Loading...
HomeMy WebLinkAbout2005-042ORDINANCE NO. Web ` 111;2, AN ORDINANCE ACCEPTING COMPETITIVE SEALED BEST VALUE BIDS AND AWARDING A CONTRACT FOR PURCHASE OF UNDERGROUND ELECTRIC SERVICE INSTALLATION FOR DENTON MUNICIPAL ELECTRIC; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING FOR AN EFFECTIVE DATE (BID 3240—THREE YEAR CONTRACT FOR UNDERGROUND SERVICE INSTALLATION AWARDED TO BARCO CONSTRUCTION, INC. IN THE ESTIMATED AMOUNT OF $1,000,000). WHEREAS, the City has solicited, received and tabulated competitive bids for the purchase of necessary materials, equipment, supplies or services in accordance with the procedures of State law and City ordinances based on the best value as determined by using the selection criteria set forth in the request for bids; and WHEREAS, the City's selection committee has reviewed and recommended that the herein described bids are the best value based on the selection criteria for the materials, equipment, supplies or services as shown in the "Bid Proposals" submitted therefore; and WHEREAS, the City's Purchasing Agent has determined that the best value bid process provides the best value to the City for this procurement; and WHEREAS, the City Council has provided in the City Budget for the appropriation of funds to be used for the purchase of the materials, equipment, supplies or services approved and accepted herein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. That the numbered items in the following numbered bids for materials, equipment, supplies, or services, shown in the "Bid Proposals" on file in the office of the City Purchasing Agent, are hereby accepted and approved as being the best value based on the selection criteria contained in the request for bids for such items: BID NUMBER VENDOR AMOUNT 3240 Barco Construction, hic. Exhibit A SECTION 2. That by the acceptance and approval of the above numbered items of the submitted bids, the City accepts the offer of the persons submitting the bids for such items and agrees to purchase the materials, equipment, supplies or services in accordance with the terms, specifications, standards, quantities and for the specified sums contained in the Bid Invitations, Bid Proposals, and related documents. SECTION 3. That should the City and persons submitting approved and accepted items and of the submitted bids wish to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the bids, the City Manager or his designated representative is hereby authorized to execute the written contract which shall be on file in the office of the Purchasing Agent; provided that the written contract is in accordance with the terms, conditions, specifications, standards, quantities and specified sums contained in the Bid Proposal and related documents herein approved and accepted. SECTION 4. That by the acceptance and approval of the above numbered items of the submitted bids, the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved bids or pursuant to a written contract made pursuant thereto as authorized herein. SECTION 5. That this ordinance shall become effective immediately upon its passage and approval. /5_t� PASSED AND APPROVED this day of 2005. EULINE BROCK, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: APPROVED AS TO LEGAL FORM: HERBERT L. PROUTY, CITY ATTORNEY BY: 3-ORI Z�l M a t W O p O p O O O O O O O O O O O O O O O O O O O C U p0 O O O O O O O O O O O O O O O O O O O O O O O '� O O O O O O O c O O O O O O O O O O N O '( 1 O O O O N Ih O O O V In N r O O O N N M a In M M M M M a N O 0 7 (« m vi M� EA fA f9 es Vi f f 60 (s tN ER fR EA f9 f9 N fA 4'i 0 C fiy Z a « i 0 N y O o o in o 0 0 0 0 0 0 0 0 po 0 0P� 0 U In N In O I(') O O OO N O to O O O O O O OO N N M V O CV N M CV (7 V' O N M M M M, M V' to IT10,010 f9 Yi M fA b9 fR fA d3 ER m v o0 0 0 o c o0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 O o 0 0 0 0 0 0 o O o o a o 0 0 0 0 0 o O o O v/ YVi � O V1 1� O O o 0 0 vl 0 of 0 V1 0 0 0 0 0 0 0 N 0 0 o g o V1 0 O 0 b N n W V d W o c O (/1 w m Z > M 0 m Y X X > > > (y O' a wLL ti .0w, C W U 'u o v v v avi u u v v v 0 �w O O O O Y'�^ 0 a U9 u y pNv , () W yOO9OO DU'$._.. a S 3 3 3 3 3 3 3 v s a10i r ti u N W W CO 'ct 'Y d' O st m b �O b �O M Q �O W R b 9 CU ` Z v v v v v v v v v v u v v v b o 0 0 0 d7v F F V o 0 0 LL0 0 x tt0 LL0 0 Y 0 tt0 0 0 0 tt0 tt0 tt LL 0 tt F. cd c c 0 v u u X X X X Y F. �' w w m w w 0 w 0 w u w u w v w u w m m 0 w C F F F GI m W fU G1 Cq 07 0] W fC Cq C7 0.1 P] Gl .e Pa C1 CI LC fL pq m m 2 = N_ d ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ Fy ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ 0 0 m rn m a Ed u c Y o 0 0 0 0 0 0 o o Q o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U o 0 0 0 0 0 0 0 0 0 0 N M O O O O O N O O XLq O N O O O N tOO O O w i7 F M M O a O N y� M O 4, O M fA M 7 M M O to 0 ? W E9 E9 fR H, E9 fA M� V, EA Y, di E9 r- N, 6o fA C C Z N w W C C > U G o o O00M OM n 0 0 0 0 0 0 0 00 M M V' srO O V'O O O V 'c1' V o V V o O o 0 0 o 0 Pi m U n w M 1 .3 L2 ui u`i u`i ui u`i r1 a. v• �' ° o 0000000 d oossoo o mok o00000 (n y N N M N N N T N N N y! N V W d W 'p a 7 O O y p� U)` F 4) w a z g ° C fA M 7 C .� noLL •�• � F CLU v E" 0 •Vi •a Q A � N N � aCo' C aVa y K U m �G J GJ y 3 gg C a. J � c� U � a� y 3 v H H 3V y H�� c c c d IL U 2O U F 3 v v o v i U A O p U �0 U u0 U .. Y C C U> U epa > v v> v v a> c v 31 ° ° a• 1 A F `o a a s a rn m a a v v ry •p U U a' iry m" ed N •r U U U U U U N U U U N U U U U y U y N U .. F•1 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. 0. .-. 