Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2002-007
ORDINANCE NO. AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE RECONSTRUCTION OF THE WATER AND WASTEWATER FACILITIES ONUS HIGHWAY 77, US HIGHWAY 380 AND SHERMANDRIVE; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING AN EFFECTIVE DATE (BID 2775 — WATER WASTEWATER RELOCATION FOR US HIGHWAY 77, US HIGHWAY 380 AND SHERMAN DRIVE RECONSTRUCTION AWARDED TO JAGOE PUBLIC COMPANY IN THE AMOUNT OF $2,069,514) 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 I. 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 2775 Jagoe Public Company $2,069,514 SECTION II. That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall complywith 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 III. That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein. SECTION IV. That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council 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 V. That this ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the _10et day of ,2002 EULINE BROCK, MAYOR ATTEST: JENNIFER WALTE fRSS,, CITY SECRETARY W ah �- B APPROVED AS TO LEGAL FORM: HERBERT L. PROUTY, CITY ATTORNEY IM BID 2775- CONTRACTtrAL ORDINANCE i a � k 3 � Attachment ! j F- \ @ \ Q n a m CO m \ 0 z \ \ \ \ \ \ § \ Q $ $ n e u m x k @ 0 ( \ \ \ \ \ \ \ \ m § § / \ 2 2 e a q § LO ° 0 ) 2 \ \ z @ } \ \ \ \ \ > LLJ J » o ) G $ 0 \ e _ ) \ k 0:0 4 \ 0= o g o 0 e m m / \ \ } \ \ \ \ \ e 0 o \ 2 & / ` 3 \ k o 0 a e R 0 9 z§ 0 = / \ ® _ = m m w / ( / \ \ \ \ / $ $ ) ( \ 0 \ 0 0 0 0 $ m \ / in \ C n m m w ) / 2 \ f / \ \ > Oz e N \ ) $ 69 ® S . ........ c_ E U) ± / # # z m i 9 g................. ' ƒ e m _ « - 00 R m E = ClO E , ° o 3 3 m D « a 3 2 o O 2 3 \ @ ........................ ' A@ _ q m # o 0 Water & Wastewater Relocation for U.S. HWY 77, Bid # 2775 CITY OF DENTON U.S. HWY 380 and Sherman Drive Reconstruction CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this 8th day of January A.D., 2002, 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 Jagoe Public Compaav Detiton:,- - - -- -- - -- -- 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 he performance of the work specified below: Bid #2775 Water & Wastewater Relocation for U.S. HWY 77, U.S. HWY 380 and Sherman Drive, Reconstruction in the amount of $2,069,514 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 fiunish 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 Water & Wastewater Relocation for U.S. HWY 77, Bid # 2775 CITY OF DENTON U.S. HWY 380 and Sherman Drive Reconstruction Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, _ agents, employees, invitees, and other persons for whom it is Iegally liable, with regard to the performance of this Agreement, and- Contractor will, at- its cost and expense, defend- and protect -the City- of -Denton - - against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA-2 Water & Wastewater Relocation for U.S. HWY 77, Bid # 2775 CITY OF DENTON U.S. HWY 380 and Sherman Drive Reconstruction IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: U ,�A40j a- - -ATTEST-: APPROVED AS TO FORM: d CITY ATTORIVY M (SEAL) CONTRACTOR DENTON.A MAILING ADDRESS PHONE NUMBER Area Code Change Main #(940) 382-2581 FA3 12�(2�=J73 I�— BY: i� C fc sjz� TtFLE ifw 6,Aee-L . �f CA-3 PRINTED NAME (SEAL) DEC. 13 '01 (THU) 12:06 CITY OF