICE ATTACHMENT IS NOT A SUBSTITUTE FOR A NOTARIZED APPLICATION FOR PERIODIC PAYMENT. THAT DOCUMENT IS STILL NECESSARY AND SHOULD BE INCLUDED WITH THE INVOICE ALONG WITH THIS INVOICE ATTACHMENT Use You are bound under a construction contract with the City of Denton. this Your contract includes a clause for the withholding of retainage. forth if You are submitting an invoke for payment to the City of Denton. Lines 1 - 5 Enter the information required for a payment to be processed. It includes a valid purchase order number issued by the City of Denton, as well as your invoice number and date. Your invoke will not be paid without this information. Line 6 Specify the construction period for which you are seeking payment. Include the period number and period dates. Line 7 Check "Yes' 0 this is the final invoke for this project. The fmal invoice should include the release of retainage that has been withheld. Line 8 Enter the original contract amount approved by the City of Denton. Line 9 Enter the amount of any approved change orders that increases or decreases the amount of the original contract. Line 10 This amount should be the total value of the contract after all changes have been applied. Line 11a Enter the amount of work performed on the original contract from inception to date. Show project totals only. Line llb Enter the amount of work performed on the original contract in this reporting period only. Do not include any prior periods in this calculation. Line 12a Enter the amount of any additional work performed from inception to dale. Show project totals only. Line 121, Enter the amount of any additional work performed in this reporting period only. Do not include any prior periods in this calculation. Line 13a Enter the amount of any materials on hand from inception to date. Show project totals only. Line 13b Enterthe amount of any materials on hand in this reporting period only. Do not include any prior periods in this calculation. Line 14. - 14b These lines identify the value of the work performed for the project from its beginning as well as the value of work performed this period. Line 15a Enter the amount retained based upon me value of work performed on the project to date. Line 15b Enter the amount retained based upon the value of work performed this period. Line 16a This is the amount earned on the project after retainage has been withheld. Line l6b This is the amount earned in the current period. It should equal the payment amount you are expecting from the City of Denton. Line 17 Enter the amount of all previous payments you have received on this project. Line 18a This is the amount due based upon the project totals to date. It is the cumulative total of all transactions related to this project. Line 18b This is the amount due based upon current period totals. It should match the invoice attached to this schedule. Line 18a and line 18b MUST be the same amount. It lathe reconcilation between period and project totals. You must sign and date the Invoice Attachment. The Invoice Attachment should be mailed along with the invoice for payment. Page 2 28 City of Denton, Texas Invoice Attachment 1 Vendor Name: 2 Project Name: 3 Purchase Order Number: 4 Vendor Invoice Number: 5 Vendor Invoice Date: 6 The following is period estimate number for the period from 7 Is this the final invoice for this project? Yes 8 Original contract amount 9 Approved change orders 10 Add lines 8 and 9. This is the current contract amount. 11 Enter the amount of work performed on original contract. 12 Enter the amount of work performed on approved change orders. 13 Enter the amount of materials on hand. 14 Add lines 11, 12, and 13. This is the total value of work performed. 15 Multiply line 14 by .05. This is the amount retained (5%). 16 Subtract line 15 from line 14, This is the net amount earned. 17 Enter the amount of all previous payments. 18 In 18a, subtract 17 from 16a. In 18b, enter the amount from 161b. This is the balance due with this invoice. The amount in 18a MUST equal the amount in 181b. 11a 12a 13a 15a 16a to No Project Totals To Date 8 9 10 11b 12b 13b 14b 15b 16b 183 18b Period Totals The undersigned Contractor certifies that all work, including materials on hand, covered by this schedule has been completed or delivered and stored in acordance with the Contract Documents, that all amounts have been paid by him for work, materials, and equipment for which previous periodic payments were issued and received from the City of Denton, and that the current payment shown herein is now due. Signed Date Page 1 27 LacORo CERTIFICATE OF LIABILITY INSURANCE OP ID P DATE (MMID90 YY) '�'Q7ooD�R SUNP02N 06 19 06 '�' Associates Insurance THIS CERTIFICATE ISISSUED AS A MATTER OF INFORMATION Agency, Inc., License #OD36866 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 4646 E. Van Buren, #200 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Phoenix AZ 85008 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Phone:602-273-1625 NIS JUN 23 PM 4 11 INSURED INSURERS AFFORDING COVERAGE NAICM INSURER A American incarnational croup / INSURER B nrcn $peciai ty Tnaurance Co. Sunbelt O\\0��� INSURER C: ArCYi Insurance Co an 11150 Dallas TR 75238-1305 _LJ, ..