Loading...
HomeMy WebLinkAbout2000-277ORDINANCE NO Doi GY4 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF US HIGHWAY 377 — 20 INCH WATERLINE, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING AN EFFECTIVE DATE (BID 2538 — US HIGHWAY 377 — 20 INCH WATERLINE AWARDED TO DICKERSON CONSTRUCTION CO, INC, IN THE AMOUNT OF $974,392 50) 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 SECTION 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 2538 Dickerson Construction Co , Inc $974,392 50 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 '0 day of {i2 , 2000 EULINE BROCK, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY BY h)lo 1-47� APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY BY<f / l � BID 2538 - CONTRACTUAL ORDINANCE Bid # 2538 U S Highway 377 20-in Water Line Date 7 0 Vendor Principal Place of Business Total Base Bid Bid Bond Dickerson Celina $974,39250 Yes S J. Louis of Texas Arlington 1 009 718 92 Yes Mid -State Utility Waco 1,017,35100 Yes Bowles Construction Wichita Falls 1,029,694 30 Yes BCI Utility Carrolton 1,073,786 00 Yes LarrettInc Kaufman 1,074,347 00 Yes Circle C Ft Worth 1,081,945 00 Yes C-Con Dallas 1,147,243 50 Yes Rodman Utility Frisco 1,164,529 00 Yes Utilities Inc Lake Dallas 1,197,649 76 Yes Linderstohl Ft Worth 1,278,690 00 Yes Long Construction Mansfield 1,343,888 00 Yes Saber Development Dallas 1,397,078 60 Yes Pate Brothers Kennedale TX 1,416,179 10 Yes Ja oe Public Denton 1,463,288 00 Yes Mid -Continent Excavation Rockwall 1,554,777 10 Yes R-Con Irving, TX 1,713,440 00 Yes EXHIBIT I CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 5 day of Se temher A D , 2000, by and between City of Dentnn of the County of Denton and State of Texas, acting through—11Zhnel W TP7. thereunto duly authorized so to do, hereinafter termed "OWNER," and Dirkenznn Cnnemirtinn C n inr Cphna� TX 7-SMQ of the City of Celina, County of Collin and State of Texas, hereinafter termed "CONTRACTOR" WITNESSETH That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below Rid 251R - IN High 477 - 7(1 rorh WaterlmP in the amount of 9741397 50 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement, and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal and the Performance and Payment Bonds, attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein and on file in the office of the Purchasing Agent, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, CA-1 and the Specifications therefore, as prepared by all of which are referenced herem 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 tune 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 A EST Cary of Denton OWNER BY (SEAL) ATTEST APPROVED AS TO CITY A' h, C\CtrKlo-j CDr )I' CONTRACTOR Ci ltti1'. ,'(",xRs Is0-oq MAILING ADDRESS Rjz- 3sz-zt't3 PHONE NUMBER 14F.MW 911-35z zo43 FAX NUMBEJV BY TITLE y/1/ 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 carvers 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 of 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 clauns-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 claim 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 clauns 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 $1 000.00 n 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 1XI 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 nummum 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 shall agree to waive all rights of subrogation against the City, its officials, agents, ei :s 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 I 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 [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-msure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity Persons providing services on the project ("subcontractor" in §406 096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets B The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 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 