0. `ry ry 'p 3 M? U ,V. y r O + = 0 O O O O O O O O O O O O O O O O O N� W W U mod+ F. N _ W V' U U U U U U U U U U U U U U U U ��•1 U '•OO Q U '•OO Q U Q /-� W P O ^ N m O Vt N m b F F F- F F F F p H P: U m m i y 0 g A A A A U U U U U U U U U U U U U U U U U U rd k w O C ++ o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 p o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p0 o o o o Q V O O O O O O p O� O N 0 0 7 0 0 0 0 0 0 0 p O O N O 0 O F > 6N9 N t+1 O c9 N N fy7 ^M 509» to M N au M O Fsi 9 f9 fA yi fA M z C Z a .c 0 N <i G O O O N N O O O O O O O O OOOOITCR C N NNN O N 0 0 0 0 0 0 0 0 0 N N qcv vv v � N 0 0 0 TIT m IT u .2 a o 0 0 0 0 0 0 0 0 o0 0 O O O C � ^ O O O Y N u W M u °7 a w a 0 0 m N w 0 ? ^0 C W F o L w O v a 0 O p Y u w cai a F` p d ti L 3 � C J a � c c 3 ,e, ❑ a W (� p3� 1�0 a F N V O V 60 M F F v S0 Epp GO 00 KO S0 E^0 .-• .-+ U ��" NU U U U V < q V V 01 � d U U U O O a L. t a Q Y y� a U y U y (.) y U U N U U U (.) N U U (i U U Uj O C h N U Q Q k .D '3 V '0 'O V V '0 Y Y V V v E 'O 'O 'O V 'O 9 V E ti ti v u^ ti ti _ h F C F F C� F F F F F F C F F F G Mimi C F L m U Q U d U Q 67 W U U U U U U U U U U U U U W U U U U U U O_ .+ N_ tit 'at N b r W_ O\ O �. N O V V1 b n d m m m 1 I I N N N N N N N N ^_ N_ U U CA R7 W U U U U Ad LiU py U U U U U U U U U U U U U U U U U U w a :c x W v 0 o 0 0 0 0 0 0 0 0 0 0 o 4 0 0 4 0 0 0 0 0 0 0 0 U o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 O O O O O W 0 LQ 0 0 0 0 0 N W m 0 r 0 0 0 0 N N In l+ x O N O O N� N N N M M sF 1n O N O_ O N O V! fA fN fA EA M� fN EA fA fN fA fN fN �N Vi L CF Y O W c c i C d 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 pPI OOO 7 V m 0 r N� 0 10C1 r 0 O fA 69NNNN 59 ff! {y di fN EN fN fN fA EA fA fA NM m] jV Z a C C O O O O O y y r" ni ri N V W V d W c M 00 d w z C W U o U �U+ dii u. IZ O O W Y AA . . UO O U> C1 W q e b v A E o U U U m_ u a, w w a x N d U a u i ry .] o , 'L 'L 'L ,'i^` x x d v X X X .a Q ry h r E Q 'L •F 'L l' � Z W .,Cc l- yOy W W W W W W W W Q d X '� k U U U A A O O O O 5 L u � A O p p L W K W W N W u u u Aw 0 0 0 ci o 0 a Q o 0 o F •a° o o z Z z o 0 0 0 0 0 0 0 o w a? w G c M E b u u a a a ,$ c A° a° a° o' k k k• 3 3 m F U U U U U U F W W W ti] v o v v �+ v r W T f'-. .N-. N m O Hq N U U U U U U �""' F F F- 14 W_ x W S e o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 g O� 0 O 0 0 0 0 0 N O 0 In O a N N 7 0 N N N O �; N O 0 N N N O M N M M N O �Xt O (,7 W Ni fA Ni b4 fA EA fA EA EA f9 f9 f9 fR d3 fA N Ld N M ` C C Z Y! .O O N h o V O O O O O O O O O O O O O U O O O O O O O O O O O O O O O o 0 0 0 o i[i ui o 0 0 0 00 t!j �W �N� �R �y �R mNCRq �N �Nry 5M9 bNm�4 ffNl di ER �wry �N� SnN�R E0N9 6�N9 VrOi b0N9 fA of Vi EA W {r. W W {31 lL W W IL lal W 4L W U W W {L W W W W W W W W W W W u •� /V v N N N N N N N V N �O �° .O b b b �° b � h VOI � R y N V N u W V d W G 0 of N w o 0 m Z > > O .+ u w F U m y n ti h y N q ii y C O O. Q 9 u T Q O ❑ ❑ a0 Y C G vr3 0 « F q V W _ 3 X X a, X X X X `m a X o 3 3 3 3 3 r z xIL G€€ o >> CO 61 PC. G u F C b F F G F V m U U U u cm = U U U M O O o O O O H V p N 3 u u U U N U U U N U F p G '� m V a L A A .. O C 5 L? c U W F Vl W V1 d' b r O.Nn�Chb1� OJTO Nt1> > > > > > > T-1 > > > > > > > > > > > > > > w O UO N m a. Ei G .0 x W U O O C 0 0 p0 0 O O O O C 0 6 0 0 O O� 0 '� 0 0 W O O M N O O O 0 0 CSTw 4i w CI Q 7 W V) M EA � p c y y Z"0' } } m o d a U rn o 0 0 o0 0 0 O O In 00 N N N LO M O m� Vl w w HT w fA 604 M w � yg w � � CO � O O o O o O S N O O p 8 o 0 J 1 i b ry N N O O O � 1 u W N N m W � y W a u Q O x m LU W y Q L V V Q q m v v F m L a b O U O V W LL v N 6 Gv O O 0. = A 'OO a {V Q O b V0 OC O O U V �R ti F V U W m w C N G b k N W fA UJ y .2 �000 b U Z d � IL' IL O v v A ] N O O qq Y W V F U O E 'C yOy I -a W iG N >> O E m "' .F v '� p e d u �� a w v. G. � u u 5 v c. ��� •°'o b r m ry ry 0 m 0 a 0 In 0 b 0 r O y y ti CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 2nd day of February 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 Barco Construction, Inc. 2804 N. Elm St. Denton, Texas 76201 of the City of Denton , County of Denton and State of Texas , hereinafter , termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: Bid #3240 — Underground Electric Service Installation in the estimated amount of $1,000,000 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: all of which are referenced herein and made a part hereof and collectively evidence and constitute the entire contract. CA-1 f Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor covenants and agrees to and does hereby indemnify, hold harmless and defend, at its own expense, Owner, its officers, servants and employees, from and against any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of the Work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers, servants, employees, of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner during the performance of any of the terms and conditions of this Contract, whether arising out of in whole or in part, any and all alleged acts or omissions of officers, servants, or employees of Owner. The provisions of this paragraph are solely for the benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise, to any other person or entity. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA-2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: City of Denton OWNER BY: 7 (SEAL) CONTRACTOR sic i ill / MAILING ADDRESS • 0/ Qy0- 5,n-9(-19 {NUMBER BY: TIAE Oran RP -ad es, Tr APPROVED AS TO FORM: PRINTED NAME (SEAL) CITY ATTO Y CA-3 BOND NO. 4346201 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Barco Construction. Inc.