Loading...
2012-242ORDINANCE No. 2012-242 AN ORDINANCE ACCEPTING SEALED PROPOSALS AND AWARDING A TWO YEAR CONTRACT FOR MAINTENANCE SERVICES FOR THE CITY OF DENTON VEHICLE WASH FACILITY LOCATED AT 1251 SOUTH MAYHILL ROAD AND PROVIDING AN EFFECTIVE DATE (RFP 4837—VEHICLE WASH FACILITY SERVICES AWARDED TO PRO- TECH SERVICE COMPANY, L.L.C. IN THE ANNtJAL ESTIMATED AMOUNT OF $75,000 FOR A TWO YEAR TOTAL OF $150,000). WHEREAS, the City has solicited, received and evaluated competitive sealed proposals for maintenance services for a vehicle wash facility located at 1251 South Mayhill Road, Denton, Texas, in accordance with the procedures of State law and City ordinances; and WHEREAS, the City Manager or a designated employee has received and reviewed and recommended that the herein described proposals are the most advantageous to the City considering the relative importance of price and the other evaluation factors included in the request for proposals; and WHEREAS, the City Council has provided in the City Budget for the appropriation of funds to be used for the purchase of the materials, equipment, supplies or services approved and accepted herein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The items in the following numbered request for proposal for materials, equipment, supplies or services, shown in the "Request Proposals" on file in the office of the Purchasing Agent, are hereby accepted and approved as being the most advantageous to the City considering the relative importance of price and the other evaluation factors included in the request for proposals. RFP NUMBER CONTRACTOR AMOUNT 4837 Pro-Tech Service Company, L.L.C. Exhibit A SECTION 2. By the acceptance and approval of the above numbered items of the submitted proposals, the City accepts the offer of the persons submitting the proposals for such items and agrees to purchase the materials, equipment, supplies or services in accordance with the terms, specifications, standards, quantities and for the specified sums contained in the Proposal Invitations, Proposals, and related documents. SECTION 3. Should the City and person submitting approved and accepted items and of the submitted proposals wish to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the proposals, the City Manager or his designated representative is hereby authorized to execute the written contract; provided that the written contract is in accordance with the terms, conditions, specifications, standards, quantities and specified sums contained in the Proposal and related documents herein approved and accepted. SECTION 4. The City Council ofthe City of Denton, Texas hereby expressly delegates the authority to take any actions that may be required or permitted to be performed by the City of Denton under RFP 4837 to the City Manager of the City of Denton, Texas, or his designee. SECTION 5. By the acceptance and approval of the above enumerated bids, the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved bids. SECTION 6. This ordinance shall become effective immediately upon its passage and approval. � ��� PASSED AND APPROVED this the �� � day of �/n�`��; 2012. � MARK A. BURROUGH , MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY � BY: .-. � APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY � BY: % ,. 3-ORD-RFP 37 Exhibit A CONTRACT BY AND BETWEEN CITY OF DENTON, TEXAS AND PRO-TECH SERVICE COMPANY, LLC RFP 4837 THIS CONTRACT is made and entered into this � day of� A.D., 2012, by and between Pro-Tech Service Company, L.L.0 a corporation, whose address is 1702 S. Hi l�� 121 Suite 406, Lewisville, TX 75067 hereinafter refened to as "Supplier," and the CITY OF DENTON, TEXAS, a home rule municipal coiporation, hereinafter refei-red to as "City," to be effective upon approval of the Denton City Council and subsequent execution of tlus Contract by the Denton City Manager or his duly authorized designee. For and in consideration of the covenants and agreements contained herein, and for the mLrtual benefits to be obtained hereby, the parties agree as follows: SCOPE OF SERVICES Supplier shall provide products or services in accordance with the Supplier's proposal in response thereto, a copy of which is available on file at the Office of the Purchasing Agent and incorporated herein for all purposes as Exhibit "D". The Contract coilsists of this written agreement and the followulg items which are attached hereto and incoiparated herein by reference: (a) Request for Proposal (RFP # 4837) (b) City of Denton Standard Terms and Conditions (Exhibit "A") (c) Insurance Requuements (E�ibit "B"). (d) Supplier's Final Pricing Proposal (Exhibit "C"); (e) Supplier's Proposal on file at Office of Purchasing Agent (Exhibit "D") These documents make up the Contract documents and what is called for by one shall be as binding as if called for by a11. In the event of an inconsistency or conflict in any of the provisions of the Contract documents, the inconsistency or conflict shall be resolved by giving precedence first to the written agreement then to the contract docLUnents in the order in which they are listed above. These documents shall be refei-�ed to collectively as "Contract Documents." IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: i of Denton BY: �--- AUT ORIZED SI ATURE �O,EC� La, C���r�,c3ECL, �i7-i�/�li�/I�/g�c� PRINTED NAME, TITLE _ Pro-Tech Service Compan,y, L.L.C. SUPPLIER NAME 1702 S. Highwa,y 121, Suite 406 Lewisville, TX 75067 MAILING ADDRESS 972-221-1107 PHONE NUMBER 972-434-3036 FAX NUMBER BY: SIGNATURE Ral h Nasca Mana er PRINTED NAME, TITLE APPROVED AS TO FORM: r��J� ANI BURGESS, CITY TORNEY Page 2 of 27 RFP 4837 Contract Exhibit A Standard Purchase Terms and Conditions 1. CONTRACTOR'S OBLIGATIONS. The Contractor shall fully and timely provide all deliverables described in the Solicitation and in the Contractor's Offer in strict accordance with the terms, covenants, and conditions of the Contract and all applicable Federal, State, and local laws, rules, and regulations. 2. EFFECTIVE DATE/TERM. Unless otherwise specified in the Solicitation, this Contract shall be effective as of the date the contract is signed by the City, and shall continue in effect until all obligations are performed in accordance with the Contract. 3. CONTRACTOR TO PACKAGE DELIVERABLES: The Contractor will package deliverables in accordance with good commercial practice and shall include a packing list showing the description of each item, the quantity and unit price unless otherwise provided in the Specifications or Supplemental Terms and Conditions, each shipping container shall be clearly and permanently marked as follows: (a) The Contractor's name and address, (b) the City's name, address and purchase order or purchase release number and the price agreement number if applicable, (c) Container number and total number of containers, e.g. box 1 of 4 boxes, and (d) the number of the container bearing the packing list. The Contractor shall bear cost of packaging. Deliverables shall be suitably packed to secure lowest transportation costs and to confortn to all the requirements of common carriers and any applicable specification. The City's count or weight shall be iinal and conclusive on shipments not accompanied by packing lists. 4. SHII'MENT iJNDER RESERVATION PROI�BITED: The Contractor is not authorized to ship the deliverables under reservation and no tender of a bill of lading will operate as a tender of deliverables. 5. TITLE & RISK OF LOSS: Title to and risk of loss of the deliverables shall pass to the City only when the City actually receives and accepts the deliverables. 6. DELIVERY TERMS AND TRANSPORTATION CHARGES: Deliverables shall be shipped F.O.B. point of delivery unless otherwise specified in the Supplemental Terms and Conditions. Unless otherwise stated in the Offer, the Contractor's price shall be deemed to include all delivery and transportation charges. The City shall have the right to designate what method of transportation shall be used to ship the deliverables. The place of delivery shall be that set forth the purchase order. 7. RIGHT OF INSPECTION AND REJECTION: The City expressly reserves all rights under law, including, but not limited to the Uniform Commercial Code, to inspect the deliverables at delivery before accepting them, and to reject defective or non-conforming deliverables. If the City has the right to inspect the Contractor's, or the Contractor's Subcontractor's, facilities, or the deliverables at the Contractor's, or the Contractor's Subcontractor's, premises, the Contractor shall furnish, or cause to be furnished, without additional charge, all reasonable facilities and assistance to the City to facilitate such inspection. 8. NO REPLACEMENT OF DEFECTIVE TENDER: Every tender or delivery of deliverables must fully comply with all provisions of the Contract as to time of delivery, quality, and quantity. Any non- complying tender shall constitute a breach and the Contractor shall not have the right to substitute a conformuig tender; provided, where the time for performance has not yet expired, the Contractor may notify the City of the intention to cure and may then make a conforming tender within the time allotted in the contract. Page 3 of 27 RFP 4837 Contract 9. PLACE AND CONDITION OF WORK: The City shall provide the Contractor access to the sites where the Contractor is to perform the services as required in order for the Contractor to perform the services in a timely and efficient manner, in accordance with and subject to the applicable security laws, rules, and regulations. The Contractor acknowledges that it has satisfied itself as to the nature of the City's service requirements and specifications, the location and essential characteristics of the work sites, the quality and quantity of materials, equipment, labor and facilities necessary to perform the services, and any other condition or state of fact which could in any way affect perfoni�ance of the Contractor's obligations under the contract. The Contractor hereby releases and holds the City harmless from and against any liability or claim for damages of any kind or nature if the actual site or service conditions differ from expected conditions. 