Loading...
2012-148ORDINANCE NO. 2�12-148 AN ORDINANCE ACCEPTING BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF THE FM 2499 UTILITY RELOCATION PROJECT; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (BID 4957-AWARDED TO SMB ENTERPRISES, INC. 1N THE AMOUNT OF $192,989). WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of State law and City ordinances; and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public worlcs or improvements described in the bid invitation, bid proposals and plans and specifications therein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The following competitive bids for the construction of public worl�s or improvements, as described in the "Bid Invitations", "Bid Proposals" 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 4957 CONTRACTOR SMB Enterprises, Inc. AMOUNT $192,989 SECTION 2. The acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public worlcs or improvements herein accepted and approved, until such person sha11 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 3. The City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public worlcs or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein. SECTION 4. The City Council of the City of Denton, Texas hereby expressly delegates the authority to talce any actions that may be required or permitted to be performed by the City of Denton under Bid 4857 to the City Manager of the City of Denton, Texas, or his designee. SECTION 5. Upon acceptance and approval of the above competitive bids and the execution of contracts for the public worlcs 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 6. This ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the � day of , 2012. ATTEST: JENNIFER WALTERS, CITY SECRETARY , BY: APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY BY: 5-ORD- 4957 CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 17 day of Julv A.D., 2012, by and between City of Denton of the County of Denton and State of Texas, acting through George C. Campbell thereunto duly authorized so to do, hereinafter termed "OWNER," and SMB Enter�rises Inc 3201 Carmel Street Denton. TX 76205 Of the City of Denton, County of Denton and State of Texas , hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and perfarmed 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: Bid # 4957 — FM 2499 Utility Relocation I in the amount of $192,989 and all extra worlc in connectioii 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 all local, state and federal laws; and plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by: City of Denton Staff all of which are referenced herein and made a part hereof and collectively evidence and constitute the entire contract. CA-1 Independent Status It is mutually understood and agreed by and between Ciiy 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 perfornl 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 covenants and agrees to and does hereby indemnify, hold harmless and defend, at its own expense, Owner, its officers, servants and employees, from and against any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of the Work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers, servants, employees, of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner during the performance of any of the terms and conditions of this Contract, whether arising out of in whole or in part, any and all alleged acts or omissions of officers, servants, or employees of Owner. The provisions of this paragraph are solely for the benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise, to any other person or entity. 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 wiihin the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA-2 Right to Audit The OWNER shall have the right to audit and make copies of the books, records and computations pertaining to this agreement. The CONTRACTOR shall retain such books, records, documents and other evidence pertaining to this agreement during the contract period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be lcept until all audit tasks are completed and resolved. These books, records, documents and other evidence shall be available, within 10 business days of written request. Further, the CONTRACTOR shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to this agreement, and to allow the OWNER similar access to those documents. All books and records will be made available within a 50 mile radius of the City of Denton. The cost of the audit will be borne by the OWNER unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the CONTRACTOR which must be payable within five business days of receipt of an invoice. Failure to comply with the provisions of this section shall be a material breach of this contract and shall constitute, in the OWNER'S sole discretion, grounds for termination thereo£ Each of the terms "books", "records", "documents" and "other evidence", as used above, shall be construed to include drafts and electronic fi�es, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document. CA-3 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: Citv of Denton ,O BY: .