HomeMy WebLinkAbout2007-027ORDINANCE NO. 207- 02 7
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS
CONTRACT FOR THE CONSTRUCTION OF THE ANDERSON STREET REPAVING
PROJECT FOR THE CITY OF DENTON; PROVIDING FOR THE EXPENDITURE OF FUNDS
THEREFOR; AND PROVIDING AN EFFECTIVE DATE (BID 3585-ANDERSON STREET
REPAVING AWARDED TO QUALITY EXCAVATION LTD. IN AN AMOUNT NOT TO
EXCEED $104,709.10).
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 CONTRACTOR AMOUNT
3585 Quality Excavation, Ltd. $104,709.10
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 1 L'L day of , 2007.
6'et,�;O k�&S
PERK . McNEILL, MAYOR
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY:
APPROVED AS TO LEGAL FORM:
EDWIN M. SNYDER, CITY ATTORNEY
1
BY:
3-O id 3585
CM•
CONTRACT AGREEMENT
STATE OF TEXAS
§ COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 6 day of February A.D., 2007, by and
between City of Denton of the County of Denton and State of Texas, acting through
George C. Campbell thereunto duly authorized so to do,
hereinafter termed "OWNER," and
Quality Excavation LTD.
5620 Hwy 377
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 3585 Anderson Street Repaving
in the amount of $104,709.10 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 Engineering 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. �,/
(
APPROVED AS TO FORM:
zory
ATTORNty
CA-3
City of Denton
OWNE
BY:
(SEAL)
MAILING ADDRESS
BY: ALP I1
TITLE�v��
PRINTED NAME
(SEAL)
PERFORMANCE BOND
STATE OF TEXAS § Bond Number: 104840725
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That Quality Excavation, LTD. whose
address is 5620 Hwv 377 Aubrev, TX 76227 hereinafter called Principal, and
Farmington Casualty Company , a corporation organized and existing under the laws
of the State of Connecticut 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 One Hundred Four Thousand Seven Hundred Nine and 10/100 DOLLARS ($ 104,709.10)
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 severalty, 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 2007-027, with the City of Denton,
the Owner, dated the 6 day of February A.D. 2007 , a copy of which is hereto attached and
made a part hereof, for Bid 3585 Anderson Street Repaving
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 two (2) years 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.
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 perforned 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 copies, each one of which shall
be deemed an original, this the Gth day of February 2007
ATTEST:
1, l� !►.�
S7CRETARY
ATTEST:
PRINCIPAL
Quality Excavation, Inc.
PRiJSfBEN
I
SURETY I
__ 11 Farmington Casualty Company
BY: l�Lll�C�(��—
BY: r- &,.. . .
ATTORNEY -IN -FACT
Glenn E..Ganci = _
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and s rvice of the
process is:
e ens
Baldwin Insurance & Bonding A Inc. William D. Baldwin
NAME: e ys,
STREET ADDRESS: 1101 Kas Dr., Suite B, Richardson, Texas 75081
(NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a
persons name.)
I• •
PAYMENT BOND
STATE OF TEXAS §
COUNTY OF DENTON §
Bond Number: 104840725
KNOW ALL MEN BY THESE PRESENTS: That Quality Excavation, LTD ,
whose address is 5620 Hwy 377 Aubrev, TX 76227, hereinafter called Principal, and
Farmington CasualtyCasuMty Com an , a corporation organized and existing under the laws of
the State of Connecticut , and fully authorized to transact business in the State of Texas, as
Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and
existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms,
and corporations who may famish materials for, or perform labor upon, the building or
improvements hereinafter ref5rrred to, in the penal sum of One Hundred Four Thousand Seven
Hundred Nine and 10/1000OLLARS $ 104,709.10�4n`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 2007-027, with the City of Denton,
the Owner, dated the 6 day of February A.D. 2007 ✓, a copy of which is hereto attached and
made apart hereof, for Bid 3585 Anderson Street Repaving.✓
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and
make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying
labor and/or material in the prosecution of the Work provided for in said Contract and any and all
duly authorized modifications of said Contract that may hereafter be made, notice of which
modifications to the Surety being hereby expressly waived, then this obligation shall be void;
otherwise it shall remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall
lie in Denton County, Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and
agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the
Work 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.
