Loading...
HomeMy WebLinkAbout2000-251ORDINANCE NO z2?000 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRiCT FOR THE CONSTRUCTION OF A 138KV TRANSMISSION FACILITIES UPGRADE, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING AN EFFECTIVE DATE (BID 2522 — DENTON NORTH TO NORTH LAKES 138KV TRANSMISSION LINE UPGRADE AWARDED TO RED SIMPSON, INC IN THE AMOUNT OF $543,297 96) 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 ordiIances, and WHEREAS, the City Manager or a designated employee has received and recommended that the herem� described bids are the lowest responsible bids for the construction of the public works or improves dents 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 improve ents, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the i3Office 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 NtJMBE CONTRACTOR AMOUNT 2122 Red Simpson, Inc $543,297 96 S C TION II That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furm$hing of performance and payment bonds, and insurance certificate after notification of the award of ithe bid S CTION I I 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 0— - ms, conditions, plans and specifications, standards, quantities and specified sums contained i 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 day of , 2000 &dt- EULINE BROCK, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY BY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY 2522 - CONTRACTUAL ORDINANCE CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this t' day of Augnat A D , 2000, by and between City of Denton of the County of Dentnn and State of Texas, acting through Michael W Ica thereunto duly authorized so to do, hereinafter termed "OWNER," and of the City of Alexandria, County of Rapidest and State of Louisiana, 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 $l_25,2I nenton North to North I akes 13RKV Transmiccion I me ITpgrade in the amount of $541 99_ � 96 — 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 Gener, Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement foe 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-1 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 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 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 in the year and day first above written A6T`TE�ST ✓— / —T—T Simeon TlnbeauxJr - Sec -Tres APPZAS� CITY (SEAL) Red Simpson, Inc CONTRACTOR P O Box 12120 Alexandria Louisiana, 71315-2120 MAILING ADDRESS 318 441 8400 PHONE NUMBER CA-3 318 487 1074 FAX R BY E John Simpson - Ptwtdo d PRINTED NAME (SEAL) PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That Red Simpson, Inc whose address is 4615 Parlroment Dr Smte?fN1 Alexandra LA 71101 hereinafter called Principal, and West a , ran TncnrancP C =anv a corporation organized and existing under the laws of the State of Indiana and fully authorized to transact business to 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 Frye Hundred Fnrty Three Thnircand Two Hundred Ninety Seven and 961100 nOLLARS ($ 54'i 297 9F) plus ten percent of the stated penal sum as an addttional sum of money representing additional court expenses, attorneys' fees, and liquidated damages arising out of or connected with the below identified Contract, to lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be trade, 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 9nr1n-951 , with the City of Denton, the Owner, dated the 15— day of Arm_ A D 9(m, a copy of which is hereto attached and made a part hereof, for Rid 7579 - Derimn North to Nnrth rakes IiRKV Transmission Line Upgrade_'. 