HomeMy WebLinkAbout2005-072ORDINANCE NO. V05- INA
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS
CONTRACT FOR THE CONSTRUCTION OF A SINGLE FAMILY DWELLING AT 634 E.
PRAIRIE STREET FOR THE CITY OF DENTON COMMUNITY DEVELOPMENT BLOCK
GRANT DIVISION; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND
PROVIDING AN EFFECTIVE DATE (BID 3286-634 E. PRAIRIE STREET INFILL NEW
CONSTRUCTION AWARDED TO DELTA ONE CONSTRUCTION IN THE AMOUNT OF
$90,722).
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. That the following competitive bids for the construction of public works or
improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on
file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto,
are hereby accepted and approved as being the lowest responsible bids:
BID
NUMBER CONTRACTOR AMOUNT
3286 Delta One Construction $90,722
SECTION 2. That the acceptance and approval of the above competitive bids shall not
constitute a contract between the City and the person submitting the bid for construction of such
public works or improvements herein accepted and approved, until such person shall comply with all
requirements specified in the Notice to Bidders including the timely execution of a written contract
and furnishing of performance and payment bonds, and insurance certificate after notification of the
award of the bid.
SECTION 3. That the City Manager is hereby authorized to execute all necessary written
contracts for the performance of the construction of the public works or improvements in accordance
with the bids accepted and approved herein, provided that such contracts are made in accordance
with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms,
conditions, plans and specifications, standards, quantities and specified sums contained therein.
SECTION 4. That upon acceptance and approval of the above competitive bids and the
execution of contracts for the public works and improvements as authorized herein, the City Council
hereby authorizes the expenditure of funds in the manner and in the amount as specified in such
approved bids and authorized contracts executed pursuant thereto.
SECTION 5. That this ordinance shall become effective immediately upon its passage and
approval.
f n
PASSED AND APPROVED this the S� day of /[ .2005.
cum &"k-
EULINE BROCK, MAYOR
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY: AJ
APPROVED AS TO LEGAL FORM:
HERBERT L. PROUTY, CITY ATTORNEY
BY:
3-0RD-Bid 3286
t
CONTRACT AGREEMENT
STATE OF TEXAS
§ COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 2nd day of March A.D., 2005, by
and between City of Denton of the County of Denton
and State of Texas, acting through Michael A. Conduff thereunto duly authorized so to do,
hereinafter termed "OWNER," and
Delta One Construction
3808 Calvert Lane
Denton Texas 76208
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 #3286 - 634 E. Prairie St. Infill New Construction
in the amount of $90,722.00 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 the 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 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:
%Ill�c
APPROVED AS TO FORM:
l /�l�/`�/i C�cX.c.�✓�
CITY ATTO Y
City of Denton
OWNER
BY:
(SEAL)
MAILING ADDRESS
Q(0-36F--36Z-7
PHONE NUMBER
FAX NUMBER
BY:
TITLE
�e Jefe�
(SEAL)
CA-3
PERFORMANCE BOND
STATE OF TEXAS §
COUNTY OF DENTON §
Bond No. 69866740
KNOW ALL MEN BY THESE PRESENTS: That Delta One Construction
whose address is 3808 Caly ane Denton Texas 76208 hereinafter called Principal, and
WESTERN SURETY COMPANY , a corporation organized and existing under the laws
of the State of SOUTH DAKOTA 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, herein �er called Owner, in the naI sum of Ninety
thousand seven hundred twenty-two and no cents, --'DOLLARS ($90.722.00�us 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 Limber 2005-072, with the City of Denton,
the Owner, dated the 2nd day of March A.D. 2005 ,, a copy of which is hereto ttached and made
a part hereof, for Bid # 3286 - 634 E. Prairie St. hifrll New Construction
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, terns, 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.
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 hereunder, 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 hereunder, 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 2°a day of March 2005 ✓
ATTEST:
M
SECRETARY
Delta One Construction Services
SURETY
ATTORNEY-ROCACT Sherry L.
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
process is:
NAME: Lord & Conpany Ins. Agents, Inc.
STREET ADDRESS:
P.O. Box 946, Denton, TX 76202-0946
(NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a
corporation, give a person's name.)