Ulm
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 6th day of February , 2007
ATTEST:
ATTEST:
MMMMMMMMM FIN,
Quality Excavation, Inc.
BY:
PRESIDENT
SURETY
Farmington Casualty Company
L� .
BY: .
ATTORNEY -IN -FACT
Glenn E. Ganci
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
process is:
r.151.�
William D. Baldwin
STREET ADDRESS: 1201 Kas Dr., Suite B, Richardson, Texas 75081
(NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation,
give a person's name)
1' C
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
ST PAUL POWER OF ATTORNEY
TRAVELERS Farmington Casualty Company✓ St. Paul Guardian Insurance Company
Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company
Seaboard Surety Company Travelers Casualty and Surety Company of America
St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
Attorney -In Fact No. 215214
Certificate No. 001119163
KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance ompany and St. Paul Mercury Insurance Company are corporations duly organized under the laws
of the State of Minnesota, that Farmington Casualty Company ravelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are
corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the
laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and
Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies'), and that
the Companies do hereby make, constitute and appoint
William D. Baldwin, Michael B. Hill, Glenn E. Ganci, rady K. Cox, Suzanne C. Baldwin, Holly Hart, and Phyllis Scurlock
of the City of Richardson , State of Texas , their true and lawful Attorney(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their -business of,guaranteeing the fidelity of persons, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or perraittedtin any'acGans or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instransentito be signedan their orpo»at seals to be hereto affixed, this ) 3lh
day of Match 2006� �����
Farmington Casualty Comp y �`4�\1J St. Paul Guardian Insurance Company
Fidelity and Guaranty Insurance Co\mmppany ®ll St. Paul Mercury Insurance Company
Fidelity and Guaranty Insu`r nce Underwriters, Inc. Travelers Casualty and Surety Company
Seaboard Surety Company Travelers Casualty and Surety Company of America
St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
0(0
SSUErY'WIz19n8 vvpGim 2nT = wCMN.GS'-
t9$t +O ® ' SE ALl1oJ o58d.L:i� coxrv. ea. l
E, AIN^'
State of Connecticut
City of Hartford ss.
By: ✓
C orgc W umpson. Seri' r Vic President
On this the 13th day of March L00 efore me personally appeared George W. Thompson, who acknowledged himself
to he the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc.,
Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers
Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United Stales Fidelity and Guaranty Company, and that he, as such, being
authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
o.ierq�
In Witness Whereof, I hereunto set my hand and official seal. �
My Commission expires the 30th day of June, 2011. �'OUBIt� }
W a A .'fet eaulr Notary Public•J�
58440-6-06 Printed in U.S.A.
POWER OF ATTORNEY IS INVALID WITHOUT THE RED
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company,
St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of
America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any pan of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate
relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and
undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be
valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the
Company in the future with respect to any bond or understanding to which it is attached.
I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company. Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance
Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of,Amerita; and United States Fidelity and Guaranty Company do hereby
certify that the above and foregoing is a true and correct copy of the Power,�f'Attomegexecuted by smd,Companies, which is in full force and effect and has not been
revoked. �V ��`)➢➢"�����i�
IN TESTIMONY WHEREOF, I have hereunto set my hand and,affixed theesse`als of ssaQ;Com�pyanies this 6th day of _FPbruary , 20 DZ.