�- � (SEAL) � CONTRACTOR _ � � �, � �'�..�� a ��'J . . ��� 9 �o -� �3—�--�7� PHONE NUMBER 9� -��. - a��� FAX NUMBER BY: TITLE S�-�ve �fa� APPROVED AS TO FORM: PRINTED NAME � (SEAL) /�_�- . �/ AN A BURGESS, CIT TT EY �< <� . ., ._ PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That SMB Enterprises, Inc. whose address is 3201 Carmel Street Denton TX 76205 hereinafter called Principal, and � , a corporation organized aild existitzg under the laws of the State of , 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 ihe State of Texas, hereinafter called O , in the penal sum of One H dred Nine Two Thousand, Nine Hundred Eigh T Nina��0/100 DOLLARS ($192,98 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, ii� 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 ouxselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. This Bond sllall autoinatically 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 Suppleinental 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 N�ber 2012-148, with the City of Denton, the O�er, dated the 17 day of J� A.D. 2012, for Bid # 4957- FM 2499 Utilitv Relocation I NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of sa.id 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 agreeinents of any and all duly authorized modifications of said Contract that may hereafter be made, ilotice of which modifications to the Surety being hereby waived; and, if the Principal shall repair andlor replace all defects due to faulty materials and workmanship that appear within a period of two (2) years from the date of final completion and final acceptance of the Worlc by the Owner; and, if the Principal sha11 fully indemnify and save harmless the Owner from all costs and da.ulages which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner a11 outlay and expense which the Owner may incur in malcing good any default or deficiency, then this obligation sha11 be void; otherwise, it shall remain in full force and effect. .� 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 sa.id 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 Insu.rance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this i�nstrument is executed in four cop�, each one of which shall be deemed an original, this th��j 5 day of 'i,(,�, �01 �� ATTEST: � � / � � ��/_i��ir�i ��)/ _ - : • �' ATTEST: .. � .. �► �� � � BY: R�SIDENT SURETY � , --�s� r�d `� ��-�- �o :�� BY: �.—C�+ t , ' BY: � AT ORNEY-IN-FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: ► �.�ui�i STREET ADDRESS: �ii� (NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) .� �U �' �� ��`°s� PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That SMB Enterprises, Inc.✓ , whose address is 3201 Carmel Street Denton TX 76205 hereinafter called Principal, and r.t,YD S� �� corporation organized and existing under the laws of the State of , and fully authorized to transact business in the State of Texas, as Stuety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of tlie State of Texas, hereinafter called Owner, and unto all persoils, firms, and corporations who may furnish materials for, or perform labor upon, the building or unprovements hereinafter re�f 'ed to, in the penal sum of One Hundred Ninet Two Thousand, Nine Hundred Eighty Nine�and 0/100 DOLLA.RS ($192;98 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 a�nount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemenfal Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SANIE is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 2012-148, with the City of Denton, the O�er, dated the 17 day of Ju�l � A.D. 2012�r Bid # 4957 — FM 2499 Utilitv Relocation I NOW, THEREFORE, if the Principal sl�all well, truly and faithfully perform its duties and malce prompt payment to all persons, firms, subcontractors, corporations and claimants supplyiizg labor and/or material in the prosecution of the Worlc provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void; otherwise it shall remain in fu11 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 Worlc 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 waiye notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work �o be perfarmed 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 surety, 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 in$trument i�executed in four copies, each one of which shall be deemed an original, this the � day of ,� i,�,�, �� a.✓ ATTEST: I: ATTEST: PRINCIPAL ✓ ��! � _�-- ' %���� ■ / i_ /_�_ ,�� �, _ __ SURETY .� r,,_- � � �I�� —��rl � ��_J BY: (�`'� `��Prc/l'q� � � (� BY: A RNEY-IN-FACT The Resident Agent of the Sureiy in Denton County, Texas for delivery of notice and service of the process is: NAME: �i,��1w��,�S(,cr('.