PAYMENT BOND
STATE OF TEXAS §
COUNTY OF DENTON § Bond No. 69866740
KNOW ALL MEN BY THESE PRESENTS: That Delta One Construction✓ ,
whose address is 3808 CalvertLane, Denton Texas 76208 , hereinafter called Principal, and
WESTERN SURETY COMPANY-", a corporation organized and existing under the laws of
the State of SOUTH DAKOTA , and fully authorized to transact business in the State of Texas, as
Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and
existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms,
and corporations who may furnish materials for, or perform labor upon, the building or
improvements herein er referred to, in the pe aI sum of Ninety thousand seven hundred twenty-
two and no cents OLLARS (90 722.00awful 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 2005-072, with the City of Denton,
the Owner, dated the 2nd day of March A.D. 2005✓a copy of which is heret attached and
made a part hereof, for Bid #3286 - 634 E. Prairie St. Infill New Construction.
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 hereunder, onto 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 hereunder, or to the Plans, Specifications, Drawings, etc.
123W
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 2"a day of March, 2005-�?�
ATTEST: PRINCIPAL
ATTEST:
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
process is:
NAME: Lord & Company Ins. Agents, Inc.
STREET ADDRESS
P.O. Box 946, Denton, TX 76202-0946
(NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation,
give a person's name)
Western Surety Company
POWER OF ATTORNEY - CERTIFIED COPY
Bond No.74D _
Know All Men By These Presents, that WESTERN SURETY COMPANY, corporntion duly arganized and existing under the
laws of the State of South Dakota, and having its principal offlea in Sioux Falls, Sou akota (Clio "Company"), does by those presents
ranks, constitute anti appoint . ___._ __ _. _ . SIRRRY- L .ARRT.NGTON _ �U........ .. ....._.. . .
its true and lawful attorney(s)-in•fact, with full power and authority hereby conferred, to execute, acknowledge and deliver for mid on
its behalf or Surety, bonds for: /
Principal: Joe Jeter dba Delta One Construction Services V
ObliRoo: City of Denton
Amount: $50o,aoo.00 (/
and to bind the Company thereby its fully and to the same extent as if such bonds were signed by thu Senior Vice President, sealed
With Lho corporate seal of the Company and duly nttestal by its Secretary, hereby ratifybig and confirming all Clint tho acid
attoraoy(a)-in-fact may do within the above stated limitations. Said appointment is mnde under and by authority of Clio following
bylaw of Western Surety Company which remains in full force and effect.
"Section 7, All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the
curpmratu name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice Presidont or by such
other officers its the Board of Directors may authorizo. The rrasident, any Vice President, Secretary, any Assistant Secretary, or the
Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undortakingn in the name of
the Company. The corporate seal is not necessary for the validity of any bonds, palicins, undertakings, Powers of ACturney or other
obligations of the corporation. The signature of any such officer and the corporate seal may be Printed by facsimile."
All nuthority hereby confurrod shall expire and terminate, without notice, unlass used bofore midnight of September 2
2005 , bit t until such time shall be irrevocable and in full force and effect.
In Witness Whereof, Western Surety Company has caused these presents to be signed by its Senior Vino President, Paul T.
nruflat, end it#,gp.gqrsta seal to be aoieed this ....2nd day or . ._... March . , . 2005
0;.
qh: W a 4r,n
.1"
WEfi �, SURE Y COMPANY
Paul T. BruBa anior Vico President
STi1T,j!:OF'SOUTH' AK0TA
COUNTY.QF,MINNH)1tA11A )
On this _ ?rid day of _. _... March .... in the year . 2 005 . , before me, R notary public, personally appeared
Paul T. Bruilat, who being to me duly sworn, nnknowiedged that he signed the above Power of Attorney us the aforesaid officer of
WESTERN SURETY COMPANY and neknowledgod said instrument to be the voluntary act and deed af. rid corporation.
i4Y444444Y4M44444444YYY4 i ' /�
' D. KRELL
f a NOTARY PUBLIC O �+,
j�SOUTH DAKOTA�$ otary Public -South Dnkotn
i4444N4YYYY4444YY4Y4YYY �
My Commission Expires November 30, 2006
I Cho an derACtiod officer of Wcatern Surety Company, a stock corporation of the State of South Dakota, do hereby certify that the
aUnchod Power of Attorney is in full force and effort and is irrovoeable, and furthermore, that Section 7 of the bylaws of the Company
ns set forth in the Powar of Attorney is now in forco.
