Loading...
1999-332 ORDINANCE NO AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF SANITARY SEWER REPLACEMENT, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING AN EFFECTIVE DATE (BID 2393 - UNDERWOOD SANITARY SEWER REPLACEMENT PHASE I AWARDED TO HENDERSON CONSTRUCTION, L L P IN THE AMOUNT OF $291,936) WHEREAS, the City has sohc~ted, received and tabulated competitive bids for the constmcUon of pubhc works or unprovements m accordance w~th the procedures of STATE law and City ordinances, and WHEREAS, the City Manager or a demgnated employee has received and recommended that the hereto described bids are the lowest responsible b~ds for the construction of the pubhc works or ~mprovements described m the bid mvltaUon, bid proposals and plans and specfficanons therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SCT~ That the following compet~twe b~ds for the construction of pubhc works or ~mprovements, as described in the "Bid Invltanons", "Bid Proposals" or plans and specfficaUons on file ~n the Office of the C~ty's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responmble b~ds BID NUMBER CONTRACTOR AMOUNT 2393 HENDERSON CONSTRUCTION, L L P $291,936 ~ That the acceptance and approval of the above compet~nve bids shall not constitute a contract between the City and the person subm~thng the b~d for construction of such public works or improvements herein accepted and approved, tmtd such person shall comply w~th all requirements specified ~n the Nonce to Bidders ~nclud~ng the Umely executmn of a written contract and furmshlng of performance and payment bonds, and insurance cerhficate after notification of the award of the bid ~ That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the constmcUon of the pubhc works or improvements m accordance with the b~ds accepted and approved here~n, prowded that such contracts are made an accordance w~th the Not,ce to Bidders and B~d Proposals, and documents relaUng thereto specifying the terms, conditions, plans and specfficat~ons, standards, quanUtres and specffied sums contmned therein SECTION IV That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and m the amount as specified in such approved bids and authorized contracts executed pursuant thereto ~ That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the c2~/~J~- day of ~,1999 ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY BID 2393 - CONTRACTUAL ORDINANCE ATTACHMENT 1 TABULATION SHEET B~d # 2393 Date 8/5/99 UNDERWOOD SANITARY SEWER REPLACEMENT PHASE I ~! VENDOR VENDOR VENDOR No Qtg OEe~e !PT ~N ,, VENDOR VENDOR ......... ~'"' ~'~ ?%~;~P? ~: ~,~ ~ OSCAR HENDERSON ~,~ ,~<~ ~ , PIPECON JAGOE TGR ~ ;~.~ ~ ~ INC PUBLIC CONSTRUCTORS RENDA CONSTRUCTION 1 Unde~ood Samta~ $469,178 50 $295,531 oo $405,322 oo $339,340 oo $291,936 oo 1 Sewer Phase I Unde~ood Samta~ $55,500 oo $92,500 oo $101,750 oo $57,720 oo $88,800 oo 1 Sewer Alternate I 2 BOND/CASHIER BOND BOND BOND BOND BOND CHECK CITY OF DENTON, TEXAS DENTON, TX 76201 90]-B TEXAS STREET PURCHASE ORDER PO NUMBER ~pc §ATE/VENDOR NO _ DOCUMENT ~ 98383R 10-11~99 525 ---- HEN49005 VENDOR SHIP TO HENDERSON CONSTRUCTION L L P CENTRAL RECEIVING S25 9?0 F M 2871 ENGINEERING 901B TEXAS ST DENTON TX 76201 FT WORTH TX 76126 ITEM ACCOUNT NUMBER UNITS NUMBER DESCRIPTION BID NO LINE AMOUNT 01 625 082 0471 V914 9114 0 O0 UNDERWOOD SANITARY SEWER 291,936 O0 REPLACEMENT PHASE I CONTRUCTION COUNCIL APPROVED 9-21-99 ORDINANCE # 99-332 BID # 2392 TOTAL FOR P 0 291,~~ 30 The City of Denton Texas is tax exempt-House Bill No 20 Reference PO Number on all B/L, Shipments and Invoices Shipments are FOB C~ty of Denton, or as indicated By - Purchasing Diwsmn RR Number Items Received Date Voucher Number Amount PURCHASING CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 21 day of SEPTEMBER A D, 1999, by and between CITY OF DENTON of the County of DENTON and State of Texas, acung through MICHAEL W JEZ thereunto duly authorized so to do, hereinafter termed "OWNER," and HENDERSON CONSTRUCTION L L P 970 F M 2871 FT WORTH, TX 76126 of the City of FT WORTH, County of TARRANT and State of TEXAS, hereinafter termed "CONTRACTOR" WITNESSETH That for and m consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed m the bonds attached hereto, CONTRACTOR hereby agrees w~th OWNER to commence and complete performance of the work specified below BID # 2393 - UNDERWOOD SANITARY SEWER REPLACEMENT PHASE I m the amount of $291,936 and all extra work m connection therewith, under the terms as stated m the General Condtt~ons of the agreement, and at his (or their) own proper cost and expense to furmsh all materials, supphes, machinery, eqmpment, tools, superintendence, labor, insurance, and other accessories and serwces necessary to complete the work specified above, m accordance with the condat~ons and prices stated m the Proposal attached hereto, and m accordance w~th all the General Conditions of the Agreement, the Special Conditions, the Not~ce to B~dders (Advertisement for B~ds), Instructions to B~dders, and the Performance and Payment Bonds, all attached hereto, and m CA- 1 accordanoe with the plans, wfuch includes all maps, plats, blueprints, and other drawmgs and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by ENGINEERING DEPARTMENT all of which are made a part hereof