Loading...
1996-094 ORDINANCE NO q(,o"O q t,p AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the C~ty has sohc~ted, received and tabulated competitive bids for the purchase of necessary materials, eqmpment, supphes or services in accordance with the procedures of STATE law and City ordinances, and WHEREAS, the C~ty Manager or a designated employee has rewewed and recommended that the here~n described Nds are the lowest responsible bids for the materials, eqmpment, supphes or services as shown in the "B~d Proposals" submitted therefore, and WHEREAS, the C~ty Council has prowded ~n the City Budget for the appropriation of funds to be used for the purchase of the materials, equipment, supplies or services approved and accepted here~n, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the numbered ~tems m the following numbered bids for materials, eqmpment, supphes, or servmes, shown ~n the "B~d Proposals" attached hereto, are hereby accepted and approved as being the lowest responsible Nds for such items BID ITEM NUMBER NO_ Yt25[DDR AMOUNT 1868 ALL PREMIER EQUIPMENT SERVICES EXHIBIT "A" 1882 ALL WEFF INDUSTRIES $48,141 00 SECTION 11 That by the acceptance and approval of the above numbered items of the submitted bids, the City accepts the offer of the persons submitting the bids for such ttems and agrees to purchase the materials, equipment, supplies or services m accordance with the terms, specfficat~ons, standards, quantmes and for the specified sums contained in the Bid Invitations, B~d Proposals, and related documents SECTION III That should the City and persons submitting approved and accepted ~tems and of the submitted Nds w~sh to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the Nds, the C~ty Manager or his designated representative is hereby authorized to execute the written contract whmh shall be attached hereto, provided that the written contract is m accordance w~th the terms, conditions, specfficat~ons, standards, quantmes and specified stuns contmned in the B~d Proposal and related documents here~n approved and accepted SECTION IV That by the acceptance and approval of the above numbered ~tems of the submitted b~ds, the Cxty Counml hereby authorizes the expendxture of funds therefor m the amount and xn accordance w~th the approved b~ds or pursuant to a written contract made pursuant thereto as authorized herexn SECTION Y That thxs ordxnance shall become effective ~mmedmtely upon xts passage and approval PASSED AND APPROVED thxs/~day of ~ , 1996 ATTEST BOB~ JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY SUPPLY ORD BID # 1868 BID NAME HEAVY EQUIP MECHANIC PREMIEREQUIP OPEN DATE FEB 8, 1996 SVC DE~*C~O-~ ~ VENDOR EXHIBIT "A" HOURLY RATE BASED UPON 40 HRS PER WEEK $38 00 2 HOURLY RATE FOR OVER 40 HOURS PER WEEK $38 00 DATE APRIL 16, 1996 C_.IIYXSOIJ~ C I/REPOllI TO Mayor and Members of the City Cotmcfl FROM Pack Svehla, Acting City Manager SUBJECT BID # 1868 - ItEAVY EQUIPMENT MECItANICAL SERVICES RE, CI)MMENi)ATION. We recommend this bid be awarded to the lowest responsible bidder, Premier Equipment Services, at the hourly rate of $38 00 per hour regular time $38 00 per hour overtime SIIMMARY: This bid is for a qualified technician with all associated equipment to preform preventative maintenance and repmrs to the Solid Waste fleet at the landfill on an as needed basis The bid requires a service truck with hydraulic cranes, tools, jacks, power wrenches, etc The City of Denton furnishes parts and hmlted