—Man D. 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, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. , 1 R TYPEOFINSURANCE I POLICY NUMBER I FULILY EFFEC IVE LILY IRA ON GENERAL LIABILITY V B X COMMERCIAL GENERAL LIABILITY i CLAIMS MADE a OCCUR C GENL AGGREGATE LIMIT APPLIES PER: POLICY ATI JE6T LOC AUTOMOBILE LIABILITY✓ ALL OWNED AUTOS SCHEDULEDAUTOS HIRED AUTOS / NON -OWNED AUTOS GARAGE LIABILITY I ANY AUTO 00w ZACAT9007400,�' I ECENMLAMBIL" R C"SA " MADE BE4766307 DEDUCTIBLE IX RETENTION $10,000 WORKERSCOMPENSATION AND C. EMPLOYERS'LIABILI ANY PROPRIETOWPARTNEEC UFIVE ZA97C29015900 OFFICER/MEMBER EXCLUDED? ATE MM/DDr DATE MMR)D/YY LIMITS EACH OCCURRENCE $1,000, 000 09/27/05 09/27/06• PREMISES(Eacav Q) $100,000 MED EXP (Ally orm person) $ 5 , 000 PERSONAL B ADV INJURY $1,000�000 GENERAL AGGREGATE E 2, 000, 000 PRODUCTS-COMP/OPAGG $2'000,000 Emp Ben. 1.000.000 Ua 'd I) 09/27/05 $1,000,000 09/27/05 09/27/06 BODILY INJURY (Per person) $ BODILY INJURY $ (Per amaam) PROPERTY DAMAGE (Peraa+dem) $ AUTO ONLY -EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGO $ EACH OCCURRENCE E1, OOO, 000 09/27/05I 09/27/06 AGGREGATE E1,000,OOO $ Is 09/27/051 09/27/06 e.L.EACHACCIDENT $1,006 E.L. DISEASE -EAEMPLOYEEI $ 1 00O E.L. DISEASE -POLICY LIMB $1.000 was nuutu BY ENDORSEMENT I SPECIALPROVISIONS Bid#3519-Civic Ctr Swimming Pool Renovations. Additional insured for gen liab per form CG2010 07 04: it of Dento it's officials, agents, employees and volunteers, Insurance is primary to any other insurance ava.ilbale to the additional insured m/respect to claims covered under the Policy and that this insurance applies separately to each insured (coast.) CITDOSB SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIO DATE TNEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30* i'DAYS WRITTEN City Of Denton NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SMALL Purchasing Department IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR 901-B Texas St REPRESENTATIV S. Denton TX 76209 AIrTNrlpr)r m Ua 'd I) 09/27/05 $1,000,000 09/27/05 09/27/06 BODILY INJURY (Per person) $ BODILY INJURY $ (Per amaam) PROPERTY DAMAGE (Peraa+dem) $ AUTO ONLY -EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGO $ EACH OCCURRENCE E1, OOO, 000 09/27/05I 09/27/06 AGGREGATE E1,000,OOO $ Is 09/27/051 09/27/06 e.L.EACHACCIDENT $1,006 E.L. DISEASE -EAEMPLOYEEI $ 1 00O E.L. DISEASE -POLICY LIMB $1.000 was nuutu BY ENDORSEMENT I SPECIALPROVISIONS Bid#3519-Civic Ctr Swimming Pool Renovations. Additional insured for gen liab per form CG2010 07 04: it of Dento it's officials, agents, employees and volunteers, Insurance is primary to any other insurance ava.ilbale to the additional insured m/respect to claims covered under the Policy and that this insurance applies separately to each insured (coast.) CITDOSB SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIO DATE TNEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30* i'DAYS WRITTEN City Of Denton NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SMALL Purchasing Department IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR 901-B Texas St REPRESENTATIV S. Denton TX 76209 AIrTNrlpr)r m HOLDER CODE CITDOIS T40TEPAD: INSURED'S NAME Sunbelt Pools against•whom claim is madeor Suit is brought one insured shall not operate to increase the liability, Waiver of subrogation applies to WCOO 03 13. *Except 10 days notice for OP ID PD The inclusion of more than insurer's limit of work comp per attached✓ non payment of premium. DATE 06/19706 VAMIM C6I1099NATON AND MW%AYlelts LiMuTy 1NSUpAMM POUCY VCooaof3 WAIM OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT %% hm the right to recover our ppynemta *wn enyorte tleble far en iniu cursed by oft Policy. lhtr will not enforce our ffQW a9BM Os brawn or aryNll " r artrad in the Salmdula f Th o apreensnt rapine any to the a nt aw ym PUN m Work under a W drAn aon&Ad th K MNbae You to abtin tbb ItBraen0 from