Kori M. Johans Assistant Secretary
BU
us2Lc• `rr mad S+lnfrr k N%�6;o_ ��.OrO(oSSxMEe.—.a.A.x'BrL.sL
[,tYo� ^ +`Vi;'wOV"r,xoSn�V4rF� ie :•Ox rx INO 4i^ uOtw�
`SBdL6o
nit792O tJ%
jNkaaio'
MmAp'"
Cf 1EN S�u�uct 1SI.N� ii••_•• x nM ��H lllt
To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.supaultravelersbond.com. Please refer to the Attomey-In-Pact number,
the above -named individuals and the details of the bond to which the power is attached.
STPAUL
TRAVELERS
St. Paul Travelers Bond
1301 E. Collins Blvd
Richardson TX 75081
Phone: 600-842-0612
Fax: 214-570-6405
IMPORTANT NOTICE
TO OBTAIN INFORMATION OR MAKE A COMPLAINT:
You may contact Travelers Casualty & Surety Company of America, Travelers Casualty
& Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company
and/or Farmington Casualty Company for information or to make a complaint at:
Travelers Bond
Attn: Claims
1500 Market Street
West Tower, Suite 2900
Philadelphia, PA 19102
(267)675-3057
(267)675-3102 Fax
You may contact the Texas Department of Insurance to obtain the information on
companies, coverages, rights or complaints at:
Texas Department of Insurance
P.O. Box 149104
Austin, TX 78714-9104
(800)252-3439
ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and
does not become a part or a condition of the attached document and is given to comply
with Section 2253-021, Government Code, and Section 53.202, Property Code, effective
September 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 duty
to maintain throughout the course of this contract.
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall
provide and maintain until the contracted work has been completed and accepted by the City of
Denton, Owner, the minimum insurance coverage as indicated hereinafter.
As soon as practicable after notification of bid award, Contractor shall file with the Purchasing
Department satisfactory certificates of insurance, containing the bid number and title of the project.
Contractor may, upon written request to the Purchasing Department, ask for clarification of any
insurance requirements at any time; however, Contractors are strongly advised to make such
requests prior to bid opening, since the insurance requirements may not be modified or waived after
bid opening unless a written exception has been submitted with the bid. Contractor shall not
commence any work or deliver any material until he or she receives notification that the contract
has been accepted, approved, and signed by the City of Denton.
All insurance policies proposed or obtained in satisfaction of these requirements shall comply with
the following general specifications, and shall be maintained in compliance with these general
specifications throughout the duration of the Contract, or longer, ifso 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
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 tern of this contract and,
without lapse, for a period of three years beyond the contract expiration, such that
occurrences arising during the contract tern 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 $1,00,000 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.
Project Name
Anderson Street Repaving
Anderson Base Bid
Work Days
Bid No.
P.O. No.
dr,
JJVJ
BID TABULATION SHEET
Item Description I
Quantity JUnitl