shop supplies only This is the second year ofth~s program and it has proven to be very cost effective and satisfactory With current work load and staffthe City of Denton Fleet Services Department is unable to dedicate the required time and personnel to the landfill equipment maintenance program The successful bidder will work under the direction of the Fleet Services Superintendent The Fleet Services Department and Sohd Waste Landfill personnel have made several attempts to meet w~th the L E David bidder to review the equipment and job requirements Each time the L E David bidder has been non responsive BAGKGROIJ~ Tabulation Sheet PROGRAMS; DEPARTMENT~ OR GROUPS AFFECIED, Solid Waste Landfill Operations and Fleet Services DIvision F/SC~ The funds to pay for the services of Premier Equipment will be taken from Fleet Services Sublet Labor Account #730-025-0580-8710  .~ve~wlly submitted Acting City Manager Name Tom D- Shaw, C P M Title Purchasing Agent 726 AGENDA DATE APRIL 16, 1996 CITY COIJNCIL REPORT TO Mayor and Members of the City Council FROM Rack Svehla, Acting City Manager SUBJECT BID #1882 - 16 FT DIESEL RIDING MOWER RECOMMENDATION. We recommend this bid be awarded to the lowest responsible bidder, Weft Industries, m the amount of $48,141 00 SUMMARY: This bid is for the purchase of a 16' diesel powered riding mower The unit m a motor pool replacement for a similar unit purchased in 1986 which is no longer economical to maintain The replacement was approved during the 1995-96 budget process This mower will be utilized by the Parks Department to malntmn park areas, medians, right of way The old unit will be sold at pubhc auction ~ Tabulation Sheet PROGRAMS: DEPARTMENTS OR GROUPS AFFECTED. Parks Department Grounds Maintenance and Fleet Services Division FISCAL IMPACT. This amt will be funded from an internal motor pool lease account #720-025- 0584-9104 and repaid by the department over a 60 month time period Rick Svehla Acting City Manager Name Tom D Shaw, C P M Title Purchasing Agent 725 AGENDA BID # 1882 BID NAME 16 FT DIESEL RIDING GOLDTIt~VAITE'S WEFF MOWER OF INDUSTRIES OPEN DATE APRIL 2, 1996 TEXAS Dt~SCRtP~}~ON '~NDOR VENDOR VENDOR VENDOR VENDOR 16 FT DIESEL RIDING MOWER CAB, AC, AIR RIDE SEAT $52,380 00 $48,141 00 12 MOS WARRANTY IN MONTHS OR 24 MOS UNLIMITED OPERATIONS HOURS lS00 HRS HRS DELIVERY IN DAY AFTER _ RECEIPT OF ORDER 15-30 DAYS 45 DAYS _ HOWARD MFG TORO PRICE 30580 TURF MODEL GROUNDSMASTER HYDRO 180 ~ _ PROPOSED CONTRACT AGREEMENT FOR MAINTENANCE SERVICES Thas Agreement as made thas 16 day of April , 19 96 between the CITY OF DENTON, Texas, a munlcapal corporataon, of Denton, Denton County, Texas (Caty) and Premier EquIpment Services, whose address as 508 Austin St , Keller, TX 76248 (Contrac- tor) I. DUTIES The parties to this Agreement stipulate and agree that City shall employ, engage, and hmre Contractor an the pos~taon of Heavy Equapment Mechanmc to perform the followmng duties Provade routine preventatmve mazntenance service for all heavy equmpment as determaned by Cmty Provmde for emergency repaar for all heavy equmpment as determaned by City Contractor further agrees that mn the event of a break down of equipment, Contractor w~ll, to the extent possable absent events not controllable by the Contractor, make any and all necessary repamrs to allow work to commence on the next workang day Coordinate all parts requmrements through the Caty of Denton Fleet Services Department Perform "parts pickup" servmces