the governmental entity prior to being awarded the contract D If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended E The contractor shall obtain from each person providing services on a project, and provide to the governmental entity (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project, and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project F The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter G The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project H The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage I The contractor shall contractually require each person with whom it contracts to provide services on a project, to (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all of its employees providing services on the project, for the duration of the project, (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project, (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project, (4) obtain from each other person with whom it contracts, and provide to the contractor (a) a certificate of coverage, prior to the other person beginning work on the project, and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project, (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project, and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services J By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions K The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity Bid 2538 Insurance WORKDAYS 120 BID NO 2538 PO NO BID TABULATION SHEET 120 I LF I $ So /1.+ 1 $ 6. 000. " �' 078 LF j$,av/ is 44W,4 9, s{n to l003, lJa7 88 IX $ 30o /k $]G 400 IVA 445 LF $ 3po /xa $ 133 Soo.:. 1 I EA $ / $ 11 EA 1$ / 1$ S ooO K A S, �:� ✓w 1 1 EA $ 1 000 / K $ l o00 1 FA $ $,000 /,cam $ S,000 6 SA $1d S0o / l t $ '4S, o00 7 EA $;SOO l +. $ 17,foo. 61 EA $bso $?S Sne_ :. P-3 BID TABULATION SHEET Base Bid Cont. WORKDAYS 120 _ BID NO 2538 PO NO Combination Air and Vacuum Release Valve TlEA $4soo ,[v $ ASoo 6 7 3p)(Fir Unit Price in words 6 7 3(o) 1" Water Service 8 $ !0 00 / $ Q 800 - Unit Price in Words 6 7 : 2" Water Service - Unit Price in Words SP-3 HMAC Pavement Repair 46 LF $ 7 s� ! $ MS - Untt Price in Words SP-3 I FhWble Base,Pavement Repair 157 LF $ S ' ! $ } 85 Unit Price in Words. SP 3 Grass Seedmg With Erosion Control Blanket 14,462 LF $ l $ k0$944 $ Unit Price in Words SC-10 Rock Excavation 2,000 CY $ / F • ! $ 2,coa Unit Price in Words SC 37 Bxc ivation Protection 14,592 LF $ Unit Price in Words SP 3 Remove and Replace Tree 4 $ 4,000 - Unit Price in Words SC-39 Project Sign 2 EA $ Soo / $ 1 aw Unit Price in Words 8 1 Barricades, Detours, and Warning Signs 1 LS $ T000. / $ Zovo - Unit Price in Words I 3 13 Right -of -Way Preparation 1 I LS I $S 000- ! $S000 - Unit Price in words P-4 WORKDAYS 120 BID NO 2538 PO NO BID TABULATION SHEET ssia wont. _. 121 1 Contractor's Warranties and Understandings 1 LS $15 o+a / $ 25 Unit Price in Words 814 Barbed Wire Pence 260 LF $ .5 "a. l $— Unit Price in Words 6 7 3(o) UPRR Contractor's Right Of Entry Agreement 1 LS $ 500/00 $ 500 00 Pee Unit Price in Words Total Base Bid (Words and Numbers) SE11r,,.. Skr� , E gtti4E 1 C fU',jur /Jja/iAs1l 7/1vE' Nucw47- /ta., //1Ti+u�IAnZ T „`/1Bt A(„aCncG .64y- Tw UO /4, P-5 u- or�.j� fir'/8 4-1,3t,o $ TOTAL BID PRICE (Total Base But fd Bid Alternate) IN ti.Ne got.Zne2 OJn"��aalAwi C fAf Ili. q- Ir, 2'04o u /I(,,./Mil N.I`wo Or Determination of the lowest qualified budder may be based on the Total Base But, and/or the Total Alternate But, in addition to all other requirements of these contract documents and specifications The contract will be awarded to a single bidder In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer 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 DI CA E 10 011 coved- C0 (,Vol CONTRACTOR BY A aDK If Street Address Cf-/,'.d,_Tc.ra) �Soc9 City and State Seal & Authorization (If a Corporation) 