-1 hose address is 2804 N. Elm St., Denton Texas 76201 hereinafter called Principal, and SURETEC INSURANCE COMPANY, corporation organized and existing under the laws of the State of Texas , and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws yyf the State of Texas, herei after called Owner, in the penal sum of One million and no cents-fOLLARS ($1,000.000.00) 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 Number 2005-042, with the City of Denton, the Owner, dated the 2nd day of February A.D. 2005 , a copy of which is hereto attached and made a part hereof, for Bid #3240 — Underground Electric Service Installation✓ NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by the Owner; and, if the Principal shall fully indemnify and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. 9M THIS BOND IS SUBJECT TO THE ATTACHED RIDER ✓ PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19- 1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the To day of February, 2005.✓ ATTEST: BY: A). /I 0 � SECRETARY ATTEST: BY:! ` —tag Barco Construction, Inc. BY: PRESIDENT SURETY SURETEC INSURANCE CO,M�ANY BY: ATTORNEY -IN -FACT Pauline L. Lesch The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: BONDING AGENCY STREET ADDRESS: 417 oakbend Dr., #150, Lewisville, TX 75067 (NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) BOND NO. 4346201 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Barco Construction, Inc.,✓whose address is 2804 N. Elm St., Denton Texas 76201 , hereinafter called Principal, and SURETEC INSURANCE COMPANY a corporation organized and existing under the laws of the State of Texas , and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the bidding or improvements her inafter referred to, in the penal sum of One million and no cents DOLLARS ( 1 000 000.00 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 2005-042, with the City of Denton, the Owner, dated the 2nd day of February A.D. 2005✓, a copy of which is hereto attached and made a part hereof, for Bid #3240 — Underground Electric Service Installation.✓ 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. THIS BOND IS SUBJECT TO THE ATTACHED RIDER. 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 4 copies, each one of which shall be deemed an original, this the 2"a day of February, 2005. ✓icy ATTEST: BY: 7�. 21j�� SECRETARY ATTEST: BY: aip-19 I• : 1► 1' . Barco Construction, /Inc. BY: L�2 PRESIDENT SURETY SURETEC INSURANCE CO PANY ATTORNEY -IN -FACT Pauline L. Lesch The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the processis: NAME: PCL CONTRACT BONDING AGENCY STREET ADDRESS: 417 Oakbend Dr., #150, Lewisville, TX 75067 (NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) Q�v� �\b71 SureTec Insurance Company 5000 Plaza on the Lake, Suite 290 Austin, TX 78746 512-732-0099 RIDER To be attached to and form a part of: Bond Number: 4346201 Principal: Barco Construction, Inc. Obligee: City of Denton, Texas Said bond, issued by SureTec Insurance Company, as Surety, is hereby amended as follows: It is hereby understood the obligations under this bond are limited to year one of the referenced multi year contract obligation. Surety shall not be liable to Obligee for Surety's failure or refusal to write, nor for Principal's failure to obtain bonds for the next renewal period. Effective date of rider: February 2, 2005 All other terms and conditions shall remain the same. Signed and sealed this 21d day of February. 2005. SureTec Insurance Companv Surety By: - Pauline L. Lesch, Attomey-in-fact suretec multiyr annual renew limit rider.doc rev. 11.11.03 1 REINSURANCE CERTIFICATION Surety Company: State of SureTec Insurance Company Incorporation: Texas 952 Echo Ln., Suite 450 Houston, Tx 77024 Principal: Obligee: City of Denton Barco Construction, Inc. 2804 Elm St. Denton, TX 76201 Proect:Bid#3240, underground Elec Bond No.: 4346201 Servi Amount: $1 000,000.00 Reinsuring Company Treasury Limit* Partner Reinsurance Company of the U.S. $45,298,000 Employers Reinsurance Corporation $481,532,000 *Per Federal Circular 570 dated 7-1-2004 Federal Treasury Compliance Pursuant to 31 CFR 223.10-11, the above referenced Bond is in compliance with Federal Treasury Regulations and Limitations. SureTec Insurance Company has been certified in compliance with the law and regulations of the U.S. Department of the Treasury and acceptable as surety on Federal Bonds under Title 31 USC Sections 9304-9308. All non -Federal bonds, including the bond described, that exceed the Federal Treasury limitation, are reported to Treasury and certified in compliance through the use of acceptable reinsurance as outlined above. Texas Public Works Compliance We certify that the above referenced bond is in full compliance with the Texas Department of Insurance Regulations and is in compliance with Texas Statutes, including Vernon Civil Statutes Articles 6.16 and 7.19-1. Signed this 2nd day of February , 2005 S�ureTe urance mpany Countersigned QGaXiXda / Michael P. Whisenant Pauline L. Leach Vice President Attorney -in -Fact SureTec Insurance Company ric Reinsurance Certification.doc rev. 7-04 SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099 You may also write to the Surety at: SureTec Insurance Company 5000 Plaza on the Lake, Suite 290 Austin, TX 78746 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Important Notice Regarding Terrorism Risk Insurance Act of 2002 In accordance with the Terrorism Risk Insurance Act of 2002 (the "Act"), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: SureTec Insurance Company, U. S. Specialty