and collectively evidence and constitute the enttre contract Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor ~s 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, w~thholdmg, social security taxes, vacation or sick leave benefits, worker's compensaUon, or any other Ctty employee benefit City shall not have superms~on and control of Contractor or any employee of Contractor, and ~t is expressly understood that Contractor shall perform the serwces hereunder according to the attached specifications at the general d~rect~on of the C~ty Manager of the Ctty of Denton, Texas, or his designee under th~s agreement Indemnificatmn Contractor shall and does hereby agree to mdemnff'y and hold harmless the Ctty of Denton from any and all damages, loss, or liability of any k~nd whatsoever, by reason of injury to property or third persons occasioned by any error, om~sston or negligent act of Contractor, ~ts officers, agents, employees, mvltees, and other persons for whom ~t ts legally hable, w~th regard to the performance of this Agreement, and Contractor wall, at tts 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 tts construction and enforcement shall lie in the courts of Denton County, Texas The CONTRACTOR hereby agrees to commence work on or after the date estabhshed for the start of work as set forth tn written notice to commence work and complete all work within the tune stated m the Proposal, subject to such extenstons of t~me as are provided by the Generag and Special Conditions The OWNER agrees to pay the CONTRACTOR tn 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 Condttlons of the Contract CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written ~ ATTEST (SEAL) ATTEST MAILING ADDRESS PHONE NUMBER FAX NUMBER BY ~C~~ TITLE ~ee~ow~ ~s xo ~o~ / CI$~ ATTOR~t [ PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That HENDERSON CONSTRUCTION, L L P whose address is 970 F M 2871, FT WORTH, TX 76126, hereinafter called Principal, and a corporation organized and existing under the laws of the State of TEXAS , and fully authorized to transact business m the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation orgamzed and ex~stmg under the laws of the State of Texas, hereinafter called Owner, m the penal sum of TWO HUNDRED N1NTY ONE THOUSAND NINE HUNDRED THIRTY SIX AND NO/100 DOLLARS ($291,936) plus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and hquldated damages arising out of or connected w~th the below identified Contract, ~n lawful money of the United States, to be prod m Denton County, Texas, for the payment of which sum well and truly to be made, we hereby brad 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 ~n 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 ~nto a certain Contract, identified by Ordinance Number 99-332, w~th the C~ty of Denton, the Owner, dated the 21 day of SEPTEMBER A D 1999, a copy of which Is hereto attached and made a part hereof, for BID # 2393 - UNDERWOOD SANITARY SEWER REPLACEMENT PHASE I NOW, THEREFORE, if the Pnnc~pal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, cnndlt~ons and agreements of sa~d Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof wfuch may be granted by the Owner, with or without not,ce to the Surety, and during the hfe of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, condmons and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, not,ce of which modifications to the Surety being hereby waived, and, ~f 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 ot the Work by the Owner, and, ff the Principal shall fully mdemmfy and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform hereto and shall fully reunburse and repay Owner all outlay and expense which the Owner may recur m making good any default or deficiency, then this obligation shall be void, otherwtse, ~t shall remain in full force and effect PB - 1 PROVIDED FURTHER, that ff any legal action be filed upon th~s Bond, exclusive venue shall ltem Denton County, State of Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates, and agrees that no change, extension of t~me, alteration or add~txon 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 m anywise affect its obligation on this Bond, and it does hereby waive nottce of any such change, extension of t~me, alteration or addmon to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc This Bond is g~ven pursuant to the prowslons of Chapter 2253 of the Texas Government Code, as amended, and any other apphcable statutes of the State of Texas The undersigned and designated agent is hereby designated by the Surety here~n as the Resident Agent m Denton County to whom any reqmslte notices may be dehvered and on whom service of process may be had m matters arising out of such suretyshtp, as prowded by Article 7 19-1 of the Insurance Code, Vernon's Annotated C~vll Statutes of the State of Texas IN WITNESS WHEREOF, this instrument ~s executed m 4 cop~es, each one of which shall be deemed an orxgmal, th~s the 21 day of SEPTEMBER 1999 ATTEST PRINCIPAL BY SECRETARY BY PRESIDENT ATTEST SURETY BY BY ATTORNEY-IN-FACT The Resident Agent of the Surety m Denton County, Texas for dehvery of notice and service of the process ~s NAME STREET ADDRESS (NOTE Date of Performance Bond must be date of Contract