�'t�Q. 1�0u�, �1 G STREET ADDRESS�C% (NOTE: Date of Payment Bond must be date of Contr^act. cor�poration, give a person's name.) •; , If Resident Agent is not a (J� �� �to��i INSLIROR5I,� EI�iNITY ______ _ �C,!o�r a�,� � P.O. Box 2683 • 225 South Fifth Street • Waco, TX 76702-2683 www.insurorsindemnity.com • 254-759-3702 • Fax 254-755-6399 BOND RIDER (GENERAL) It is hereby understood and agreed that the following terms and conditions shall apply to the Performance Bond and/or the Payment Bond, NO. CNB-14548-00 • 1. If the Obligee of the bonds is a governmental entity in t he State of Texas, then notwith standing anything stated in the Performance Bond and/or in the Payment Bond, then the Performance Bond and/or the Payment Bond is issued pursuant to Chapter 2253 of the Texas Government Code, as amended; or If the Obligee of the bonds is a private entity and the Owner of a private project located within the State of Texas, then, notwithstanding anything stated in the Payment Bond, the Payment Bond is issued pursuant to Chapter 53 of the Texas Property Code, as amended, and the Payment Bond is conditional upon the prompt payment for all labor, subcontracts, materials, specially fabricated materials, and normal and usual extras not exceeding fifteen (15%) percent of the contract price, and the Owner in order to make the Payment Bond effective must note its approval of the Payment Bond on the face of said Payment Bond and the Owner must cause the Payment Bond to be recorded, along with a copy of the contract, with the County Clerk of the County in which the project is located in whole or in part; and any suit under the PerFormance Bond, if any, must be filed within two (2) years and a day of the project being completed by the Principal or if the Principal does not complete the project, within two (2) years and a day of the Principal being defaulted or the Principal having abandoned the project; or 3. If the Principal is a subcontractor, then any suit under the Payment Bond must be filed within two (2) years and a day of the last furnishing of a service, labor or material, as defined by the Payment Bond, to the Principal; and any suit under the PerFormance Bond must be instituted within two (2) years and a day of the Principal completing its subcontract or if the Principal does not complete its subc ontract within two (2) years and a day of the Principal being defaulted; and 4. As to any Payment Bond and/or to any PerFormance Bond to which this Rider is attached, any change order or modifications which alone, or in conjunction with any other change order or modification, increases or decreases the Contract price by more than fifteen percent (15°/a) must be consented to by the Surety in writing and an additional bond fee must be paid for any increase in the Contract price; 5. As to any Payment Bond and/or to any Performance Bond to which this Rider is attached, the Obligee must pay the Principal in strict accordance with the Contract or Subcontract; 6. As to any Paymenf Bond and/or to any Performance Bond to which this Rider is attached, the Bond does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war. 7. As to any Payment Bond and/or to any Performance Bond to which this Rider is attached, the Bond does nat provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor the remediation thereof, nor the consequences of their occurrence, existence, or appearance. SIGNED, SEALED AND DATED this 31st day of ��iy , zo�z PRINCIPA ' B Enterprlses, Inc. = (Seal) BY� (��� (title) INSUR INDEM TY M ANY � �SP,�'� By: � heri . Allen, Attorney-in-Fact Rider— Pertormance & Payment Bond General (02-06) INSLIRORS I �INITY P.O. Box2683 • 225 South Fifth Street • Waco, Texas 76702 2683 /%��� www.insurorsindemnity.com • 254-759 3700 • Fax 254-755-6399 IMPORTANT NOTICE - AVISO IMPORTANTE To obtain information or make a complaint: You may call Insurors Indemnity Company's toll-free telephone number for information or to make a complaint at: 1-800-933-7444 You may also write to Insurors Indemnity Company at: P.O. Box 2683 Waco, TX 76702-2683 Or 225 South Fifth Street Waco, TX 76701 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 at: P.O. Box 149104 Austin, TX 78714-9104 Fax:512-475-1771 Web: httv://www.tdi.state.tx.us E-mail: ConsumerProtection(�a,tdi.state.tx.us PREMIiJM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the agent or the company �irst. 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. Para obtener infoi�rnacion o para someter una queja: Usted puede llamar al numero de telefono gratis de Insurors Indemnity Company's para informacion o para someter una queja al 1-800-933-7444 Usted tanbien puede escribir a Insurors Indemnity Company: P.O. Box 2683 Waco, TX 76702-2683 O 225 South Fifth Street Waco, TX 76701 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax:512-475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(�a,tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concemiente a su prima o a un reclamo, debe comunicarse con el agente o la compania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto y esta dado para acatar con Section 2253.021 Government Code y Section 53.202, Property Code efectivo, Septiembre 1, 2001. INSLIRORS I 1VINITY .af�r��r�r.