Insurance Company, and any other company that is added to SureTec Insurance Company for which surety business is underwritten by SureTec Insurance Company ("Issuing Sureties"). The premium attributable to any bond coverage for "acts of terrorism" as defined in Section 102(1) of the Act is Zero Dollars ($0.00). The United States will reimburse the Issuing Sureties for ninety percent (90%) of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. The actual coverage provided by your bond for acts of terrorism, as is true for all coverages, is limited by the terms, conditions, exclusions, penalties, limits, other provisions of your bond and the underlying contract, any endorsements to the bond and generally applicable rules of law. This Important Notice Regarding Terrorism Insurance Risk Act of 2002 is for informational purposes only and does not create coverage nor become a part or condition of the attached document. Exclusion of Liability for Mold, Mycotoxins, and Fungi The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergins, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor the remediation thereof, nor the consequences of their occurrence, existence, or appearance. SureTei GENERAL POWER OF ATTORNEY Know All Men Qy These Presents, That SURETEC INSURANCE COMPANygff a "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Clem F. Lesch, Pauline L. Lesch,- ary Alatula, Steven W. Levis of Lewisville. Texas its true and lawful Attorney(s)-in-fact, with full power and authority hereby conferred in its mine. place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of tracts and consents of surety, providing the bond penally does not exceed Five Million Dollars and no1100 (55,000,000.00 nd to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resoh•ed, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more tunable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company subject to the following pro% isions: Atror-nev-in-Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute. acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and odrercondilional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder. and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any Power of attorney orany certificate relating thereto by facsimile, and any power of attomey or certificate hearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20" of April, 1999.) /n Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto afTxed this 1 Ith day of June, A.D. 2002. Corporate Seal State of Texas County of Harris S�JRANe f W4 �' �'�CO s W�W � Ic y J2 1 � x ss: SURETEC INSURANCE COMPANY By Job Jr., President On this I I th day of June A.D. 2002 before me personally came John Knox, Jr., tome known, who, being by me duly sworn, did depose and say, that he resides in Houston. Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument: that he knows the seal of said Company that the seal affaxedlosaid instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company: and that he signed his name thereto by like order. ,,._ DONNA U. 19A :,. ,rgrrr.N Lish�- Notary Seal` r,cr...u... Donna U. Ibanez Notary it JuNE 11.200E My commission expires June 1 I, 2006 1, Michael P. 1Whisenant. Vice President and Assistant Secretary of SURETEC INSURANCE COMPANY, do herebpcertify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect: and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, 1 have hereunto set my hand and affixed the seal of said Company at Houston. Texas this2nd day of February .20 05 , A.D. `?SUHANefC !LL t/ /1 IAA/•._-. �_ w /�yt 99 .`; '/ t�FGfLQQ•t, IV✓ Vr-INCD•w" Corporate Seal a;WjN= Michael P. \Whisenant, �e\ 1 ��/ t Vice President, Assistant Secretary OJ v 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 insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability. • All policies shall be endorsed to read: "SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED': • Should any of the required insurance be provided under a claims -made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. • Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: [X] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $ 1,000,000 shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. Coverage B shall include personal injury. Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least: Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCi1) 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. [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. CITY OF DENTON THREE-YEAR CONTRACT FOR UNDERGROUND ELECTRIC SERVICE INSTALLATION BID PROPOSAL To Denton Municipal Electric For Underground Electric Service Installation In Denton, Texas The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm or corporation. The undersigned has also carefully examined the form of the contract, Notice to Bidders, specifications and the construction units therein referred to, and agree to provide all the necessary labor, machinery, tools, apparatus, and other items incidental to construction. Denton Municipal Electric will provide all materials required for construction. The undersigned will do all the work called for in the contract and specifications in the manner prescribed herein and according to the requirements of Denton Municipal Electric as therein set forth. It is understood that the following quantities of work, to be done at unit prices, are only intended to serve as a guide in evaluating the bids, and that this bid will be awarded in its entirety to a single contractor. It is agreed that the