If Resident Agent ts not a corporatton, gtve a person's name ) PB - 2 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That HENDERSON CONSTRUCTION, L L P , whose address is 970 F M 2871, FT WORTH, TX 76126, hereinafter called Principal, and a corporation organized and existmg under the laws of the State of TEXAS , and fully authorized to transact business m the State of Texas, as Surety, are held and firmly bound unto the C~ty of Denton, a mumcxpal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furmsh materials for, or perform labor upon, the building or unprovements heremafter referred to, in the penal sum of TWO HUNDRED NINETY ONE THOUSAND NINE HUNDRED THIRTY SIX AND NO/100 .... DOLLARS ($ 291,936) in lawful money of thc Umted States, to be prod m 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 assxgns, jointly and severally, firmly by these presents This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which ~ncreases the Contract prtce, but m 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 ~s conditioned as follows Whereas, the Principal entered into a certain Contract, ~dentlfied by Ordinance Number 99-332, with the C~ty of Denton, the Owner, dated the 21 day of SEPTEMBER A D 1999 , a copy of which ~s hereto attached and made a part hereof, for BID 2393 - UNDERWOOD SANITARY SEWER REPLACEMENT PHASE I NOW, THEREFORE, if the Pnnclpal shall well, truly and faithfully perform ~ts duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material m the prosecution of the Work provided for m sa~d Contract and any and all duly authorized modd~cat~ons of said Contract that may hereafter be made, notice of which mothfications to the Surety being hereby expressly waived, then this obhgat~on shall be vmd, otherwise ~t shall remain m full force and effect PROVIDED FURTHER, that if any legal action be filed on th~s Bond, exclusive venue shall lie m Denton County, Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extensmn of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Speclficattons, Drawings, etc, accompanying the same, shall m anywise atfect ~ts obhgat~on on thts Bond, and it does hereby wmve notice of any such change, extension of t~me, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Speclficat~ons, 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 m Denton County to whom any reqms:te notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as prowded by Article 7 19-1 of the Insurance Code, Vernon's Annotated C~wl Statutes of the State of Texas IN WITNESS WHEREOF, this mstrument is executed ~n 4 cop~es, each one of which shall be deemed an original, this the 21 day of SEPTEMBER 1999 ATTEST PRINCIPAL BY SECRETARY BY PRESIDENT ATTEST SURETY BY BY ATTORNEY-IN-FACT The Resident Agent of the Surety in Denton County, Texas for dehvery of not~ce and service of the process is NAME STREET ADDRESS (NOTE Date of Payment Bond must be date of Contract If Restdent Agent ts not a corporatton, gtve a person ts name ) PB - 4 CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Btdder's attention ts dtrected to the tnsurance requtrements below It ts highly recommended that btdders confer wtth thetr respecttve tnsurance carners or brokers to determtne tn advance of Btd submtsston the avadabthty of tnsurance certtJ~cates and endorsements as prescribed and provaled heretn. If an apparent low btdder fads to comply strictly wtth the insurance requtrements, that btdder may be dtsquahJ~ed from award of the contract Upon btd award, all tnsurance requtrements shall become contractual obhgattons whtch the successful butder shall have a duty to matntatn throughout the course of thts contract STANDARD PROVISIONS Wtthout ltmtttng any of the other obltgattons or ltabdtttes of the Contractor, the Contractor shall provtde and mamtatn unttl the contracted work has been completed and accepted by the City of Denton, Owner, the mtmmum tnsurance coverage as tndtcated heretnafter As soon as practicable after nott~ficatton of btd award, Contractor shall ~le wtth the Purchastng Department sattsfactory certtficates of tnsurance, conta~mng the btd number and tttle of the project Contractor may, upon wrttten request to the Purchasing Department, ask for clartficatton of any tnsurance requtrements at any trine, however, Contractors are strongly advtsed to make such requests prior to btd opentng, stnce the tnsurance requtrements may not be modtfied or watved after btd opening unless a wrttten exceptton has been submttted wtth the btd Contractor shall not commence any work or dehver any material unttl he or she recetves nottficatton that the contract has been accepted, approved, and stgned by the Ctty of Denton All tnsurance poltctes proposed or obtatned tn sattsfactton of these requirements shall comply wtth the followtng general spectficattons, and shall be matntatned tn compltance wtth these general spectficattons throughout the duratton of the Contract, or longer, if so noted · Each policy shall be issued by a company authorized to do business m the State of Texas with an A M Best Company rating of at least A · Any deductibles or self-insured retentions shall be declared tn the b~d proposal If requested by the Ctty, the insurer shall reduce or ehmmate such deductibles or self-insured retentions w~th respect to the