��.G � POWER OF ATTORNEY of INSURORS INDEMNITY COMPANY Waco, Texas KNOW ALL PERSONS BY THESE PRESENTS: Number: CNB-14548-00 That INSURORS INDEMNITY COMPANY;'Waco, Texas, organized and existing under the laws of the State of Texas, and authorized and licensed to do business in t e State of Texas and the United States of America, does hereby make, constitute and appoint Sheri R. Allen f the Citv of Denton, State of TX as Attorney in Fact, with full power and authority hereby conferred upon him to sign, execute, acknowledge and deliver for and on its behalf as Surety and as its act and deed, all of the following classes of document, to-wit: Indemnity, Surety and Undertakings that may be desired by contract, or may be given in any action or proceeding in any court of law or equity; Indemnity in all cases where indemnity may be lawfully given and with full power and authority to execute consents and waivers to modlfy or change or extend any bond or document executed far this Company. , Att�st: c�-+��w� �� ��nc�J Tammy Tieperm n Secretar ` State of Texas County of McLennan INSURORS I DEMNITY MPANY .� By T o as . Chase, Jr, Chairma nd CEO On the 8fh day of July, 2009, before me a Notary Public in the State of Texas, personally appeared Thomas G. Chase, Jr. and Tammy Tieperman, who being by me duly sworn, acknowledged that they executed the above Power of Attomey in their capacities as Chairman and Chief Executive Officer, and Corporate Secretary, respectively, of Insurors Indemnify Company, and acknowledged said Power of Attorney to be the voluntary act an eed of the Company. ..... ......................�....... _��� I.G(�`v !N� 3HERRI WHITENOUSE �''',� NoterV Publlc Notary Public, Sfate of Texas 5TATE OF TEXA5 My Comm Exp 061�1I2013 Y���!!!►��M��������������o��������• Insurors Indemnity Company certifies that this Power of Attorney is granted under and by authority of the following resolutions of the Company adopted by the Board of Directors on July 8, 2009: F2ESOLVED, that all bonds, undertakings, contracts or other obligations may be executed in the name of the Company by persons appolnted as Attorney in Fact pursuant to a Power of Attorney issued in accordance with these Resolutions. Said Power of Attorney shall be executed in the name and on behalf of the Company either by the Chairman and CEO or the President, under their respective designation. The signature of such officer and the seal of the Company may be affixed by facsimile to any Power of Attorney, and, unless subsequently revoked and subject to any limitation set forth therein, any such Power of Attorney or certificate bearing such facsimfle slgnature and seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signature and seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached. RESOLVED, that Attorneys in Fact shall have the power and authoriiy, subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and any such instrument executed by such Attorneys in Fact shall be binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary or Assistant Secretary of the Company. I, Tammy Tieperman, Secretary of Insurors Indemnity Company, do hereby certify that the foregoing is a true excerpt from the Resolutions of the said Company as adopted by its Board of Directors on July 8, 2009, and that this Resolution is in full force and effect. I certify that the foregoing Power �f Aktorney is in full force and effect and has not been revoked. In Witness Whereof, I have set rny har�d :�rid. fi�e seal of WSURORS INDEMNITY�OMPANY on this 31st day of July , 2012 � � � ��[�._ rn w `� l,�- Y� C� Tammy Tiep r an, ecretary NOTE: IF YOU HAVE ANY QUE�TIOP! FtEGARDIiVG 7HE VALIDITY OR WORDING OF THIS POWER OF ATTORNEY, PLEASE CALL 800 933 7444 OR WRI`fF TO US P�T' P. O, BOX 2683, WACO, TEXAS 76702-2683 OR EMAIL US AT CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to tlie insurance requirements below. It is Iziglzly recommenrled tlzat bidders confer with tlzeir respective insurance carriers or bt�okers to determine in c�clvance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided laerein. If an apparent low bidder fails to corrtply strictly witlz tlxe insurance requirements, tlzat bidder may be disqualified from award of tlze contract. Upon bid award, all insurance requirements shall become coiatractual obligations, whicla tlze successful bidder slaall ]aave a duty to maintain througlzout the course of tliis contract. STANDARD PROVISIONS: Without Zimiting any of the other obligations or liabilities of the Contractor, the Contractor shall p�ovide and maintain untiZ the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated he�einafter. As soon as practicable after notification of bid award, Contf-actor 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 wNitten exception has been submitted with the bid. Co�ztractor slzall not commence any work or deliver any material until !ae or she receives notification tliat tlae 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 gene� al specifications throughout the du�ation of the Contract, or longe�, 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 sha11 reduce or elimuiate such deductibles or self-insured retentions with respect to the City, its . officials, agents, employees and volunteers; or, the eontractor 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. CI-9 • 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 insu.rance applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability. • Cancellaiion: The City requires 30 day written notice should any of tlae policies described on the certificate be cancelled or materially changed before the expiration date. • Should any of the required insurance be provided under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. � Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. • Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. CI - 10 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance polzcies proposed or obtained in satisfaction of this Contract slzall additionally comply with tlie following marked specifications, and shall be maintained in compliance witlz these additional specifications throughout tlte duration of tlae Contract, or longer, if so �zote�l: [X] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000,000.00 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 Properiy 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 tlus contract, personal injury liability and broad form property damage liability. [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000.00 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. CI - 11 [X] Workers Compensation Insurance Contractor sha11 purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a$500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor sha11 comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Worker's Compensation Cominission (TWCC). [] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all tirries 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 prosecu�io� of the work or Contractor's operations under this eontract. 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. [ ] 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. CI - 12 [ ] Commea�cial Crime Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this coverage should be written on a"blanket" basis to cover all employees, including new hires. This type insurance should be required if the contractor has access to City funds. Limits of not less than each occurrence are required. [ ] 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. CI - 13 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-insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regaxdless 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 proj ect, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for a.11 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 proj ect, 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 proj ect, and provide to the governmental entity: CI - 14 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 a11 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 Worlcers' Compensation Commission, informing all persons providing services on the project that they are rec�uired to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor sha11 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 requirernents of Texas Labor Code, Section 401.011(44) for alI of its employees providing services on the project, for the duration of the project; 2) provide to the contractor, prior to that person begiruung 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) certificate of coverage, prior to the other person beginning worlc 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; CI - 15 5) retain all required certificates of coverage on file for the duration of the proj ect 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 a11 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 ad�nuustrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to coinply with any of these provisions is a breach of contract by the contractor which entitles the govemmental 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. CI - 16 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doin business with local overnmental entit This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a Date Received person doing business with the governmental entity. By law this questionnaire must be filed with the recards administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the � statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1 Name of person who has a business relationship with local governmental entity. 2 ❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7�h business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3 Name of local government officer with whom filer has an employment or business relationship. Name of Officer This section, (item 3 including subparts A, B, C& D), must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government offcer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? 0 Yes 0 No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity7 � Yes � No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? � Yes � No D. Describe each affiliation or business relationship. 4 Signature of person doing business with the governmental entity Date Adopled 06/29/2007 CIQ-1 Project Name FM 2499 Utility Relocation Phase I BID TABULATION SHEET Calendar Days 90 Bid No. 4957 P.O. No. Item Description Quantity Unit Unit Price Total 103.3 Surety Bonds 1 LS $�� ��� / LS $ g� � Unit Price In Words � 1` �Z f ��� c,+,5cwu.