Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2000-053
ORDINANCE NO , W 053 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR DEMOLITION OF BUILDINGS AND CLEARING OF LOTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING AND EFFECTIVE DATE (BID 2453 — DEMOLITION PROJECT # 30 AWARDED TO JMX ENVIRONMENTAL, INC IN THE AMOUNT OF $18,300) WHEREAS, the City has solicited, and received competitive sealed 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 respondent for the construction of the public works or improvements described in the bid invitation, and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SSECTION I That the following competitive sealed bid for the construction of public works or improvements, as described in the "Sealed Bid Invitations", 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 2453 JMX Environmental, Inc $18,300 SECTION II That the acceptance and approval of the above competitive sealed bid shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid SECTION 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 Request for Sealed Bids, 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 sealed 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 6i� day of A&��2000 JACK 6jER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY BY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY BY BID 2453 - CONS ACP AL ORDINANCE (2-00) ATTACHMENT TABULATION SHEET Bid # 2453 Date 1 /20/00 Demolition Project #30 No, C RIPTIOE VENDOR VENDOR 'VENDOR WALTER USA JMX INC BARRETT ENVIRONMENTAL 513 Maddox Street $3,300 00 $10,000 00 $2,200 00 1 719 Wainwright $4,300 00 $10,000 00 $1,400 00 2 525 Lakey $2,650 00 $10,000 00 $1,800 00 3 611 N Crawford $2,050 00 $10,000 00 $1,600 00 4 (Garage ONLY) 524 Amarillo $3,450 00 $10,000 00 $1,800 00 5 507R Locust St $8,255 00 $10,000 00 $1,700 00 6 609 E Prairie $4,200 00 $10,000 00 $1,500 00 7 (DELETED)423 S Bradshaw -------- -------- --------- g Street 920 Hill St $2,350 00 $10,000 00 $1,500 00 9 (Back structure only) 728-730 Alexander $2,700 00 $10,000 00 $2,400 00 10 1114 Duncan $3,500 00 $10,000 00 $2,400 00 11 CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 15 day of February A D , 2000, by and between City of Denton of the County of Denton and State of Texas, acting through Michael W Jez thereunto duly authorized so to do, hereinafter termed "OWNER," and JMX Environmental, Inc P 0 Box 170297 Dallas, TX 75217-0297 of the City of Dallas County of Dallas 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 attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below Bid 2453 - Demolition Project #30 in the amount of $18,300 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 and4layFAut-B , 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, CA - I and the Specifications therefore, as prepared by Denton CDBG Department all of which are referenced herein and made a part hereof and collectively evidence and constitute the entire contract 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 Indemmfication 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 legally 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 IN WITNESS WHEREOF, the parties of these presents have executed this agreement to the year and day first above written ATTEST Is. � - M"- APPROVED AS TO FORM Ll CITY ATTORNEY CITY of DENTON (SEAL) NTRACTOR :TaM e s GUa.rr e,. dX .1rnx .tMc . �?0 3ax 41AAg7 1gj&f Ty JpXl l MAILING ADDRESS ot/y' .S88 - f9�3 PHONE NUMBER CA-3 2Iy - 39/— FAX NUMBER BY J:"&eQ.P i9Y in,A M TITLE James (d Aee-t-� PRINTED NAME (SEAL) 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 disqualifed 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, zfso 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 $500,000 