Unit Price I
Total
103.1 Contractors Warranties and Understandings
1
LS
$ �-y""''r�' LS
$ lt;cm�0
Unit Price In Words-4a US 1JD 5
203.3-A
Remove Concrete Sidewalk and Driveway
130 1
SY Is
/ SY Is
a
I��,�l�'-0
Unit Price In Words
203.4
Unclassified Street Excavation 1
379 1
CY Is
0
12� / CY
$4(,2-2) -0
Unit Price In Words �[] - F �, p �,
203.7
Compacted Fill
41 1 CY is
/ CY Is
1 esqq 0
0
Unit Price In Words 1.)\ 1.�� Ili T-01`AV-5,
302.9-A
Asphalt Pavement - 5" Type B
1587 1
SY
$ 19� / SY
$�'I
Unit Price In Words
302.9-A
Asphalt Pavement - 2" Type C
1587
SY
$ 7S� / SY
$
,
Unit Price In Words 6ra-f ca
1-�>LL.R-5
201
Temporary Erosion Control -
I LS
$ / LS
$ �� 0
7�^
Unit Price In Words t\ L.�O
t�01
305.1
Concrete Curb & Gutter
903
c
LF $ - / LF $13 3
Unit Price In Words 0{'L. Da b S
305.2-A
Concrete Driveway Approach 6" Thick
163 SY
Is 4c; / SY
$1oC 0
Unit Price In Words t� \u-o dal 4
305.2-13
4" Concrete Sidewalk
6
SY
$ - / SY
Is :�L '0
't�
Unit Price In Words t.�0 p t�;�1
305.2-C
4" Concrete Sidewalk Curb Return Ramp (Type 1)
4
EA
$ �- / EA -
o-
$3ZLip -0
Unit Price In Words 129 o
SP-29
Concrete Storm Inlet Face
1 2 1 EA $ EA
$ZCCL� �0
Unit Price In Words C �o � ` 1
801
Barricades, Warning Signs and Detours
I
LS
$ crh / LS
1 $ 0
Unit Price In Words r " DO
301.2.1
H drated Lime (Slurry) 27
Y_
1 TN $ job / TN
I $ 0
Unit Price In Words CX
203.3-B
Remove Concrete Curb & Gutter
903 LF
$ 3O / LF
qa
IS aM -0
Unit Price In Words O
301.2
Subgrade Treatment
1955
SY
�
$ �� / SY
q e
$ 11 -15-0
Unit Price In Words ~pt C'D
11/22/2006 P-3
Project Name
Anderson Street Repaving
Anderson Base Bid
Work Days 45
Bid No. 3585
P.O. No.
BID TABULATION SHEET
Item
IDescription I Quantity
JUnitl
Unit Price ITotal
107.20.
Pro ect Si ns 1 2
1 EA
r
$ EA
$ 0
Unit Price In Words 1 ►A�.P 1c�o
203.3
Preparation of Right of Way
1 I LS $D�/ LS
$ 0
Unit Price In Words �L-gyp -
SP-1 S
Water Valve Cover Adjustment
1
EA
$ 55C3/ EA
c
Is B
Unit Price In Words
I o0
202.5
Block Sod
251
SY
�1 m
$ 42` / SY
Is Ls[A l
Unit Price In Words y
SUBTOTAL BASE BID
11122/2006 P-4
Project Name
Anderson Street Repaving
Anderson Additive Alternate Bid
Work Days
Bid No.
P.O. No.
45
J*t55
BID TABULATION SHEET
Item
Description Quantity
Unit
Unit Price I Total
203.3-A
Remove Concrete Sidewalk and Driveway 455
SY
is t / SY I $ C,-131.9 0-
Unit Price In Words E I00
203.4
Unclassified Street Excavation
21
CY
Is 2 7P / CY
is
Unit Price In Words
1 \�jF—L-\(
203.7
Compacted Fill 17
CY
Is / CY
Is to ,c 0
Unit Price In Words U
201
Temporary Erosion Control
1
LS
$ Q r,Jp / LS
,t
IS `����� 0
Unit Price In Words tip \ pp
305.2-A
Concrete Driveway Approach 6" Thick
I58
SY
$ SY
$ (037�-0
Unit Price In Words [�
305.2-B
4" Concrete Sidewalk
412
1 SY
Is / SY
$ �j
Unit Price In Words T
203.3
Preparation of Right of Way 1
I LS
$ �c.C.�' / LS
Is stb% 0
Unit Price In Words \�j 1J� pp
SP-50
Solid Metal Cover Trench Grate
1 I EA
$ V� ' / EA
$
Unit Price In Words I V-)o
202.5
Block Sod
390
SY $ / SY
$ n i � .0
n n
Unit Price In Words
SUBTOTAL BASE BID
11/22/2006 P-5
Project Name
Anderson Street Repaving
BID TABULATION SUMMARY SHEET
Work Days 45
Bid No. 3585
P.O. No.
SUBTOTAL ANDERSON BASE BID (from page P4) I L (p-14 c>=
8�
SUBTOTAL ANDERSON ADDITIVE ALTERNATE (from page P-5)
TOTAL - ANDERSON BASE BID PLUS ANDERSON ADDITIVE ALTERNATE
M.