C~ty, ~ts of£1ctals, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related ~nvest~gat~ons, claim administration and defense expenses · Liability policies shall be endorsed to provide the ~ollow~ng Name as additional insured the City of Denton, tts Officials, Agents, Employees and volunteers · ,, That such insurance is primary to any other insurance available to the add~txonal insured with respect to claims covered under the pohcy and that th~s insurance apphes separately to each insured against whom clmm ~s made or suit ~s brought The mclus~on of more than one ~nsured shall not operate to increase the ~nsurer's hm~t of habthty · 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 prowded under a clmms-made form, Contractor shall maintain such coverage continuously throughout the term of th~s contract and, without lapse, for a period of three years beyond the contract explrataon, such that occurrences arising during the contract term which g~ve rise to claims made after expiration of the contract shall be covered · Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate hmlt prowdmg for clan-ns ~nvest~gat~on or legal defense costs to be included in the general annual aggregate hm~t, the Contractor shall either double the occurrence hm~ts or obtain Owners and Contractors Protective Liability Insurance · Should any reqmred insurance lapse dunng the contract term, requests for payments originating after such lapse shall not be processed untd the C~ty receives satisfactory ewdence of remstated coverage as reqmred by th~s contract, effective as of the lapse date If insurance is not reinstated, C~ty may, at its sole opUon, terminate th~s agreement effective on the date of the lapse SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS All ~nsurance pohc~es proposed or obtained ~n satisfaction of th~s Contract shall additionally comply wtth the following marked specifications, and shall be maintained tn comphance with these additional specifications throughout the duration of the Contract, or longer, if so noted [X] A General L~abfiity Insurance: General Llablhty insurance w~th combined s~ngle hm~ts of not less than $1,000,000 shall be prowded and mmntmned by the Contractor The pohcy shall be written on an occurrence basis e~ther m a s~ngle pohcy or tn a combination of underlymg and umbrella or excess pohc~es If the Commercial General Liability form (ISO Form CG 0001 current edition) is used Coverage A shall include premises, operations, products, and completed operatmns, independent contractors, contractual habthty 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 habfllty tXl Automobile Lmbfl~ty ~nsurance Contractor shall provide Commercial Automobile Liability insurance with Combined Single Lumts (CSL) of not less than $1,000,000 either in a single policy or m 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 meetmg the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 pohcy 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 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 Lmbd~ty 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 Llablhty 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 Pohcy limits will be at least __combined bodily injury and property damage per occurrence with a aggregate F~re 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 L~mits of not less than each occurrence are required Professional Liability Insurance Professional liability insurance with lurers not less than per claim with respect to neghgent 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 pohcy 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 ~nsurance ~s required for a specific contract, that requirement will be described m the "Specific Conditions" of the contract specifications ATTACHMENT 1 IX] Worker's Compensation Coverage for Building or Construction ProJects for Governmental Ent~tles A, Defuutlons Certlftcate of coverage Ccertlficate")-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 entlty's employees providing serwces on a project, for the duration of the project Duration of the project - includes the time from the begmmng 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" m §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 l~raitatiun, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furmshes persons to provide services on the project "Services" include, without lumtatxon, providing, hauhng, or delivering equipment or materials, or provxdlng labor, transportation, or other service related to a project "Services" does not include actxvitles unrelated to the project, such as food/beverage vendors, office supply deliveries, and dehvery of portable toilets B The contractor shall provide coverage, based on proper reporting of class~fication codes and payroll amounts and fihng of any overage agreements, which meets the statutory reqmrements of Texas Labor Code, Section 401 011(44) for all employees of the Contractor prowdmg serwces on the project, for thc duratxon 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 certd~cate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage per~od, file a new certxficate of coverage w~th the governmental entity showing that coverage has been extended E The contractor shall obtain from each person promd~ng 