In tustir riony whereof. I have harounto set my hand and seal of Western Surety Company this 2nd day of
._.. March _.. ., ,2po5 ,
WrS , SURP Y COMPANY
Paul'P. Brunet , nior Vice Prosidunt
Form F5308.4,2002
ACKNOWLEDGMENT OF SURETY
STATEOl'___.._-.. Texas ....... l (Attorney -in -Fact)
ss
COUNTY OF.-----.. DENTON.____.. J}
On this_ .- .. 2nd day of March_..,. __ -.-.. 2005before me, a notary public in
---- '-'-- -'----'
and for said County, personally appeared -... —SHERRY 14.ARRINGTON_.l
to me personalty known and being by me duly sworn, did say, that he is the Attorney -in -Fact of WESTERN SURETY
COMPANY, a corporation of Sioux Falls, South Dakota, created, organized and oxisting under and by virtue of the laws of the
State of South Dakota, that the said instrument was executed on behalf of the said corporation by authority of its Board of
Directors and that the said _ . -._ .. ._._. _ SHERRY L .ARRINGTON...___..
acknowledges said instrument to be the flee act and deed of said corporation and that he has authority to sign said instrument
without affixing tba corporate seal of said corporation.
IN WITNESS WIIERISOF, I have hereunto subscribed my name and affixed my official seal at
DENTON _. _ Texas-- , the day pq year last above written.
Myeommission expires /7: ......... -OVA,- c�
Notary Pablo:
Form t06-4-2000
,
ap � Martha DeleRoea
My Comrnissbn Expires
\\\B- geptembar 22, 2006
U\�
State of Texas
Claim Notice Endorsement
To be attached to and form a part of Bond No. 698667110
In accordance with Section 2253.021(f) of the Texas Government Code and
Section 53.202(6) of the Texas Property Code any notice of claim to the named
surety under this-bond(s) should be sent to:
CNA Surety
333 South Wabash
Chicago, IL 60604
Telephone: (312) 822-6000
Farm F0944
• IMPORTANT NOTICE
To obtain information or make a complaint:
• You may call CNA Surety's toll -free telephone number for information or to make a
complaint at
1-800-331-6053
• You may also write to'CNA Surety at
P.O. Box 655908
Dallas, TX 75265.5908
or
P.O. Box 5077
Sioux Falls, SD 57117-5077
• You may contact the Texas Department of Insurance to obtain information on
companies, coverages, rights or complaints at
1-800-252-3439
• You may write the Texas Department of Insurance
P.O. 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
contract the agent first. If the dispute is not resolved, you may contact the Texas
Department of Insurance.
® ATTACH THIS NOTICE TO YOUR POLICY OR BOND:
This notice is for information only'and does not become a part or condition of the
attached document.
Foml 1929-9-2e09
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below. It is highly recommended that
bidders confer with their respective insurance carriers or brokers to determine in advance of Bid
submission the availability of insurance certificates and endorsements as prescribed and provided herein.
If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be
disqualified from award of the contract. Upon bid award, all insurance requirements shall become
contractual obligations, which the successful bidder shall have a duty to maintain throughout the course
of this contract.
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and
maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the
minimum insurance coverage as indicated hereinafter.
As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department
satisfactory certificates of insurance, containing the bid number and title of the project. Contractor may, upon
written request to the Purchasing Department, ask for clarification of any insurance requirements at any time;
however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance
requirements may not be modified or waived after bid opening unless a written exception has been submitted
with the bid. Contractor shall not commence any work or deliver any material until he or she receives
notification that the contract has been accepted, approved, and signed by the City of Denton.
All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the
following general specifications, and shall be maintained in compliance with these general specifications
throughout the duration of the Contract, or longer, if so noted:
• Each policy shall be issued by a company authorized to do business in the State of Texas with an
A.M. Best Company rating of at least 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
CI- 1
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 forth, 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 $500,000 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.
CI-2
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 (XCL1) 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 $300,000 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.
CI-3
[ ] 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.
[X] 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.
CI-4
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 foodibeverage 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
CI-5
(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.
CI-6
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 carver 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.