9-7.) - 3 8 2- Telephone RM I M P O R T A N T N O T I C E - - - - - - - - - - - - - - - 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 P.O. BOX 149104 AUSTIN, TEXAS 78714-9104 FAX # (512) 475-1771 PREMIUM OR CLAIM DISPUTES: SHOULD YOU HAVE A DISPUTE CONCERNING YOUR PREMIUM OR ABOUT A CLAIM YOU SHOULD CONTACT THE AGENT OR COMPANY FIRST. IF THE DISPUTE IS NOT RESOLVED, YOU MAY CONTACT THE TEXAS DEPARTMENT OF INSURANCE. ATTACH THIS NOTICE TO YOUR POLICY THIS NOTICE IS FOR INFORMATION ONLY AND DOES NOT BECOME A PART OR CONDITION OF THE ATTACHED DOCUMENT. Bid Bond Surety Department Bond No N/A KNOW ALL MEN BY THESE PRESENTS, That we, Dickerson Construction Company, Inc. as Principal, hereinafter called the Principal, and the Hartford Fire Insurance Company , a corporation created and existing under the laws of the State of Connecticut , whose principal office is in Hartford, Connecticut , as Surety, hereinafter called the Surety, are held and firmly bound unto City of Denton, Texas as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Greatest Amount Bid Dollars ( $ S% GAB), for the payment of which sum, well and truly to be made, the said Principal and the said Surety, bmd ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents Whereas, the Principal has submitted a bid for Bid No. 2s3g / Highway 377 20" Water Line NOW, THEREFORE, If the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the biddings or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect Signed and sealed this 18th day of July A D 2000 Witness Attest .c cvcaaQwaw Dickerson Construction Company, Inc (Principal) (SEAL) By ,/ A r (SEAL) (Title) Hartford Fire Insurance Company i, Attest � By Ka4thy M ks - Wi ress Regina Dow mg, Atto ey-m- act (Title) (Approved by the American Institute or Architects, A I A Document No A-310, 1970 Edition) Form S-32664 Printed in U S A 12-70 (SEAL) (SEAL) HARTFORD FIRE INSURANCE COMPANY Hartford, Connecticut POWER OF ATTORNEY Know all men by these Presents, That HARTFORD FIRE INSURANCE COMPANY a Coporation duly organized under the laws of the Slate of Connecticut and having its principal office in the City of Hartford, County of Hartford, State of Connecticut does hereby make constitute and appoint BRUCE C De HART EDWARD L MOORE DAVID R GROPPELL REGINA C DOWLING ROSALYND HASSELL and NANCY TANKO of HUMBLE TEXAS its true and lawful Attorneys) in Fact with full power and authority to each of said Attorneys) In Fact in their separate capacity if more than one is named above to sign execute and acknowledge any and all bonds and undertakings and other writings obligatory in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons holding places of public or private trust, guaranteeing the performance of contracts other than Insurance policies guaranteeing the performance of insurance contracts where surety bonds are accepted by states and municipalities and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law allowed and to bind HARTFORD FIRE INSURANCE COMPANY thereby as fully and to the some extent as d such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers and hereby ratifies and confirms all that its said Attorney(s) in Fact may do in pursuance hereof This Power of Aflame)' is granted under and by authority of the By Laws of HARTFORD FIRE INSURANCE COMPANY ("the Company) as amended by the Board of Directors at a meeting duly called and held on July 9 1997 as follows ARTICLE IV SECTION 7 The President or any Vice President or Assistant Vice President acting with any Secretary or Assistant Secretary shall have power and authority to sign and execute and attach the seal of the Company to bonds and undertakings recongnizances contracts of indemnity and other writings obligatory in the nature thereof and such instruments so signed and executed with or without the common seal shall be valid and binding upon the Company SECTION a The President or any Vice