DENTON PURCHASING 940 349 7302 Water and Wastewater Relocation for U.S. Hwy. 77, U.S. Hwy. 380 and Sherman Drive Reconstruction BID TABULATION SHEET PAGE. 7/1 7 Work Days 180 Bid No, 2775 P.O. No. Item Description Quantity Unit Unit Price Total 2.12-A 8" AWWA C-900, C1ass150 PVC Water Pie 9,8411 LF Unit Price In Words t f Uo 2.12-A 12" AWWA C-900, Class ISO PVC Water Pie 449 LF 11 $ Unit Price In Words F Nq 2.1243 8" D.I. AWWA C151, Class 50 Water Pi 217 LF $ 3S�DD/ LF $ 7,379, Unit Price In Words 2.12-B 12" D.I. AWWA C151, Class 50 Water Pie 86 LF $ BGYJ/ LF $ zt .D _---UUft-Esict-ftVord 2.12-C• 16" Water Pie 1,649 LF $ 2001 LF $ 31 Unit Price In Words e C 2.14 Fire Hydrant Assembly 21 EA $ ,/W z2!q/ EAIS .x56re0'Cx7 Unit Price In Words WS•6 6" Fire Hydrant Lead 139 LF IS &601 LF Unit Price In Words WS-11 Remove & 9alva a Fire Hydrant 13 EA $ / EA $ 7 Unit Price In Words"/ ,e rc 2.16 A P W13W Watu Service & Meter Box 88 EA- mil ! EA S jFrF.aurJ.aV Unit Price In Words u� eB� LGyaa p iI/o GB,c�s 2.16-13 I" Water Service & Meter Box 6 EA $ /o00.0:1 EA $ 3 ro00. cc Unit Price In Words ! 2.16-C 1 1/2" Water Service & Meter Box 1 EA $ AV/ EA $ /. LGD.ee Unit Price In Wordsp D s SH 40-8 Cut & Plug Existing Water Line 15 EA $/ D . D / EA I. /O Sv00 Unit Price In Words .9-j 7E •�'1 218 12/7/01 P - 3 ADDENDUM NO. 1 DEC. 13 '01 (THU) 12+06 CITY OF DENTON PURCHASING 940 349 7302 Water and Wastewater Relocation for U.S. Hwy, 77, U.S, Hwy. 380 and Sherman Drive Reconstruction BID TABULATION SHEET PAGE. 9/17 Work Days 180 Bid No. 2776 P,O. No. Item I ]Description Quantity jUnitl Unit Price Total WS-3 6" Valve with Valve Box 20 EA $ I EA $ 1p Unit Price In Words WS-3 8' Valve with Valve Box 29 EA IS / EA $ 194.T17,66 Unit Price In Words S1 ,� a WS-3 12" Valve with Valve Box 4 EA $ ( 2,00.ocl EA S �/g000 Unit Price In Words WS-3 16" Valve with Valve Box 7 EA IS I EA $ 28 oOfJ.o L4tit-P-uce-In-ltVlor - --_ . _. 2.12-D 412 LF $ Z8 / LF $ / ,53442 Unit Price In Words -rWAddu gc 2.12-E 8" PVC ASTM D 3034, SDR 35 Sanitary Sewer 5,267 LF $. / LF , Unit Price In Words k 1 2.12-E 10" PVC ASTM-D 3034, SDR 35 Santa Sewer 248 1 LF $ 3.ZI LF $ j4,&v Unit Price In Words 741 A)a co 2,12-F 8"PVC AWWA C-900, Class 150 itary Sewer 3,095 LF Is Unit Price In Words 2444A4(AA0 y,Uo 6 2.12-E. k0" PYC zLWW& C-900 7CWs--IiO Sa .Sewer 157 LF $ . 3.5:00 1 LF S Unit Price In Words 11 r /gyp 7.6-A Construct Sanitary Sewer Manhole 4' Dia. Std. 39 EA I $ ewl EA 1$&j elao,6o Unit Price In Words©"� / j�Ga 7.6-C Construct Wltary Sewer Drop Manhole 4' Dia. 5 EA IS x EA I $ Unit Price In Words -4tZ> o 7.6-B I Construct Sanitarf Sewer Manhole 5' Dia. Std. 5 EA I $ 3.4agggEA ISIteMW Unit Price In Words 219 1277101 P - 4 ADDENDUM NO. 1 DEC. 13 '01 (THU) 12:06 CITY OF DENTON PURCHASING Water and Wastewater Relocation for U.S. Hwy. 77, U.S. Hwy. 380 and Sherman Drive Reconstruction 940 349 '/302 PAUY. 9/1'/ Work Days 180 Bid No, 2775 P.O. No. BID TABULATION SHEET Item I Description I Quantity I UnItl Unit Price I Total 7.6-D Construct Sanitary Sewer Drop Manhole 5' Din. i EA $ [/O,VdEA Is ®D, Unit Price In Words WS-19 Main Line Cleanout 3 EA $ EA Unit Price In Words Dziyee,(>O WS-18 Isanitary Sewer Service 77 EA $ (aS0 p l EA $ Sa © o, o Unit Price In Words,s WS-30 Connect to Existing Sanitary Sewer Manhole 1 3 1 EA $ /, 50accl EA $fX'vgm Unit