( �'! �c� ct��.�l ��t� L��� 107.20. Project Signs 2 EA $��U� / EA $�6 U Unit Price In Words �ou-✓ �'��'�'`� -e-+bj � T !%l.o l l��S 201 Temporary Erosion Control 675 LF $ Lj / LF $ Z? a� Unit Price In Words �o u-✓ p j��c- v S 202.6 Seeding Turf Grass 1,500 SY $ / SY $ D �� Unit Price In Words ��t�`-✓ � r( 5 203.3 General Site Preparation 1 LS $�� o d/ LS $ a� d� Unit Price In Words � r�,� � f.V°ws u�r.�-� r(��(,✓ �,,�,�,�i,e(,{ '�(/� ✓S 502.1.2 4' I.D. Concrete Manhole Adjustment 7 VF $� 7�% / VF $� 7� t% Unit Price In Words i ri �,�t,vt.r.C,f�c�CJ� S-2-V2w� (�.o f�� � 507-A 10" C900 PVC Force Main 410 LF $ "7 � / LF $ �� y J�o Unit Price In Words p v� v 1 — r�V � �`Y � 1 a.-✓ S 507-B 18" Steel Encasement Pipe 242 LF $ � Z / LF $ �� � Unit Price In Words �` � 1 �' �'wo G[� �I�� �j 507-C 16" Steel Split Casing 125 LF $ 3 6.S / LF $ tf S" Z. Unit Price In Words � V� J�-e �-�'�-'� re"� s 1 j<T - I' � v� � �/ u.✓ 801 Barricades, Warning Signs and Detours 1 LS $�(�O �/ LS $ � d� � Unit Price In Words Q�/t.� -�/► t31.c- � f�G� r/ S SS01 Cut and Plug Existing Force Main 2 EA $ 7�� / EA $( �( Q� Unit Price In Words 5� V�, � �,C,t•��v` �( U-c/ SS07 Remove Manhole Cone 1 EA $�� C7 / EA $ QD�% Unit Price In Words .e ( y, � w�,C�.✓'� 1 �/"� SS08 Tie to Existing Force Main � 2 EA $ 3 6 �� / EA $ 7 2 a � Unit Price In Words � t� d e�-� �^-�'�7�vt S> � �� O f f�J TOTAL BASE BID: 1� S � 6�.�� 506-A 18" Steel Split Casing 140 LF $� 6 3 / LF $ b��2-a Unit Price In Words �D �f � 1 j� '� `� h r�`e- Ut�( l�-✓ � P-3 Project Name FM 2499 Utility Relocation Phase I BID TABULATION SHEET Calendar Days Bid No. P.O. No. .� 4957 Item Description Quantity Unit Unit Price Total TOTAL BASE BID + ITEM 506-A: �I Z- Q�GI � a`� 506-B 21" Steel Split Casing with Joint Restraints 140 LF $ S 3� / LF $�� �� v Unit Price In Words f�1►G �y� ��'��`� �- o� �� II u-�'S TOTAL BASE BID + ITEM 506-B: �ZCU � S�� � c O P-4 BID SUMMARY TOTAL BASE BID PRICE IN WORDS: d (� e �Q✓� � 1,�r�vL r `-( - �C, I "�l �2 ! � �'+, o t,t � r.�-��, t� we, �,,vs.�GQr� - . Cj- ( ��'`� - �irv,e. C� 4� I�S �` ���� �(� �S �GC TOTAL BASE BID + ITEM 506-A PRICE IN WORDS: � we Vlcti.n.�{-d �h �V � n�� � fwo f" �,octiS cr, �+.r.t �U N'� e Vr, �-�-,�,�,Qv-� [il �L'f�,�r� �N r�'� Gl,t� ( f u�✓�j � Z�G✓o c��2�� TOTAL BASE BID + ITEM 506-B PRICE IN WORDS: t�,,�a l�.wvr,l ✓ cc� -1-� o`� �/t,o v�. s�c,�. c,� �- i �����,i.. c_rJ� N i�l, � U�a ��c� � S , - ('�"� 2� vp C-� �it �S Items 506-A a.nd 506-B represent a pipe alternate option for this project. The bidder must submit a bid for both Items 506-A and 506-B. The award of the contract will be based on the Tota1 Base Bid plus the pipe alternate selected by the City. The decision on which pipe alternate to award will be made solely at the discretion of the City. The lowest responsive proposal for purposes of award shall be the conforming responsible bidder offering the lowest cost for the base bid plus the pipe altemate selected by the City. In the event of the award of a contract to the undersigned, the undersigned will fui�lish 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 lawfi.il cla.ims for labor � performed and materials furnished in the fulfillment of the contract. It is understood that the work proposed to be done sha.11 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. � The undersigned agrees this bid becomes the properly of the City of Denton after the official opening. P-5 The undersigned affirms that they are duly authorized to execute this contract. Vendor hereby assigns to purchaser any and all claims far overcharges associated with this contract which arise under the antitrust laws of the United States, 15 USCA Section 1 et seq., and which arise under the antitrust laws of the State of Texas, Tex. Bus. & Com. Code, Section 15.01, et Seq. . � Receipt is hereby acknowledged of the following addenda to the plans and specifications: AddendumNo. 1 dated ( Received T',. Addendum No. 2 dated r!` Received � Addendum No. 3 dated Received Addendum No. 4 dated Received Addendum No. 5 dated Received ���.� �ec,s--, N i �',_. �1 CONTRACTOR BY _=�,�i�-�- �,,-,✓✓�� _�n 1 C�-- M.e a Street Address `�:�`�'x 1 le 'a b 5 City and State Seal & Authorization (If a Corporation) ��(a —� , � - a��� Telephone P-7 VEND012 C011�LIANCE 'I'O STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at a.0 amount lower than the lowest Te�as resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder 'rri order to obtain a cornparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A below must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors io do so will automatically disqualify that bidder. Resident bidders must check the blank in Section B. A. Non-resident bidders in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident bidders in (give state), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas: �/ C1�� ' �S �M. �-� � �'-� ' co�arr� BY �°-�-� C�� �� ������ Street Address �� City and State THIS FORM MUST BE RETURNED WITH YOUR BID. • �, CONTR.ACTOR COMPLIANCE TO TEXAS SALES TAX CODE Comply with all requirements of the Texas Sales T� Code. The Contractor hereby certifies that the Contract Amount is divided as follows: Materials incorporated into the Project (resold to the Owner as defined in Tax Code) All other charges and costs Tota1 The total must equal the total amount of the Contract. CONTRACTOR: � `�,��c-� r�, , �� , co�arr� ' BY ��� (' 3 �a ] Ca.r r,._.i1 5treet Address ��.