CI-7
PROJECT $10 SHEET
INFILL HOUSING NeW CONSTRUCTION PROGRAM
COMMUNITY DEVELOPMENT DIVISION - SINGLE FAMILY HOME CONSTRUCTION BID
(See Contractor's Manual and General Notes to Contractor Documents for Details on Bid Shoet)
" L CWIA�4�
Project Address: 634 E. Prairie Street, Donten, TX Contractor Name
A.. 10 "s IX
R"
_T Building Permits / 1.1111. Snir Fees: ;121109. 0 util. brvC. $ $
2.
Saw Pole/Site Prep/Porta-JohntErosion Control
$ 170
-7
3.
Form Board Survey Fee
_T -SV
17
-
3.
_T
Engineered Slab Fee
$
-4.
7
Plumbing Rough -In
$ of
5-1
6.
Pre -Slab Termite Treatment
$ 1 3 7 V
6,
7.
Slab/Foundation
$ 7ZZ7
7.
-7
Stud ConstlFramingMall Sh athing I Decking. & Qqmlqpj6rick Ties
R / 46 7
8.
9.
Roof / Vents (Ridge vents on Gable Roofs aril Marldfiteq
Construction - No Exceptions)
3
1 U.
Extedor Siding
$ Hardt-Plank
$ 46017-
10.
77
Electrical Rough -In
$ /IV -I/
-7
1Z
PlumblnStack-Out
$ A
7T
Exterior Doors / Locks I Windows
$
13.
14.
Exterior Paint
$
-
Ducts / Vents / HVAG
Phase 11: $
$
5.
5
16.
EnergySeal
$ j 72-
6.
6
-
Interior Wall Insulation
$ 6_1.7,
7
7.
gheetrock i Tape / Bad Texture
$ 9/99
8.
8.
19.
Interior Trim / Doors / Pull -down Attic Stairs
$ _2V11
19.
20�
Closets Rods & Shelves I Bath Accessories
16
Interior Paint
$ 170-7
-$
21.'
Electrical Final
/7'
'Cabinets: Kitch, Bath(s), Utility, Laundry
$ 3 5'Z 32T
Countertops
24.
25,
Appliances (Bid Items Checked): XVent-a-Hood (vent bru roul) X Gas Range _A_ 18 C.F. Energy Star Frig W/loe
1 Maker Install: X Energy Star Dishwasher _L Food Disposer (See Gen. Specs for models)
$
25.1
26
Attic Insulation
$
26.
91-ect ical Fixtures (Project Manager to Seim: llghtfktrs -Fixture 8uqet Allowed Is? $ &M)
$ To
27.
Plumbing Fixtures (Project Manager to S610r? �Avres)
.
-27.
00'
U'V0s H - P
$ A9*7
30.
7 Drive
Fla Work: Approach/Walkways
match house brick $_
$
ro.
Final Grade/ Landscaping
F n
Final
I
IT
I 0
floor Coverings
F
Vinyl $_, Carpet
Final Cleaning Move -in Prep
in a
$
33.
34.
Landfill/Dump Fees (Non -Demo)
an
$ 0ea a5r
35.
Misc: Remove Hackberry at rear of existing lot
MISC
$
36.
Other Misc. (Describe): L&,-- (w) $ :3q-5
;eTo
$
$ ?0'1XZ
37.
Now Constructill Grand Total
E UNDERSIGNED CONTRACTOR, Development Dh rq
�d me
of the above address. Bid amounts are based on all materials and work specifications as stated In the attached d ument entitleSeneral
I l!teS to contractors, y
0
' T a
No Contractor Builder's RI k�aend ner*�Iabfi� �Inrquranse requirements; and City its -Cod Qa--
Notes
e-
Contractor S3na �ure /(eontra&or Name P ted
Area Code Phone #
:2Z awe 1-27-0-s--
city State Zip --Date Submitted
CONTRACTOR COMPLIANCE TO TEXAS SALES TAX CODE
Comply with all requirements of the Texas Sales Tax Code. The Contractor hereby certifies that the
Contract Amount is divided as follows:
Materials incorporated into the Project
(resold to the Owner as defined in Tax Code)
All other charges and costs
Total
The total must equal the total amount of the Contract.
CONTRACTOR:
saq,f
Street Address
City and State
$ '416W
$ �-f ( 7�
$ 9Dtiz;
THIS FORM SHALL BE EXECUTED AT THE TIME OF EXECUTION OF THE CONTRACT
AND SHALL BE MADE A PART OF THE CONTRACT.