shall be provided and maintained by the Contractor The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies If the Commercial General Liability form (ISO Form CG 0001 current edition) is used • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage • Coverage B shall include personal injury • Coverage C, medical payments, is not required If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least • Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $300,000 either in a single policy or in a combination of basic and umbrella or excess policies The policy will include bodily injury and property damage liability ansmg 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 arse inthe 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 carves 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 [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications ATTACHMENT [X] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A Definitions Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project Duration of the project - includes the time from the beginning of the work on the project until the contractor's/persons 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 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 401011(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 Bid 2453— Demolition Project #30 -CONTRACT & INS 2-00 BIa, ABER 24$3 BID PROPOSALS City of Denton, 'Pe to 901-B Texas Sl Purchasing Department Denton, Tune 76201 nsm Hilt" It 1 513 Maddox Street IFS 1 1i 1� 1 i�l �t tl 1 t 1 2 719 Wainwright 1 $ $/ OD 3 525 Lakey 1 p� $Io00 $ 1161 Ul 4 611 N Crawford (Garage ONLY) 1 $ 100 $ / Q Q 5 524 Amarillo 1 $ it" $ ( gpe" ` 6 507R locust St , $1'h $ 7 609 E Prairie , $A $ /Sm PO 9 920 Hill St (Beck structure only) I $ /Sad 10 728-730 Alexander , $�dc $� 11 1114 Duncan 1 say A 0 $ 20C I 18300 We quote the above f o It "vered to Damon, Taus Shipment can be made In days from receipt of order Terms net/30unlearaftwole Indicated In submlmng the above bid, the vendor agree that acceptance of my Or all bid bans by the City of Demon Texas Makin a memWde pond of lime cmmnmtes a contract The complete Bad Proposal mast be properly prkad, sigoad and retained MWtng Address _ZALLAS 7X A S City Sara ZIP 14 '�SSI 0j92'�7 Telephone Fu Number J-AA X rMQ. BhddertOompany -- Stgrwure TOWS IfaRacn► Prim/Type Name �'�t.ra'1 mafd�5er tde MAR-09-2000 THU 06:55 PM ENVIROMENTAL INSURANCE FAX NO 5124585248 P 01 r1 1 DAYS (MMNO/YY) L� i NtPYNUiB IiR !>. \ tr 2-2U p �I�� � re#�1•"i�f/.IIIP)II —0Q �y ��D"i..F I 1 \ � rWW h ' R N� k' RlRN�H THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION PRODUCER ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Environmental Insurance Service HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW homer W Owens COMPANIES AFFORpING COVERAGE P 0 Box 26544 _ " _ Austin, TX 78755 COMPANY A Unionamerica Insurance Company (12)458-1394 _ __ wsuac0 COMPANY Progressive Insurance Company _ B _ JMX Enviromnental Corporation COMPANY P.O. Box 170297 - -- — — Dallas, TX 75217-0297 COMPANY D WrIl A©F l4yiJR nA1MHN/Ni,N"'0. I 3 tBR1YdsM6,1 NNVHH\tI + . ', PIW kHb.i(! � >3 IN7RIHN/IN/yN tR.iY�tH � n'Hiae HX3 HtlrSry>d�iifAiinv4ri.rUM'Nlr�ul n �ATTY• UipyAt•yLygfd'LpN.m.,w,\.,,«,..,. lP++bLNNORMRffiiff¢¢If�M�N.