quantities of work to be done, will be increased or diminished as may be considered necessary, in the opinion of Denton Municipal Electric. All quantities of work whether increased or decreased are to be performed at the unit prices set forth below except as provided for in the specifications. This contract is not a guarantee of a minimum purchase. The undersigned hereby proposes and agrees to perform all work of whatever nature required, - an-strict-aGraord -and-specifications4brAhe foil owing.su.m_-or-unit pry to - wit: For evaluation purposes the price for the annual contract for underground electric service installation will be the total evaluated cost from the Bid Proposal page 38. hmo M6114a 64 A Barad F k47hnysuvd Fourtur,L1lm5 ($ %� �� • �Ji% ) (Price in Words) w5o/oo- In submitting this bid, the vendor agrees that acceptance of any or all bid items by Denton Municipal Electric within a reasonable period of time constitutes a contract. The completed Bid Proposal must be properly priced, signed, and returned. The undersigned agrees this bid becomes the property of the City of Denton after the official opening. The undersigned affirms he has familiarized himself with the local conditions under which the work is to be performed; satisfied himself of the conditions of delivery, handling and storage of PAGE 32 OF BID # 3240 Bidder's Initials M CITY OF DENTON THREE-YEAR CONTRACT FOR UNDERGROUND ELECTRIC SERVICE INSTALLATION Item 03 Installation of a 45-foot fiberglass streetlight standard with arm and cobra fixture. Installation of a 45-foot fiberglass streetlight standard with arm and cobra fixture shall include: pole burial depth of 7 feet, installed streetlight poles shall be vertical and within two inches of the 7 foot burial, excavation for the pole shall be filled with high -density polyurethane foam, streetlight fixtures are to be installed on the arm, install the bulb, and test the light. The contractor shall auger drill all pole holes. Pole hole backfilling shall be accomplished by using 3 gallons of expanding high -density polyurethane foam after the pole has been checked for vertical straightness. The Contractor will be required to correct any deviation from the above requirements discovered within 180 days after installation. Items 04 and 05 Installation of single phase and three phase fault indicators. Item 06 Auger drill hole, use sonotube to set and pour cage (if required), set cage, install stub outs for the conduit prior to pouring concrete and set pole. Secure base and straighten the streetlight pole. On direct embedded streetlight poles connect conduits to pole, straighten and foam in the pole. Item 07 Contractors required to tag all conductors. Tagging must be approved by DME before job is accepted. DME will provide the tags. See appendix for information required by DME on all tags. Service Installation Item S1 Service Installation. Run secondary or service conductors. Can be from either padmounted transformers or pedestals to customer's service entrance or between pedestals or junction boxes as required for services. PAGE 31 OF BID # 3240 Bidder's Initials 4L 2804 N Elm ' • Denton, Tx 76201 Phone: 940-382-3904 Facsimile: 940-387-7496 Email: barco-reaves@mBn.com 11 JANUARY 2005 CITY OF DENTON PURCHASING SINCE S1 WAS NOT CLEAR IN THE DESCRIPTION AND THERE WAS NOT A DESCRIPTION FOR S2, S2a, S3, WE PROPOSE A PRICE OF $180.00 FOR A 60' MINIMUM SERVICE AND $3.50 A FOOT OVER 60'. SI NCERELY �, ORAN REAVES, JR ............................ • CITY OF DENTON THREE-YEAR CONTRACT FOR UNDERGROUND ELECTRIC SERVICE INSTALLATION equipment and all other matters that may be incidental to the work, before submitting a bid. The undersigned agrees, if this bid is accepted, to furnish any and all items/services upon which prices are offered, at the price(s) and upon the terms and conditions contained in the Specifications. The period for acceptance of this Bid Proposal will be ninety (90) calendar days or until award is made; whichever comes first. The undersigned affirms that they are duly authorized to execute this contract, that this bid has not been prepared in collusion with any other Bidder, nor any employee of the City of Denton, and that the contents of this bid have not been communicated to any other bidder or to any employee of the City of Denton prior to the official opening of this bid. Vendor hereby assigns to purchaser any and all claims for overcharges associated with this contract which arise under the antitrust laws of the United States,15 USCA Section 1 et seg., and which arise under the antitrust laws of the State of Texas, Tex. Bus. & Com. Code, Section 15.01, et seg. The undersigned affirms that they have read and do understand the specifications and any attachments contained in this bid package. NAME AND ADDRESS OF COMPANY: a�oc�Elm 11 (a D 1 Tel. No. Q4o- 34';1 - 3g0(4 AUTHORIZE REFS NTATIVE: Signature G/. Date - Name C)�-ayi Title Pt'CS1dQh� Fax No. GL!0- 2A'1-`II1R (a Email. bace0—ce0.0eS &M-Gn.Cbm COMPANY IS: - Business included in a Corporate Income Tax Return? ✓ YES NO I/ Corporation organized & existingunder the laws of the State of Texas Partnership consisting of Individual trading as Principal offices are in the city of PAGE 33 OF BID # 3240 CITY OF DENTON ANNUAL CONTRACT FOR UNDERGROUND ELECTRIC SERVICE INSTALLATION Installation Units Descriptions and requirements for installation of units are given in the s ecifications section. Item Description Unit Unit Cost Est. Qty. �Evaluated Excavation and Backfill Dl. ITrenchwith. Trencher 6" wide by 