if required by Caty II. CONSIDERATION In consideration of such servIces, C~ty agrees to pay Contrac- tor compensation in the amount not to exceed Eighty Thousand Dollars ($80,000 09 at a rate of Thirty ~lght Dollars ($ 38 00,. ) per hour for the term of th~s Agreement Payment by C~ty for these services properly performed will be made upon receipt and approval of lnvomces submitted by Contractor every two weeks in accordance with Cmty's standard processmng procedures III. TERM The term of this Agreement shall be for a period of one year , beginning on May 1 , 19 96 , and terminating on April 30 , 19 97 IV. TERMINATION This Agreement may be termmnated by either party at any time upon the giving of thirty (30) days written notice of termination to the other party In the event of termination of this Agreement in any manner, payments previously paid plus payments for services properly performed to the date of termination shall be deemed to be in full satisfaction of all claims against City under this Agreement V. I19DEPEI~-DENT CONTRACTOR It is agreed and understood that any work requested by the partmes hereto shall be performed under the terms of this Agreement and that all parties hereto are considered independent contractors Each party ms Interested only in the results obtained hereunder, and has the general right of inspection and supervlsmon in order to secure the satisfactory completion of such work Neither party shall have control over the other party wmth respect to its hours or tmmes, and under no cmrcumstances shall emther party hereto be deemed an employee of the other or act as an agent of the other VI. DUE DILIGENCE Contractor warrants that he shall perform the oblmgatmons wmth due diligence in a safe, competent, workmanlike manner and in complmance wmth any and all applmcable statutes, rules, and regulatmons of the Cmty of Denton and State and Federal law PAGE 2 VII. INSURANCE A Contractor shall maintain continuously in effect at all times during the term of this agreement or any extension thereof, at Contractor's expense, the following insurance coverage Comprehensive General LiabilIty Insurance covering the Contractor, its personnel and its operations, for bodily injury and property damage in the minimum amount of $1,000,000, combined single l~m~ts on a per occurrence basis B All policies shall be issued by a company authorized to do business in the State of Texas, be approved by the City of Denton, copies of which shall be provided to C~ty The policies shall name the City as an additional named insured and shall provide for a minimum of thirty (30) days written notice to the City prior to the effectIve date of any cancellation or lapse of such polices VIII EQUIPMENT Contractor shall furnish a service truck with auto crane and shall provide parts, fuel, and oil for th~s equipment Contractor further agrees to furnish all basic hand tools, including any and all tools necessary to make repairs and to service all types of l~ght and heavy equipment Contractor shall furnish all metal cutting and welding equip- ment and all motor fuel and oil for operation of this equipment City shall furnish all specialty tools required and designed by the manufacturer to perform a specific service or repair needed to a given piece of equipment PAGE 3 IX. INDEMNITY Contractor agrees to indemnify, hold harmless, and defend the city, its officers, agents, and employees from and against any and all claims or suits for ln3urles, damages, loss, or