10. WORKFORCE A. The Contractor shall employ only orderly and competent workers, skilled in the performance of the services which they will perform under the Contract. B. The Contractor, its employees, subcontractors, and subcontractor's employees may not while engaged in participating or responding to a solicitation or while in the course and scope of delivering goods or services under a City of Denton contract or on the City's property . i. use or possess a firearm, including a concealed handgun that is licensed under state law, except as required by the terms of the contract; or ii. use or possess alcoholic or other into�cating beverages, illegal drugs or controlled substances, nor may such workers be intoxicated, or under the influence of alcohol or drugs, on the j ob. C. If the City or the City's representative notifies the Contractor that any worker is incompetent, disorderly or disobedient, has knowingly or repeatedly violated safety regulations, has possessed any firearms, or has possessed or was under the influence of alcohol or drugs on the job, the Contractor shall immediately remove such worker from Contract services, and may not employ such worker again on Contract services without the City's prior written consent. Immigration: The Contractor represents and warrants that it shall comply with the requirements of the Iimnigration Reform and Control Act of 1986 and 1990 regarding employment verification and retention of verification forms for any individuals hired on or after November 6, 1986, who will perform any labor or services under the Contract and the Illegal Immigration Reform and Imnugrant Responsibility Act of 1996 ("IIl2IRA) enacted on September 30, 1996. 11. COMPLIANCE WITH HEALTH, SAFETY, AND ENVIRONMENTAL REGULATIONS: The Contractor, it's Subcontractors, and their respective employees, shall comply fully with all applicable federal, state, and local health, safety, and environmental laws, ordinances, rules and regulations in the performance of the services, including but not limited to those promulgated by the City and by the Occupational Safety and Health Administration (OSHA). In case of conflict, the most stringent safety requirement shall govern. The Contractor shall indemnify and hold the City harmless from and against all claims, demands, suits, actions, judgrnents, fines, penalties and liability of every kind arising from the breach of the Contractor's obligations under this paragraph. Environmental Protection: The Respondent shall be in compliance with all applicable standards, orders, or regulations issued pursuant to the mandates of the Clean Air Act (42 U.S.C. §7401 et seq.) and the Federal Water Pollution Control Act, as amended, (33 U.S.C. § 1251 et seq.). 12. INVOICES: A. The Contractor shall submit separate invoices in duplicate on each purchase order or purchase release after each delivery. If partial shipments or deliveries are authorized by the City, a separate invoice must be sent for each shipment or delivery made. B. Proper Invoices must include a unique invoice number, the purchase order or delivery order number and the master agreement number if applicable, the Department's Name, and the name of Page 4 of 27 RFP 4837 Contract the point of contact for the Department. Invoices shall be itemized and transportation charges, if any, shall be listed separately. A copy of the bill of lading and the freight waybill, when applicable, shall be attached to the invoice. The Contractor's name, remittance address and, if applicable, the tax identification number on the invoice must exactly match the information in the Vendor's registration with the City. Unless otherwise instructed in writing, the City may rely on the remittance address specified on the Contractor's invoice. C. Invoices for labor shall include a copy of all time-sheets with trade labor rate and deliverables order number clearly identified. Invoices shall also include a tabulation of work-hours at the appropriate rates and grouped by work order number. Time billed for labor shall be limited to hours actually worked at the work site. D. Unless otherwise expressly authorized in the Contract, the Contractor shall pass through a11 Subcontract and other authorized expenses at actual cost without markup. E. Federal excise taxes, State taxes, or City sales taxes must not be included in the invoiced amount. The City will furriish a tax exemption certificate upon request. 13. PAYMENT: A. All proper invoices need to be sent to Accounts Payable. Approved invoices will be paid within tllirty (30) calendar days of the City's receipt of the deliverables or of the invoice being received in Accounts Payable, whichever is later. B. If payment is not timely made, (per paragraph A); interest shall accrue on the unpaid balance at the lesser of the rate speci�ed in Texas Government Code Section 2251.025 or the maximum lawful rate; except, if payment is not timely made for a reason for which the City may withhold payrnent hereunder, interest shall not accrue until ten (10) calendar days after the grounds for withholding payment have been resolved. C. If partial shipments or deliveries are authorized by the City, the Contractor will be paid for the partial shipment ar delivery, as stated above, provided that the invoice matches the shipment or delivery. D. The City may withhold or set off the entire payment or part of any payment otherwise due the Contractor to such extent as may be necessary on account of i, delivery of defective or non-conforming deliverables by the Contractor; u. third party claims, which are not covered by the insurance which the Contractor is required to provide, are filed or reasonable evidence indicating probable filing of such claims; iii. failure of the Contractor to pay Subcontractors, or for labor, materials or equipment; iv. damage to the property of the City or the City's agents, employees or contractors, which is not covered by insurance required to be provided by the Contractor; v. reasonable evidence that the Contractor's obligations will not be completed within the time specified in the Contract, and that the unpaid balance would not be adequate to cover actual or liquidated damages for the anticipated delay; vi. failure of the Contractor to submit proper invoices with purchase order number, with all required attachments and supporting documentation; or vii. failure of the Contractor to comply with any material provision of the Contract Documents. E. Notice is hereby given that any awarded iirm who is in arrears to the City of Denton for delinquent taxes, the City may offset indebtedness owed the City through payment withholding. F. Payment will be made by check unless the parties mutually agree to payment by credit card or electronic transfer of funds. The Contractor agrees that there shall be no additional charges, surcharges, or penalties to the City for payments made by credit card or electronic funds transfer. G. The awarding or continuation of this contract is dependent upon the availability of funding. The City's payment obligations are payable only and solely from funds Appropriated and available for this contract. The absence of Appropriated or other lawfully a�ailable funds shall render the Contract null and void to the extent funds are not Appropriated or available and any deliverables delivered but unpaid shall be Page 5 of 27 RFP 4837 Contract returned to the Contractor. The City shall provide the Contractor written notice of the failure of the City to make an adequate Appropriation for any fiscal year to pay the amounts due under the Contract, or the reduction of any Appropriation to an amount insufficient to permit the City to pay its obligations under the Contract. In the event of none or inadequate appropriation of funds, there will be no penalty nor removal fees charged to the City. 14. TRAVEL EXPENSES: All travel, lodging and per diem expenses in connection with the Contract shall be paid by the Contractor, unless otherwise stated in the contract terms. 15. FINAL PAYMENT AND CLOSE-OUT: A. If a DBE/MBE/WBE Program Plan is agreed to and the Contractor has identified Subcontractors, the Contractor is required to submit a Contract Close-Out MBE/WBE Compliance Report to the Purchasing Manager no later than the 15th calendar day after completion of all work under the contract. Final payment, retainage, or both may be withheld if the Contractor is not in compliance with the requirements as accepted by the City. B. The making and acceptance of final payxnent will constitute: i. a waiver of all clauns by the City against the Contractor, except claims (1) which have been previously asserted in writing and not yet settled, (2) arising from defective work appearing after final inspection, (3) arising from failure of the Contractor to comply with the Contract or the terms of any warranty specified herein, (4) arising from the Contractor's continuing obligations under the Contract, including but not limited to indemnity and warranty obligations, or (5) arising under the City's right to audit; and ii. a waiver of all claims by the Contractor against the City other than those previously asserted in writing and not yet settled. 