Price In Words 41,0 - iSting$anitar}ewer 14. EA. II 626w,6yl EA Unit Price In Words Cx 2.12-G Santo Sewer Temporary Connection 1 LS IS 7,VAVY LS IS Unit Price In Words ito WS-27 RemoveExistin Sanitary Sewer Manhole 1 10 EA is 000.eVEA $ Unit Price In Words &tg SP-8 Abaadon Existing Sanitary Sewer Manhole 9 EA I $ $ / EA $-7zeejQ Unit Price In Words f WS-9 Encase 18 LF of Existin Sanita Sewer if required) 1 EA $ 7 p/ EA $ O,o0 Unit Price In Words $ S -1A-0 WS-9 . Leakage Test of Existing Sanitary Sewer 1 LS $ O�+oc+ol LS $ 00 DO Unit Price In Words 2.12.9-A 12"Dia. 3/8" Steel Casing O en Cut 65 LF $ s3 / LF $ 3 {! SO Unit Price In Words 2.12.9-B 12" Dia. 3/8" Steel Casing ( 'O.T.O.C.) 77 1 LF $ / / LF $ IJIA1460 Unit Price In Words /u S 220 1217/01 P • 5 ADDENDUM NO. 1 DEC. 13 ' 01 (THU) 12:06 C11'Y OF DENTON PURCHASING Water and Wastewater Relocation for U.S. Hwy. 77, U.S. Hwy. 380 and Sherman Drive Reconstruction 94U 349 '/3U2 rn-. 1.1 1 . Work Days 180 Bid No, 2775 P.O. No. BID TABULATION SHEET item I Description Quantity jUniti Unit Price I Total 2,12.9-C 16" pia. 1/2" Steel Casing b Open Cut) 3,551 LF $ Soo / LF I $a By 91S Unit Price In Words Q 2,12.9-D 16" Din, 1/2" Steel Casing .O.T.O.C.) 636 LF $ / S,DO / LF TATif1gqzy,,po Unit Price InWords6Xe UI't n ff /10 2.12.9-E 20" Dia, 112" Steel Casing (B4O.T./O.Q 71 'LF $ a 11, / LF $ / Unit Price In Words qn! S/ C 2.12.9-F 30" Dia. 1/2" Steel.Casin Extension Open Cut 161 LF IS /e//.pO / LF $ O.a Unit Price In Words O/r,g l :a .GO 2 I2.rI -LL �98.46+ k LF - 34" Bia: ifs" teeF£asi 215 Unit Pi In Words w—D q /' - /G6 liOl� . 6 xv - 8.3 Concrete Sidewalk Removal and Repair 518 SY Is e/5.0o / SY ISAL310-02 Unit Price In Words p C / 4.5 Gravel Driveway Repair - 6" Depth 525 SY $ ,oD / SY $ i(r2.S 40 Unit Price In Words W'p p 5.8 JL;one, rvmt. Removal a Repair, Including Cur Sawcut 1,230 SY IS 52.00 / SY $ G3 Unit Price In Words L`=/� y rc n 5.7 sp . t. 'RemovalRepair, n cu rng ur awcut 107,4 TON $ /OO. eV 1 TON IS 16, Unit Price In Words 4(ue, 8.1 Barricades, Detours Bc Warning Signs I 1 I LS 1 $ - Zpgp.a0/ LS $3ZOD0. Unli Price In Words u ✓ 3.9 B1ockSod 1 6,983 SY $ .s,So / SY $38,r(OL.S0 Unit Price In Words 3.10.4 1 Broadcast Seeding 24,740 SY Is Unit Price in Words 12l//01 221 P-6 ADDENDUM NO. 1 DEC. 13 '01 (THU) 12:07 CITY OF DENTON PURCHASING 940 349 7302 Water and Wastewater Relocation for U.S. Hwy. 77, U.S. Hwy, 380 and Sherman Drive Reconstruction BID TABULATION SHEET PAGE, 1 I /1'/ Work Days 180 Bid No. 2775 P.O. No. Item Description Quantity I 'Unit I Unit Price 'Total SP-37 Excavation Protection 13,090 LF $ /.cb/ LF $ / Unit Price In Words aeag IL 3.12 Erosion Control 1 LS $ S©00,0 /LS, $ S Unit Price In WordsaxS tiV 2.12-E 4" PVC ASTMD 3034, SDR 35 Sanitary Sewer 467 LF IS 2.6:00l LF $ // 7S;00 Unit Price In Words o_ 2.12-13 6" PVC ASTMD 3034, SDR 35 Sanitary Sewer J 52 1 LF $ / LF s OSX.vo, 2.12-E 12" PVC ASTMD 3034, SDR 35 Sanitary Sewer t 1,094 LF $ /, 0 •/ LF $ Unit Price In Words 2.12.9-11-1 24" Dta. ill" Stcel Casin B.O.T.O.C.) 72 1 LF $ / LF $ ap, Unit Price In Words -� WS-10 16"Bore 85 1 LF $ ISO,00 / LP $ 750,1b Unit Price In Words i 7A5 Concrete Encasement of 12" SanitM Sewer 8 CY IS. 50, /CY S f,Z00.0 Unit Price In Words SP=10 Rock -Excavation 50 GY . -S / 9.00 / CY IS Unit Price In Words an SP-45 I Miscellaneous Sprinkler System Ad ustment I LS .5 3 000. 