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 PB - I PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall Ite 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 copies each one of which ~hall be deemed an original, this the —IS_-day of _ August 2000 AtILST BY 6CT KY A PRINCIPAL 7ESIDENT A I l EST SURETY " C� Wo�_Nnrtirican Insuran Companv B Y t�7 - -- .lean M rth,A ORNEY-lP� FA( I the Resident Agent of the Surety in Denton Ct "4--texas for delivery of none, and service, of the process is NAME Dwight Wilcox - West American Insurance Company (NOTE Date of Performance Bond must be date of Contract if Resident Agent is not a (orporatton, give a person's name ) PB-2 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That Red Stimrnn fine, whose address is 4615 Parliament Dr Snite 700 Alexandria, I A 713()'i hereinafter called Principal, and west American Insurance Company a corporation organized and existing under the laws of the State of Indiana 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 Fie Hundred Forty Three Thousand Two Hundred Ninety Steven and 9611f1(1 DOLLARS ($ 543, 9�) 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 _7pnn-75t , with the City of Denton, the Owner, dated the _ 15—__ day of August A D _2000 , a copy of which is hereto attached and made a part hereof, for Rid 7577 - Denton North to North Lakes 13RKV Tmnsmiscinn Line Upgrade 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 PB-3 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 _15— day of Arm _7nnn ATTEST BY SECR TARY PRINCIPAL Red Smnp on, Inc BY _ )OESIDENT ATTEST SURETY i erican InsuAA BYJean M.It ORNI YIN 1 he Resident Agent of the Surety in Denton County I exas for deltvLry of notice and serviLL of the process is NAME Dwight Wilcox - West American Insurance Companv STREET ADDRESS P o. Box 833826, Richardson, TX 75083-3826 / 800-788-8980 (NOTE Oate of Payment Bond must be date of Contract If Resident Agent is not a corporation give a person's name) •t , ( ontract 2522 Denton North to North Lakes 138KV Tninsmrssion Line Upgrade C.LR 1 R ILU GOVY OI POWI it Of AI IORNIY THE OHIO CASUALTY INSURANCE COMPANY WEST AMERICAN INSURANCE COMPANY No 34-R27 Know All Men by, Thee* Presents That THE OIBO CASUALTY INSURANCE COMPANY an Ohio Corporation and WFST AMERICAN INSURANCr LOhdPANY an Indiana Corporation, in punuance of authority granted by Article VI, Section 7 of the By taws of The Ohio Casualty Insurance Company and Article VI Section I of Wee American huuranm Company, do herby nanuule, comtituto and appoint Jean M Smith or J Dale Gault or Scott B Jacobs or George T Ford or Angela Boden¢ctmer or Baton Rouge, Louratana as true and lawful agent (a) and attorney u)-m fact to make =mute seal and dehva for and on m behalf as aunty and as N act and deed any and all BONDS UNDERTAKINGS and RECOONIZANCES not exceeding in any single instance FIFTEEN MILLION (S 15,000,000 00) DOLLARS, excluding however any bonds) or undertaking(s) guaranteeing the payment of notes and interest thereon And We execution of such bondsi or u datakinga in punuanee of thew presents, dull be as binding upon amid Companies as fully and amply to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected oRars of the Companies at their adminnstrum o6w in Hamilton Ohio in their own proper persons The authority granted hereunder supasodes any previous authority heretofore granted the above named altomey(s)-in fact In WITNESS WHEREOF the mdmigned officer of the amid The Ohio Casualty Wurance Company and West Ammun Insurance Company has hereunto subscribed his numo and affixed Use Corporate Sal of each Company this 16tIt day of March, 2000 steer sewLfs SEAL I ,gyp..,, � Sam Lawrence Assistant Secmury STATE Of 0100 COUNTY OF BUTLER on this 16th day of March, 2000 befer the aubwnher, a Notary Public of the State of Ohm in and for the County of Butler duly commissioned and qualified came Sam Lawrence Assistant Secretary of THE OHIO CASUALTY INSURANCE COMPANY and WEST AMERICAN INSURANCE COMPANY to me personally known to be the mdmdual and officer described un, and who executed We preceding mmliurnent, and he acknowledged the exccunm of the tame, and being by me duly awns deposeth and amnh, that he is the officer of the