30" deep Ft .50 70,000 35,000. op D2 ITrenchwith Trencher 6" wide by 48" deep Ft 1, 615 100,000 18 5 600, 00 D3 ITrench with Trencher 6" wide by 60" deep Ft 1.66 5,000 500.06 D4 Trench with Backhoe 18" wide 48" deep Ft , 00 178,000 5t o o Oo D5 Trench with Backhoe 18" wide 60" deep Ft 4,50 10,000 000. o0 D6 Trench with Backhoe 18" wide 72" deep Ft 160 30,0001 q0 000. oo D7 Trench with Backhoe 18" wide 84" deep I Ft 4- D D 1,000 , on D8 Trench with Backhoe 18" wide 96" deep Ft 5 6b 1,000 .00 D9 Trench with Backhoe 24" wide 48" dee Ft 01.60 1,000 J 0 , 00 D10 Trench with Backhoe 24" wide 60" deep Ft , 60 15,000 315w, 00 Dl l Trench with Backhoe 24" wide 72" deep Ft I.AA 5,000 p , 00 D12 Trench with Backhoe 24" wide 84" deep Ft , DD 5,000 al' D D 0, 00 D13 Trench with Backhoe 24" wide 96" deep Ft 5,00 1',000 OD6, 60 D14 Trench with Backhoe 36" wide 48" deep Ft a2. od . 1,000 00 D15 Trench with Backhoe 36" wide 60" deep Ft 1,000 DD D16 Trench with Backhoe 36" wide 72" deep Ft F ,3 00 1,000 3 pop, p0 D17 D18 Trench with Backhoe 36" wide 84" deep Trench with Backhoe 36" wide 96" deep Ft Ft <i.60 1 D.00 1,000 100 4 000.00 D, 06 D 19 I Special trencher for trenching in rock, 6" width Ft a , 5d 2,000 5 , OD D20 D21 D22 Rock Adder, Backhoe 18" Width, Cutting & Jack Hammer Rock Adder, Backhoe 24" Width, Cutting & Jack Hammer lRoGk Adder, Backhoe 36" Width, Cutting & Jack Hammer Ft Ft Ft , 00 8,00 A. o p 100 100 100 3 . as 300.06 Joe, ob _1 D23 Rock Adder, Backhoe 18" Width, Large Rock Quantity Ft 1,000 3 0oo. oa D24 Rock Adder, Backhoe 24" Width, Large Rock Quantity Ft 0 500 500. D D D25 Rock Adder, Backhoe 36" Width, Large Rock Quantity Ft 0 p 100 OD D26 Hand Digging 12" x 30" deepor less Ft d 1,000 DO D27 " Hand Digging 12" x 31- 48" deep Ft cj , ;lp 500 .OD D28 Concrete Backfill of Trench Excavated by Backhoe Cy 1,200 0 , Da D29 Concrete Backfill of 6" Trench A Cy rj 2,000 J 66(), OD D30 D31 D32 Mechanical Tamping of Trench Excavated by Backhoe 2" - 4" Thick Asphalt Saw Cut 1" - Concrete Saw Cut 6" Ft LF LF l , OO 13. 9D 2,0001 100 100 A OD12 0 0 390. O6 95, oi7 D33 8"+ Thick Concrete Saw Cut LF "5,35 100 535.06 D34 4"+Asphalt and/or Concrete Saw Cut LF 1 4.05100 Q , Page 34 of BID # 3240 CITY OF DENTON ANNUAL CONTRACT FOR UNDERGROUND ELECTRIC SERVICE INSTALLATION Installation Units Descriptions and requirements for installation of units are given in the sped 'ea 'ons section. Item Description p Unit Unit Cost Est. Qfy. Evaluated Cost Conduit Installation in 6" Wide Trench CTl Conduit 1" PVC Ft ,3 3,000 60.00 CT2 Conduit 2" PVC Ft 112,000 tlb, OD CT3 Conduit 2 & 1/2 " PVC Ft 5 2,000160. O D CT4 Conduit PVC Ft 100 O.Oa CT5 Conduit 4"PVC Ft 55 21,000 CT6 Conduit 1" PVC 90 degree sweepEa 4.06 200 $Ob.Oa CT7 Conduit 2" PVC 90 degree sweep Ea. 900 07) CT8 Conduit 2 & 1/2 " PVC 90 degree sweep Ea o 2,500 p oa CT9 Conduit 3" PVC 90 degree sweep Ea 1 ,OD CT10 Conduit 4" PVC 90 degree sweep Ea 1) -6 250 / a CTl1 Conduit 2" PVC 45 degree sweepEa 0i7 200 2�00 CT12 Conduit & 1/2 "PVC 45 degree sweep Ea 41.DD 200 1) 6. CT13 Conduit 3" PVC 45 degree sweep Ea 44. 00 1 Ob CT14 Conduit 4" PVC 45 degree sweep Ea 65 , 6Z CT15 Cond7t4" PVC 22 & 1/2 degree sweep Ea rj, bD 80 �i o. Da Multiple Conduit Installations in 18" to 36" Trench CB I Conduit V PVC Ft i3o 1,000 3 oo. o0 CB2 lAdditional 1" PVC Conduit in Trench A , 3a 100 30 . n CB3 Conduit 2" PVC Ft y 15,000 7 9w. oo CB4. JAdditional 2" PVC Conduit in Trench Ft ,14 2,000 R 100.8D CB5 Conduit 2 & 1/2 " PVC Ft 1,000 500. o CB6 Additional 2 & 1/2" PVC Conduit in Trench Ft 0 1,000 5p , -CB-7- Conduit 3" PVC Ft SD 100 0 CB8 Additional 3" PVC Conduit in Trench Ft 100 .50.00 CB9 . Conduit 4" PVC Ft 20,000 0 ,oD CB10 Additional 4" PVC Conduit in Trench Ft SS 20,000 p o0.00 CBI lConduit 6" PVC Ft /p 20,000 AQb a CB12 Additional 6" PVC Conduit in Trench Ft /,�0 12,000 CB 13 Bank of two 6", two 4", two 2", and two 1" installed in conduit spacers Ft ,ob 2,000 /v 000. o 0 CB14 Bank of three 6", three 4", three 2", and two V installed in conduit spacers Ft to. S0 1,000 (D 5b0.00 C1315 Conduit 1" PVC 90 degree sweep Ea 4, oo 10 A0110, 00 CB 16 Conduit 2" PVC 90 degree sweep Ea 14, oa 45 / gp , o D CB17 Conduit 2 & 1/2 " PVC 90 degree sweep Ea , p 5 J0, pa CB18 Conduit 3" PVC 90 degree sweep Ea 4,131) OD 1 4"0-6 CB19 Conduit 4" PVC 90 degree sweep Ea , D O 1251 iA 5, OO CB20 Conduit 6" PVC 90 degree sweep Ea 00 1 501 36C).6n Page 35 of BID # 3240 CITY OF DENTON ANNUAL CONTRACT FOR UNDERGROUND ELECTRIC SERVICE INSTALLATION Installation Units Descriptions and requirements for installation of units are given in the s ecifications section. Evaluated Item Description Unit Unit Cost Est. Qty. Cost Ea pa 20 Q.DO CB21 Conduit2" PVC 45 degree sweep 5 00 CB22 Conduit 2 & 1/2 " PVC 45 degree sweep Ea .00 c4D. CB23 Conduit 3"PVC Al degree swee Ea 4, DD 1 . Da CB24 Conduit 4" PVC 45 degree sweep Ea 5. Do 200 0D0. 00 CB25 Conduit 6" PVC 45 degree swee Ea 7, OD 20 DOD CB24 Conduit 4" PVC 22 & 1/2 degree sweep Ea 5, D 1, 20 /O 0. 00 CB27 Conduit 6" PVC 22 & 1/2 degree sweep Ea %. Oa 20 /�{0, Oa rrimary ana 5econaary %-unuucly. Ft a5 10,000 500, o0 CIl Cable, Cu OF SOL, 12/2 awg Secondary C12 Cable, Al #6 Duplex Ft , 50 80,000 a 000. o 0 C13 Cable, Al 4/0 4/0 2/0 Secondary Ft ,50 90,000 5 600.00 CI4 Cable, 350, 350, 4/0 Secondary Ft g0 10,000 po .On CI5 Cable, # 2 AI 15 kV Single Phase Pull Ft .60 70,000 3 0 oo . 00 C16 Cable, #4/0 Al 15 kV Single Phase Pull Ft , 0 9,000 5 0o. 00 CI7 Cable, #2 Al 15 kV Three Phase Pull Ft /, 00 1,000 / 000 , no CI8 Cable, # 4/0 Al 15 kV Three Phase Pull Ft /, 50 7,000 / 0 600 . 