� ......, n' nt 5'Li.,F3NRAiiN/NN lurd�Nrm ...i..... POLICY PERIOD THIS IS TO CERTIFY TWAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED SH WN MAY HAVE BEEN REDUCED BY PAID CLAIMS EXCLUSIONS AND CO_NDI IONS OF SUCH POLICIES LIMITS _ _ POLICY EFFECTIVE POLICY EXPIRATION LIMITS CO pOLICVNUMBEA URANCE LTA OAT_(MINDDI OATS ILIMJ IY) DENERAL AGGRCGATE S GENERALLIABILRY PRODUCTS COMPlOPAGG SInclu a A1COMMSACIALCIINEIIIALLIABILITY CLAIMS MADE �OOCUR NOU109157-D 6-27-99 6-27-00 PCRSONALAADV INJURY f , _+ -1:000.00 OWNERS ACOMRACTOflSPR07 EACHOCCURRENCE f O�„ Asbestos/Lead Aba ement/!)emolioion Inql ded FIRS DAMAGE AW gYlIlB1 S 1 --" NOU109157-0 6-27-99 6-27-00 MEDEXP4 nP PrPA" f ,DD AUTOMOBILE LIABILITY COMBINCO SINGLE LIMIT S 1,000,000 ANY AUTO ALL OWNED AUTCS 44892780 3-9-00 3-9-01 BODILY INJURY (P"'°°�°"? _ S X B SCHEDULED AUTOS X HIRED AUTOS SODIIY INJURY (Per ucldenll S X NON OWNED ALI 1 ' PROPERTY DAMAGE f AUTOONLY EAACCIOFNT f ITY III m.a,S' ry/ —A.'. OTHBRTHANAUTO ONLY CM ACCIDIM iAOORFGATE S kAAY FA;HOCCURRENCE In' FORMAGDNEGATENUMS ELLA FORM WC STATU iN is t b' n'u �� PENBATWN AND EMPLOYERS UABILITY 6Y11MRE EL EACH ACCIDENT EL DISCASE POLICY LIMIT S — THE PRONbETORI, INCL I EL DISEASE CA EMPLOYEE S PARTNCRSMXECUTIVEEl EXCL Its OFFICERS ARE OTHER policy shall not a cancelled, nonrenewe or matey ally Chang without 30 days advance itten notice being gi en to the owner (city), except wh n the poli v is being cancelled for i which case 10 days adyancs written notice is required" nonpayment of premium DESCRIPTION OF OPERATIONWWCATIONWENICLMSPECIAL ITEMS City of Denton, its 0-ficials, Agents, Employees and volunteers are additional insureds A k y.��I�'�y N��q „f'AHlNI/ M. NIA >I rUNNlNNUISII.tlljl11.111r{N1i{t��\ � AR .0 SCRpO S SHE CANCELLEDE THE SHOULD ANY OF TIIB ABOVE DESCRIBED POLICIES BS CANCELLED BEFORE THE SHOULDANY 09� ABOVE City of Denton IlqFFIIRATION OATS THCRCOF THE ISSUING COMPANY WILL CNOCAVOR TO MAIL n 30 DAYS WRITTEN NOTICE TO THE CERTPICATS HOLDER NAMCD TO THE LEFT Purchasing DepartmenL BUT FAILURE TO MAI SUCH NOTICE SHALL IMPOSE NO OBLIOATION OA LIABILITY 901-B Texas Street 76201 OR ANY KIND U N THE JCOJIFANY Ira AGENTS OR REPRESENTATIVES Denton, TX AUTHORIXW RA A ATIVE I n I .Tnnw w R.fgHI'H'NI NH I LPH,INUNNNuH Lw IMi'fN' ii � hxU 0� { ""S'4'CI I I Mu{RI(IUr.11l,1NIltl\ 1'. tIII./ Y.! I IN > nilPt � ' � rWpWi tii i t Uq M ai'w1r D ���� GN'49Be 1 ltNb�nN i+ibfblliq Ylnq SNLI �>Yth ndil nJplx ♦.Y+Dft CERTIFICATE No (DATE ACORQ (CERTIFICATE OF LIABILITY INSURANCE Y@ 35660 3 0e2 a 9-000e000 x sa oa M Hana£xn Bates & 8411 walnut Hill Suite 1081 Dallas, TX 75231 214-346-1500 fax INSURED JMX ENVIRONMENTAL 4960 HOLLOW RIDGE DALLAS, TX 75227 214-391-6136 fax 3 INSURERS AFFORDING COVERAGE COVERAGES THE POLICIES OF INSU NCE LISTED BELOW HAVE SEEN ISSUED TO THE INSURED ANY REQUIREMENT TE OR CONDITION OF ANY CONTRACT OR OTHER AIIN THE INSNCE AFFORDED BY IMI 6 SHOWN MAY HAVEE POLICIES DES RII ED HEREIN MAY PERTAIN p SIR TYRS S Ce POMC7 NUMBER OP IN NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR 2 SUaIECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH DAYS CNIMMIM uMRa SGEN MRAL LIABLRYCOMMERCIAL OE RAL LIABILITY MADE �❑ OCCUR (Myone lYe) gCLAIMS one I IMM SAOV UFACKoccu�nRENCE$flENCE NJURY EREGATE SGPNI OMPIOPAGG S AGGREGATE LIMIT APPLIES PER POLICY J�ECOT LJ LOC AVfOMOBBJOLWILfIY ANY ALTO ALLOWNED AUTOS SCHEDULED AVfO HIRED AUTOS NON-0WNED AUTOS �. COMBINED SINGLE LIMIT (EAemeen0 S ODDLY INJURY (Per pemen) S BODILYINIURY (PW W.dent) $ PROPEHTY DAMAGE (Per saanenl) $ GARAGE UABLRY ANYAUTO AUTOONLY EAACCIDENT S _ OTHERTMAN FA ACC AUTO ONLY AGO $ S Excess LIABILITY OCCUR �FLAIMS MADE L EACH OCCURRENCE E AGGREGATE S E E DEDUCTIBLE RETENTION III E A WORKERS COMPENSAT ON AND EMPLOYERS UABLRY I NwA0146373-02 12/31/3.999 12/31/2000 X TORY UMI R E L EACH ACCIDENT E 11000,000 EL DISEASE EA EMPLOYEE S 1 000 000 EL DISEASE POLICY LIMIT S 1 000 000 CTNER LIMIT $ LIMIT $ —� DESCRIPTION OF OPERATE) ATION&VENICLDWEICLUSIONS ADDED BY 9N)ORSEMENTISPECIAI PROVISIONS 1 Insured is of orded Workers Compensation & Employers Liability as a co -employer under the policy for employees Ifrom ANTS tafE Leasing Inc 2 Said policy shall not be cancelled nonrenewed or materially change without 30 days canned written notice being grved to the owner (cxtyl except when the policy is being cancelled for nonpayment o premium in which case 10 days advanced written notice is required a.