Coilpames afoeesatd, and That the scab affixed to the preceding instrument are the Corporate Scala of said Companies and the said Corporate Seals and ham signutuw as officer seer duly afftcod and subscribed to the said imtmmant by the Authority and direction of the Amid Corporations IN TESTIMONY WHE1l l lave hereunto act my band and affmmod my Official Sul at the City of llamiltar4 State of Ohs the day and year fire above written A C If[gy( u, Noury Public in and for County of Bulllla State of Ohio My Commission expua August 6 2002 Thu poxes of Anatomy is grangod under and by authority of Article VI, Section 7 of the By Laws of The quo Casualty buioance Company and Article VI, Section 1 of West American buorance Company extraeb Bon which mad Article VI, Section 7 APPODUMENI OF ATTORNEYS IN FACT, ETC The chairman of the board the president. any vim -I mdmt the secretary or any anutant secretary of each of Were Comgamp shall be and a hereby vaatad with full power and authority to appoint attomcys•in fact fa the purpose of starting the man: of the Companies as surety, to, and to execute, Atlagh Dw composite meal, ackmawledge and deliver any and all bonds remgniranees stipulations, undertakings or other matumcna of sunlyahup and poluna of unurance to be m faver of say udMdml, fern, eoiperation, "the official reli m usim thereof orto any countyarstate "any official board "boards of county or pate "the United Sates orAmrotcm, or to any other political subdivision Article VI, Smtsor} l APPORTINIBNI OF RESIDEW OFFICERS The Chairman of the Board the President, any Vim President, a Secretary or any Assistant Secretary shall be and is heeby vedW with full poises and autMnty to appoint attorneys in fact for the purpose of rip mg the mine of the corporation as surety or guarantor and to execute, attach the corporate steal, ackaowledge and deliver any and all binds, memiguse sices stipulations undertakings or Other menonmu of surety-ahrp or guarantee and policies of mwaanm to be gnen in fiver of an i dmdml firm, corporation, or the official rapresenauw thereof or to any county or pate, or any official board or boards of any county or mute, or the United Sul= of America, or to my other political mbdnuuon. Thu meruneut a signed and tealed by facr m ic; as authonmd by the follmwng Resolution adopted by the respective directors of the Companies (adopted May 27 1970 The Ohio Casualty Insurance Company, adopted April 24 1980 West Ammon Insurance Company) RESOLVED Out the signature of my officer of the Company audwrized by the By Lam to appoint attorneys in fact, the signature of the Secretary or any Assistant Secretary certifying m the of any copy of a power of altomay and the sul of the Company may be affixed by Gmumde many power of attorney or copy thereof issued on behalf of the Company Such IpnalWes and seal sew hereby adapted by the Company a Originalsignatures and wi tobe valid and binding upon the Company with the same force and effect as though manually affixed " 4 the undersigned Assistant Sgctctary of Tha quo Casualty lrmoanm Company and West American buunnce Company do herby certify that the foregoing power of attorney the refererrsd By laws of Use Co P—m and the above Raolutiun of theta Bmtds of Dircelon are true and correct copies and am in full form and effect on the dam INWITNESS WHEREOF 1 w hereunto act my laird and the soars of the Companies this 15 th __ day or August 2000 W"4)" ti 3ewL'4-_ ((S BAL SA300 Assistant Secretary 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 lunit 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 clanns 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 [XI A General Liability Insurance: General Liability insurance with combined single limits of not less than $7 nno onn -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 Ixl Automobile Liability Insurance Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $t 000 000 