1 LS $ 3 © Unit Price In Words aug 1 2.12.8 Ductile Iron Fittings 2,200 LB $ 3,0p / LB IS 41.161aioo Unit Price In Words p SP-39 Project Signs - CIP 2 1 EA $ .560.601 EA S / / Unit Price In Words (1e e�lard 222 12/7/01 P - 7 ADDENDUM NO. 1 U6U. I *U1 (fmu) 12; Uti U1'1'Y UMQZN'['UN YUhQU S1NU U.S. Hwy. 77, U.S. Hwy. 380 and Sherman Drive Reconstruction BID TABULATION SHEET Work Days 180 - Bid No. 2775 P,O. No. Item I Desch tion Quantity Unitl Unit ]Price Total 1.21 Contractors Warranties attdundervtmu1i 191 N/Ai R14701r llwa6PVW)r-1� Unit Price In Words 4zw.,c 2,12,94 4" Din, 3/8" Steel Casing Cut 36 1 LF $ 3®.oCJ / LF $ 0 Unit Price In Words 2,12.94 20" Dis. I/2" Steel Casing Open Cut 126 1 LF $ /.00 / LF $ S Unit Price In Words e TOTAL AMOUNT BID-WATERMIM ASTEWATER RELOCATION FOR U.S. HWY. 77, U.S. HWY. 380 AND SHERMAN DRIVE RECONSTRUCTION 3` O k57.t1el . WS-10 Alt. Bid 16" Bore and Casing 163 LF $ /82. / LF $ 3 030. Unit Price 1nwords y sf Wlb WS-10 Alt Bid 8" Bare and C 1 259 J LF $ /7 ,CD/ LF IS yeSJZS. Unit Price Ia Words S The bidder is hereby advised to contact the City of Denton Purchasing Agent' Tom D, Shaw at (940) 349-7100 at least 24 hours prior to Bid Opening to insure that he has roceivod nd all add (a). The bidder acktowledges rvc iO of the followi* addooda: 4 �✓7` GNA OF BIDDBR AddandumNo. I dated Received /A-/2•!J/ Addenum No. 2 datod l L 13 -O 1 Received Addendum No. 3 dated Received Addendum No. 4 dated Received Addendum No, 5 dated Received 223 12/13101 P - 6 ADDENDUM NO.'- J Water & Wastewater Relocation for U.S. HWY 77, Bid # 2775 CITY OF DENTON U.S. HWY 380 and Sherman Drive Reconstruction December 1, 2001 Project Total Cost T / �( Op MATERIALS TOTAL EXAMINATION OF SITE: By signing the Bid Proposal Form, contractor acknowledges he is an authorized representative and has examined the site and is aware of all field conditions, which may affect the work. Unit and lump sum prices as shown%reach item listed in this proposal, shad- control -over extensions. TAXES: Tax shall not be included in your bid. Upon receipt of notice of acceptance of this bid, within thirty (30) days of the date of this bid proposal, I (or we) agree to execute the formal contract within ten (10) days thereafter, and to deliver an Insurance Certificate, a SURETY BOND in the amount of ONE HUNDRED and TEN PERCENT (110%) of the contract price for the faithful performance of the contract, and a ONE HUNDRED PERCENT (100%) STATUTORY PAYMENT BOND. The undersigned agrees to complete all work shown on the drawings and in the specifications within the time limits set forth below subject to additional days that may be added due to inclement weather and/or other justified and reasonable extensions or time as may be approved by the Owner. Contractors that are awarded contracts shall be prepared to immediately sit down with the City of Denton Representatives and present a plan that will illustrate how progression of work is to take place to insure completion of all work within specified time limits. The time limits are as follows: All work is to be started and completed within one hundred and eighty (180) workdays. Workdays are defined in the Supplementary Conditions. This includes the time for submission of — Performance and Payment Bonds plus Insurance Required for this project. If