BID # 3286
P-5
W. 1 O`), I
TOTAL BASE BID PRICE IN
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 Community Development Division.
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 sea.
Receipt is hereby acknowledged of the following addenda to the plans and specifications:
Addendum No. 1 dated Received'
Addendum No. 2 dated Received
Addendum No. 3 dated
Addendum No. 4 dated
i
Received
Received
Street Address
A*, 72�7 76�op-
City and State
Seal & Authorization
(If a Corporation) 70 - 3 6 �?-3 6 Z 7
Telephone
BID # 3286
P - 3
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
required to be
of the statute is attached.
Non-resident bidders in
(give state), our principal place of business, are
lower than resident bidders by state law. A copy
(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:
51MAll
i
Street
�rg
Address
• /,
THIS FORM MUST BE RETURNED WITH YOUR BID.
BID # 3286
P-4
FNar 29 05 02:59p THE WADE HUNT AGENCY 940 591 8993 p.2
_...... .. _.... ...............................................
ACORD. CERTIFICATE OF LIABILITY INSURANCE pnTe (MnvD
32905
PRDDUCSR THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORM
NATIONWIDE MUTUAL FIRE INSURANCE COMPANY ONLY AND CONFERS NO RIGHTS UPON THE CERTIF
1206 BENT OAKS CT HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEI
SUITE 100 ALTER THE COVERAGE AFFORDED BY THE POLICIES BI
DENTON TX 76210 INSURERS AFFORDING COVERAGE NAIC#
INSURED IN11RERA: NATIONWIDE MUTUAL FIRE
JOE JETER DBA DELTA ONE CONSTRUCTION INSURERS:
3808 CALVERT LANE INSURERC:
DENTON TX 76208 INSURERo:
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FORTHE 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 SUBJECTTO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
Lille
p0
POLICY NUMBER
FO YEFPECTIVE
POUCYEXPIRATION
12/15 /OS
UMITe
X
OENERALUABW
COMMERCIALGENERALUASILRY
. CLAIMS MADE OCCUR
91AC6582543001
12/15/04
CHOCCU-RRENCE
E
A
PREMISES( m
E
MEDEXP(An are Pn,ew�
F
PERSONAL$ ADVINJURY
E inn nnn
GENERALAGGREGATE
f
OEN'LAGGREGATE
UMITAPPLRES
PER:
PRODUCTS-COMP/OP AGG
E
POUCY
PRO_IEC
LOC
AUTOMOSILELIABIUTY
ANYAUTo
5
COMBINED SINGLE LIMIT
(Ee aaidenl)
f
ALL OWNED AUTOS
SCHEOULEDAUTOS
�
SODILYINJURY
(Permmn)
S
BOOILYINJURY
(PereaMenl)
E
HIREDAUTOS
NON-OVMEDAUTOS
PROPERTY DAMAGE
(Per eecWenp
$
GAMGEUAHILITY
AUTOONLY-EAACCIDENT
S
OTHERTRAN EA ACC
AUTO ONLY: AGO
E
ANYAUTO
S
EXCESNUMBRELLAUASILTIY
OCCUR CLAIMSMADE
EACHOCCURRENCE
E
S
f
DEDUCTIBLE
$
RETENTION $
WORNERSCOMPENSATIONAND
WCSTATUUMI- OTM-
EMPLOYERWLOIBWTY
ANYPROPRIETORPARTNERMXECUTNE
E.L. EACH ACCIDENT
$
E.L. DISEASE -EA EMPLOYEE
S
OFFICEWMEMBEREXCWDED4
IfAtAT0lbeender
PECIA
SPROVISIONS below
EL.DISEASE -POLICY LIMIT
E
OTHER
DESCRIPTION OF WEMTIONSI LOCAMNSI VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
ADDITIONAL INSURED TO BE READ AS CITY OF DENTON OFFICIALS, AGENTS, EMPLOYEES AND VOLUNT
[ERS. 601 E HICKORY DENTON TX 76205 ✓
SHOULD ANY OF ME ABOVE DESCRIBED POLICIES BE CANCELLED SEFORETHE EXPIMTION
DAIS THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL AYS WRITTEN
NOTICE TO THE CERT MATE HOLDER NAMED TO THE LEFTS BUT FAILURE TO GO 40 SHALL
IMPOSE NO GRLN$ATION OR LIABILITY OF ANY KIND UPON THE INSURER, MS AGENTS OR
AUTHORIZED
1983
Progres§ve County Mutual Insurance Co.