16. SPECIAL TOOLS & TEST EQUIPMENT: If the price stated on the Offer includes the cost of any special tooling or special test equipment fabricated or required by the Contractor for the purpose of iilling this order, such special tooling equipment and any process sheets related thereto shall become the property of the City and shall be identified by the Contractor as such. 17. RIGHT TO AUDIT: A. The City shall have the right to audit and make copies of the books, records and computations pertaining to the Contract. The Contractor shall retain such books, records, documents and other evidence pertaining to the Contract period and five years thereafter, except if an audit is in progress or audit fmdings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents and other evidence shall be available, within ten (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 the Contract, and to allow the City 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 City unless the audit reveals an overpayrnent 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 (5) business days of receipt of an invoice. B. Failure to comply with the provisions of this section shall be a material breach of the Contract and shall constitute, in the City's sole discretion, grounds for termination thereof. Each of the terms "books", "records", "documents" and "other evidence", as used above, shall be construed to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a imal printed document. 18. SUBCONTRACTORS: A. If the Contractor identified Subcontractors in a DBE/MBE/WBE agreed to Plan, the Contractor shall comply with all requirements approved by the City. The Contractor shall not initially employ any Page 6 of 27 RFP 4837 Contract Subcontractor except as provided in the Contractor's Plan. The Contractor shall not substitute any Subcontractor identified in the Plan, unless the substitute has been accepted by the City in writing. No acceptance by the City of any Subcontractor shall constitute a waiver of any rights or remedies of the City with respect to defective deliverables provided by a Subcontractor. If a Plan has been approved, the Contractor is additionally required to submit a monthly Subcontract Awards and Expenditures Report to the Procurement Manager, no later than the tenth calendar day of each month. B. Work performed for the Contractor by a Subcontractor shall be pursuant to a written contract between the Contractor and Subcontractor. The tern�s of the subcontract may not conflict with the terms of the Contract, and shall contain provisions that: i. require that all deliverables to be provided by the Subcontractor be provided in strict accordance with the provisions, specifications and terms of the Contract; ii. prohibit the Subcontractor from further subcontracting any portion of the Contract without the prior written consent of the City and the Contractor. The City may require, as a condition to such further subcontracting, that the Subcontractor post a payment bond in form, substance and amount acceptable to the City; iii. require Subcontractors to submit all invoices and applications for payments, including any claims for additional payments, damages or otherwise, to the Contractor in sufficient time to enable the Contractor to include same with its invoice or application for payment to the City in accordance with the terms of the Contract; iv. require that all Subcontractors obtain and maintain, throughout the term of their contract, insurance in the type and amounts speciiied for the Contractor, with the City being a named insured as its interest shall appear; and v. require that the Subcontractor indemnify and hold the City harmless to the same extent as the Contractor is required to indemnify the City. C. The Contractor shall be fully responsible to the City for all acts and omissions of the Subcontractors just as the Contractor is responsible for the Contractor's own acts and omissions. Nothing in the Contract shall create for the benefit of any such Subcontractor any contractual relationship between the City and any such Subcontractor, nor shall it create any obligation on the part of the City to pay or to see to the payment of any moneys due any such Subcontractor except as may otherwise be required by law. D. The Contractor sha11 pay each Subcontractor its appropriate share of payments made to the Contractor not later than ten (10) calendar days after receipt of payment from the City. 19. WARRANTY-PRICE: A. The Contractor warrants the prices quoted in the Offer are no higher than the Contractor's current prices on orders by others for like deliverables under similar terms of purchase. B. The Contractor certiiies that the prices in the Offer have been arrived at independently without consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such fees with any other ium or with any competitor. C. In addition to any other remedy available, the City may deduct from any amounts owed to the Contractor, or otherwise recover, any amounts paid for items in excess of the Contractor's current prices on orders by others for like deliverables under similar terms of purchase. 20. WARRANTY — TITLE: The Contractor warrants that it has good and indefeasible title to all deliverables furnished under the Contract, and that the deliverables are free and clear of all liens, claims, security interests and encumbrances. The Contractor shall indemnify and hold the City hannless from and against all adverse title claims to the deliverables. 21. WARRANTY — DELIVERABLES: The Contractor warrants and represents that all deliverables sold the City under the Contract shall be free from defects in desigi, workmanship or manufacture, and conform in all material respects to the specifications, drawings, and descriptions in the Solicitation, to any samples fixrnished by the Contractor, to the terms, covenants and conditions of the Contract, and to all Page 7 of 27 RFP 4837 Contract applicable State, Federal or local laws, rules, and regulations, and industry codes and standards. Unless otherwise stated in the Solicitation, the deliverables shall be new or recycled merchandise, and not used or reconditioned. A. Recycled deliverables shall be clearly identified as such. B. The Contractor may not limit, exclude or disclaim the foregoing warranty or any warranty implied by law; and any attempt to do so shall be without force or effect. C. Unless otherwise specified in the Contract, the warranty period shall be at least one year from the date of acceptance of the deliverables or from the date of acceptance of any replacement deliverables. If during the warranty period, one or more of the above warranties are breached, the Contractor shall promptly upon receipt of demand either repair the non-conforniing deliverables, or replace the non-confornrniting deliverables with fully conforming deliverables, at the City's option and at no additional cost to the City. All costs incidental to such repair or replacement, including but not limited to, any packaging and shipping costs shall be borne exclusively by the Contractor. The City shall endeavor to give the Contractor written notice of the breach of warranty within thirty (30) calendar days of discovery of the breach of warranty, but failure to give timely notice shall not impair the City's rights under this section. D. If the Contractor is unable or unwilling to repair or replace defective or non-conforming deliverables as required by the City, then in addition to any other available remedy, the City may reduce the quantity of deliverables it may be required to purchase under the Contract from the Contractor, and purchase conforniing deliverables from other sources. In such event, the Contractor shall pay to the City upon demand the increased cost, if any, incurred by the City to procure such deliverables from another source. E. If the Contractor is not the manufacturer, and the deliverables are covered by a separate manufacturer's warranty, the Contractor shall transfer and assign such manufacturer's warranty to the City. If for any reason the manufacturer's warranty cannot be fully transferred to the City, the Contractor shall assist and cooperate with the City to the fullest extent to enforce such manufacturer's warranty for the benefit of the City. 22. WARRANTY — SERVICES: The Contractor warrants and represents that all services to be provided the City under the Contract will be fully and timely performed in a good and workmanlike manner in accordance with generally accepted industry standards and practices, the terms, conditions, and covenants of the Contract, and all applicable Federal, State and local laws, rules or regulations. A. The Contractor may not limit, exclude or disclaim the foregoing warranty or any warranty implied by law, and any attempt to do so shall be without force or effect. B. Unless otherwise specified in the Contract, the warranty period shall be at least one year from the Acceptance Date. If during the warranty period, one or more of the above warranties are breached, the Contractor shall promptly upon receipt of demand perform the services again in accordance with above standard at no additional cost to the City. All costs incidental to such additional performance shall be borne by the Contractor. The City shall endeavor to give the Contractor written notice of the breach of warranty within thirty (30) calendar days of discovery of the breach warranty, but failure to give timely notice shall not impair the City's rights under this section. C. If the Contractor is unable or unwilling to perform its services in accordance with the above standard as required by the City, then in addition to any other a�ailable remedy, the City may reduce the amount of services it may be required to purchase under the Contract from the Contractor, and purchase conforming services from other sources. In such event, the Contractor shall pay to the City upon demand the increased cost, if any, incurred by the City to procure such services from another source. 