[.311MINUVlu NVIDIM
TOTAL•R• r
._ � . �. sir . - •
Alternate Bid Item: The additive alternate bid item may be added to the total base bid prior
to award of a contract. Award of the contract will be based on items actually included in the
Project. The decision to add the alternate item listed will be solely at the discretion of the
City. The lowest responsive proposal for purposes of award shall be the conforming
responsible Bidder offering the lowest amount for the base bid or the lowest aggregate
amount for the base bid plus the additive alternate bid item. The City may or may not
choose to incorporate the additive alternate item listed in the Proposal.
In the event of the award of a contract to the undersigned, the undersigned will furnish a
performance bond and a payment bond for the full amount of the contract, to secure proper
compliance with the terms and provisions of the contract, to insure and guarantee the work
until final completion and acceptance, and to guarantee payment for all lawful claims for
labor performed and materials furnished in the fulfillment of the contract.
It is understood that the work proposed to be done shall be accepted, when fully completed
and finished in accordance with the plans and specifications, to the satisfaction of the
Engineer.
The undersigned certifies that the bid prices contained in this proposal have been carefully
checked and are submitted as correct and final.
Unit and lump sum prices as shown for each item listed in this proposal, shall control over
extensions.
The undersigned agrees this bid becomes the property of the City of Denton after the
official opening.
The undersigned affirms that they are duly authorized to execute this contract.
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 1
et seq., and which arise under the antitrust laws of the State of Texas, Tex. Bus. & Com.
Code, Section 15.01, et seq.
P - 7
Receipt is hereby acknowledged of the following addenda to the plans and specifications:
Addendum No.
1 dated
Addendum No.
2 dated
Addendum No.
3 dated
Addendum No.
4 dated
Addendum No.
5 dated
CONTRACTO
BY /�L /
12-1q-C��
C-7iTLl.p�1i7 4�ItSsJ
�io2t� "ulti, 3"1-1
Street Ad ress
L%J,E>R2`f TX . -1
ty and State
Sea uthorization//;; /^� __
(If a C oration) -lz- - 3S- CE�Oc)
Telephone
Received t 2 - 19 -
Received
Received
Received
Received
VENDOR COMPLIANCE TO STATE LAW
The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of
contracts to non-resident bidders. This law provides that, in order to be awarded a contract
as low bidder, non-resident bidders (out-of-state contractors whose corporate offices or
principal place of business are outside of the State of Texas) bid projects for construction,
improvements, supplies or services in Texas at an amount lower than the lowest Texas
resident bidder by the same amount that a Texas resident bidder would be required to
underbid a non-resident bidder in order to obtain a comparable contract in the state in which
the non-resident's principal place of business is located. The appropriate blanks in Section
A below must be filled out by all out-of-state or non-resident bidders in order for your bid to
meet specifications. The failure of out-of-state or non-resident contractors to do so will
automatically disqualify that bidder. Resident bidders must check the blank in Section B.
A. Non-resident bidders in
(give state), our principal place of
business, are required to be percent lower than resident
bidders by state law. A copy of the statute is attached.
Non-resident bidders in (give state), our principal place of
business, are not required to underbid resident bidders. /
B. Our principal place of business or corporate offices are in the State of Texas: t/
BIDDER:
A►—t��1.4�T1r�>�� LTP
COMPANY
BY /"llv�_%�
�a�1�w�0 kJic-bo v
Street Address
City and State
THIS FORM MUST BE RETURNED WITH YOUR BID.