liability of whatever kind or character, arising out of Contractor's error, negligent act, or omission in connection with Contractor's perfor- mance of the services described in this Agreement In addition, Contractor shall hold harmless the City, its officers and employees from any and all expenses, including attorneys' fees and court costs which may be incurred by the City in litigation or otherwise resisting any claim or liability which might be imposed on the City as the result of the Contractor's activities In the event the City is determined by a court of law to be ]olntly negligent for such damage or injury, City shall indemnify Contractor on a pro- portlonate basis in accordance with the final judgment determining such joint liability X. MISCELLANEOUS This Agreement shall be construed under and in accordance with the laws of the State of Texas, and all obligations of the parties created hereunder are performable in Denton, Denton County, Texas Ail notices provided to be given under this Agreement shall be given by certified mall, registered mall, or hand-delivered, addressed to the proper party, at the following address The City of Denton Contractor ATTN Jack Jarvls 215 E McKlnney Denton, Texas 76201 PAGE 4 XI. MODIFICATION It lS further agreed that no waiver or modification of this Agreement or any covenant, condItion, or limitation contained herein shall be valid unless in writing and duly executed by the party to be charged therewith EXECUTED this .~ day of CITY OF DENTON, TEXAS ~~MANAGER ATTEST JENNIFER WALTERS, CITY SECRETARY MICHAEL A BUCEK, ACTING CITY ATTORNEY Premier Equipment Services E \WPDOCS\K\MAINTENANCE K PAGE 5 'PREMIER EQUIPMENT SERVICE, INC. ATTACHED IS COPIES OF THE INSURANCE POLICIES ON TRUCKS CURRENTLY IN USE 308 AUSTIN STREET * KELLER, TEXAS 76248 ' (817) 431-6641 * MOBILE (817) 992-5297  STATE FARM MUTUAL AUTOMOBILE INSURANCE COMPANY 17~,Ol PRESTON ROAD DALLAS¢ TX 753Z9 *RENEWAL CERTIFICATE FORM OF SUOINESS [] C~RPORATION [] PARTNERSHIP [] INBIVIBUAL [] OTHER POLICY NUMBER 299 ~ ? 52 -- A 16- ~ 3 . mTEM~ NAMEO INSURED ANO MAILIN6 A~O~ESS POLICY PER[OD FROM JAN-16-g6 TO JUL-lb-g ~o ~'717~ C att201AM Standa~dT,meattheaddressofthena~msur~asstat~ ~ PREMIER E~UIPM~N~ SERVICE INC 50B AUSTIN 5T K~LLER TX ZbZ~B-Z~4b -- Ih.hlh,,,I,hh,lh,h,,hh,hl,h,hlh,~h,,h,h.,lll PREMIUM SHOWN IS PAYABLE $ ~ ~ ~ ~ ~ 0 0 AT INCEP 1 ~4 CHEVROLET C70 PICKUP 16~J 7D19~EVl~O92g 3318300 0 ITEM TWO SCHEDULE OF COVERAGES AND COVERED AUTOS COVERAGF SYMBOL COVERED AUTO NUMBER PREMIUM COVERAGE NAME LIMIT AUTO COVERAGE SYMBOL AB LIABILITY-(SYNBOL 7) $244.00 BODILY INJURY LIABILITY LIMIT-COVERAGE AB - EACH PERSON, EACH ACCIDENT 25,000 50,000 $101.00 PROPERTY DAMAGE LIABILITY LIMIT-COVERAGE A8 - EACH ACCIDENT 25.000 P2 $28°00 PERSONAL %NJURY PROTECT%ON(SEE ENDORSEMENT) LIMIT-COVERAGE P2 - EACH PERSON 5.000 D $59.00 $100 DEDUCTIBLE COMPREHEN~IVE-(SYHBOL ?) G $55.00 $S00 DEDUCTIBLE COLLISION (SYMBOL ?) U UNINSURED/UNDERINSURED MOTORISTS(SEE ENDORSEMENT) $34.00 LIMIT-COVERAGE U-BODILY iNJURY EACH PERSON~ EACH ACCIDENT 25.000 50.000 $7.00 LIMIT-COVERAGE U-PROPERTY DAMAGE($250 DEDUCTIBLE) EACH ACCIDENT 25,000 $528.00 ESTIMATED TOTAL PREMIUM FOR POLICY PERIOD JAN-16-96 TO JUL-16'V6 EXCEPTIONS AND ENDORSEMENTS ATTACHED TO THIS POLICY. PREMIUM FOR ENDORSEMENTS(SHOWN ABOVE WHEN APPLICAdLE) FINANCED-ANY LOSS UNDER PHYSICAL DAMAGE COVERAGE IS PAYABLE AS INTEREST MAY APPEAR TO THE INSURED AND NATIONS BANK, PO BOX 740125, ATLANTA GA 30~74-0125. IL 00 21 