�� � City and State 4� � $ ,D O D 0 . D� $ � O /� $ 7 �U / � � THIS FORM SHALL BE EXECUTED AT THE TIl12E OF EXECUTION OF THE CONTRACT AND SHALL BE MADE A PART OF THE CONTRACT. �� COIVFLICT OF INTEREST C�UES�9OIVNA�RE For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, SOth Leg., Regular Session. FO�n� CIQ OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code Date Received by a person who has a business relationship as defined by Section 176.001(1-a) wiih a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator ofthe local governmental entity not laterthan the 7th business day afterthe date the person becomes aware offacts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an ofFense if the person knowingly violates Seciion 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. Name of person who has a business relationship with local governmental entity. ❑ Check fhis box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) Name of local government officer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C& D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? � Yes � No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investmenf income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? � Yes � No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? � Yes � No . D. Describe each employment or business relationship with the local government officer named in this section. �! "� `-�,— � c Signature of person doing business with the governmental entity Date Adopted 06/29/2007 "`�„°�RO� CERTIFICATE OF LIA�ILITY INSURANCE si2i2o�2 "' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTI7UTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION 15 WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement�s). PRODUCER CONTACT �n AC312 NAME: Y Swingle, �.'0111I1S and Associates PHONE �g'72�387-3000 FAX �g�p�387-3808 AIC No : 13760 Noel Road Suite 600 E-MAIL � nnnRFCC• aacaley@ swinglecollins . com Dallas TX 75240 INSURED -/ SMB Enterprises Inc." 3201 Carmel CJ' �p1�' `�� S� INSURERAAI[L@P1C8 First Llo ds Ins Co 1152 iNSUReR e America First Ins Co INSURER E : �Denton TX 76205 IINSURERF: I � COVERAGES CERTIFICATE NUMBER:12-13 New Acord form REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY 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 BY 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. INSR DDL SUBR pOLICY EPF POLICY EXP LTR 1YPE OF INS NCE INSR WVD POLICY NUMBER MMI�D/YYYY MMIDD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1� OOO � OOO DA GE TO RENTED X COMMERCIAL GENERAL LIABILITY MISES Ea occurrence $ 100 , 000 A CLAIMS-MADE � OCCl1R � BP9811429 1/1/2012 1/1/2013 MED EXP (Any one person) 5 5� 000 - PERSONAL & ADV INJURY 5 1� OOO � OOO GENERAL AGGREGATE $ 2� OOO � OOO � GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMPIOP AGG ^y 2� OOO � OOO POLICY X PR� LOC $ AUTOM061LE LIABILI E�a ecB.latleD,51NGLE LIMIT $ 1 OOO OOO / A X ANY AUTO / B�rfLY INJl1RY (Per person) $ ALLOWNED SCHEDULED A8577997{/ 1/1/2012 1/1/2013 BODILYINJURY(Peraccidenp � AUTOS AUTOS X HIRED AUTOS X NON-OWNED PROPERTY �AMAGE $ AUTOS Per accident PIP-Basic $ $ ��� X UMBRELLA LIAB X OCCUR ' EACH OCCURRENCE $ 2� OOO � OOO B EXCESS LIAB CLAIMS-MA�E AGGREGATE $ 2 � OOO � OOO DED X RETENTIONS 1D,000 U8578397 1/1/2012 1/1/2013 $ j� WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS' LIABILITY Y� N X TORY LIMIT E ANY PROPRIETOR/PARTNER/EXECUTIVE .L. EACH ACCIDENT $ JrOO OOO OFFICER/MEMBER EXCLU�ED7 ❑ N I A � (MandatorytnNH) C9812627 1/1/2012 1/1/2013 E.L.DISEASE-EAEMPLOYE $ $�� ��� � If yes, tlescri6e under � DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 500 000 A Contractor's Equipment BP9811429 1/1/2012 1/1/2013 LIMIT $75,000 special fOTID DEDUCTIBLE $1,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES (Attach ACORU ��i, Additional Remarks Schedule, if more space is required) The City of Denton, its officals, agents, employees and volunteers �ar included as Additional Insured as respects General & Auto Liabilitv as required by written contract4� The General I,i zlity poli�c contains a special provision with Primary & Non-Contributory wording as required by written contract.`� Waiver of Subro applies as respects Workers Compensation as required by written contract. �---- CERTIFICATE HOLDER CANCELLATION City of Denton✓ 901-B Texas St Denton, TX 76209 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCF WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ✓ Swingle/MAA �-� -y� ����>� ACORD 25 (2010l05) O 1988-2010 ACORD CORPORATION. All rights reseroed. INS025 r�mnnsi m Thu A(_f1R11 nnmc anrl innn are renietnrerl m�r4c nf 6(_(1Rfl /