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 [XI Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the mmimum 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 [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications ATTACHMENT 1 [XI Worker's Compensation Coverage for Budding 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 mcludes, 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 lmutation, 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 401011(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 �,,. ;overnmental 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 marl 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 marl 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 2522 — Insurance RED SIMPSON, INC. P O Box 12120 • Alexandria, LA 71315.2120 Phone (318) 487-1074 • Fax (318) 443-8361 Rapt cles+ (C_-__ t4) July 12, 2000 RE Denton, Texas —Bid 2522 — Denton North to North Lakes 138 kv T/L Upgrade FED EX - PRIOITY Tom D Shaw, CPM City of Denton 901A Texas Street Denton, TX 76201 Dear Tom Shaw, CPM Along with this letter, RSI is sending their proposal to build the above referenced project. Red Simpson Inc proposes to provide all supervision, labor, tools, equipment and material not furnished by owner, in accordance with plans and specifications Clarifications 1 This proposal does not include any costs for state sales or use tax 2 RSI's bid price does not include Relocating or moving any underground obstruction, utility owned or foreign, pipes, conduits, drains, sewer, gas or water lines, etc 3 Denton will supply all materials incorporated into the project other than concrete and rebar Enclosure (1) LJM/ljm cc Ronnie Appelbee Max Green Job File Sincerely, Louis J Martin r Manager of Estimating RED SIMPSON INC BRANCH OFFICES NEW ORLEANS LA AUSTIN TA HARILMIN, TX SNBRWIN TX MAP"LL, TX HILLSBORO TX SAN ANTONIO TX BEAUVONT TX FREER,TX CATOOSA,OK 1200EMWeAn 1227FdWLM 1637W TyW 2001 SWM D, 6741 Hrq 154WW R"nSWh 2537 SouAoa 12651&00 Olin 402 MY Oft 1902 S. Chodn Herten, IA70123 Austin TX 707" sub SuleA 105 MIMM TX 75970 PO Bu454 Sm k&*TX 78217 BMimai4 TX TM7 Frey TX 7ST57 Chow 01(10015 Fhw(504)7312021 Phw(512)310�3558 He*QMTX78550 Shaman TX75092 ftM(M 935M HBe9aq TX 75M Phm(210) 92P7791 Phw(4091840,0000 Phm(391)304-0123 Phw(91S)W*33 Fu(SM)MMit FU(512)35114e55 Phw(AR4127350 Rm(9411554327 FNW9* W7 Ph"(25/)582dM1 Fu(210)W7792 In(409)91099U9 Fu(391)39F9129 Fu(919)2*8112B In(99B)4127352 Fe9(MM870-M Fu(M)582.Ml RS 1003 5 BID PROPOSAL To City of Den ton, Texas Purchasing Department 901-B Texas Street Den ton, Texas For Bid Number 2522 Project Title Transmission Poles for the Denton North to North Lakes 138kV Upgrade From Company Name RED SIMPSON, INC Mailing Address 4615 Parliament Dr Stute 200 City, State, Zip Alexandria, La 71303 Telephone 318.441 8421 Fax 318.441 8478 We offer the bids stated on the following pages for construction of the above referenced project located in Denton, Texas, in accordance with the plans and specifications In submitting the attached bids, RED SIWSON, INC (company name) agrees that acceptance of any or all items by the City of Denton, Texas within 90 days constitutes a contract The complete bid proposal must be properly priced, signed, and returned By 4 — John Signature Titley President Date July 12 2000 Page I of 11 A pole unit consists of one pole in place It does not include pole -top assembly unit or other pans attawteo w ute CITY OF DENTON BID PROPOSAL FOR DENTON NORTH TO NORTH LAKES 138kV UPGRADE BID NUMBER 2522 POLE UNITS UNIT QUAN UNITS INSTALLATION UNIT PRICE EXTENDED COST Pole Steel 1121, TUS-SWITCH 1 2,587 50 2,587 50 Pole, Steel 90', TUS-5C 1 2,8275( 2,8275 Pole Steel 85', TUS•5A 1 3,1275( 3,1275 Pole Steel 85', TUS-5B 2 2,7675( 5,5350( Pole Steel, 80', TUS-517 1 3,7275( 3,727 50 Pole Steel, 60' TUS-5U 1 2,4675( 2,4675 Pole Steel, 551 TUS-5E 1 2,227 50 2,227 5 Pole Steel, 99, TP-1389 7 2,82750 19,792 50 Pole, Steel, 