0 0 CI9 Cable, 250 MCM Cu 15 kV Three Phase Pull Ft o o CI10 Cable, 500 MCM Cu 15 kV Three Phase Pull Ft 5p 2,000 5000. 0 0 CIl l Cable, 750 MCM Cu 15W Three Phase Pull Ft 0QQ0 1,000 <{ 000 . 00 /1T17 O.W. R T,;nlry (711 Ft - 1 JL) 2,000 oD. DQ Tl iermmauuus Elbow,-Loadbreak #2 AL 220 mil 15 kV 0. 0 50.0 _ O o 00, 0 o T2 Elbow, Loadbreak 44/0 AL 220 mil 15 kV Ea A-{O. oo 50 cl 000. o 0 T3 Elbow, T Nonloadbreak 250 MCM or 4/0 15 kV Ea 5co, 00 3 0.06 T4 Elbow, T Nonloadbreak 500 MCM 15 kV Ea 1,0. va 3 / 0 00 T5 Elbow, T Nonloadbreak 7 5 0 MCM 15 kV Ea 1p,00 3 A18.60 T6 Termination Rack / Utility Pole single phase # 2 Ea g0, pD 35 Q 7S6. 00 T7 Tenmination Rack / Utility Po1e,,, phase # 2 Ea oal `1 5, 00 4 100. o0 T8 Termination Rack / Utility Pole 3 phase # 2 Ea 300 , 00 12 00. 00 T9 Termination Rack /Utility Pole single phase #4/0 Ea ciSb. 00 1 50. Da T10 Termination Rack on a Utility Pole vee phase # 4/0 Ea 5.00 1 oa T11 Termination Rack on aUtility Pole 3 phase # 4/0 Ea 0.0 1 'v00. 0 a T12 Termination Rack on alltility Pole 3 phase 250MCM IEa pp 1 SD , Or T13 ITermination Rack on a Utility Pole 3 phase 500 MCM Ea pp, 00 T14 ITcrinination. Rack on a Utility Pole 3 phase 750MCM Ea 5oo. o0 1 00. e0 T15 600 - 200 AMP Plug Adapter Ea /o. 00 9 90. 00 r_—_1_._A n1....,,TendnnA Pln nc Ea 5, oD 50 6, dd Page 36 of BID # 3240 CITY OF DENTON ANNUAL CONTRACT FOR UNDERGROUND ELECTRIC SERVICE INSTALLATION Installation Units Descriptions and requirements for installation of units are given in the s ecih tons section. Item Description Unit Unit Cost Est. Qty. Evaluated Cost Arresters Al Arrester Elbow, 10 kV Ea tj 1 2001 60 0 . ba A2 Arrester, Bushing 10 kV Ea I 5, oa . 25 /,9, o D A3 lArrester, Parking Stand 10 kV Ea 1 5, 3 / 5, o a Nran�,gio� 4..ay9..trg VI 12 Way Manhole 12' X 12' X 9' with 5' of Cover Ea 1 21 5 6 D0. D -o V2 14 Way Manhole 12' X 12' X 9' with 5' of Cover Ea .ba 1 3 56o:00 V3 13 Way Manhole 12' X 10' X 9' with 5' of Cover Ea 0 0 .oa 2 o. oa V4 lAdditional foot of cover for 4 Way or 3 Way to 10' Ft 306.ov 11 3bo. oa VS IPolymer Concrete Vault 4'W X 4'D x 81 Surface Mount Ea D 1 21 KD6. Da V6 jPolymer Concrete Vault 4'W X 4D x 6 L Surface Mount Ea , oa 1 2 , OD V7 jPolymer Concrete Vault 4'W X 4'D x 51 Surface Mount Ea I 8nn.a-b 2 600.0a V8 jPolymer Concrete Vault 4'W X 4'D x 41 Surface Mount Ea o8 1 2 5FI6.06 V9 jPolymer Concrete Box 13 "W X 18"D x 24"L Surface Mount Ea uei. Da 12 506 oa V 10 jPolymer Concrete Box 12"W X 12"D x 12"L Surface Mount Ea I )(bo, aD 12 / goo. on V11 IFiberglass Sleeve, Pri. Connection Cabinet 1 Phase Ea . /po, 00 1 e).Da V12 lFiberglass Sleeve, Pri. Connection Cabinet 3 Phase Ea 406. 0 D 1 400. Oa V13 lExcavation to Access side of a Manhole Ea b0.00 4 760.00 V14 I Excavation to Access side of a Vault Ea 75.00 21 /5 p, ob V 15 6" Conduit Entry into Manhole Ea 6 , 0 0 6 3 6. Da V 16 4" Conduit Entry into Manhole Ea 0, o O 1 61 Ian. Da V 17 12 1/2" Conduit Entry into Manhole Ea 1 J5. o o 1 6 / -b , 0 D V 18 2" Conduit Entry into Manhole Ea 1 .2e), 0 0 1 6 /,10 . Da V 19 6" -Conduit Entry -into Vault Ea [o & 0 O 1 6 V20 4" Conduit Entry into Vault Ea 00 1 6 40. Da V21 12 1/2" Conduit Entry into Vault Ea a5.01) 6 50, Da V22 2" Conduit Entry into Vault Ea c1b. b0 6 1t), D -6 V23 I Concrete Blocking of Conduits entering a Manhole CY .75 70 5 , 50 Fmmdafinnc Pl ITrausformer Pad 48" X 54" Fibercrete I Ea I 115_oo I250 `�$ 750.00 P2 Switch Gear Pad 7' x Tx 3' Ea 5 o0 .00 11 5 SDO. o D Fmiinment El I Secondary Connection Pedestal I Ea 5p, o0 45 01 b0.0 O E2 Single Phase Transformer on Pad Ea ,a 5, 00 250 31 01 0. 0 O E3 ThreePhaseTransformer onPad Ea /BD.oO 41 /op .00 E4 Switch Gear on Pad - (PINE Gear) Ea 15 0. 0O 11 / 0 0 E5 Primary 1 Phase Sectionalizing Pedestal on Sleeve Ea 1,415. o b. 11 / 5 , D b Page 37 of BID # 3240 CITY OF DENTON ANNUAL CONTRACT FOR UNDERGROUND ELECTRIC SERVICE INSTALLATION Installation Units Descriptions and requirements for installation of units are given in the specifications section. Item Description Unit Unit Cost Est, Qty. Evaluated Cost. Equipment (Continued) E6 JPrimary 3 Phase Sectionalizing Pedestal on Sleeve Ea, 00 1 /56. 0 0 E7 Fused Cabinet Ea OO. O 7 101 a 60. Do E8 JFused Cabinet Sleeve Ea I 10e).Oa 101 IQ B. Fiber F1 I Place Overhead Fiber Ft I , 95 1 2,000 90o, 00 F2 JPull Fiber in Conduit Ft I /, OD 1 2,0001 c0.000,1H) Other 01 120 Ft Concrete Pole and Street Light, 976 pounds Ea .00 300 OD, D D 02 35 Ft Concrete Pole and Street Light 1,750 pounds Ea 7510D 1260301).8D 03 145 Ft Fiberglass Pole and Street Light Ea a .06 6 757p. 00 04 Place Fault Indicator Single Phase Ea 5, 6 ZU 25 , 0 05 Place Fault Indicator Three Phase Ea S,aD 2 DOD 06 Streetlight Poles with either bases or anchor cages on streetlights Ea 3nn.bZ 1 201 4. MD. 07 Multiple Duct Bank Tagging of Conductors in Multiple Duct Banks (individual conduits and cables shall be included in 1 base bid) Ea 5, O 0 500 560. D O Service Installation S1 I One 1" PVC Conduit and One 2-1/2" PVC Conduit Ft OD 70,000 / 4J p 000. o n S2 _ Install 2.5" conduit with underground secondary conductors. Install 1" conduit and ditch warming tape__ 60' minimum Ft 50,000 l 50 Do. o o S2a Additional price per foot for lengths greater than 60' Ft 3,50 10,000 3 006,0 o S3 Trip charge for additional trips after initial trip Trip' 5D , Do .0 0 Total Evaluated Cost 1 /, 6,56) 0 I U. 50 1 u •' • . • - • � 1 • • - • u' tar Eff `� .r'.'�+ 9`.