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 cemfmates of coverage showing coverage for all persons prowdmg serwces on the project, and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, tf 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 m writing by certffied mall or personal delivery, within 10 days after the contractor knew or should have known, of any change that matermlly affects the provision of coverage of any person providing services on the project H The contractor shall post on each project site a notice, ~n the text, form and manner prescribed by the Texas Workers' Compensation Commission, reforming all persons promdlng 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 repomng of class~ficanon 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 prowdmg serwces 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 prowded for all employees of the person providing serwces on the project, for the duration of the project, (3) prowde the contractor, prmr 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 wtth whom tt contracts, and provtde to the contractor (a) a certificate of coverage, prior to the other person begmmng work on the project, and (b) a new certificate of coverage showing extenston of coverage, prior to the end of the coverage permd, if the coverage period shown on the current certificate of coverage ends during the duration of the project, (5) retain all reqmred certificates of coverage on file for the duranon of the project and for one year thereafter, (6) notify the governmental entity ~n wrmng by certtfied marl or personal dehvery, within 10 days after the person knew or should have known, of any change that materially affects the provtston of coverage of any person prov~thng sermces on the project, and (7) contractually reqmre each person w~th whom tt contracts, to perform as reqmred by paragraphs (1) - (7), with the certthcates of coverage to be provided to the person for whom they are provtdmg servtces J By s~gnmg th~s contract or prowthng or causing to be provided a certificate of coverage, the contractor ~s representmg to the governmental enmy that all employees of the contractor who wtll provtde servtces on the project wtll be covered by workers' compensatton coverage for the duration of the project, that the coverage will be based on proper reporting of classfficatton codes and payroll amounts, and that all coverage agreements wall be filed wtth the appropriate insurance carrier or, m the case of a self-insured, wtth the commission's D~wston of Self-Insurance Regulatmn Provtthng false or m~sleadmg mformat~on may subject the contractor to administrative penalttes, criminal penalttes, mvtl penalttes, or other mml acttons K The contractor's fmlure to comply wtth any of these provtstons ts a breach of contract by the contractor whmh enntles the governmental enttty to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notme of breach from the governmental entity Underwood Sanitary Sewer Replacement ~,~_ Work Days 60 BID TABULATION SHEET P O No Item Description Quantity Unit Price Total 21 Contractors WarranUes and Understandings Umt Price In Words 6" Samtary Sewer 449 Umt Price In Words Z 12-B 8" Sanitary Sewer 569 Umt Price In Words 12-C 12" Samtary Sewer ~'~ Umt Pnce In Words 12-D 15" Sanitary Sewer 21 $ Umt Price In Words 12-E 12" SDR-26 Samtaty Sewer Unit Price In Words 12-F 2" Electnc Condmt 370 Umt Price In Words 4" Electric Condmt 370 Unit Price In Words 12-H 6" Electric Conduit 370 Umt Price In Words 12 9 18" Gauge 7 Steel Casing and Grout 370 Unit Pnce In Words 3-A Remove Concrete Curb & Gutter 20 Umt Price In Words 3-B Remove Concrete Dnves& Walks 17 $~ Umt Pnce In Words ty Umt Pnce In Words Sod 44 /SY Unit Price In Words 7/6/99 P 3 Underwood Samtary Sewer Replacement Work Days 60 ,Phase I Bid No BID TABULATION SHEET P O No Item Description Quantity Unit Price Total 12 ~ Eroston Control - $ $ Umt Pace In Words 8 6" Concrete Pavement 276 /SY Umt Pace In Words 6-A-1 Install Concrete Manhole (4' I D ) 6 Umt Pace In Words 6-A-2 Install Concrete Manhole (5' I D ) 2 /EA $ 6-A-3 Install Drop Manhole (5' I D ) 4 Umt Pace In Words 1 Bamcades, W~wnlng Slgn~ and Detours - Umt Pnce In Words 2-A Install Concrete Curb & Gutter 20 /LF Umt Pace In Words 3 Driveway 6" 13 Umt Pace In Words 3A 4" Concrete Sidewalk w~th Flbennesh 6 Umt Pace In Words Samtary Sewer Serwce 18 Umt Pace In Words Mmnlme Cleanout 1 Umt Pace In Words WS-30 Break Into Emstmg Manhole 1 $ Umt Pace In Words gP-2 Concrete Saw Cut 1049 $ Umt Pace In Words gP-4-A Waterline Lowenng 2 $ Umt Pace In Words 7/6/99 P 4 Underwood Sanitary Sewer Replacement Work Days 60 Phase I Bid No BID TABULATION SHEET P O No Item Description Quantity Unit Price Total SP-4-B Water Servtce AdJustments 3 Unit Pnce In Words Abandon Existing Manhole 2 Umt Pnce In Words Rock Excavation 50 t Pnce In Words SP-37 Excavation Protection ,$ / /LF Umt Pnce In Words SP-39 2 Unit Price In Words Cut and Plug Existing Samtary Sewer 8 Unit Pnce In Words SP-43 Asphalt Saw Cut 6307 Unit Pnce In Words Miscellaneous Spnnkler System AdJustment $ Unit Pnce In Words ~P-50 Shrubs (7 Gallon Containers) 4 $ .,~ Unit Price In Words $ Unlt Price In Words $ Umt Price In Words Umt Price In Words $ TOTAL 7/6/99 P 5 Underwood Sanitary Sewer Replacement