23. ACCEPTANCE OF INCOMPLETE OR NON-CONFORMING DELIVERABLES: If, instead of requiring immediate correction or removal and replacement of defective or non-conforxning deliverables, the City prefers to accept it, the City may do so. The Contractor shall pay all claims, costs, losses and damages attributable to the City's evaluation of and deternunation to accept such defective or non-confornung deliverables. If any such acceptance occurs prior to final payment, the City may deduct such amounts as are necessary to compensate the City for the diminished value of the defective or non- Page 8 of 27 RFP 4837 Contract confornung deliverables. If the acceptance occurs after final payment, such amount will be refunded to the City by the Contractor. 24. RIGHT TO ASSURANCE: Whenever one party to the Contract in good faith has reason to question the other party's intent to perform, demand may be made to the other party for written assurance of the intent to perform. In the event that no assurance is given within the time specified after demand is made, the demanding party may treat this failure as an anticipatory repudiation of the Contract. 25. STOP WORK NOTICE: The City may issue an irnmediate Stop Work Notice in the event the Contractor is observed performing in a manner that is in violation of Federal, State, or local guidelines, or in a manner that is determined by the City to be unsafe to either life or property. Upon notification, the Contractor will cease all work until notified by the City that the violation or unsafe condition has been corrected. The Contractor shall be liable for all costs incurred by the City as a result of the issuance of such Stop Work Notice. 26. DEFAiTLT: The Contractor shall be in default under the Contract if the Contractor (a) fails to fully, timely and faithfully perform any of its material obligations under the Contract, (b) fails to provide adequate assurance of performance under Paragraph 24, (c) becomes insolvent or seeks relief under the bankruptcy laws of the United States or (d) makes a material misrepresentation in Contractor's Offer, or in any report or deliverable required to be submitted by the Contractor to the City. 27. TERMINATION FOR CAUSE: In the event of a default by the Contractor, the City shall have the right to terminate the Contract for cause, by written notice effective ten (10) calendar days, unless otherwise specified, after the date of such notice, unless the Contractor, within such ten (10) day period, cures such default, or provides evidence sufficient to prove to the City's reasonable satisfaction that such default does not, in fact, exist. In addition to any other remedy available under law or in equity, the City shall be entitled to recover all actual damages, costs, losses and expenses, incurred by the City as a result of the Contractor's default, including, without limitation, cost of cover, reasonable attorneys' fees, court costs, and prejudgment and post judgment interest at the maximum lawfitl rate. Additionally, in the event of a default by the Contractor, the City may remove the Contractor from the City's vendor list for three (3) years and any Offer submitted by the Contractor may be disqualiiied for up to three (3) years. All rights and remedies under the Contract are cumulative and are not exclusive of any other right or remedy provided by law. 28. TERMINATION WITHOUT CAUSE: The City shall have the right to terminate the Contract, in whole or in part, without cause any time upon thirty (30) calendar days' prior written notice. Upon receipt of a notice of termination, the Contractor shall promptly cease all further work pursuant to the Contract, with such exceptions, if any, specified in the notice of termination. The City shall pay the Contractor, to the extent of funds Appropriated or otherwise legally available for such purposes, for all goods delivered and services performed and obligations incurred prior to the date of termination in accordance with the terms hereof. 29. FRAUD: Fraudulent statements by the Contractor on any Offer or in any report or deliverable required to be submitted by the Contractor to the City shall be grounds for the termination of the Contract for cause by the City and may result in legal action. 30. DELAYS: A. The City may delay scheduled delivery or other due dates by written notice to the Contractor if the City deems it is in its best interest. If such delay causes an increase in the cost of the work under the Contract, the City and the Contractor shall negotiate an equitable adjustment for costs incurred by the Contractor in the Contract price and execute an amendment to the Contract. The Contractor must assert its Page 9 of 27 RFP 4837 Contract right to an adjustment within thirty (30) calendar days from the date of receipt of the notice of delay. Failure to agree on any adjusted price shall be handled under the Dispute Resolution process specified in paragraph 49. However, nothing in this provision shall excuse the Contractor from delaying the delivery as notiiied. B. Neither party shall be liable for any default or delay in the performance of its obligations under this Contract if, while and to the extent such default or delay is caused by acts of God, iire, riots, civil comrnotion, labor disruptions, sabotage, sovereign conduct, or any other cause beyond the reasonable control of such Party. In the event of default or delay in contract performance due to any of the foregoing causes, then the time for completion of the services will be extended; provided, however, in such an event, a conference will be held within three (3) business days to establish a mutually agreeable period of time reasonably necessary to overcome the effect of such failure to perform. 31. INDEMNITY: A. Defuutions: i. "Indemnified Claims" shall include any and all claims, demands, suits, causes of action, judgments and liability of every character, type or description, including all reasonable costs and expenses of litigation, mediation or other alternate dispute resolution mechanism, including attorney and other professional fees for: (1) damage to or loss of the property of any person (including, but not limited to the City, the Contractor, their respective agents, officers, employees and subcontractors; the ofiicers, agents, and employees of such subcontractors; and third parties); andlor (2) death, bodily injury, illness, disease, worker's compensation, loss of services, or loss of income or wages to any person (including but not limited to the agents, officers and employees of the City, the Contractor, the Contractor's subcontractors, and third parties), ii. "Fault" shall include the sale of defective or non-confornung deliverables, negligence, willful misconduct or a breach of any legally imposed strict liability standard. B. THE CONTRACTOR SHALL DEFEND (AT THE OPTION OF THE CITY), INDEMNIFY, AND HOLD THE CITY, ITS SUCCESSORS, ASSIGNS, OFFICERS, EMPLOYEES AND ELECTED OFFICIALS HA1211tiESS FROM AND AGAINST ALL INDEMNIFIED CLAIMS DIRECTLY ARISING OUT OF, INCIDENT TO, CONCERNING OR RESULTING FROM THE FAULT OF THE CONTRACTOR, OR THE CONTRACTOR'S AGENTS, EMPLOYEES OR SUBCONTRACTORS, IN THE PERFORMANCE OF THE CONTRACTOR'S OBLIGATIONS UNDER THE CONTRACT. NOTHING HEREIN SHALL BE DEEMED TO LIMIT THE RIGHTS OF THE CITY OR THE CONTRACTOR (INCLUDING, BUT NOT LIMITED TO, THE RIGHT TO SEEK CONTRIBUTION) AGAINST ANY THIRD PARTY WHO MAY BE LIABLE FOR AN INDEMNIF'IED CLAIlVI. 