a contractor is awarded the project, the project must be completed within the dates shown above or the contractor will be subject to liquidated damages as set forth. oP LJ Water & Wastewater Relocation for U.S. HWY 77, Bid # 2775 CITY OF DENTON U.S. HWY 380 and Sherman Drive Reconstruction December 1, 2001 A working day is defined as a calendar day, in which weather or other conditions not under the control of the company will permit the performance of the principal units of work underway for a continuous period of not less than seven (7) hours between 7:00 A.M. and 6:00 P.M. The undersigned agrees that the Owner may retain the sum, as prescribed in the North Texas Council of Governments General Provisions, from the amount to be paid to the undersigned for each calendar day that the work contemplated remains incomplete beyond the time set forth, Sundays and holidays INCLUDED. This amount is agreed upon as the proper measure of liquidated damages which the Owner will sustain per day by failure of the undersigned to complete the work at the stipulated time, and is not to be construed in any sense as a penalty. Payment will be made to the contractor within thirty (30) days after receipt of proper invoice and written acceptance of project from the Owner's representative, all required material invoices, documentation, etc and all written warranties from both contractor and manufacturer. I-(orwe) agree to promptly furnish a correct and-currentfmmiciai staternent of-eotidition with a list of owned equipment and an experience -record of completed projects for examination by Owner and architect, if same is required. SEAL (If by Corporation) RESPECTFULLY SUBMITTED BY (Name) iP_Si drn-f (Title) (Address) 6e"t _ I ",- i6 ao� Water & Wastewater Relocation for U.S. HWY 77, Bid # 2775 CITY OF DENTON U.S. HWY 380 and Sherman Drive Reconstmction PERFORMANCE BOND STATE OF TEXAS COUNTY OF DENTON BOND NO. 400—JP1473 KNOW ALL MEN BY THESE PRESENTS: That Jame Public ComVany whose address is P.O. Box 250, Denton, TX 76202 hereinafter called Principal, and ST PATTT FTRF AND MARINE INSURANCE COMPANY , a corporation organized and existing under the laws of the State of Minnesota , and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of Two Million and Sixty Nine Thousand, Five Hundred and Fourteen DOLLARS ($ 2,069,514) plus ten percent of the stated penal sum as an additional sum of money representing -additional court expenses; attorneys fees; aa&iigmdate& damages arisiugrnrt-of or connected with the below identified Contract, in lawful money of the United States3to 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 2002-007, with the City of Denton, the Owner, dated the 8s' day of January A.D. 2002, a copy of which is hereto attached and made a #2 part hereof, for Bid 775 Water & Wastewater Relocation for U.S. HWY 77, U.S. HWY 380 and Sherman Drive Reconstruction. 