From: Shannon Hartmann 972-331-3733 To: Tom Shaw Date: 2/28/2007 Time: 0:50:18 AM Page 2 of 3
,aCORO,. CERTIFICATE OF
LIABILITY INSURANCE OPID 5 DprE(
UALI—7 02 28 07/28/07
PRODUCER
THIS CERTIFICATE 15 ISSUED AS A MATTER OF
INFORMATIO
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Baldwin Ins s Bonding Agency
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
1201 Kas Drive, Suite B
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
Richardson TX 75081
Phone: 972-644-2688 Fax: 972-644-8035
INSURERS AFFORDING COVERAGE
NAIC it
INSURED
INSURER A: aoottpdale Zoaucanaa Co. A+YO
41297
Q�u�ality Excavation, Ltd:
INSURERS: Texas Mutual Insurance Co
anaaWion
�5\4
INSURER C. S%o N.V.. Inauzmao Gr.r
22292
5620yls
Aubrey TX 76227
wsuRERD__
INSURER E.
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.
LTR
NSR
TYPE OF IN BU NCE
POLICY NUMBER
rowcYEFFECTIVE
DATE MMRX)IYY
POLICY EXPIRATION
DATE MMMD/YY
LIMITS
GLEN; ERAL LIABILITY
CAC CURRCNCC
s l , 000 , 000
PREMISES EaocculerlLa
$ 50,000
A
X
X COMMLRgALGCNERALLIpDILRY
5126472
05/04/06
05/04/07
_4.— CIAIMG MADE OCCUR
MED EXP(Any one pe,aor)
S 5_000
PERSONAL S ADV INJURY
S1,000,000
XIBLKT WO$
X
BLKT ADD' L INS V
GENERAL AGGREGATE
$ 2 , 000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMPIOP AGO
s2,000,000
---_
--
POLICY Ii JET LOC
AUTOMOBILE
LIABILITY
COMDINCD SINGLE LIMIT
$
ANY AUTO
(Fp pcnAPnry
ALL OWNED AUT05
BODILY INJURY
SCHEDULED AUTOS
JI
I BODILY INJURY
HIRED AUTOS
NON -OWNED AUTOS
1 (Per accident)
$
PROPERTY DAMAGE
$
(Po pccitlent)
GARAGE UASILIT
At ITC ONI Y - FA ATXlIDFVT
$
ANY AUTO
OTHER THAN EA AfS,
$
$
AUTO ONLY: AGG
EXCESSNMBRELLA LIABILITY
EACH OCCURRENCE
$
OCCUR CLAIMS MADE
(AGGREGATE
S
$
S
DEDUCTIBLE
is
RETENTION $
WORKERS COMPENSATION AND
RY UMRS ER
B
EMPLOYERS' LIABILITY
ANY PROPRIETORIPARTNERGXECUTIVE
TSF0001156917
05/04/06
05/04/07
E.L. EACH ACgDENT
S 11000l O00
UFFlI�R/MEMBER EXCLUDED?
WAIVER OF SUBROGATI
N
__
EL DISEASE EA EMPLOYE
$ 1, 000 , 000
II RO E yAP
SPECIAL PROVISIONS EeIRw
E. L. DIEEP.SE- T'OLICY LIMB
$1,000,000
OTHER
C
Equipment Floater
IHD875590800
08/12/06
08/12/07
Lad/Rntd 350,000
Special Form
INCL THEFT
Ded 1,000
DESCRIPTION OF OPERA I IONS / LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
PROJECT: BID 3585
ANDERSON
STREET REPAVING/
[N �:�IId[Ne�1�7N1U]y: 7_\Jrayrs��m.
CITYD11
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE T EXPIRATTON
DATE THEREOF, THE ISSUING INSURER WILL IIIIIII.