32. INSURANCE: The following insurance requirements are applicable, in addition to the specific insurance requirements detailed in Attachment A. The successful firm shall procure and maintain insurance of the types and in the minimum amounts acceptable to the City of Denton. The insurance shall be written by a company licensed to do business in the State of Texas and satisfactory to the City of Denton. A. General Requirements: i. The Contractor shall at a minimum carry insurance in the types and amounts indicated and agreed to, as submitted to the City and approved by the City within the procurement process, for the duration of the Contract, including extension options and hold over periods, and during any warranty period. ii. The Contractor shall provide Certificates of Insurance with the coverage's and endorsements required to the City as verification of coverage priar to contract execution and within fourteen (14) calendar days after written request from the City. Failure to provide the required Certificate of Insurance may subject the Offer to disqualification from consideration for award. The Contractor must also forward a Certificate of Insurance to the City whenever a previously Page 10 of 27 RFP 4837 Contract identiiied policy period has expired, ar an extension option or hold over period is exercised, as veriiication of continuing coverage. iii. The Contractor shall not commence work until the required insurance is obtained and until such insurance has been reviewed by the City. Approval of insurance by the City shall not relieve or decrease the liability of the Contractor hereunder and shall not be construed to be a limitation of liability on the part of the Contractor. iv. The Contractor must submit certificates of insurance to the City for all subcontractors prior to the subcontractors comrnencing work on the project. v. The Contractor's and all subcontractors' insurance coverage shall be written by companies licensed to do business in the State of Texas at the time the policies are issued and shall be written by companies with A.M. Best ratings of A-VII or better. The City will accept workers' compensation coverage written by the Texas Workers' Compensation Insurance Fund. vi. All endorsements naming the City as additional insured, waivers, and notices of cancellation endorsements as well as the Certificate of Insurance shall contain the solicitation number and the following information: City of Denton Materials Management Department 901B Texas Street Denton, Texas 76209 vii. The "other" insurance clause shall not apply to the City where the City is an additional insured shown on any policy. It is intended that policies required in the Contract, covering both the City and the Contractor, shall be considered primary coverage as applicable. viii. If insurance policies are not written for amounts agreed to with the City, the Contractor shall carry Umbrella or Excess Liability Insurance for any differences in amounts specified. If Excess Liability Insurance is provided, it shall follow the form of the primary coverage. ix. The City shall be entitled, upon request, at an agreed upon location, and without expense, to review certified copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modification of particular policy terms, conditions, limitations, or exclusions except where policy provisions are established by law or regulations binding upon either of the parties hereto or the underwriter on any such policies. x. The City reserves the right to review the insurance requirements set forth during the effective period of the Contract and to make reasonable adjustments to insurance coverage, limits, and exclusions when deemed necessary and prudent by the City based upon changes in statutory law, court decisions, the claims history of the industry or fmancial condition of the insurance company as well as the Contractor. xi. The Contractor shall not cause any insurance to be canceled nor permit any insurance to lapse during the term of the Contract or as required in the Contract. xii. The Contractor shall be responsible for premiums, deductibles and self-insured retentions, if any, stated in policies. All deductibles or self-insured retentions shall be disclosed on the Certificate of Insurance. xiii. The Contractor shall endeavor to provide the City thirty (30) calendar days' written notice of erosion of the aggregate limits below occurrence limits for all applicable coverage's indicated within the Contract. xiv. The insurance coverage's specified in witl�in the solicitation and requirements are required minimums and are not intended to limit the responsibility or liability of the Contractor. B. Speciiic Coverage Requirements: Specific insurance requirements are contained in the solicitation instrument. Page 11 of 27 RFP 4837 Contract 33. CLAIlVIS: If any claim, demand, suit, or other action is asserted against the Contractor which arises under or concerns the Contract, or which could have a material adverse affect on the Contractor's ability to perform thereunder, the Contractor shall give written notice thereof to the City within ten (10) calendar days after receipt of notice by the Contractor. Such notice to the City shall state the date of notification of any such claim, demand, suit, or other action; the names and addresses of the claimant(s); the basis thereof; and the name of each person against whom such claim is being asserted. Such notice shall be delivered personally or by mail and shall be sent to the City and to the Denton City Attorney. Personal delivery to the City Attorney shall be to City Hall, 215 East McKinney Street, Denton, Texas 76201. 34. NOTICES: Unless otherwise speciiied, all notices, requests, or other communications required ar appropriate to be given under the Contract shall be in writing and shall be deemed delivered three (3) business days after postmarked if sent by U.S. Postal Service Certified or Registered Mail, Return Receipt Requested. Notices delivered by other means shall be deemed delivered upon receipt by the addressee. Routine communications may be made by first class mail, telefax, or other commercially accepted means. Notices to the Contractor shall be sent to the address speciiied in the Contractor's Offer, or at such other address as a party may notify the other in writing. Notices to the City shall be addressed to the City at 901 B Texas Street, Denton, Texas 76209 and marked to the attention of the Purchasing Manager. 35. RIGHTS TO BID, PROPOSAL AND CONTRACTUAL MATERIA.i,: All material submitted by the Contractor to the City shall become property of the City upon receipt. Any portions of such material claimed by the Contractor to be proprietary must be clearly marked as such. Determination of the public nature of the material is subject to the Texas Public Information Act, Chapter 552, and Texas Government Code. 36. NO WARRANTY BY CITY AGAIlVST INFRINGEMENT5: The Contractor represents and warrants to the City that: (i) the Contractor shall provide the City good and indefeasible title to the deliverables and (ii) the deliverables supplied by the Contractor in accordance with the specifications in the Contract will not infringe, directly or contributorily, any patent, trademark, copyright, trade secret, or any other intellectual property right of any kind of any third party; that no claims have been made by any person or entity with respect to the ownership or operation of the deliverables and the Contractor does not know of any valid basis for any such claims. The Contractor shall, at its sole expense, defend, indemnify, and hold the City hartriless from and against all liability, damages, and costs (including court costs and reasonable fees of attorneys and other professionals) arising out of or resulting from: (i) any claim that the City's exercise anywhere in the world of the rights associated with the City's' ownership, and if applicable, license rights, and its use of the deliverables infringes the intellectual property rights of any third party; or (ii) the Contractor's breach of any of Contractor's representations or warranties stated in this Contract. In the event of any such claim, the City shall have the right to monitar such claim or at its option engage its own separate counsel to act as co-counsel on the City's behalf. Further, Contractor agrees that the City's specifications regarding the deliverables shall in no way diminish Contractor's warranties or obligations under this paragraph and the City makes no warranty that the production, development, or delivery of such deliverables will not impact such warranties of Contractor. 37. CONFIDENTIALITY: In order to provide the deliverables to the City, Contractor may require access to certain of the City's and/or its licensors' confidential information (including inventions, employee information, trade secrets, confidential know-how, confidential business information, and other information which the City or its licensors consider conf"idential) (collectively, "Coniidential Information"). Contractor acknowledges and agrees that the Conf'idential Information is the valuable property of the City and/or its licensors and any unauthorized use, disclosure, dissemination, or other release of the Confidential Information will substantially injure the City and/or its licensors. The Contractor (including its employees, subcontractors, agents, or representatives) agrees that it will maintain the Confidential Information in strict confidence and shall not disclose, disseminate, copy, Page 12 of 27 RFP 4837 Contract divulge, recreate, or otherwise use the Conf'idential Information without the prior written consent of the City or in a manner not expressly pernutted under this Agreement, unless the Confidential Information is required to be disclosed by law or an order of any court or other governmental authority with proper jurisdiction, provided the Contractor promptly notifies the City before disclosing such information so as to permit the City reasonable time to seek an appropriate protective order. The Contractor agrees to use protective measures no less stringent than the Contractor uses within its own business to protect its own most valuable information, which protective measures shall under all circumstances be at least reasonable measures to ensure the continued conf'identiality of the Confidential Information. 