85' TP-138S 11 2,76750 30,442 50 Pole, Steel 80', TP-138S 3 2,767 50 8,30250 Pole, Steel 60', 7UH-7A 2 3,06750 6,1350 TOTAL 87,172 50 PAGE 2OFII 5/31/00 CITY OF DENTON BID PROPOSAL FOR DENTON NORTH TO NORTH LAKES 138kV UPGRADE BID NUMBER 2522 POLE TOPS UNITS A pole -top assembly unit consists of the hardware, crossarms and their appurtenances, insulators, etc , ed to rt the conductors and OHGW regmr suppo UNIT QUAN OF UNITS INSTALLATION UNIT PRICE EXTENDED COST TUS-5A 1 1,50000 1,50000 TUS-5B 2 78000 1,56000 TUS-5C 1 1,200 00 1,200 00 TUS-5D 1 1,200 00 1,200 00 TUS-5E 1 1,200 00 1,200 00 TUS-5F 1 1,80000 1,8000( TUS SWITCH 1 2,40000 01 2,40001 TP-138S 21 240 00 5,04000 TW-5 1 1,200 00 1,200 00 TUH-7A 1 1,35000 1,35000 C7AxS r 36000 36000 TOTAL 18,810 00 PAGE 3 OF 1 I 5/31/00 CITY OF DENTON BID PROPOSAL FOR DENTON NORTH TO NORTH LAKES 138kV UPGRADE BID NUMBER 2522 CONDUCTOR UNITS A conductor assembly unit consists of 1,000 ft of a single conductor or OHGW, and includes all required no wire, splices and armor rods where necessary The length of conductor or OHGW shall be determined by taking the sum of all straight horizontal span distances between centarhne of the poles The conductor sizes and types are listed by the Conductor "Code Name", where applicable, UNIT QUAN OF UNITS INSTALLATION UNIT PRICE EXTENDED COST Conductor, 795 0 MCM 37/o AAC, Arbutus 49 500 1,8000( 891100 00 Conductor, 556 5 MCM 19/0 AAC, Dahlia 5 500 1,4400( 7,920 OHGW 3/8" EHS 6 800 480 00 3,2640( Fiber optic cable, 71r dia ADSS 7 400 1,50000 11,100 o0 TOTAL 111,394 00 The Bidder shall complete the following information and submit with his Bid Tabulation BULL WHEEL INFORMATION Diamentor Bull Wheel _inches Diameter Groove inches Thickness of Neoprene at Bottom of Groove inches STRINGING SHEAVE INFORMATION Diameter Tangent Sheave inches Diameter Groove inches Thickness of Neoprene at Bottom of Groove inches Diameter Large Angle Sheave inches Diameter Groove inches Thickness of Neoprene at Bottom of Groove inches PAGE 4 OF 11 3/31/00 CITY OF DENTON BID PROPOSAL FOR DENTON NORTH TO NORTH LAKES 138kV UPGRADE BID NUMBER 2522 ALTERNATE CONDUCTOR ASSEMBLY UNITS A conductor assembly unit consists of 1,000 ft of a single conductor or OHGW, and includes all required tie wire, splices and armor rods where necessary The length of conductor or OHGW shall be determined by taking the sum of all straight horizontal span distances between centerline of the poles The conductor sizes and types are listed by the Conductor "Code Name", where applicable UNIT QUAN OF UNITS INSTALLATION UNIT PRICE EXTENDED COST Conductor, 795 0 MCM, 37/0 AAC, Arbutus 16 500 1,92000 31,680 00 Conductor, 5563 MCM,19/0 AAC, Dallis 2 500 1,50000 3,75000 OHGW, 3/8" EHS 1500 480 00 72000 TOTAL 36,150 00 The Bidder shall complete the following information and submit with his Bid Tabulation BULL WHEEL INFORMATION Diamenter Bull Wheel inches Diameter Groove inches Thickness of Neoprene at Bottom of Groove inches STRINGING SHEAVE INFORMATION Diameter Tangent Sheave inches Diameter Groove inches Thickness of Neoprene at Bottom of Groove inches Diameter Large Angle Sheave inches Diameter Groove inches Thickness of Neoprene at Bottom of Groove inches PAGE 5 OF I I 5131100 CITY OF DENTON BID PROPOSAL FOR DENTON NORTH TO NORTH LAKES 138kV UPGRADE BID NUMBER 2522 FOUNDATION ASSEMBLY UNITS A foundation assa ably unit consists of all concrete, be wire, rebar and anchor bolts to construet the foundations UNIT QUAN OF UNITS INSTALLATION UNIT PRICE EXTENDED COST FNO-SWITCH 1 6,727 80 6,7278 FND-5A 1 12,558 90 12,5589 FND 513 2 10,258 80 20,517 60 FND-5F 1 19,399 80 19,399 8( FND-51) 1 10,553 80 10,553 80 FNO-5E 1 8,6926( 8,6926( TUMA, TM-101 2 3 393 00 6,7860( TP-138S TM-101Y 8 3,07100 24,568 00 TP-138S TM-101X 11 3,04200 33,462 00 TP-138S TM-101 3 2,80300 8,40900 TOTAL 151,675 50 PAGE 6 OF 1 I 5I31I00 CITY OF DENTON BID PROPOSAL FOR DENTON NORTH TO NORTH LAKES 138kV