NUCLEAR ENERGY LIABILITY EXCLUSION ENDORSEMENT BROAD FORM. TE 00 39B AMENDATORY ENDORSEMENT: CHANGE CONDITIONS AND DEFINITIONS. TE O0 40 AMENDATORY ENDO~bEMENT-TEXAS~ CHANGE CANCELLATION OR NONRENEWAL CONDITIONS. ITEM 2-SYMBOL ? SPECIFICALLY DESCRIBED AUTOS. TE O~ 01C PERSONAL INJURY PROTECTION ENDORSEMENT-TEXAS (COVERAGE P). TE 04 06B MEXICO COVERAGE-LIMITED. TE 04 09C UNINSURED/UNDERINSURED MOTORISTS INSURANCE (COVERAGE U). TE 20 35A LOSS PAYABLE CLAUSE-MODIFIED. TE 99 60A SUPPLEMENTARY DEATH BENEFIT. CAR 1-TE2015A-MOBILE EQUIPMENT. CAR 1-TE2045A-EXCLUSION OF EQUIPMENT. THIS iS YOUB OEC~RATIONB PAGE COUNTERSIGNED 12-13-95 PLEASE A~ACH TO YOUR A~O POLICY BOOKL[T BY JOHN ANDERSON 7178-0 YOUR POLICY CONSISTS OF THIS PAGE. ANY ENDORSEUENTS AND THE ~LICY BOOKLET FORU 9 & 43 U. 2 N T PLEASE KEEP TOGETHER 155 4972  STATE FARM MUTUAL AUTOMOBILE INSURANCE COMPANY 1i'301 PRESTON ROAD DALLAS, TX 7531'9 *RENEWAL CERTIFICATE FORM OF BU$1NES$ F~CORPORATION ~'~PARTNERSHiP~-'~INDIVIDUAL [-"~OTHER POLICY NUMBER DO0 7363-B07-43 ,, ITEM1 NAMED INSURED AND MAILING ADDRESS POLICY PERIOD FROM FEB-O?-96 TO AUG-O?-9 ,o 43-7178 C at1201AM Standard Time at the addmss of the named msured as stated her ' PREMIER EQUIPMENT SERVICE INC 308 AUSTIN ST STATE FARN PAYMENT KELLER TX 1'6248-22/.6 PLAN NUMBER 0330633008 -- Ih,,hlh,,,hhhdh,h,,hh,hhh,hlhdh.h,h.,lll '-- PREMIUM SHOWN IS PAYABLE $ $'~)47. O0 AT INCEP ,~u ~.Ol' P,~Y I , ,~ ~ · , ~ ~.~. THIS PAGE ~,~.r ~,~.~ E ~ I.-~ l ~-, ,~ ~ ~ ~ ,~-~ _ ~ F AMOUNT ITEM THREE SCHEDULE OF COVERED AUTOS YOU OWN SERIAL NUMBER (S) CLASS TERRITO COVERED AUTO YEAR TRADE NAME MODEL BODY TYPE VEHICLE IDENTIFICATION NUMBER (VIN] 1 85 CHEVROLET $10 PICKUP 1GCBS 14ESF2218009 3A 0 0 ITEM TWO SCHEDULE OF COVERAGES AND COVERED AUTOS ~ V ,~,IDF" FOR COVERAGF SYMBOL COVERED AUTO NUMBER PREMIUM COVERAGE NAME LIMIT AUTO COVERAGE SYMBOL h~ L. I . ,, -C, HA, IATION AB LZABZLZTY-(SYMBOL 7) $167.00 BODILY INJURY LIABILITY LIMIT-COVERAGE AB - EACH PERSON. EACH ACCIDENT 25,000 50,000 $80.00 PROPERTY DAMAGE LIABILITY LIMIT-COVERAGE AB - EACH ACCIDENT 25,000 $247.00 ESTIMATED TOTAL PREMIUM FOR POLICY PERIOD FEB-07-96 TO AUG-O?-96 EXCEPTIONS AND ENDORSEMENTS ATTACHED TO THIS POLICY. PREMIUM FOR ENDORSEMENTS(SHO~N ABOVE ~HEN APPLICABLE) IL O0 21 NUCLEAR ENERGY LIABILITY EXCLUSION ENDORSEMENT BROAD FORM. TE O0 39B AMENDATORY ENDORSEMENT CHANGE CONDITIONS AND DEFINITIONS. TE O0 40 AMENDATORY ENDORSEMENT-TEXAS CHANGE CANCELLATION OR NONRENE~AL CONDITIONS. ITEM 2-SYMBOL 7 SPECIFICALLY DESCRIBED AUTOS. TE 04 06B MEXICO COVERAGE-LIMITED, TE O~ 09D UNINSURED/UNDERINSURED MOTORISTS INSURANCE (COVERAGE U),. THIS IS YOUR DECLARATIONS PAGE COUNTERSIGNED 01-04-96 PLEASE A~ACH ~0 YOUR AUTO POLICY BOOKLLT BY JOHN ANDERSON ? 178-0~ YOUR POLICY CONSISTS OF THiS PAGE ANY ENDORSEMENTS AND THE POLICY BOOKLET FORM 9843 P · 3 N T PLEASE KEEP TOGETHER 155-4972 PREMIER EQUIPMENT SERVICE, INC. Attached is a copy of the 1,000,000 O0 General Liability Insurance Policy currently lneffect 308 AUSTIN STREET * KELLER, TEXAS 76248 ' (817) 431-6641 ' MOBILE (817) 992-5297 COMMERCIAL LIABILITY ~. , - ......... DECLARATIONS ~~'~ SCOTTSDALE INSURANCE COMPANY® 8877 North Galney Center Drive, Scottsdale, Arizona 85258 CLS217605 1-800~t23-7675 (outside Arizona) Beo~wa~ of Numb.r A STOCK COMPANY Policy Number CLS286521 Item I Named Insured and Malting Address JAY JOHNSON 308 AUSTIN STREET KELLER TX 76248 Agent Name and Address BURNS & WILCOX LTD 1250 E COPELAND RD, #900 ARLINGTON TX 76011 