President or any Assistant Vice President acting with any Secretary or Assistant Secretary shall have power and authority to appoint for purposes only of executing and attesfing bonds and undertakings and other writings obligatory in the nature thereof one or more resident Vice Presidents resident Assistant Secretaries and Attorneys in -Fact and at any time to remove any such resident Vice President resident Assistant Secretary or Attorney in Fact and revoke the power and authority given to him Resolved that the signatures of such Officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile and l be valid and ng on tre by facsimile such s signatures and facsimlile seal al shall be valid and bindifacsimile ng upon the Companatures or lnysInthe future with respect of any bond or undertaking to which it Iand any suchpower attached executed and certified In Witness Whereof HARTFORD FIRE INSURANCE COMPANY has caused these presents to be signed by its Assistant Vice President and Its corporate seal to be hereto affixed duly attested by its Secretary this 14h day of May 1999 HARTFORD FIRE INSURANCE COMPANY . '0 0� OJL-� Paul A Bergenholtz Assistant Secretary STATE OF CONNECTICUT SS Hartford COUNTY OF HARTFORD f� Jl SEAL �Jw/� Robert L Post Assistant Vice President On this ing by me swoon did pose and say es in the County Hartford day of May Connecticut, l999 thatt heefore me is the Assistant Vice Presidelly came nt ofrt LPost to me known whoHARTFORD FIRE NauRANCE COMPANY the corporation described to antlwhichde executed he above) instrument that he knows the seal of the said corporation that the seal affixed to the said instrument is such corporate seal that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order U-T- Jean Wozmnk Notary Pubac CERTIFICATE bly Commission Bxpues June 30 2004 I the undersigned ` A HARTFORD FIRE INSURANCE COMPANY a Connecticut Corporation DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remaii ice and has not been revoked and furthermore that Article IV Sections 7 and 6 of the By Laws of HARTFORD FIRE INSURANCE COMPANY set forth in the Power Of Attc tow In force Signed and sealed at the City of Hartford Dated the 18TR day of JULY 2000 7tt " *O-A-k"q)k Richard L Marshall Jr Assistant Secretary e !_sue-C SEALS J Dennis Lane Assistant Vice President Form c 1907 9 It1F) Printed in I S A I M P O R T A N T N O T I C E 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 P.O. BOX 149104 AUSTIN, TEXAS 78714-9104 FAX # (512) 475-1771 PREMIUM OR CLAIM DISPUTES' SHOULD YOU HAVE A DISPUTE CONCERNING YOUR PREMIUM OR ABOUT A CLAIM YOU SHOULD CONTACT THE AGENT OR COMPANY FIRST. IF THE DISPUTE IS NOT RESOLVED, YOU MAY CONTACT THE TEXAS DEPARTMENT OF INSURANCE. ATTACH THIS NOTICE TO YOUR POLICY THIS NOTICE IS FOR INFORMATION ONLY AND DOES NOT BECOME -A PART OR CONDITION OF THE ATTACHED DOCUMENT PERFORMANCE BOND STATE OF TEXAS § BOND No. 61BCSAX1607 COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That Dickerson C onstruction IO , Inc. —whose address is ^^ Bo; 1RL,Celma TX 750n9 hereinafter called Principal, and MATFDRD FIRE INSURANCE COMPANY a corporation organized and existing under the laws of the State of COMWTICUT , 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 Nine Hnndrwl Seven Ftnir Thnncand Three F,Tnndred Rnnet3/ Tv n and 5n/in0 DOLLARS ($ 97d,i97 5n) plus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages arising out of or connected with the below identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal entered into a certain Contract, identified by Ordinance Number Mnn-777 , with the City of Denton, the Owner, dated the 5 day of Sept—�— A D '7000, a copy of which is hereto attached and made a part hereof, for Rid'254R TrS H,ghwny377 - 70 ,nrh Waterline 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 i -- e, notice of which modifications to the Surety being hereby waived, and, if the Principal : -pair 