3D DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT
L
City of Denton
Om
221 N. Elm Street
Denton TX 76201
REPRESENTA2R E
I
ACORD 25 (2001/08) _ - 0 ACORD CORPORATION 1988
From: Shannon Hartmann 972-331-3733 To: Tom Shaw Date: 2/282007 Time: G:50:1 S AM Page 3 of 3
it is a condition of the General Liability policy that the f,�ty of Dent�a..,
its Officials, Agents, Employees and volunteers are hereby added as
additional + <++reds only to the extent assumed under written contract. ✓-
A waiver of subrogation in favor of City of Denton, its Officials, Agents,
Employees and volunteers has been added with respect to the Workers'
Compensation policy, only to the extent assumed under written contract. f
Policies herein shall not be cancelled, nonrenewed or materially changed
without 30 Days advanced written notice being given to the Owner (City)
EXCEPT when the policy is being cancelled for nonpayment p£ premium, in
which case 10 Days advance written notice is required.{/
MAR. 09 07 (FRI) 14:19 CITY OF DENTON PURCHASING 940 349 7302 PACE. 2/3
03/09/2007 09:47 FAX Z002/002
' O,YKI Wilwm dills R,ud
%1 S00 cld 90o.JA4-44-ills@c.On 44143 PROGRAW11VE
AAA's
CERTIFICATE OF INSURANCE eomMiwnuL: JeHrere nreuw.wci
INSURED.
;xWi+lar,5
GARLAND WILSON
PROGRESSIVE COMMERCIAL
PO BOX 94739
t 904 BLAC'KJAC•K RD
AUBREY, TX 76227 -' CLEVELAND, OH 44101
--
1NSURFR(SI �nID 1N9t+RANOB
t1
''XPIRATIOj�1
LIMIfS)OF
LIABILITY.:.
.:.ter... ... ...- '.' .. :.:. _..
_ti:'.. .,
�
.:....'.��..
_.L-.... -__ .......:.
This document certifies that insurance
08849145-1
04/26/06
04/26/07
COMBIND SINGLE
policies identified below have been is-
LIMITS
sued by the designated insurer to the in-
1,000,000.00 CSL
sured named above for the period (s) in-
FIRE & T14FFT
dicated. The coverage afforded by the
LFSS S500 DED.
policies listed below are subject to all the
COLLISION OR
terms, exclusions, limitations, endorse-
UPSETLESS S500
ments. and conditions of these policies.
DED.
UM/UIM
S20.000TERSON
S40.000/ACCIDENT
UMPD $15,000
S250 DED
PERSONAL INJURY'
PROTECT $2.500
SPF,CIAL CONUr1.lON�3-. '�
_
1
City of Denton is an Additional Insured.
Vehicles:
2001MACKCH6 VIN# 1M2AA18YXIW137278
2005 PUT TRAILER VIN# 1 W9CA48205T369021
2004 INTERSTATE TRAILER VIN# IJKDLAS014M004955
2007 FORD F350 SUPER DUTY VIN# 1FTWW311`07EB50290
Additional Coverage's:
HIRED AUTO LIABILITY $1,000,000.00 COMBINED SINGLE LIMIT
NON -OWNED AUTO LIAB (0-10 EMPLOYEES) $1,000,000.00 COMBINED SINGLE LIMIT
i
CITY OF DENTON Please be advised should any of the above, described poli-
901 B. TEXAS STREET ties be canceled before the expiration date thereof, the issu-
DENTON, TX 76201 ing company will endeavor to mail 30 days written notice
CrATIFICATE NUMULR'. ""- - - to the certificate holder name to the left. but failure to mail
such notice shall impose no obligation or liability of any
kind upon the company, its agents of representative
MAR.09 07 (FRI) 14:19 CITY OF DENTON PURCHASING 940 349 7302 FAGE.3/3
03/00/2007 09:47 FAX Cb001/002
Progressive Commercial Auto Insurance
Date: 03/09/2007
To: Tom
Company:
Fax #:940.349.7302
From: Sharla
Subject: COI for Commercial Policy
No. pages (incl. this page): 2
Phone:
Extension: 782-2201
Policy M 08849145.1
HI Tom,
Please let me know If you have any questions. Thank you.
Sharla
Progressive Commercial Auto
747 Alpha Drive
Highland Heights, OH 44143
Phone: 1-800-444-4487
Fax: 1.800-556-0014
COJ/MW1.AL AUTO/NSUNANCf