Agent No 42-0020 Item 2 Pohcy Period From 10/03/95 To 10/03/96 12 01 A M Standard Time at the address of the Named Insured as stated herein Item 3 Retroactive Date None Item 4 Business Description HEAVY MACHINE REPAIR Item 5 In return for the payment of the premium, end subject to all the torino of thio palloy, wa agree with you to provide the insurance es stated In this policy Thio policy oonoloto of the following coverage parte for which a premium ID Indicated Where no premium ID ohown, there le no coverage Thio premium may be eubJeet to adjustment Coverago Pert(s) Form No and Edition Dote Premium Commercial General Liability Coverage Part CLS-SD~I (2-92) $1495 00 Profe_~!qnal Liability Coverage Part NOT COVERED $ ~rowd~r~ th~ ~ov~-.-~ and thts ineufe~ i~ n~ a mef~ d the $ )reperty and canualty insurance gueramY ~, ,-.~_--~_~ $ A~le 1 14-2. requlms PaYmerit o! 4 85% tax an ~ I~'-'~m ' Total I$ 1,49500 POLICY FEE 115 00 STATE TAX 78 O9 STAMPING FEE 1 61 Item 6 Forms and endorsements applicable to all Coverage Parts CLS-SD-1 (02-92) SHOW NUMBERS Countersigned 10-12-95 DC/TH By DOI~CN;ISON DATE AUTHORIZED REPRESENTATIVE THIS COMMERCIAL LI/~ILII¥ DECLARATIONS AND THE SUPPLEMENTAL DECLARATIONS TOGETHER WITH THE COMMON POLICY CONDITIONS COVERAGE FORM(S) AND ENDORSEMENTS COMPLETE THE ABOVE NUMBERED POLICY CLS D 1 110-92) ORIGINAL JL SCOTTSDALE INSURANCE COMPANY ® COMMERCIAL GENERAL LIABILITY COVERAC E PART SUPPLEMENTAL DECLARATIONS These Supplemental Deolaratlone form a part of polioy number el R~A6521 LIMITS OF INSURANCE General Aggrogata Umlt (other than Produote/Completed Operations) $ 1.000.OD0 Produots/Completed Operations Aggregate Umlt $ 1,000.00o Personal and Advertising Injury Umlt $ 1.000.000 Eac;h Ocourrsnce I. lmit $ 1.000,000 Rte Damage Umit $ 50.000 anyone tim Idedicel Expense Umit $ EXCLUDED any one person BUSINESS DESCRIPTION AND LOCATION OF PREMISES Form of business [] Individual [] Joint Venture [] Partnership [] Organization (other than Partnership or Joint Venture) Business dasorlptlon HEAVY MACHINE REPAIR Looaflon of all premises you own. rent or occupy SAME PREMIUM Rate Advance Premium Classification Code No *Premium Basra PR/Co All Other Pr/Co All Other IqACHINERY OR EQUIPNENT-INDUSTRIAL 97222 P)$1,900 16 402 30 477 S 523 $ 9~ -INSTALLATION, SERVICING OR REPAIR FORMS AND ENDOR~EMENTB (other than applicable forms and endorsements shown elsewhere In the polloy) Forms and endorsemanffi spply~ngtothieCoversge Part and made part ofthis pohcysttime of~ssue CL$-JZ(02-95), CG0001(10 93), C$2101(11-85), CG2116(11-85), CG2141(11 85), CG2146(01-87), CG2147(10-93), 1L0017(11-85), GL$-B~g(O~-9~), UTS-88g TX(09-94)~ UTS 1~8g(10-94), UTS 137g(0~ 93), UTS-182g(02-94), UTS 230g TX(09 94) *(e) Nee, (o) Total cost, (m) Admi~lon, (p) Payroll, (e) Om~s 8ales. (u) Unite. (o) Other THIS SUPPLEMENTAL DECLARATIONS AND THE COMMERCIAL LIABILITY DECLARATIONS, TOGETHER WITH THE COMMON POLICY CONDITIONS COVERAGE FORM(S) AND ENDORSEMENTS COMPLETE THE ABOVE NUMBERED POLICY CLS-SD-1 (2 92) ORIGINAL J ENDORSEMENT SCOTTSDALE INSURANCE COMPANY® NO. AT[ACHED TO AND ENDORSEMENT EFFECTIVE FORMING A PART OF (STANDARD TIME) INSURED AGENCY AND CODE POLICY NUMBER MO DAY YR 12 Ot NOON CLS286521 X THIS ENDORSEMENT CHANGES THE POLICY PLEASE READ IT CAREFULLY OPTIONAL PROVISIONS ENDORSEMENT In consideration of the premium charged, it is agreed that the following special provisions (ind~cated by an "X") apply to this policy SCHEDULE [] Bodily Injury, Property