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 malting good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. Water & Wastewater Relocation for U.S. HWY 77, Bid # 2775 CITY OF DENTON U.S. HWY 380 and Sherman Drive Reconstruction 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 Benton Comity 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 ' copies, each one of which shall be deemed an original, this the 18 day of January 2002 ATTEST: JAGOE PUBLIC COMPANY BY: SECRETARY BY: VkE- PRESIDENT ATTEST: SURETY BY: �lL_ l' .0 f lX� C iLtN ST. PAUL FIRE AND MARINE INSURANCE COMPANY BY:Q�`�Q�(� ATTORNEY -IN -PACT Rosemary Weaver The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: Willis of Texas, Inc. STREET ADDRESS: 13355 Noel Road, Suite 400, Dallas, Texas 75240 (NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) PB-2 Water & Wastewater Relocation for U.S. HWY 77, Bid # 2775 CITY OF DENTON U.S. HWY 380 and Sherman Drive Reconstruction 171%,40_I_Bl►Y 811I ►1111 STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Ja¢oe Public Company whose address is P.O. Box 250, Denton, TX 76202 hereinafter called Principal, and ST. PAIn FTRF ANTI M$TNF rnrcrmANCE CoMpMorporation organized and existing under the laws of the State of Mir r PanYa and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to, in the penal sum of Two Million and Sixty Nine Thousand, Five Hundred and Fourteen Dollars ($ 2,069.51 41 in lawful money of the United States, to be paid in Denton, -County, -Texas; for -the- payment of which smir 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 2002-0 77 with the City of Denton, the Owner, dated the 8a' day of January A.D. 2002, a copy of which is hereto attached and made a part hereof, for Bid #2775 Water & Wastewater Relocation for U.S. HWY 77, U.S. HWY 380 and Sherman Drive Reconstruction 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. Water & Wastewater Relocation for U.S. HWY 77, Bid # 2775 CITY OF DENTON U.S. HWY 380 and Sherman Drive Reconstruction 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 thi be deemed an original; s the 18 day of January 2002 ATTEST: . t 4 � —7 JAGOE PUBLI COMPANY BY::b ! SECRETARY BY: , VqC PRESIDENT ATTEST: SURETY /J / ��i+J���� ST. PAUL FIRE AND MARINE INSURANCE COMPANY BY: BY: ATTORNEY -IN- ACT Rosemary Weaver The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: Willis of Texas, Inc. STREET ADDRESS: 13355 Noel Road, Suite 400, Dallas, Texas.75240 (NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name) KNOW ALL MEN BY THESE PRESENTS: of Minnesota, having its principal office in -the I John R. Stoc]ctori, its true: and lawful attomey(s)-in-fact t indemnity and other writings:obligato r l it r ,i i i PAUL{FIRE AND. MARINE 3NSURANCE COMPANY C91i CATI3 OF 385 R astitngton Stieet, St Paiil,' 11T[nnesotti 55102" AUTHORITY 1Vo. thenncrtyofs Power of Attorney,your_, telephone toll free 1 800-421 3880 aad ask for p n lerk please refer to the Certificate of Authority No. and the aamed mdrvtdual(s) �, p G O G H RAL'POWER-OF ATTORNEY CERTIFIED.COPY gal ol> File at Home Office of Company: , See;Cerd at on.) Chat St. Paul Fire and Marine Insurance Company,:a corporation organized and existing under the laws of the State ty of St Paul, Minnesou,,. does hereby constitute aud'appomt: - - lmstagaiy Weaver, L. ;.Ray Pitts,` Jr. , Beverly Hayes; •'individually, Dallas, 'Texas seal and Aehver for and on its bebalf as surety any and all bon&and andertskings,'recog,imances contracts of lnature�thereof, which are or maybe allowed required or permitted by law; 'statute, rule, regulation; 6mnrect or NOT.' TO EXCEFA IN PFNALTY THE SL,X OF FIFPY NIILLI0-1 „ ($50,000., 'E?1CH .NI ;and OFFICE OF SAID COMPANY; and that the same are correct transcripts thereof,. and of the