UPGRADE BID NUMBER 2522 MISCELLANEOUS ASSEMBLY UNITS A miscellaneous assembly unit consists of an additional unit needed in the project for new line construction but not otherwise listed in the proposal This section includes grounding assemblies consisting of the conductor, ground rod, grounding plate, connectors and clamps as shown on the respective drawings for the various types It also includes fuse cutouts, reclosers, sectionalizers, switches, capacitors, regulators, metering and other assembly units QUAN INSTALLATION EXTENDED UNIT OF UNITS UNIT PRICE COST 600 00 1,800 00 TM-2A 3 840 00 5,0400( TM-2AD 6 180 00 540 00 TM417 3 135 00 2,430 00 TM-50IG Is 18000 36000 TM -LIGHT 2 21000 63000 TM-U 3 360 00 36000 i 42000 2,10000 5 E 27000 54000 2 13500 135 00 1 15 00 15 00 K14C i TOTAL 13,950 00 PAGE 7 OF I I vaunn CITY OF DENTON BID PROPOSAL FOR DENTON NORTH TO NORTH LAKES 138kV UPGRADE BID NUMBER 2522 REMOVAL ASSEMBLY UNITS Removal assembly units cover the furnishing of all labor, equipment, and material for the removal of existing units of construction from existing lines, disassembling into material items, and all labor and transportation for appropriate disposition of all materials in accordance with the specification Disposition will include returning some items to the owner in useable forth and condition at a location specifide by the owner The removal units are specified by the prefix I and followed by the assembly unit designation of existing assembly units to be removed The following special notes apply to specific removal units a. Poles. All poles of the same height, regardless of pole class, are designated by the same mitt. The Contractor' is not required under this unit to remove from the pole any ground wire or pole numbering attached to the pole This unit includes the refilling and tamping of holes in a workmanlike manner unless they are reused b Pole -Top Assemblies. The unit of removal of pole -top assemblies includes, in addition to the removal of the assembly itself any necessary handling, resagging, and retymg of conductors in those cases where existing pole -top assembly will be removed and replaced by a new pole -top assembly and where any existing conductor is to be reused The unit of removal of pole -top assemblies includes any holding or handling of mainlme or tap conductors at tap lines, angles, and deadends where such is involved, and reinstalling of such conductor in accordance with the specifications c Conductor The conductor removal unit covers the removal of conductor or cable, reeling or coding it in a workmanlike manner, and proper disposition. Fiber optic cable shall be returend to the Owner Other wire and conductor devices will becone property of the contractor d Guys All guys regardless of length, type of attachment, or size of guy strand are specified by the same unit e Aneben Only anchor rods are to be removed by the Contractor in anchor removal units The anchor will be left in the ground. f Transformers The unit for removal of transformer assembly units is divided into two sections, (1) Conventional Transformer Assembly, and (2) Self -Protected Transformer Assembly "Self -Protected" refers to transformers where all protective equipment is mounted on or within the transformer "Conventional" refers to transformers where the protective equipment is mounted separately from the transformer Transformers are to remain the property of the Owner g Secondary Units The unit for removal of secondary assemblie , i s in addition to the removal of the assembly itself, all necessary handling such as untying, resagging, and retying ci <, lary conductor or cables where existing secondary conductor or cable is to be reused In addition, the unit for removal of secondary assembly includes the handling or holding of any conductor at tap lines where such is involved, and the remstalling of such tap conductor in accordance with the specifications h Service Unit The