Damage, Personal Injury and Advertising Injury Liability Deductible Endorsement Bodily injury Uability $ 500 00 per claimant Property Damage Liability $ 500 00 per claimant Personal Injury Uabthty $ 500 00 per claimant Advertising injury Uabihty $ 500 00 per claimant [] Service of Suit Clause Service of Process will be made upon BURNS & WILCOX LTD 1250 EAST COPELAND ROAD #900~ ARLINGTON, TEXAS 76011 [] Minimum and Advance Premium Endorsement Minimum Premium $ 1,495 00 [] Minimum Earned Premium Minimum Earned Premium 25 % of the original premium BODILY INJURY, PROPERTY DAMAGE, PERSONAL INJURY AND ADVERTISING INJURY LIABILITY DEDUCTIBLE ENDORSEMENT APPLICATION OF ENDORSEMENT (Enter below any hmitatlon on of such deductible ',~gregats" hmits for such coverages shall the apphcat~on of thts endorsement If no hm~tat~on is entered, the not be reduced by the application of such deductible amount deductibles apply to damages for all "bodily Injury," "property damage, "personal Injury' "and "advertising injury," however 2 The deductible amounts Include all legal and loss adjustment caused ) expenses 3 The deductible amounts stated in the Schedule apply under the Bodily Injury Liability, Property Damage liability, Personal Inlury babihty and Advertising injury bab~llty Coverages, I Our obhgat*on under the Bodily Injury Uabdlty Property respectively, to all damages because of "bodily injury" or Damage Uablhty, Personal Injury bab~hty and Advertising Injury personal Injury" sustained by one person, or to all dam ages Uablhty Coverages to pay damages on your behalf applies only because of "property damage" sustained by one person, any to the amount of damages in excess of any deductible organization, or association or any individual member of any amounts ¢=tAtm-I In the ~hl;ldllle al)ova as appllcableto organization or assoclatton as the result of any one such coverages, and the limits of insurance applicable to "each "occurrence" occurrence' for such coverages wilt be reduced by the amount UTS-128g (1094) Page 1 of 2 APR-26-1996 ~9 46 FARMERS INS 817 581 1941 P ~1 · 4-23-9~ I ~ODUCBR THIB GERTIFIOA~ 18 18RUED AB A MA~Efl OF INFORMATION ONLY AND CONFER8 EXTEND OR AL~R THE COVERAge AFFORDED BY THE POLI~IE8 BELOW MARK CARL TNSUERNC~ AGENCY 6851 NE ~OOP 820 ST~, 226 cOMPANIES AFFORDING COVE~GE SC~TSDAL~ ~SU~B~ COMPANY JAY JOHNSON 308 AUSTIN STREET ~,~,~ O KELLE~, TEXAS 76248 ~LUSION9 AND GoNDmoN8 OF SUCH POLICiBa UM~S 8HO~ ~Y HAVE BBEN REDUCED BY PAID C~IMB C~IM8 ~OZ O~UR PERSONAL & ADVERTIa~a I~URY S [ 000 ~H O0~Ue~Z~0E t [ 000 (~ITY OF DENTON IS NAMED ADDITIONAL INSURED WITH 30 DAYS CANCELLATION NOTICE CT T¥ OF DEN't'ON MAIL 6'30 DAYB WRIt'TEN NOTICE TO THE CERTIFICATE MOLDER NAMED TO THE 901 TEXAS ST. DENTON ~, TX · 76201 LE'~' BUT FAILURE TO MAIL SUCH NOTICB SHALL IMPOSE NO 05LIGATION OR LIABILITY OF ANY KIND uPON THE COMPANY, ITB AQENTE OR REPRESENTATIVES ~uTAL P 0! H~R-25-1996 1~ 50 FARMERS INS 817 58i 1941 P~i OBurns & Wilcox Ltd. UN[~Rt*~ff~ M~l~Im~ AND ~$ INSURANCE BINDER THIS BINDER ~ A TEM~RARY INSUR~CE ~NTRA~, 6UBJE~ TO ~E COND~ION8 SHOWN B~OW pRODUCER, I~URED JAY ~HN~N MARK ~ CARL ~51 NE L~P ~0 ~E 226 3~ Au~N ~TREET N RICHLAND HIL, TX 78180 K~LE~ TX 7~ L~A~ON OF E~E~I~ FROM. 1~5 TO 10~, ~TH DAY~ AT 12 01 AM ~ANDARD TIME AT LOCATION OF RISK INSURER[S)= SCO~SDALE INSURANCE COMPANY 4 FORM OF COVERAGE: coMMERCIALGENUAB OCCURRENCE 5. UMIT~OEDUC'rlBLES' L3ORDITK)HS: 91GLNED AppLIC,~'IlON, INGLUDIS8 ~0 ADdiTIONAL. tHI~UREDS ADVISE I~s WE HEEOANY