P.O. BOX 31260
TAMPA, FL 33631-3260
Verification of Insurance for
Joe Jeter and Joyce Jeter
PR99RFf11Y °
O/RECT
Policy number: 40165722-7 ✓
Underwritten by
Progressive County Mutual Insurance Co.
Mardi 30, 2005
Page 2 of 2
Please accept this letter as verification of insurance for the vehicle listed below.
Pro ......ve.Direct policy number .......... .. ...... 40165722.. ✓
t�o
Policy State:
Texas
Policyholders:
Toe Teter
...................................................Joyce
Jeter.................................. I ...........................
Vehicle:
2003 Chevr510 3c
..............................................................
VIN:
........ .................1GCC519X138216393........ .......................................................
......................................................................................................................................................
Additional Interest:
.............................................................................
City of Denton Texas...........................
Policy term: ............4—....
8, 2005 •Aug . 20 ...... ._ .... ......
kff ive date:
.........................................................................................................................................
Mar 30, 2005
Bodily Injury &Property Damage ............................................,..........................................................
1 OOJ300150...........
Collision
Deductible: 1000
.....................................................................................................................................................
Comprehensive
Deductible: 1,000
If you have questions, please call Customer Service.
ACORD CERTIFICATE OF LIABILITY INSURANCE DATE
N 03/17/2005
'RODUCER Lord & Co Ins Agents, Inc. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
(940) 382-9324 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
P.O. Box 946 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Denton TX -76202 INSURERS AFFORDING COVERAGE
NSURED DELTA ONE CONSTRUCTION4 RVICES INSURER A: TEXAS MUTUAL INSURANCE COMPANY _
JOE JETER dba INSURER B: _
3808 CALVERT LANE INSURER C:
DENTON TX 76208 INSURER D:
INSURER E:
nccc
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.
NSR
LULGENERAL
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
POLICY EXPIRATION
LIMITS
LIABILITY
EACH OCCURRENCE
$
FIRE DAMAGE (my one fire
_
$
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE ❑ OCCUR
MED EXP oneperson)
$
PERSONAL &ADV INJURY
$ _
GENERAL AGGREGATE
$ _
GEN'L AGGREGATE
LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
$
._
POLICYF-1
PRO LOC
AUTOMOBILE
LIABILITY
ANY AUTO
\
n
1 1
ylV(/
COMBINED SINGLE LIMIT
(Ea accident)
$
BODILY INJURY
(Per person)
$
ALL OWNED AUTOS
SCHEDULEDAUTOS
BODILY INJURY
(Per accident)
$
HIRED AUTOS
NON -OWNED AUTOS
PROPERTY DAMAGE
(Per accident)
$
—
GARAGE LIABILITY
AUTO ONLY - EAACCIDENT
$
OTHER THAN EAACC
_
8
ANY AUTO
$
AUTO ONLY: AGG
EXCESS
LIABILITY
EACH OCCURRENCE
$
_
OCCUR F—ICLAIMS MADE
AGGREGATE
$
$ _
DEDUCTIBLE
$
RETENTION $
A
WORKERS COMPENSATION AND,-'SBP0000709220
03/21/2005
03/21/2006
X WC STATU-
OTH-
E.L. EACH ACCIDENT
$ 100,000
EMPLOYERS' LIABILITY
E.L. DISEASE - FA EMPLOYEE
$ 100,000
E.L. DISEASE -POLICY LIMIT
$ 500,000
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
INSURED'S OPERATION: CARPENTRY NOC & DRIVERS
BLANKET WAIVER OF SUBROGATION APPLIES AS CONTRACTUALLY REQUIRED
BID #3286, 634 E. PRAIRIE ST. MILL NEW CONSTRUCTION
CITY OF DENTON /
MATERIALS MANAGEMENT DIVISION
901 B TEXAS STREET
DENTON TX
76201
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THF.EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DDAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPWE NO OBLIGATION.IR LIABI_yTY OF ANY KIND UPON THE INSURER ITS AGENTS OR
ACORD 25-S
988