unit for removal of service assemblies includes, in addition to the removal of the assembly itself, all necessary handling such as untying, resagging, and retying of service conductor or cable where existing service conductor or cable is reused PAGE g OF I I sit voo CITY OF DENTON BID PROPOSAL FOR DENTON NORTH TO NORTH LAKES 138kV UPGRADE BID NUMBER 2522 REMOVAL ASSEMBLY UNITS (Continued) QUAN REMOVAL EXTENDED UNIT OF UNITS UNIT PRICE COST 60720 1,214401 190 2 573 60 1,720 80 185 3 432 00 11,232 00 180 26 405 2,430001 175 6 378 00 1,134 00 170 3 29280 292 8 165 27000 270 00 160 225 00 00 155 2 13500 1 135 00 145 1 270 540 I STUB 2 24000 240 00 159CNC 1 150 00 150 00 I Switch 120 120 0 01 1 TH«7 1 600 1,800 1 TP-690 30 1350 1,41750 I TWO 105 135 00 40500 1 TS 5 3 2400 1,44000 I TM-2D 6 1200 480 I TM-40 4 36 68400 I TA-2H 19 12000 3,0 00 ITG-11A 30 12000 1,320 00 ITG-1ID 11 1200 480001 ITG-HE 4 6000 360 00 I T6 26D 6 6000 60001 I TM -LIGHT 1 18000 180 00 I TM C 1 18000 900001 I TM-T s 10200 408001 I TM-U 4 7500 75001 I TM-USWITCH 1 13500 270 00 I TM-DS 2 20400 4080 1 VC8 2 12000 7200 1 VC7 6 7500 2.7000 I VC2-1 A 36 75 0 2,700 00 I VC2 l 36 3600 �cr IK14 1 3 6000 ` I E-I 3600 72 00 I Fl 2S 2 120 19,236 00 I Arbutus 16,030 ft 090 46,383 30 1 Cairo 51 537 ft 030 2,312 40 13/8" EHS 7,708 ft 048 1,93296 1 Atl amoo 4,027 ft 120 13,666 80 I Fiber o tc 11 399 ft TOTAL 124,155 96 YHVri Y OF „ CITY OF DENTON BID PROPOSAL FOR DENTON NORTH TO NORTH LAKES 138kV UPGRADE BID NUMBER 2522 PROPOSAL SUMMARY DESCRIPTION EXTENDED INSTALLATION POLE ASSEMBLY UNITS 87,172 50 POLE TOP ASSEMBLY UNITS 18,810 00 CONDUCTOR ASSEMBLY UNITS 111,384.00 (ALTERNATE) CONDUCTOR ASSEMBLY UNITS 36,15000 FOUNDATION ASSEMBLY UNITS 151,675 50 MISCELLANEOUS ASSEMBLY UNITS 13,950 00 REMOVAL ASSEMBLY UNITS 124,155 9 TOTAL TRANSMISSION LINE CONSTRUCTION $543,297 96 * To be in written in words on next page PAGE 10 OF 11 5131M CITY OF DENTON BID PROPOSAL FOR DENTON NORTH TO NORTH LAKES 138KV UPGRADE BID NUMBER 2522 BID SUMMARY TOTAL BID PRICE IN WORDS Five hundred forty three thousand two hundred ninety seven dollars and ninety six cents In the event of award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond, for the full amount of the contract, to secure proper comphance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment For all lawful claims for labor performed and materials rnished m the fulfillment of the contract It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Owner The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final Unit and lump sum prices as shown for each item listed in this proposal, shall control over extensions RED SIMPSW INC CONTRACI'r� i Presvient 4615 Parliament Dr. Suite 200 Street Address Alexandria, La 71303 City an State Seal & Authorization 318.441.8421 (If a Corporation) Telephone PAGE 11 OF II 10/Ud/LUUU 14 41f 'M - A""*Z&WnAL AAa,1n+A- 1JLQ%u1AuulW0 zi-"t Us SENT BYnI MAJ v l ,Au- J u , 1u1a , Acm CERTIFICATE OF LIABILITY IN$URANCIE6v,1-2 is"Ds o MATION WLY AND COW-md KO AIONTS UPON THE CENT geATE Nibaroa Rosenthal >. HOL09t71Y6CHiTIPICATEDOPBNOTAMHAI,EXI6DDan Af��gOpygpAC6rAPROR06DB{YTIOTPOLICbsY6LfAYa 5700 ylorA.th9YSTe 150 Baton Hooge Tit 70006 D CamERAGE Pbaaoa296-aa6-OO2 Pami RMS-094w100s a4AT® aAU -1 A. Audobm IndmMity Conmang W.Wina -'Ammse— fin4d ofwl Pin ion oe oa, O a on CO., Inc Aumaac Illiaeis National Insurance CO /iatieaal gales Piza Las CO asan a TO130 �m e GpV�R1MTAes TFE PODOX6 of LIBT®BBWVNAVE MH 10811®TOTFI6 BNUR®WIAElf M�4'(� NT TTIW 0014)RONOPANY CONTRACTOR CT14= DOMLCNTVM M POLICIEa TH 61 YBM IMVBpMflWBYNM ABOVE FOR TM6 ROD0Y PER10DM01CATW NOTT5TH6TMA71N0 REBPECTTOVOWM TMecEffr 0ATEWNYBEMMOCR DGU�rTO�iMl 1104W.tl70, OR7MS AND OONgi M OFUGH - ..bo.etuaNfa FAC11OOCUPRE" f 2,000 000 A a0Af1ALLINSU1T X 0cemmaLammmmUA DAM KADEFEomm OCC044529 06/01/00 06/01/0l t 100,000 99)dfwpnYaneP f 51 000 ,A mt raAa Auv t+ATM t 1.000.000 OBiHiAL AMAMtR A 2,000,000 ®enA�w,,CARA'AIASIesMau aaon,cTs aowuro,.aR t 1 000,000 FOIILv E L0C A D C LaaAATY AWWWO A,Le A ICHMUVID " CLA400163-LA, AL, AR AOV960269-m CLA401074-M 06/01/00 06/01/OO 06/01/00 06/01/01 06/01/0l 06/Ol/03 TWURI U'� 1,000,000 f AYlmInILC X H X MRaAA�A'm aatRtstse ae, AA, re, ei, 06/OS/00 86/01/01 E NvawN®Av= 00, ah. NC ��saMg9 - ���p11W1EE __-_ A �T,RaA„T NMM1IM Y-Ft AODD3n S C MERWW FJAAV- Au1O011Lr Ann AN/aRO f A MUM EAMOCOMENCE f 5,000.000 a 7C oa+a ❑.