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 Working good any default or deficiency, then this obligation shall be void, otherwise, it shall remain in full force and effect PB - 1 PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc , accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this instrument is executed in -A-copies, each one of which shall be deemed an original, this the _day of Reptrmb , -MM ATTEST ` B SE TAR I I;� Y= B ei? :C. 1 / PRINCIPAL DICEERSON CONSTRUCTION COMPANY, INC. BY PRESIDENT SURETY HARTFORD FARE INSSUURANCE COMPANY BY wa r df' %� ATTORNEY -IN -FACT EDWARD L. MOORE The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME P.C.L. INSURANCE AGENCY, INC. STREET ADDRESS 206 ELM STREET, STE. 105, LEWISVILLE, TERAS 75067 (NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give a person's name ) PB-2 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § BOND No. 61BCSAK1607 KNOW ALL MEN BY THESE PRESENTS That Dirkerenn Congtnlrtinn ( n Inc whose address is pC) Rnx 181 Ce1ina TX 75009 hereinafter called Principal, and HARTFORD FIRE INSURANCE COMPANY , a corporation organized and existing under the laws of the State of COMECTICUT 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, firins, and corporations who may furnish materials for, or perform labor upon, the building or unprovements hereinafter referred to, in the penal sum of Nine Hiinnrea Spirenty Fnnr Thnnaand Three Hundred Ninety TWO and 50/1(10 DOLLARS ($ 974,392 50) 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 winch 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 ')nun-777 , with the City of Denton, the Owner, dated the 5 day of September. A D 7000, a copy of which is hereto attached and made a part hereof, for Rid 9SIR 11C HighwAy '471 _ 9n inch Waterline 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 winch 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 S — day of Septe`nhhe 7000 ATTEST PRINCIPAL DICKERS ON CONSTRUCTION COMPANY, INC. BY SEC TARY BY PRESIDENT IdUMMM WITNESS: SURETY 1 HARTFORDDFFIIRE INSURANCE COMPANY BY G C. I)OWLING BY ATTORNEY -IN -FACT EDWARD L. MOORE The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME P.C.L. INSURANCE AGENCY, INC. STREET ADDRESS 206 ELM STREET, STE. 105, LEWISVILLE, TEXAS 75067 (NOTE Date of Payment Bond must be date of Contract !f Resident Agent is not a corporation, give a person Is name ) HARTFORD FIRE INSURANCE COMPANY Hartford, Connecticut PO W ER OF ATTORNEY Know all men by these Presents, That HARTFORD FIRE INSURANCE COMPANY a corporation duly organized under the laws of the State of Connecticut and having its principal office in the City of Hartford County of Hartford State of Connecticut does hereby make constitute and appoint BRUCE C DeHART EDWARD L. MOORE DAVID R GROPPELL, REGINA C DOWLING ROSALYN D HASSELL and NANCY TANKO of HUMBLE TEXAS its true and l authority iArtheir ins than e named is execute above to sign and acknowledgelawful and all bonds and undertakings and otherwwritings obligatory thereof on behalf of the Company y in business of guaranteeing the fidelity of persons holding places of cubic or private trust guaranteeing the performance of contracts other than Insurance policies guaranteeing the performance of insurance contracts where surety bonds are accepted by stales and municipalities and executing or guaranteeing bonds and undertakings required or permitted In all actions or proceedings or by law allowed and to bind HARTFORD FIRE INSURANCE COMPANY thereby as fully and to the same extent as d such bonds and undertakings and other writings obligatory In the nature thereof were signed by an Executive Officer of HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers and hereby ratifies and confirms all that Its said Attorney($) In Fact may do in pursuance hereof This Power of Attorney is granted under and by authority of the By Laws of HARTFORD FIRE INSURANCE COMPANY ("the Companyl as amended by the Board of Directors at a meeting duly called and held on July 9 1997 as follows ARTICLE IV SECTION 7 The President or any Vice President or Assistant Vice President acting with any Secretary or Assistant Secretary shall have power and authority to sign and execute and attach the seal of the Company to bonds and undertakings recongnizances contracts of Indemnity and other writings obligatory in the nature thereof and such instruments so signed and executed with or without the common seal shall be valid and binding upon the Company SECTION a The President or any Vice President or any Assistant Vice President acting with any Secretary or Assistant Secretary shall have power and authority to appoint for Secretaries andlAttorneysof iinl fact and at and attesting time to remove aonds and nysuch and other residentt Vice lPresideiigatory in the nt resident Assistant nature Secretaryne or more or Attorney In Fact and revoke theident Vice spowerent Assistant and authority given to him Resolved that the signatures of such Officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile and l be valid and on the by fsuch acslmde s gnatures and facsimile seal shall be valitl asuch cnd bindiimile ng uponthe Company inor facsimile the of rre with respecit o any bond or undertaking o wand hich it itsuch s attachedower so executed and certified In Witness Whereof HARTFORD FIRE INSURANCE COMPANY has caused these presents to be signed by its Assistant Vice President and Its corporate seal to be hereto affixed duly attested by Its Secretary this 14th day of May 1999 HARTFORD FIRE INSURANCE COMPANY .,ter `� a Paul A Bergenholtz, Assistant Secretary Robert L Post Assistant Vice President STATE OF CONNECTICUT SS Hartford COUNTY OF HARTFORD On this 14th sworn did ose and hat he s in the Hartford State of Conof necticut that he1999 afore me ls the AssistantaVice President ofcame Robert LPost to me known Who HARTFORD FIRE I . umANCE COMPANme Y the corporation described nil and which exit executed he above Instrument that he knows the seal of the said corporation that the seal affixed to the said Instrument is such corporate seal that It was so affixed by order of the Board of Directors of said corporation and that he Signed his name thereto by like order 0 � IItOTJWr � '� leanH Wozniak Notary Public CERTIFICATE My Commission Expues Jnite 30 2004 I the undersigned Secretary of HARTFORD FIRE INSURANCE COMPANY a Connecticut Corporation DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked and furthermore that Article IV Sections 7 and 8 of the By Laws of HARTFORD FIRE INSURANCE COMPANY set forth in the Power of Attorney are now In once Dated he 5TH day of SEPTENI]iEB 2000 Signed and sealed at the City of Harllord")1 //''////nn//• r lR L.Yvll /Y` �n ,m Richard L Marshall Jr Assistant Secretary J Dennis Lane Assistant Vice President Form S 3507 9 (HF) Printed in U S A 10/03/2000 PRODUCER Serial# A1290 EMPLOYERS GENER4IL INSURANCE GROUP, INC 123 N CROCKETT, STE 600 SHERMAN, TEXAS 75090 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW _WNIPANIES AFFORDING CO E COMPANY OLD REPUBLIC LLOYDS OF TEXAS A INSURED DICKERSON CONSTRUCTION COMPANY, INC COMPANY OLD REPUBLIC INSURANCE COMPANY B --- --- — _ P 0 BOX 181 CELINA, TEXAS 75009 COMPANY C -- --- COMPANY D THIS I O CE TIFY M 11111911 U C L E B EN I EDT H N U ED NAMED AS R HE U PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED B Y THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS CO LTR TYPE OF INSURANCE POLICY NUMBER POLICYEFFECTIVE DATE (MWDDA'Y) POLICY EXPIRATION DATE (MIND LIMITS A ENE LLIA II X COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR X OWNERS&CONTRACTORS PROT X BROAD FORM PD TCP-4464234 ** 03-05-2000 03-05-2001 GENERAL AGGREGATE $ $ �06 $ 1 PRODUCTS COMP/OP AGG PERSONAL S ADV INJURY EACH OCCURRENCE $ $ f06,000 FIREDAMAGE (Any one Pre) MED EXP (Any one person) $ X XCU EXCL