Work Days 5 Phase I - Alternate I B~d No ' BID TABULATION SHEET P O No DescFlption $ Umt Pnce In Words Unit Pnce In Words Umt Pnce In Words $ $ Umt Pnce In Words $ $ Umt Pnce In Words $ Umt Pnce In Words $ ~nce In Words TOTAL P6 BID SUMMARY TOTAL BID PRICE IN WORDS In the event of the award of a contract to the undersigned, the undersigned will furmsh a performance bond and a payment bond for the full mount of the contract, to secure proper comphance w~th the terms and prows~ons of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful clanns for labor performed and materials furmshed m the fulfillment of the contract It is understood that the work proposed to be done shall be accepted, when fully completed and fimshed m accordance w~th the plans and specifications, to the satlsfacUon of the Engineer The undersigned certifies that the bid prtces contained m tMs proposal have been carefully checked and are submitted as correct and final Umt and lump sum prices as shown for each item hsted m th~s proposal, shall control over extenSlOllS CONTRACTOR Street Address C~ty and State Seal & Author~zatlon ~'~J ~ ~ (If a Corporation) c~'~// ~"~'~g Telephone B-1 BID SUMMARY WORK DAYS BID PROJECT Underwood Santlary Sewer Phase I 60 $ -~'/ff~ ~"~' Underwood Samtary Sewer Alternate I 5 $ ~%~ ~.?~~"~' ~'"'~ If selected, the Undenvood Sanitary Sewer Alternate I vail be awarded to the same bidder as Underwood Samtary Sewer Phase I Award of the bad vall be based on Underwood Samtary Sewer Phase I B-2 PERFORMANCE BOND BOND ~A75-01-33-00 STATE OF TEXAS § ISSUED IN FOUR ORIGINALS COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That HENDERSON CONSTRUCTION, L L P whose address is 970 F M 2871, FT...WORTH., TX 76_1267 ~eremafter called Principal, and Atlantic ~l ~ ~ ~.ce Fidelity and Surety , a coiporatton orgamzed and existing under the la~vs of the State of TEXAS , and fully authorized to transact business m the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a mumclpal outpoint,on orgamzed and existing under the laws of the State of Texas, hereinafter called Owner, m the penal sum of TWO HUNDRED NINTY ONE THOUSAND NINE HUNDRED THIRTY SIX AND NO/100 DOLLARS ($29i,936) plus tel percent of the sated penal sum as an addl{lonal sum of money representing eddltional court expenses, attorneys' fees, and liquidated damages arising out of or connected with the below identified Contract, m lawful money of the United States, to be paid in Denton County, Texas, for tile 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 mcrea~es the Contract puce, but m 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 cond~tioned as follows Whereas, the Principal entered tutu a certain Contract, idenUfied by Ordinance Number 99-332, with the City of Denton, the Owner, dated the 21 day of SEPTEMBER A D 1999, a copy of which is hereto attached and made a part hereof, for BID # 2393 - UNDERWOOD SANITARY SEWER REPLACEMENT PHASE I NOW, THEREPORE, 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 or~gmal term thereof and any extensmn thereof which may be granted by the Owner, with or w~thout notice to the Surety, and during the life of any guaranty or warranty ~eqmred under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, tenus, conditions ~nd aEre~m~'ntv of an), ~nd all duly author~zod mod~fieatto~ of said Contra~.t th,~t a,,~y hereafter be made, notice of which mothficat~ons to the Surety being hereby waived, and, ff 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 mdemmfy and save harmless the Ownei from all costs and damages which Owner may suffer by reason of failure to so perforrn herein and shall fully reLmburse and repay Owner all outlay and expense which the Ownel may incur m making good any default or deficiency, then this obhgatlon shall be void, otherwme, it shall remain m 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 thc reims of the Contract, or to the Work to be performed thereunder, or to the Plans, Spectficanons, Drawings, etc, accompanying the same, shall in anywise affect ,ts obhgauon on th~s Bond, and it does hereby waive notice of any such change, extension of roue, 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 g~ven pursuant to the provisions of Chapter 2253 of the Texas Oovernment Code, as amended, and any other applicable statutes of the State of Texas The undersigned and designated agent m hereby designated by the Surety hereto as the Resident Agent tn Denton Comity to whom any requisite notices may be delivered and on whom serwce of process may be had ha nmtters arising out of such suretyship, as provided by Arucle 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, thru instrument is executed in 4 copies, each one of which shall be deemed an original, this the ..21 day of SEPTEMBER , 1999 ATTEST PRINCIPAL  Hender son~__Cons t/~lon~ BY SECRET AR Y BY~~-~__--~e~-- ~_ P~IDENT ATTEST' SURETY ~;~~ / Atlantic A,,, ance F~del~ty and Surety BY / ATTORNEY-IN-FACT /Deb~. ~oon The Resident Agent of the Surety m Denton County, Texas for delivery of notice a~d servl~e of the process is NAME St:even .L. Thcxuas ,Agency, Inc. STREET ADDRESS 520~ s. Colony Blvd #545; The Colony, TX 75056 (NOTE Date of Performance Bond must be date of Contract tf Restdent Agent ts not a corporation, gzve a person's name ) PB - 2 PAYMENT BOND BOND #A75-01-33-00 STATE OF TEXAS § ISSUED IN FOUR ORIGINAI-~ COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That HENDERSON CONSTRUCTION~ LL P .., whose address is 970 F M 2871, FT WO~T.H: ;r__x_76126~ hereinafter called Principal, and Al~lantic A] 1, ~nce Fid. e~.?.y .al?d Surety a corporation orgamzed and extsimg under the laws of the State of TEXAS ' , aid fully authorized to transact business i~ the State of Texas, as Surety, are held and firraly ~ouM unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and ul~to all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or maprovements hereinafter referred to, m the penal sum of TWO HUNDRED NINETY ONE THOUSAND NINE. HUNDRED THIRTY SIX AND NO/100 .... DOLLARS ($. 