¢n nrnrnr¢nrw n -- BNOUtO ANY OPTN@ ABOVE OEBCRIBeOPOUCN!B BE CANCELLlO BEPORS TRS E%PWATON CITY OF DENTON DATE TNERIoP We ISSUING INSURER WEL ENDEAVOR TO MAIL 30 OAYB WRRNEN ATTN--Purchasing Department NOTICE TO we CERTIFICATE HOLDER NAMU'rO THE LEPT BUT PAILURE TO DO 80 SHALL 901-E Tsxda Stre t IMPOSE NO OBLIGATION OR UABLRY OF ANY KIND UPON THE E18URER RB AGENTS OR Denton, TX 76201 fax REPRESENTATIVES IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the poircy(res) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements) If 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 endorsements) DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holler, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon 03/09/2000 04 1136 PM Fax Cover Page TO CITY OF DENTON 1-940-383-2445 FROM Environmental Insurance Agency Comments Total pages with cover 3 Delivered by VeriCert Verify at www vencert com Mar-09-00 16.48 P.02 AQWV CERTIFICATE OF LIABILITY INSURANCE s ATEN0.3DAT. a .R90 ]aaoi m ;;;into Hennfin Dates A AsapciwLas 9411 walnut Hill Lane ftirn loot THB CERTIFIDATB IS ISSUED AS A MATTER OF ONLY AND CONFERS NO RIGHTS UPON THi HOLDER THIS CERTIFICATE DOES NOT AMEN) 'I INFORMATION CERTIFICATE EXTEND OR BELOW 0631an TX 79231 214 346 1900 wax 214 346 IS33 INSURERS AFFORDING COVGRAG wise INILMINIA. united Pacific Insurance company iMuawa JMI BNVIROI9HF2i'fAI, 49fp HOLI.Ow Ni1A`I Nil D14LTUI, T$ 79227 214 391 6136 felt. 214 391 2007 �,..�...-. Rr�nSI rI' "-- INEINiEfi N4lATM P - TIILPOUCILSOTINSU NOE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMLU ANOVL I OR I IL POLICY PLRIOD INDICATED ANY RCOUIREMENT TL OR CONDI I IDN OF ANY CONI HACI ON OI I ILA DOCUMENT WITH RESPECT TO WHICH THIS CLHI II MAIL MAY PERTAIN THE INS RANOE AFFORDED BY THE POLICIES DESCRIBED HERMN IS SIIW LCI 10 ALL 134 TLRMS EXCLUSIONB AND C IHBIANDINO Y SE ISSUED OR IT IONS 01 SUCH POLICILS iaALGAI L M11RF11OWN MAY IIAVL BLLNRLDUOLD BY RMDCLAIMS -` "— _ _— TYPE or a19YN - — /ONcv NnlwN Lean MM1mAL LIAEWI'Y EACH OCCUFVMNCe Pei CAMAnF(MY AM AT) COMM ICIM 11W1g1A1 i MRII ITT CLAIM4, JOCCUR MID E>,P(AAT" WWI — PERSMAL a MV N,1MY GENERAL AGOREDATa 19", AOONPMTPpFI InIINppR. APFl IPe MR PRODUCT COMP'OPA00 POLICY IECT LOC _ AUTON0a48 LMBarry INWOINW SMOLE LIMIT ANY AUTO (PA arnNalm GODLY INAIHY M 1 owwn AIITp$ ECMtmArm AUIOA (WRev ml _ AUTOS "Han AU NONIMMepAUTOB tlW L Y INAIHV (Pam Mn11 PNOWIHIY W W AOE (MY amodall GAN116a LIARaITY AUTO OR v EA ACCIDENT ANy AUTO OIMRMAN EA ACC AUTO ON V _ AGO - RYr896tYaL]TY EACH OCCU MNPi OCCUR 71M ARM NAM ADONEOATE DEDUCTIBLE —••- -_ _ MIWIION a wOM(MBDpMPEN NWA0146373 02 12/31/2999 12/31/2000 1 A Mjl,Naes RIIPLpYI'eE/WLR 1 000,000 EL EACH ACCrmNt _ P.1 aIRFAEE BA 8AI0.0Yle 1 000, 000 ELCISEABE FOLICYLMD I npn 000 amuA UMI1 NECarTomar6ae �A LVYOW ADM ET EMEOMEraTNPECIAL MORSOM I Inaurod ie ntfgrded werkorN Compmnamtiun & EmplovOra Liability as a co-mayloyer Under LIM polity fo7 loomed from ANs Staff LoaLLAW Ino 2 baid policy Shell not be cancolA9d, noureaewod or materially c wathuut 10 d,.yu n4ivinced written nnrira being Dived to Him owner (city] except when the pality IP beint esOloy,,ee anye cancelled Fur nanlrlyment of promaim Tn which Lose 10 dnya n1lVnnued written norore to required CITY OF D=011 "" mmor, TNe mamma N1DBLL 1 NMNAWM TO WIL, OATS NRrTEN ==--PUYphaaing VvPAXLAMfdL NONOa TO THIS elmriCATE#IDLM MARL TOTLEFTIt 1=1 TO OO E061MLL 901-8 Tomah RtrVot Dnntnn ix 76201 Ripon NO 011111.010111101,11 ON UAeLRY Of AM R IKON THE K Ra &Qum DR I fax eammeaw.wwaaA