38. OWNERSHIP AND USE OF DELIVEItABLES: The City shall own all rights, titles, and interests throughout the world in and to the deliverables. A. Patents. As to any patentable subj ect matter contained in the deliverables, the Contractor agrees to disclose such patentable subj ect matter to the City. Further, if requested by the City, the Contractor agrees to assign and, if necessary, cause each of its employees to assign the entire right, title, and interest to specific inventions under such patentable subj ect matter to the City and to execute, acknowledge, and deliver and, if necessary, cause each of its employees to execute, acknowledge, and deliver an assignment of letters patent, in a form to be reasonably approved by the City, to the City upon request by the City. B. Copyrights. As to any deliverables containing copyrightable subject matter, the Contractor agrees that upon their creation, such deliverables shall be considered as work made-for-hire by the Contractor for the City and the City shall own all copyrights in and to such deliverables, provided however, that nothing in this Paragraph 38 sha11 negate the City's sole or joint ownership of any such deliverables arising by virtue of the City's sole or joint authorship of such deliverables. Should by operation of law, such deliverables not be considered works made-for-hire, the Contractor hereby assigns to the City (and agrees to cause each of its employees providing services to the City hereunder to execute, acknowledge, and deliver an assignment to the City o� all worldwide right, title, and interest in and to such deliverables. With respect to such work made-for-hire, the Contractor agrees to execute, acknowledge, and deliver and cause each of its employees providing services to the City hereunder to execute, acknowledge, and deliver a work- made-for-hire agreement, in a form to be reasonably approved by the City, to the City upon delivery of such deliverables to the City or at such other time as the City may request. C. Additional Assignments. The Contractor further agrees to, and if applicable, cause each of its employees to, execute, acknowledge, and deliver all applications, specifications, oaths, assignments, and all other instruments which the City might reasonably deem necessary in order to apply for and obtain copyright protection, mask work registration, trademark registration and/or protection, letters patent, or any similar rights in any and all countries and in order to assign and convey to the City, its successors, assigns and nominees, the sole and exclusive right, title, and interest in and to the deliverables. The Contractor's obligations to execute, acknowledge, and deliver (or cause to be executed, acknowledged, and delivered) instruments or papers such as those described in this Paragraph 38 a., b., and c. shall continue after the termination of this Contract with respect to such deliverables. In the event the City should not seek to obtain copyright protection, mask work registration or patent protection for any of the deliverables, but should desire to keep the same secret, the Contractor agrees to treat the same as Conf'idential Information under the terms of Paragraph 37 above. 39. PUBLICATIONS: All published material and written reports submitted under the Contract must be originally developed material unless otherwise specifically provided in the Contract. When material not originally developed is included in a report in any form, the source shall be identified. 40. ADVERTISING: The Contractor shall not advertise or publish, without the City's prior consent, the fact that the City has entered into the Contract, except to the extent required by law. 41. NO CONTINGENT FEES: The Contractor warrants that no person or selling agency has been employed or retained to solicit or secure the Contract upon any agreement or understanding for Page 13 of 27 RFP 4837 Contract commission, percentage, brokerage, or contingent fee, excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business. For breach or violation of this warranty, the City shall have the right, in addition to any other remedy available, to cancel the Contract without liability and to deduct from any amounts owed to the Contractor, or otherwise recover, the full amount of such commission, percentage, brokerage or contingent fee. 42. GRATUITIES: The City may, by written notice to the Contractar, cancel the Contract without liability if it is determined by the City that gratuities were offered or given by the Contractor or any agent or representative of the Contractor to any officer or employee of the City of Denton with a view toward securing the Contract or securing favorable treatment with respect to the awarding or amending or the making of any deternunations with respect to the performing of such contract. In the event the Contract is canceled by the City pursuant to this provision, the City shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by the Contractor in providing such gratuities. 43. PROHIBITION AGAiNST PERSONAL INTEREST IN CONTRACTS: No ofiicer, employee, independent consultant, or elected ofiicial of the City who is involved in the development, evaluation, or decision-making process of the performance of any solicitation shall have a financial interest, direct or indirect, in the Contract resulting from that solicitation. Any willful violation of this section shall constitute impropriety in office, and any officer or employee guilty thereof sha11 be subject to disciplinary action up to and including dismissal. Any violation of this provision, with the knowledge, expressed or implied, of the Contractor shall render the Contract voidable by the City. The Contractor shall complete and submit the City's Conflict of Interest Questionnaire (Attachment B). 44. INDEPEND�NT CONTRACTOR: The Contract shall not be construed as creating an employer/employee relationship, a partnership, or a joint venture. The Contractor's services shall be those of an independent contractor. The Contractor agrees and understands that the Contract does not grant any rights or privileges established for employees 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. The City shall not have supervision and control of the Contractor or any employee of the Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. 45. ASSIGNIVIENT-DELEGATION: The Contract shall be binding upon and ensure to the benefit of the City and the Contractor and their respective successors and assigns, provided however, that no right or interest in the Contract shall be assigned and no obligation shall be delegated by the Contractor without the prior written consent of the City. Any attempted assignment or delegation by the Contractor shall be void unless made in conformity with this paragraph. The Contract is not intended to confer rights or benefits on any person, firm or entity not a party hereto; it being the intention of the parties that there are no third party beneficiaries to the Contract. 46. WAIVER: No claim or right arising out of a breach of the Contract can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved party. No waiver by either the Contractor or the City of any one or more events of default by the other party shall operate as, or be construed to be, a permanent waiver of any rights or obligations under the Contract, or an express or implied acceptance of any other existing or future default or defaults, whether of a similar or different character. Page 14 of 27 RFP 4837 Contract 47. MODIFICATIONS: The Contract can be modified or amended only by a writing signed by both parties. No pre-printed or similar terms on any the Contractor invoice, order or other document shall have any force or effect to change the terms, covenants, and conditions of the Contract. 48. INTERPRETATION: The Contract is intended by the parties as a final, complete and exclusive statement of the terxns of their agreement. No course of prior dealing between the parties or course of performance or usage of the trade shall be relevant to supplement or explain any term used in the Contract. Although the Contract may have been substantially drafted by one party, it is the intent of the parties that all provisions be construed in a manner to be fair to both parties, reading no provisions more strictly against one party or the other. Whenever a term defined by the Uniform Commercial Code, as enacted by the State of Texas, is used in the Contract, the UCC deiinition shall control, unless otherwise defined in the Contract. 49. DISPUTE RESOLUTION: A. If a dispute arises out of or relates to the Contract, or the breach thereof, the parties agree to negotiate prior to prosecuting a suit for damages. However, this section does not prohibit the filing of a lawsuit to toll the nuining of a statute of limitations or to seek injunctive relief. Either party may make a written request for a meeting between representatives of each party within fourteen (14) calendar days after receipt of the request or such later period as agreed by the parties. Each party shall include, at a minimum, one (1) senior level individual with decision-making authority regarding the dispute. The purpose of this and any subsequent meeting is to attempt in good faith to negotiate a resolution of the dispute. If, within thirty (30) calendar days after such meeting, the parties have not succeeded in negotiating a resolution of the dispute, they will proceed directly to mediation as described below. Negotiation may be waived by a written agreement signed by both parties, in which event the parties may proceed directly to mediation as described below. B. If the efforts to resolve the dispute through negotiation fail, or the parties waive the negotiation process, the parties may select, within thirty (30) calendar days, a mediator trained in mediation skills to assist with resolution of the dispute. Should they choose this option; the City and the Contractor agree to act in good faith in the selection of the mediator and to give consideration to qualified individuals nominated to act as mediatar. Nothing in the Contract prevents the parties from relying on the skills of a person who is trained in the subj ect matter of the dispute or a contract interpretation expert. If the parties fail to agree on a mediator witlun thirty (30) calendar days of initiation of the mediation process, the mediator shall be selected by the Denton County Alternative Dispute Resolution Program (DCAP). The parties agree to participate in mediation in good faith for up to thirty (30) calendar days from the date of the first mediation session. The City and the Contractor will share the mediator's fees equally and the parties will bear their own costs of participation such as fees for any consultants or attorneys they may utilize to represent them or otherwise assist them in the mediation. 