291,9.36) m lawful money of the United States'~ tO be patd in Denton, County, Texas, for the payment of which sum well and truly to be made, we hereby bimi 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 pries, but in no event shall a Change Order or Supplemental Agreement which reduces the Cunttact price decrease the penal sum of this Bond THE OBLIGATION TO PAY SAME Is co~ditioned as follows Whereas, the Pnnmpal entered into a certain Contract, xdentlfted by Ordinance Number 99-332, w~th the C~ty of Denton, the Owner, dated the 21 day of SEPTEMBER A D 1999 , a copy of which m hereto attached and made a part hereof, for BID 2393 - UNDERWOOD ,SANITARy SEWER REPLACEMENT PHASE I NOW, THEREFORE, if tile Principal shall well, truly and fmthfully perform its duties and make prompt payment to all persons, fn-ms, subcontractors, corporations and clmmants supplying labor and/or materml tn the prosecutmn of the Work provided for in smd 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 explessly waived, then this obhgatmn shall be void, otherwise xt shall remain in full force and effect PROVIDED FURTHER, that ~f any legal actxon be filed on this Bond, exclusive venue shall lie in Denton County, Texas AND PROVIDED FURTHER, that the smd Surety, for value received, hereby stipulates and agrees that no change, extensmn of trane, alteratmn or addition to the terms of the Contract, or m the Work to be performed thereunder, or m the Plans, Specfficat~ons, Drawings, ere, accompanying the same, shall m anywise affect its obligation on this Bond, and It does hereby waive notice of any such change, extensmn of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specfficatlons, Drawings, etc PB-3 This Bond is given pursuant to the provmons of Chaptcr 2253 of the Texas Oovcrllnlellt Code, as amended, and any other apphcabl¢ statutes of the State of Texas The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent m Denton County to whom any reqmsite notices may be dehvered and on whom service of process may be had m matters arising otlt of such suretyship, as provided by Article ? 19-1 of the Insurance Code, V~non'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 de~med an original, this the 21.__~ day of SEPTEMBER 1999 ATTF_~T PRINCIPAL Henderson ~'nn.~t~et-~..~.- I,T,P ATTEST SURETY kTTORNE¥2iN-FACT/I:mb~- Moon The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process Is NAME Steven L. Thnm~ Agency, Inc. STREET ADDRESS 5201 S. Colony Blvd #545; The Colony, TX 75056 (NOTE Date of Payment Bond must be date of Contract If Restdent Agent ts not a corporation, give a person's name ) PB - 4 No. 23154 Atlantic Alliance Cherry Hill, NJ POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS That Atlantic Alliance Fidelity and Surety Company a corporauon orgamzed and existing under the laws of the State of New Jersey does hereby c0nst~tute and appoint Steven L Thomas, Alan Robinson, Debt Moon, Eivia Salazar Its true and lawful attorney(s) tn fact to execute, seal and dehver for and on its behalf as surety any and all bonds and undertakings contracts of mdemmty and other writings obhgatory in the nature thereof, which are or may be allowed required or pertained by law statute rule, regulation con,feet or otherwise The execution of such ms~ument(s) tn pursuance of these presents shall be as binding upon the saal Aflantm Alhance Fldehty and Surety Company as fully and amply to all retains and purposes, as ff the same had been duly executed and acknowledged by ~ts regularly elected officers at the prmmpal office This power of Attorney ia executed and may be certified so and may be revoked pursuant to and by authority of A~ttcle IV Section 3 of the By Laws adopted by the Board of D[rectors of Aflanuc Alhance Fldehty and Surety Company at a meetmg beld on the 10th day of November 1998 ThePresldent oranyV~cePresldent acting w~th any Secretary or Assistant Secretary shall have power and authority (1) To appoint Atlorney(s) tn fact, and to authorize them to execute on behalf of the Company and a~tach the Seal of the Company thereto bonds and undertakings contracts of mdemntsy and other writings obhgatory m the nature thereof and (2) To revoke at any t~me, any such Attorney In fact and Further th~s power of Attorney is signed and sealed t s of smd Company adopted at a meeting duly called and held on the 10th day of November 1998 of whip] RESOLVED that the signature of any authorized officer and the si be affixed by facsimile to any Power of Attorney or certification and other writings