REMOVED AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO --- —_ BODILY INJURY (Per person) ALL OWNED AUTOS SCHEDULED AUTOS $ - - HIRED AUTOS NON OWNED AUTOSPROPERTY ODILY INFIJII��RY Per eccitlenl) $ DAMAGE $ GA GE LIABILITY AUTOONLY EAACCIDENT $ OTHER THAN AUTO ONLY- ANY AUTO EACH ACCIDENT $ - -- $ AGGREGATE - EXCESSLIABILITY EACH OCCURRENCE $ - — AGGREGATE UMBRELLA FORM $ OTHER THAN UMBRELLA FORM B WORKER S COMPENSATION AND EMPLOYERS LIABILITY THE PROPRIETOW INCL PARTNERe/E%ECUTWe OFFICERSARE EXCL WC-1463525 * 03-05-2000 03-05-2001 X TOgy LIMITS ER _ S 3��600 EL EACH ACCIDENT EL DISEASE POLICY LIMIT $ -5a"00 EL DISEASE EA EMPLOYEE $ 51)0,600 'SAID POLICY SHALL NOT WRITTEN NOTICE BEING GI OF PREMIUM IN WHICH CA E CANCELLED, NONRENEWED EN TO THE OWNER (CITY) EX E 10 DAYS ADVANCE WRITTE R MATERIALLY EPT WHEN T NOTICE IS RE CHANGED W E POLICY IS B UIRED THOUT 30 DAYS ADVANCED ING CANCELLED FOR NONPAYMENT POLICIES ARE ENDORSED TO PROVIDE *WAIVER OF SUBROGATION AND **ADDITIONAL INSURED IN FAVOR OF THE CITY OF DENTON ITS OFFICIALS, AGENTS, EMPLOYEES AND VOLUNTEERS JOB BID 2538 - US HIGHWAY 377 - 20 INCH WATERLINE THIS CERTIFICATE SUPERSEDES ALL PREVIOUSLY ISSUED CERTIFICATES " SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF DENTON EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL 66&))%KU MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMEOKO THE LEFT 215 EAST MCKINNEY DENTON, TEXAS 76201 =11104ko4)bKkl�( lEXX00P 010 $WiOFFERIES, REGIONAL MGR II Arno C t E* P FABEL a4E.11J[[,. 1,./ i � � �ii. ^�-��(, yp }r A+ay�y1 ' I 1 { 1{� SVARWNCE p DATE (/02/ VI 10ION PRODUCER Elsey L Associates sumoty/Inoumaaco Agnnay, Ina 8820 Will Clayton Plceay Humble TX 77336 A M C F CA ISSUEDS O FI l0 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ONLY THISy ERAGE AFF FIDE NOTHE PO FIES BE OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW ALTHint ER COMPANIES AFFORDING COVERAGE Edward L Moore P ono N. 291-540-3.5559 -RAO- 0 INSURED COMPANY A National American Insurance COMPANY B ._.. COMPANY C Dickerson Construction COmpany Inc 6 Leais niakaraen, Indio H 0, $OR 181 Celina TX 75009 COMPANY 0 .00VER%GES THIS 10 TO OCRTIFY TI UT TI IC POLIOICC OF INOURANOE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERInD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS BEEN REDUCED BY PAIIES DBCEDWHA REIN IS SUBJECT TO ALL THE TERMS ECgii WAY XCLUSIONS AND BE ISSUED OR WJULI" L IMI 4 INSURSHOWN MAYCE AFFORDED qh sUUMPERTAIN, POLICY EFFECTIVE POLICY EXPIRATION LIMITS TYPE OF InfWAANrr DATE(MMIff) DATE(MMIDDPM Lr POI ITY NIIMRFR DW Mt6 LAGGREGATE 2 S GENERAL LIABILITY COMMERCIAL GENERAL UASIUTY Q PRODUCTS COMWORY S PERSONAL a INJURY S EN EACH OCCURRENCE S CLAIMS MADE OCCUR OWNERS a CONTRACTOR'S PROT FIRE DAMAGE (Any one Bm) S MED EXP (Anyone PeNon) S A Al TnMnRlI F I IANIm ANYAUTO AU91764421 09/01/00 09/OS/Ol COMBINED kii LIMI 1 11000000 X ALL OVINCO AUTOS SOOILYINJURY (Pel Femon) 6 SCHEDULE) AUTOS NIACO AUTO) P UlLxuaeM) Y (Pe, E ][ NON-OWN®AUTOS X PROPERTY DAMAGE S GARAGE LIABILITY AUIULWLY EAAW'EeW 5 OTHER THAN AUTO ONLY ANY AUTO EACH ACGDENi 8 AGGREGATE $ EXCESS UADUTY EACH OCCURRENCE S AGGREGATE S UMBRELLA FORM S OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND EMPLOYERS' LIABILITY WO R C B EL EACH ACCIDENT } S ELDISEASE POLICY LIMIT S 7FIE PROPRIETOW lun PARTNERWE%ECURVE OFFICERS ARE EXCL rnH EL DISEASE EA EMPLOYEE S 62iC IPTIONO{�FOPEmmow LOOATIONOYGYIICLCSISI'COAL ISMS y�C t�ODal Insured and Wa1Ver Of 8rf is -$in fBoteCY 1119 AAA, NOT CiLLSD,I7ON_REN� O SSuubro4ationB010 or Deg arp j �p�7MATEAIALL pWSTROp� �30 6 ADVAN�p CLSOAR NG OS TIRE OWNER CIERCEPT WHEN TZPOLICY IB SE�CANCELLA)ION �� CER IFICA HOLUFJl DENRDBR em City of Denton, its officials, SeMPANY Witt I Agents, Employees and Volunteers 221 N Elm Denton, TR 76201 AUTHORIZED REPR ATIVE FdvR rd Dore CORPORATION 1988 ACQRD 25-S t) ) Z0 39Cd S31VIoosSvaNVA3S-I3 6TbL009T8Z L0 60 000Z/60/0T