whole of the said originals, and that the said Power of Attorney has not - been"revoked and is now in full force and effect: IN TESTIMONY WHEREOF, I have hereunto �set �my hand this o- I day of T7�.N A�! Y..t t i MICHAE.L W. ON, Asst. Secretary Only a certified copy of Power of Attorney bearing the Certificate of Authority No. printed in red on the upper right comer is binding. Photocopies, carbon copies or other reproductions of this document are invalid and not binding upon the Company. - - ANY INSTRUMENT ISSUED IN EXCESS OF THE PENALTY AMOUNT STATED ABOVE IS TOTALLY VOID AND WITHOUT ANY VALIDITY. 29550. Rev. 1-95 printed in U.S.A. WWI Surety IMPORTANT NOTICE: To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, TX 78714-9104 FAX # 1-512-475-1771 Your notice of claim against the attached bond may be given to the surety company that issued the bond by sending it to the following address: Mailing Address: St. Paul Surety Claim P.O. Box 4689 Federal Way, WA 98063-4689 Physical Address: St. Paul Surety Claim 31919 First Avenue South Suite 100 Federal Way, WA 98603 You may also contact the St. Paul Surety Claim office by telephone at: Telephone Number: 1-253-945-1545 PREMIUM OR CLAIM DISPUTES: If you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document. Water & Wastewater Relocation for U.S. HWY 77, Bid # 2775 CITY OF DENTON U.S. HWY 380 and Sherman Drive Reconstruction 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 andmaintain untilthe cantractedwork has been completed-aud 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 Water & Wastewater Relocation for U.S. HWY 77, Bid # 2775 CITY OF DENTON U.S. HWY 380 and Sherman Drive Reconstruction 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, NONRENE WED OR MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITI) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE IO 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 ilie contract Term - W11ch give tise 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. Water & Wastewater Relocation for U.S. HWY 77, Bid # 2775 CITY OF DENTON U.S. HWY 380 and Sherman Drive Reconstruction 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 (XCLD 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 Water & Wastewater Relocation for U.S. HWY 77, Bid # 2775 CITY OF DENTON U.S. HWY 380 and Sherman Drive Reconstruction 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 Iimits not less than per claim with respect to negligent acts, arrors 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. [ ] 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. Water & Wastewater Relocation for U.S. HWY 77, Bid # 2775 U.S. HWY 380 and Sherman Drive Reconstruction ATTACHMENT [X] Worker's Compensation Coverage for Building Governmental Entities A. Definitions: CITY OF DENTON or Construction Projects for 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 finnishes 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: Water & Wastewater Relocation for U.S. HWY 77, Bid # 2775 CITY OF DENTON U.S. HWY 380 and Sherman Drive Reconstruction (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 proj ect. 