obhgatory In the nature therof and such signature and seal when so used shal g has caused this mstrament to be s~gned and  May 1999 ' AND SURETY COMPANY M Anderson, PresMent On this 1st day of May 1999 before me came the individual who executed the preceding instrument to me personally known and being by me duly sworn said that he ts the thereto described and authorized officer of the Atlantic Alhance Fidelity and Surety Company that the seal affixed to said instrument is the Corporate Seal of said Company that the said Corporate Seal and his signature were duly affixed by order of the Board of D~rectors of smd Company IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal at the Atlanue Alhance Fldehty and  Surety Company offices the day and year first above written DARLEY J LOWE Notary Pubhc of New Jersey My Commission Expires October 13 2003 I Gml E Latham Secretary of the Atlantic Alliance Fidelity and Surety Company do hereby certify that the above and foregoing ts a true and correct copy of a Power of Attorney executed by ATLANTIC ALLIANCE FIDELITY AND SURETY COMPANY which is stdl m full force and effect WHERBOF I have thereunto set my hand and attached the seal of sa,d Company thru 21~t day of Sp]j~t ~ember 1999 / Gad E Latham Secretary  Th~s Power of Attorney ts pnnted on safety paper with a blue background and red WARNING sequennal numbenng on th~)~pper right K~ars M Anderson President If the obbgee has any questaon on the vahdtty of this Power of Attorney, please call the Atlantic Alhance Home Office for venficatlon (800) 795 5508 ~__---C-.~., 11~15 CERllFICATE I$ I~,~UBD A~. A ~R OF IN~ m~m ONLY AND CON~RB McQuea~ Hen~ B~leB Troy LLP HOLDER ~18 CE~RCA~ 16607 Bl~co R~, S~e 904 AL~R ~E ~VE~GE A~DED BY ~E ~ BEL~ S~ ~onio, TX 78232 COMDAN ES ~NG C~E~QE (210) 479-7723 A ROY~ S~PLUS LZ~S INS. CO. HE~ERSON CONSTRUCTION LLP C 970 ~ 2871 FORT WOR~ TX 76126 D ~IS IS TO CE~ ~AT ~E ~UCI~ ~ INS~CE U~O ~ HAVE B~ 1S8~EO TO ~E INSUR~ N~ ~ ~ ~E ~CY PERI~ CE~CA~ ~AY BE 188U~ OR MAY PE~NN, ~E INSU~OE ~OE~ BY ~E ~CI~ O~CRIBED ~C~$1ON$ ~O CON01~8 OF SUCH POUCI~ ~Y HAVE B~ RE~UCE~ BY PNO , CITY IF DENTON, ~'&'~ v~=~ , NAMED AS ADDITIONAL INSURED. INSURANCE IS PRIMARY. BID %2393 pROJECT: UNDERWOOD SANITARY SEWER - PHASE I CITY OF DENTON~o~ DAm m~ao~, THE mm ~m. ~~o ~ PURCHASZNG DEPARTMENT SO DA~ W..THN KO~E 'TO ThE ~TH HOLm~ HAU~ ~ mE ~. ~I-B TEXAS STREET DENTON TX 76201 NOU-03-i999 12 22 P 04/04 C~4 NCEZ. I.,,4 TION' CL,4 Said Policy Shall Not Be Canceled, Nonrenewed or Materially Chansed W~thou~ 30 Days Advance Written Notice Betnt~ (hven to thc Owner (C~ty) l~xocpt When the Policy is Bclnll Canceled for Nonpayment of Premium tn Wluch Case 10 Days Advance Wnttcn Notice ns l~qutred TOTRL P 1~4 ~'~' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION PROBUCER ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Sammy J Ray insurance Agency ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW P O Box 1226 __ _ COMPANIES AFFORDING COVERAGE Euless, TX 76039 COMPANY A Texas Workers' Comp Insurance Fund INSURED COMPANY Odyssey Resource Management, Inc B _ 204 N Ector COMPANY Euless, TX 76039- C Re Henderson Construction, LLP COMPANY D THIS iS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW RAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTW{THSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT W~TH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS _ E~XCLU~SIONS AND_ C_ONDITIONS OF SUCH POLICIES LIMITS SROWN MAY HAVE BEEN REDUCED BY P.A_ID CLAIMS _ _ POLICY EFFECTIVE POUCY EXPIRATION LIMI'r~ CO TYPE OF INSURANCE POLICY NUMBER DA~ (MMIDD/YY} DATE (MMIDD/YY) GENERAL LIABILITY GENERAL AGGREGATE L COM ME RCiAL GENERAL LIABILITY PRODUCTS COMP/DP AGG CLAIMS MADE ~_1 OCCUR PERSONAL & ACV INJURY $ OWNER S & CONTRACTOR S PROT EACH OCCURRENCE FIRE DAMAGE (Any one I~re) UMBRELLA FORM AGGR_ EGA? E OTHER THAN UMBRELLA FORM $ WORKERS COMPENSATION AND -X~L IOE'RH ~ ~:~ ~ · EMPLOYERS LIABILITY EL EACH ACCIDENT -- $ IL0~000 A THE PROPRIETORI INCL TSF 0001084137 12115198 12115/99 EL DISEASE POLICY LIMIT $ J .0_00,000 OFFICERSARE EXCL ELDISEASE EAEMPLOYEE $ 1.000.000 DESCRIPTION OF OPERA TtONS/LOCA TIONSIVENICLESIEPECIAL ITEMS Project re Underwood Sanitary Sewer- Phase One Bid #2393 SEE ATTACHED CANCELLATION CLAUSE H560TXIF SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Denton EXPIRATION CATE THEREOF THE ISSUING COMPANY WILL~J~'~J~)(~ MAIL Attenbon Purchaeing Dept ~0 DAYS WRITTEN NOTICE TO THE CERTIPICATE HOLDER NAMED TO THE LEFT 901-B Texas Street Denton, TX 76201- CANCELLATION CLA USE Stud Pohcy Shall Not Be Canceled, Nonrenewed or Materially Changed Without 30 Days Advance Written Notice Being Given to the Owner (C~ty) Except When the Policy is Being Canceled for Nonpayment of Premium in Whmh Case 10 Days Advance Written Nottce ~s Required n Kathy Sunday At The Srants Company TO om Shaw Fax# (817) 336 8257 Date 11/8/99 04 47 PM Page ACO/~D. CERTIFICATE OF LIABILITY INSURANCE o,,o ,~ I ~'"'"~"~' PR~DUCE~ ~IS CERTIFICATE IS ISSUED AS A MA~ER OF INFOR~TION I ONLY ~D CONFERS NO RIG.S UPON ~E CERTIFICATE [600 ~es~ Seve~[~ S~ee[ ALTER ~E COVE~GE AFFORDED BY ~E POLICIES BELOW Fort Worth TX 76102-2505 A X ~UTO BI~ER 07/15/99 07/15/00 (E~cc~.t~ Coll 500 CERTIFICATE HOLDER I Y [ ~mT~O~U~EO ~U~E~ ~ __ C~CEL~TION