50. JURiSDICTION AND VENiTE: The Contract is made under and shall be governed by the laws of the State of Texas, including, when applicable, the Uniform Commercial Code as adopted in Texas, V.T.C.A., Bus. & Comm. Code, Chapter l, excluding any rule or principle that would refer to and apply the substantive law of another state or jurisdiction. All issues arising from this Contract shall be resolved in the courts of Denton County, Texas and the parties agree to submit to the exclusive personal jurisdiction of such courts. The foregoing, however, shall not be construed or interpreted to limit or restrict the right or ability of the City to seek and secure injunctive relief from any competent authority as contemplated herein. 51. INVALIDITY: The invalidity, illegality, or unenfarceability of any provision of the Contract shall in no way affect the validity or enfarceability of any other portion or provision of the Contract. Any void provision shall be deemed severed from the Contract and the balance of the Contract shall be construed and enforced as if the Contract did not contain the particular portion or provision held to be void. The Page 15 of 27 RFP 4837 Contract parties further agree to reform the Contract to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Contract from being void should a provision which is the essence of the Contract be determined to be void. 52. HOLIDAYS: The following holidays are observed by the City: New Year's Day (observed) MLK Day Memorial Day 4th of July Labor Day Thanksgiving Day Day After Thanksgiving Christmas Eve (observed) Christmas Day (observed) New Year's Day (observed) If a Legal Holiday falls on Saturday, it will be observed on the preceding Friday. If a Legal Holiday falls on Sunday, it will be observed on the following Monday. Normal hours of operation shall be between 8:00 am and 4:00 pm, Monday through Friday, excluding City of Denton Holidays. Any scheduled deliveries or work performance not within the normal hours of operation must be approved by the City Manager of Denton, Texas or his authorized designee. 53. SURVIVABILITY OF OBLIGATIONS: All provisions of the Contract that impose continuing obligations on the parties, including but not limited to the warranty, indemnity, and confidentiality obligations of the parties, shall survive the expiration or termination of the Contract. 54. NON-SUSPENSION OR DEBARMENT CERTIFICATION: The City of Denton is prohibited from contracting with or making prime or sub-awards to parties that are suspended or debarred or whose principals are suspended or debarred from Federal, State, or City of Denton Contracts. By accepting a Contract with the City, the Vendor certifies that its firm and its principals are not currently suspended or debarred from doing business with the Federal Government, as indicated by the General Services Administration List of Parties Excluded from Federal Procurement and Non-Procurement Programs, the State of Texas, or the City of Denton. 55. EQUAL OPPORTUNITY A. Equal Employment Opportunity: No Offeror, or Offeror's agent, shall engage in any discriminatory employment practice. No person shall, on the grounds of race, sex, age, disability, creed, color, genetic testing, or national origin, be refused the benefits of, or be otherwise subjected to discrimination under any activities resulting from this RFQ. B. Americans with Disabilities Act (ADA) Compliance: No Offeror, or Offeror's agent, shall engage in any discriminatory employment practice against individuals with disabilities as defined in the ADA. 56. BUY AMERICAN ACT-SUPPLIES (Applicable to certain federally funded requirements) The following federally funded requirements are applicable, in addition to the specific federally funded requirements detailed in Attachment C. A. Deiinitions. As used in this paragraph — i. "Component" means an article, material, or supply incorporated directly into an end product. ii. "Cost of components" means - Page 16 of 27 RFP 4837 Contract (1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or (2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the end product. iii. "Domestic end product" means- (1) An unmanufactured end product mined or produced in the United States; or (2) An end product manufactured in the United States, if the cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind as those that the agency deterniines are not mined, produced, or manufactured in sufficient and reasonably available commercial quantities of a satisfactory quality are treated as domestic. Scrap generated, collected, and prepared for processing in the United States is considered domestic. iv. "End product" means those articles, materials, and supplies to be acquired under the contract for public use. v. "Foreign end product" means an end product other than a domestic end product. vi. "United States" means the 50 States, the District of Columbia, and outlying areas. B. The Buy American Act (41 U.S.C. l0a - lOd) provides a preference for domestic end products for supplies acquired for use in the United States. C. The City does not maintain a list of foreign articles that will be treated as domestic for this Contract; but will consider for approval foreign articles as domestic for this product if the articles are on a list approved by another Governmental Agency. The Offeror shall submit documentation with their Offer demonstrating that the article is on an approved Governmental list. D. The Contractor shall deliver only domestic end products except to the extent that it specified delivery of foreign end products in the provision of the Solicitation entitled "Buy American Act Certi�icate". 57, RIGHT TO INFORMATION: The City of Denton reserves the right to use any and all information presented in any response to this solicitation, whether amended or not, except as prohibited by law. Selection of rejection of the submittal does not affect this right. 58. LICENSE FEES OR TAXES: Provided the solicitation requires an awarded contractor or supplier to be licensed by the State of Texas, any and all fees and taxes are the responsibility of the respondent. 59. PREVAILING WAGE RATE5: All respondents will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and prohibiting discrimination in the employment practices. http://www,access. gpo.gov/davisbacon/tx.html 60. COMPLIANCE WITH ALL STATE, FEDERAL, AND LOCAL LAWS: The contractor or supplier shall comply with all State, Federal, and Local laws and requirements. The Respondent must comply with all applicable laws at all times, including, without limitation, the following: (i) §36.02 of the Texas Penal Code, which prohibits bribery; (ii) §36.09 of the Texas Penal Code, which prohibits the offering or conferring of benefits to public servants. The Respondent shall give all notices and comply with all laws and regulations applicable to furnishing and performance of the Contract. 61. FEDERAI., STATE, AND LOCAL REQUII2EMENTS: Respondent shall demonstrate on-site compliance with the Federal Tax Reform Act of 1986, Section 1706, amending Section 530 of the Revenue Act of of 1978, dealing with issuance of Form W-2's to common law employees. Respondent is responsible for both federal and State unemployment insurance coverage and standard Worker's Page 17 of 27 RFP 4837 Contract Compensation insurance coverage. Respondent shall ensure compliance with all federal and State taac laws and withholding requirements. The City of Denton shall not be liable to Respondent or its employees for any Unemployment or Workers' Compensation coverage, or federal or State withholding requirements. Contractor shall indemnify the City of Denton and shall pay all costs, penalties, or losses resulting from Respondent's omission or breach of this Section. 62. DRUG FREE WORI�LACE: The contractor shall comply with the applicable provisions of the Drug-Free Work Place Act of 1988 (Public Law 100-690, Title V, Subtitle D; 41 U.S.C. 701 ET SEQ.) and maintain a drug-free work environment; and the fmal rule, government-wide requirements for drug- free work place (grants), issued by the Ofiice of Management and Budget and the Department of Defense (32 CFR Part 280, Subpart F) to implement the provisions of the Drug-Free Work Place Act of 1988 is incorporated by reference and the contractor shall comply with the relevant provisions thereof, including any amendments to the iuial rule that may hereafter be issued. 