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 Water & Wastewater Relocation for U.S. HWY 77, Bid # 2775 CITY OF DENTON U.S. HWY 380 and Sherman Drive Reconstruction 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. I 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. Bid 2775 — Water & Wastewater Relocation for U.S. HWY 77, U.S. HWY 380 and Sherman Drive Reconstruction. 1/25/02 Time: 11:08 AM To Page: 002-004 CHRISTY @ 349-7302 ACORD. CERTIFICATE OF LIABILITY INSURANCE PRODUCER (940)392-9691 FAA (940)243-1050 Ramey S Xing Insurance 330 South I-35E, Suite A Oenton, TX 76205-7929 TNISCERTIFICATEISIBSUEDASAMATTEROFR!FORMATION ONLY AND CONFERS NO RMTS UPON THE CERTIFSCATE HOLOER. THIS CERTIPIOATE DOES NOT AMENDo,, ExTENO OR ALTER THE COVERAGE AFFORDED BY THE FOLJCIES BELOW. INSURERS AFFORDIHO COVERAGE munin 7agoe Public any, Inc. Bill cheek P 0 Box 250 Denton, TX 76202 HELPER Trove ers Lloy s &SLMR Phoenix Insurance IrE11RER r. Travelers Insurance Co. IRSLaER E,, Travelers Indemity of Amertc. INSUPER E: THS POLICIES OF INSURANCE usTEO urLow wLys BEEN ISSUED TO THE INSUREDNAMOD ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSIMANDBIO TEMOkY BE ISSUED OR MM PERTAINSLTM16rT. TERM ERMIILMANORCONDITION OF ANY EAPFORDED BY THE �CIES DESCRRIOR BEDHEREWEI3 SUBJEWITH CT ESPECT TO WHICH THE TERMS, DICWSIOM AND CONDITIONS POLICIEB.AGLRLEGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAIDC AIMS. T"NOPRRRANDS roucy NJLreR LIMr1 A GBle1ALLaeL11Y X COMdRCW.OEMIALUPSILrrY E CLAMS MIM OCCUR WOW227A 10/OL/2001 10/01/2002 EArJiOCCIRPDICE i 1 000 FIRE DAMVRE JAW" M) S 100 IED EIRP IAW MWWI F 5 PER 5ON &ADVIII ARMY a 2.000. Ge&M AGGNEMYE 4 2.000.0001 GEM. AGGPEw\TELSYr APPUf PER: PALICY___P ___LAC___.._____ PRODUCTS-COMPIOPAGG $ 2 WO B AuroNaeLeuAellry X ANY AWO ALLOWEDAUfOS eOEO.I®AUf08 NOrL01NED ALrOB P491D2293 30/51/2W1 10/02/2002 COMBNEDSIMAELmn as itt1b 11 i 1 000 GODLY HJLRY (Px LIMwR) 4 eaAr tPxOWdKil acaAaEl i IPPPOPL �OIM i OMAGE LMBLIIP ANY AUrO AM VDU EA ACCIDENT S OTHERTW EAACC ALro 0Kr ASO i 4 C EXCESS, WAS." T DO" CIA"DUDE OEDUCrreLE REREMIOV S CUP49102261 70/01/2001 10/01 2002 EARL occummaE 4 S 000 A (WIEGAIE 4 4 B 000 ODC 4 a D wamw eolS'GiATwIANOL11491D2256 aWLOYnIM LMNLITY 10/01/2001 10/01/2002 1 -M MA Irn E.L. EACHACCID9R i 1 000 El. OIBEASE- FAEMPLCr4 i 1 000 EL. DISEASE -POLICY LIltlr i 1 000 ollea eHOeIFrIOn AP oPEGMq W rtoGT1DH0AIB�tl.ewEtl eLLE1011E AEO®BY BbOltl W QInEPEpN, PBpylBlGly City of Denton, WE officials, agents, employees and volunteers are shown as additional Insured, Cerfificale holder is shown as additional insured.Welver of Subrogation is issued in favor of City of Denton. Re: WOW S W"te water on US 77. US 380. Shannon Drive City of Denton 901 S Texas Street Denton, Tx 76201 Said POW Shell not days IIoNM being gtven to Ore Owner. Sacept when the for ROnmym're of praNum, in whkh am 10 te: 1/25/02 Time: 11:08 AM To: CHRISTY @ 349-7302 Page: 004-004 IMPORTANT the certificate holder Is an ADDITIONAL INSURED. the poitcy(ies) must be endorsed. A statement on this cartifloste does not confer rights to the certificate holder in lieu of such endonroment(s). y SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such andorsement(s). DISCLAIMER The Cergfioste of Insurance an the reverse aide of this form does not constitute a contract between the Issuing Insurer(s), authorized fspreserdadve or producer, and the certifcate troller, nor does it affirmatively or negedvely amend, extend or after the coverage afforded by the policies listed thereon.