+.w....,� Dem12a9621 06/O1/eO 06/Ol/OL ArnnRcanc t s oaLe,000 i rcn r:lm � .... RERfTIGI f f waA,eRs emAFene„ Tc„mm EIIIP10YD16'LIABMY e ELL hAG1 AOPCW FI nAPAW Ft FeA A W-D,a=AW-POLIO LUT f P crtvm V"ted Nat GU" XW51676 061OL/Do 06 mm. Xe ombr 10,000,000 e AS wa* A{RT ■TTP1M9A0 dg/01/nal na MT 0T I we nmlvr 16,8801008 AEC@ 0Y al00MaM@!leYOOAL NlaAaolln Cmpany H - New RMWO334mm Imumanae Co. Blanket Additional Insured and Waiver of Subrogation ulth regard to General IAmbslity and Auto Liability as seg9saed by usstten avatsaut vtittan contract Cwasage sppliee an a primary basis avow any other insaranoe available to the additional inanred. See Attahed COOMAT8 NOLOW CA.ty of Penton, Its OffiOaals, Agents, %m%ployme a Volunteers Attn POranasing Dept 901-B Yen" St. Denton TX 16202 G111YD-2 I mwwu,m.m.anAmaTe..pt{A,ecpnA,�Awe,A.rroan+ay.wc...crrw.W DATE T,UMN THE MUM WSMIRV LLMIAAVORTOWn " WtfNRO7B1 NGMTOT1aCMMVATB N010an MOM To TMLAR, 0UT"LW5TOP0 AO WALL e0O WNOoa KWARU M1YaJn MANY 0011PA9 THEAlaaaRMA AOeRAOR 10/0di LUUU 14 46 hAA rid! - ALLAA0 l}� _tam AamY� 1olt"fluu% L/JL Uua .n_ 4_ n In -IA _ V& 7v T = 1..� 91 �:,T..Si 1�7.Iq %1.i,��9,MrorT. p:... ^ Welicy shall not ire cancelled, nansenew0d as Matarsally cban" t when bombe pol# is baling cencslledd wittaft notice Coorr gim�aymentor premium in � eaee 10 dogs advanoe w*Ltten notice is :egoived. _ I /Ud/tu Uu 14 da rAA XJl - Al ZAA'NvmlA w�""� ��• OOT-03-00 TUE 10:43 AM LYNN 1NSURANOL GRP FAX NO. 6014204355 P.01/01 OF LIABI I'TY INSURANCE p� f1UW AC RD CE TIFICATE C DNFM No WE UPON THE CORTIFIOATE py��f1D� M UNnpWXWTINQ ALLIANCE ON�Y,�NW ��Q��� NOf gEDLDy�y ' .n1E �pAFWf+�" OR TN8 POLICI&7 LUEMpEpMMiN's 1307 AIRPORT ROAD Nh SUM 2C yrSUR6R8 AFFORIN" E ,IAOKMN, MC ]920A M"fi r w&uaeo RED SIMPSON, INC ET AL— P O Sox 12120 ALEXANORIA. LA 71315.2120 � >rtsu�e uCV IImIOPTED typ1W(h15TANDIN NAMED I T6 MAY BE IESUISD OR W LUiT80 9LR OW NAVVE� 8 OR OTmdIt DQDYMENT wml ftE5P0Gr To WHICH TH�g w I �p Cr woo OONDRION C7: AIA1' ALL Vr TERM6 sim ANY I�pLI HINT, M 4R ED ss6R41N$IB auB,I6CTT0 Y THE wsu AFFQp= sY THE PGLICm DEw= . . MAv a�rtrAN ROLx� AOOR86AT84Wf8MOWNMAYHAVEE�RMMD0VPAID _ __ LN&1E - - geLIGVN°1�6A eAONottUloMs°& _ ---- GAMMAL IIAMUW , Ip 9ALw66 (Age�PoAl ,� __ - GUMNeaCIaLO�EaA/UAEIIfIV I I 169767IA1AAY a�A .-. E ,-- I �p�ONALAAON paIUP'/ Ate_ _ i CWuswW& n- IOOWn� I 0&glRAL AGNP&GATM �_ _ _ �AMDWM UX~AOG IS II uCNL NGGaFBAT@l1Ma'MPLI�V6R I PGLGT Y We _ ''y„A�yyA yNGIELIMIf E ,A� ILY u1AAYO AUMNGIW'ViTO&OGAVT� LASUTY IAVMONLY 6AA0=CN'r i MMOILIIY �I 'iPuNi6uMW- A" 1-- I ' I EAaI DGOURRfiN�% E .. ._ MAecseLIANIUTTA� i j AGGRIPATA GCOUR QLVLIG MAur r- IS - --' ` _- I G&cucAM I s -� A6TBmGR e y O 1 o01 +6 OOp a�ww10001r �L NANO 27651R , EI 1 B CH ACCIW MAPAgRO'� &_p00b A I LCt EIEEAE& NL.DISEa's4-poLA;rLrla' s 1;000,000 I _ _ _ _ ..-.-... �. ,�A ,L, uune ne T1GI _ OLOldit A9 IaEQUIRED DY CONTRACT U9LSH COVERAGE APPLIE6 MAnI I Ime Lwvc" rY ` SAID POLICY SMALL NOT BE CANCELLED, NONRENEWED OR MATERIALLY CHANGED WITHOUT 30 DAYS ADVANCED WRITTEN N I ILICMBIINGE 10 DAY3 ADVANCE WRITTEN NOTICE 18 REQUIREDICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN AmnIONALuwAMOr W&UANR LLTi&IC YOYGI®e& omq m"*EiAmtA IIIEIIO�A�A/M OF716pBWM0 O 1O MML 30 OAYE wwm L.I IY or DENTON Ed2fEtl ,TaaE a&ISMi p':11R�WAILB ATTNI PURCHASING DEPT nonce Tu ., MAS NOR UAINU NArA ap LET, NRilYL11RE 7O ABR M O MPO:E ND OBuOARON OR 11ABMY R ANY ImW uWN Sx Ir�P. � A�IIIS OR 001.8 TEXAO OTN<ET ArNbs DENTON,TX 76201 _ _ A ,