UL) Thb egeunrnt" not operas directly Or lndkeody to bwa t rnyorw nor now In "8cf+wom City of Denton, it's officials, employees, agents and volunteers ✓ RE: Civic Center Swimming Pool Renovations This uWorW05M Ghwg" the polar to Which It is I- ..ted and b effective on the ded issued tarMte oerwrrge staled. t7he ktflrrretlrat b8bW b tagWeO CW"h Mr fits araloraentent r bard rrewrluatPlop repnlon of to pelgc) 9%C&We 09-27-05 R>rloy No. 7AGLB9009100 ln"d Sunbelt Pools Inc insurance try AX 3 INSVAAJM Co"Aw ommilomlgrw By "a Mrerw cbrrreaen Cwfealdm tt auew Endorsenwit No, Pnetium 11 I CITY OF DENTON BID 93519 for Civic Center Swimming Pool Renovation PROPOSAL (BID) FORM — cont'd Provide prices in words and in numerals below: Description In words) Price 1C Furnish all labor, materials, equipment, superintendence, insurance, and all other incidentals for the construction/installation of all slide foundations, plumbing, pumps, 1 LS $ 97, 544.00 $ 97, 544. 00 electrical, plumbing connection to waterslide, etc. (excluding slide delivery, unloading and installation of slide tower, stairs and flume sections) for the 15.4foot slide platform with 36-inch diameter open flume waterslide according to the Plans, complete and in place, for Ninety seven thousand Five hundred forty four DOLLARS and zero CENTS er Lump Sum. vvv� n�I QMJNhIC—a VN IMAGI 'U': ieM7 Description (Price to be written in words) Price 2c If the electrical wiring and conduit to the existing waterslide pump are found adequate for muse, DEDUCT from Contract 'C' for musing this existing conduit and wiring for the now pump motor as indicated on the Plans, 1 LS $ 3,657.00. $ 3,657.00 Three thousand six hundred fifty seven DOLLARS and Zero CENTS er Lump Sum. PAGE 4 OF BID i13519 Bidder's Initials 12, I H CITY OF DENTON BID 93519 for Civic Center Swimming Pool Renovation PROPOSAL (BID) FORM — cont'd Provide prices in words and in numerals below. (Price to be written In words) Price 3C Fumish all labor, materials, equipment, superintendence, insurance, and all other 1 LS $ 9,850.00 $ 9,850.00 incidentals for the constructionfinstallation of all slide foundations, plumbing, pumps, electrical, plumbing connection to waterside, eta (excluding slide delivery, unloading and installation of slide tower, stairs and flume sections) required for construction of the single flume drop slide (tower height = 17-10') according to the Plans, complete and in place, for Nine thousand eight hundred fifty DOLLARS and zero CENTS per Lum Sum. * Note: Price for 3C assumes that 1C has been accepted. PAGE 5 OF BID #3519 Bidder's Initials I" CITY OF DENTON BID 03519 for Civic Center Swimming Pool Renovation opening. The undersigned affirms he has familiarized himself with the local conditions under which the work is to be performed; satisfied himself of the conditions of delivery, handling and storage of equipment and all other matters that may be incidental to the work, before submitting a bid. The undersigned agrees, if this bid is accepted; to furnish any and all items/services upon which prices are offered, at the price(s) and upon the terms and conditions contained in the Specifications. The period for acceptance of this Bid Proposal will be sixty (60) calendar days unless a different period is noted by the bidder. The undersigned affirms that they are duly authorized to execute this contract, that this bid has not been prepared in collusion with any other Bidder, nor any employee of the City of Denton, and that the contents of this bid have not been communicated to any other bidder or to any employee of the City of Denton prior to the official opening of this bid. Vendor hereby assigns to purchaser any and all claims for overcharges associated with this contract which arise under the antitrust laws of the United States, 15 USCA Section let segand which arise under the antitrust laws of the State of Texas, Tex. Bus. & Com. ., Code, Section 15.01, el seg. The undersigned affirms that they have read and do understand the specifications and any attachments contained in this bid package. NAME AND ADDRESS OF COMPANY: Sunbelt Pools, Inc. 10555 Plano Rd Dallas TX 75238 Tel.No._214 343=1133 AUTHORIZED REP S NTATIVE: Signature Date June 20, 2 06 Name Rob Morgan Title President Fax No 214 343-1201 Email. robm@sunbeltpools.com COMPANY IS: Business included in a Corporate Income Tax Return? x YES x NO _Corporation organized & existing under the laws of the State of Texas _Partnership consisting of Individual trading as X Principal offices are in the city of Dallas PAGE 6 OF BID N3519 Bidder's Initials 1t—