� • � �� �� D+� :=P. Provide the following as attachments to this proposal: 1. List of owned equipment and number of full-time personnel employed 2. U.S. Department of Labor OSHA 300 Logs 3. Completed safety record questionnaire 4. Detailed safety program description and manual 5. Three references 6. Copy of journeyman certification(s) 7. Completed signature page (pages 32-33) 8. Cashier's check, certified check or acceptable bid bond in an amount not less than 5% of the total bid submitted or $15,000, whichever is less. Page 38 of BID # 3240 ACORq CERTIFICATE OF LIABILITY INSURANCE CEITI`IFICATE O. AC05-10001 N16 DATE A18/2000014-165125 1/15/2005 9: 11: OB PM PRODUCER Eisenmann Risk Placements, Inc. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 14160 Dallas Parkway, Suite 500 Dallas, TX 75254 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. (972) 764-0965 Fax: (972) 404-9950 INSURERS AFFORDING COVERAGE INSURED INSURERA: DALLAS FIRE INSURANCE COMPANY BARCO CONSTRUCTION 2804 N. ELM DENTON, TX V6201 (940) 381-0772 Fax: (940) 387-7996 (\yl� V �\''`/� INSURER B: INSURER C: INSURER D: INSURER E: 7� COVERAGES 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. INSR LTR TYPE OF INSURANCE POLICY NUMBER O C LIMITS GENERAL LIABILITY EACH OCCURRENCE $ FIRE DAMAGE (My Ore Fire) S COMMERCIAL GENERAL LIABILITY CLAIMS MADE ❑ OCCUR MED EXP (Any one person) S PERSONALS ADV INJURY $ GENERAL AGGREGATE S GENL AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG S POLICY O" F1 LOC AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea amideM)i0em) $ ALLOWNED AUTOS SCHEDULEDAUiO.S BODILY INJURY (Per person) $ HIRED AUTOS NON -OWNED AUTOS BODILY INURY (Per accroent) $ PROPERTY DAMAGE (Per awWent) S GARAGE LIABILITY AUTOONLY-EAACCIDENT $ OTHER THAN EA ACC $ ANY AUTO n S AUTO ONLY: AGG EXCESS LIABILITY EACHOCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE S S DEDUCTIBLE $ $ RETENTION $ A WORKERS COMPENSATION ANO EMPLOYERS' LIABILITY WCO20006 6/20/2004 6/20/200 WC srA -tw E.EACH ACCIDENT $ 1000000 E.L DISEASE - EA EMPLOYEE $ 1000000 E.L. DISEASE-POUCYLIMITS 1000000 OTHER LIMITS $ LIMITS $ DESCRIPTION OF OPERATIONSILOC MONSNEHICLE&EXCLUSIONS ADDED BY ENDORSEMENTISPECUU. PROVISIONS 1. This certificate remains in effect, provided the client's account is in good standing with AMS. Coverage is not provided for any employee for which the client is not report ages to AMS. Applies to 100% of the employees of AMS leased to BARCO CONSTRUCTION, effective 06/20/20091�2. Certificate holder is provided with a waiver of subrogation where required by written contract.✓ ar ifaA BNDULP AHT OP THE ABOYE DEBGRIBED POLICIES BE WINDELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30� WRITTEN CITY OF DENTON V NOTICETOTHECERTIFICATEHOLOER NAMED TOTHELEFT, BUT FAILURETO DO SO SHALL 901 B. Texas St. Attn: Tom Shaw IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR DENTON, TX 76209 REPRESENTATIVES. AUTHORIZED MPRMENTATNE O 03/10/2005 15:42 9725178695 OLDHAM AND ASSOCIATE PAGE 01/01 ACORI �R CERTIFICATE OF LIABILITY INSURANCE 3 10ro2 105 PROMICER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Oldham a Associates, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER- THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 2011- W. Spring Creek Pkmy. #750 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, Plana, Tx 75023 972-517-9454 INSURERS AFFORDING COVERAGE HAIG# INSURED $arCO Construction, Inc INSURERA: Mt. Hawley Ins. CO an dba Reaves Enterprises INSURER B: Nationwide Mut- Fire XnV. Co. 2804 N. Elm yT,rrj�Sn INSURER 01 Landmark Amerioan Inm- Compmny Denton, TX 76201 °j� J° INSURER D: 940-387-7496 fax J' INSURER E: COVERAGES 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 BYTHE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAYHAVE BEEN REDUCED BY PAID CLAIMS, LTa 0 CE GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMSMADE OCCU f:: POLICY NUMBER GL0140201t" DATE 'INF: 11/26/04 rVLTE MV00 TION 11/26/0 LIMITS AI EACH OCCURRENCE S 1,000,000 PRE 19E8 Feamwrmce S 50,000 M IOW(Myappe,pan) S EXCLUDE PERSDNALaADVINJURY $ 1,000,000 GENERAL AGGREGATE S 2 000,000' GEML AGGREGATE POLICY LIMIT APPLIES PER: FX7 .P,%(r LOC PRODUCTS-COMPIOPAGG S 1 OGO 000 E ALMOMDERUSUABILRY ANYAUTO ALLOWNEDAUTOS SCHEDULED A(1T09'� HIRED AUTOS / NON-OWNEDAUTDB, 918A549580-3001� 03/03/05 03/03/06 COMBINED SINGLE LIMIT S 1,000,000 BOOILV INJURY (PRrILMINI) S X X SODILYINJURY (PeraWdeM) g x PROPERTY DAMAGE (Pe,a�adant) $ GARAGELIABILITY ANYAUTO - AUTO ONLY- EAACCIOENT { OTHERTHAN EA ACC AUTOONLY: AGG $ S C EXCESMIMBRELIA LIABILITY X OCCUR Cl CLAIMSMADE DEDUCTIBLE X RETENTION S 104000 LMN028007 1 11/26/04 11/26/05 EACH OCCURRENCE S 5,000,000 AGGREGATE S 5,0001000 s $ S WORKERS COMPENSATIONAND EMPLOYERS LIABILITY ANV PROPRIETCRRARilER,EXE0.RNE O ICERMEMKA FXCi.uDeOy Ryye� decaibeunex SPECIALPROV191ONS below - ER O LIMnS E.L. EACH ACCIDENT S E.L. DISEASE - EA EMPLOYE S E.L. DISEASE - POLICY LIMIT S OTHER - OESCRIFTIONOFOPERATIONSILOCATK)NS/VEHICLES/ EXCLUSIONSADDEO BY ENDORBEMENTISPECWL PROVISIONS City of Denton, It's officials, agents, employees and volunteers are listed as additional insuryd✓ General liability coverage is primary and a 30 day notice of canoellation, a ept 10 days for non-payment has been granted to the City of Denton. ✓ — �r1�YCa-�.NI IV19 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIO City Of Denton DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL30 �-'ow$ WRITTEN 901-5 Texas Street NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 00 90 SHALL Denton, Texas 76209 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. Attn: Raven Smith AUTHORIZED REPRESENTATNE A 191311