63. RESPONDENT LIABILITY FOR DAMAGE TO GOVERNMENT PROPERTY: The Respondent shall be liable for all damages to government-owned, leased, or occupied property and equipment caused by the Respondent and its employees, agents, subcontractors, and suppliers, including any delivery or cartage company, in connection with any performance pursuant to the Contract. The Respondent shall notify the City of Denton Procurement Manager in writing of any such damage within one (1) calendar day. 64. FORCE MAJEUIt�: The City of Denton, any Customer, and the Respondent shall not be responsible for performance under the Contract should it be prevented from performauce by an act of war, order of legal authority, act of God, or other unavoidable cause not attributable to the fault or negligence of the City of Denton. In the event of an occurrence under this Section, the Respondent will be excused from any further performance or observance of the requirements so affected for as long as such circumstances prevail and the Respondent continues to use commercially reasonable efforts to recommence performance or observance whenever and to whatever extent possible without delay. The Respondent shall irnmediately notify the City of Denton Procurement Manager by telephone (to be confirmed in writing within five (5) calendar days of the inception of such occurrence) and describe at a reasonable level of detail the circumstances causing the non-performance or delay in performance. 65. NON-WAIVER OF RIGHTS: Failure of a Party to require performance by another Party under the Contract will not affect the right of such Party to require performance in the future. No delay, failure, or waiver of either Party's exercise ar partial exercise of any right or remedy under the Contract shall operate to lixnit, impair, preclude, cancel, waive or otherwise affect such right or remedy. A waiver by a Party of any breach of any term of the Contract will not be construed as a waiver of any continuing or succeeding breach. 66. NO WAIVER OF SOVEREIGN IMMUNITY: The Parties expressly agree that no provision of the Contract is in any way intended to constitute a waiver by the City of Denton of any immunities from suit or from liability that the City of Denton may have by operation of law. 67. RECORDS RETENTION: The Respondent shall retain all financial records, supporting documents, statistical records, and any other records or books relating to the performances called for in the Contract. The Respondent shall retain all such records for a period of four (4) years after the expiration of the Contract, or until the CPA or State Auditor's Office is satisfied that all audit and litigation matters are resolved, whichever period is longer. The Respondent shall grant access to all books, records and documents pertinent to the Contract to the CPA, the State Auditor of Texas, and any federal governmental entity that has authority to review records due to federal funds being spent under the Contract. Page 18 of 27 RFP 4837 Contract Exhibit B 1NSURANCE REQUIREMENTS AND WORKERS' COMPENSENTATION REQUIREMENTS STANDARD PROVISIONS: Without limiting any of the other obligafions or liabilities of the Contractor, fhe Contractor shall provide and maintain until the contracted work has been completed and accepfed by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter, As soon as pracficable after notificafion of contract award, Contractor shall file with the Purchasing Department safisfactory certificates of insurance including any applicable addendum or endorsements, containing the contracf number and title of fhe project. Contractor may, upon wriften 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 proposal/bid opening, since fhe insurance requirements may not be modified or waived after proposal/bid opening unless a written exception has been submitted with the proposal/bid. Contractor sha!! not commence any work or deliver any materia! until he or she receives notification that the contract has been accepfed, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the fo/lowing general specifications, and sha!/ be maintained in compliance wifh these general specifications throughout fhe duration of the Contract, or longer, if so noted: • Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A-VII or better. Any deductibles or self-insured retentions shall be declared in the proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the City, its officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Liability policies shall be endorsed to provide the following: ■ Name as Additional Insured the City of Denton, its Officials, Agents, Employees and volunteers. ■ That such insurance is primary to any other insurance available to the Additional Insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability. Page 19 of 27 RFP 4837 Contract • Cance/lation: City requires 30 day written notice should any of the policies described on the certificate be cancelled or materia/ly 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. SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additional/y comp/y with the following marked specifications, and shal/ be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: [X] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000,000.00 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 Property Damage Liability for premises, operations, products and completed operations, independent contractors and property Page 20 of 27 RFP 4837 Contract damage resulting from explosion, collapse or underground (XCU) exposures. • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than 500 000 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for: • any auto, or • all owned hired and non-owned autos. [X] Workers' Compensation Insurance Contractor shall purchase and maintain Workers' 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 shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Workers' Compensation Commission (TWCC). [] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under this contract. Coverage shall be on an "occurrence" basis and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance. Policy limits will be at least $500,000.00 combined bodily injury and property damage per occurrence with a $1,000,000.00 aggregate. [] Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than each occurrence are required. Page 21 of 27 RFP 4837 Contract [ ] Professional Liability Insurance Professional liability insurance with limits not less than $1,000.000.00 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. [ ] Commercial 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. Page 22 of 27 RFP 4837 Contract ATTACHMENT 1 [X] Workers' 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 worlc 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 a11 or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. a certificate of coverage, prior to that person beginning work on the proj ect, so the governmental entity will have on file certiiicates of coverage showing Page 23 of 27 RFP 4837 Contract coverage for all persons providing services on the project; and 2. no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the govenimental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text,"form and manner prescribed by the Texas Workers' Compensation Cornmission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contracivally require each person with whom it contracts to provide services on a project, to: 1. provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2. provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. obtain from each other person with whom it contracts, and provide to the contractor: a. a certificate of coverage, prior to the other person beginning work on the project; and b. a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 5. retain all required certificates of coverage on file for the duration of the project Page 24 of 27 RFP 4837 Contract 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 proj ect; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Page 25 of 27 RFP 4837 Contract Exhibit C Contractors Final Pricing Proposal ITEM UOM Type of ProductlService Requested BAFO Pricing Provide Truck Wash Facility Service Operations - Belanger V-Max for 0 to 1 MO 500 units / month. Monthly rates cover providing all standard maintenance services. $ 2,456.00 2 EA Adder for cost per vehicle 501-1000 $ 2,25 3 EA Adder for cost per vehicle 1001-2000 $ 2,17 4 EA Adder cost per vehicle 2001-3000 units per month $ 2,09 5 EA Adder cost per vehicle 3001-4000 units per month $ 2.25 Provide Light Vehicle Wash Facility Service Operations - Belanger Condor 6 MO for 0 to 500 units / month. Monthly rates cover providing all standard maintenance services. $ 2,278.00 7 EA Adder for cost per vehicle 501-1000 $ 0,65 8 EA Adder for cost per vehicle 1001-2000 $ 0.63 9 EA Adder cost per vehicle 2001-3000 units per month $ 0.61 10 EA Adder cost per vehicle 3001-4000 units per month $ 0,65 Cost of Additional Services: Price ITEM UOM DESCRIPTION Provide the markup percent for'Charges For Service by Exception' for 11 - replacement of additional materials / equipment purchased. The percent 40% markup provided also covers freight. Provide a range of hourly labor rates for technicians to provide 'Charges 12 For Service by Exception' for replacement or additional materials / equipment purchased. Please provide and discuss on a separate document. 12A HR Service Technician - Regular Time (1 Hour Minimum) $85 12B HR Service Technician - Overtime (2 Hour Minimum) $127.50 12C HR Travel/Truck- Regular Time (1 Hour Minimum) $120 12D HR Travel/Truck- Overtime (1 Hour Minimum) $140 Page 26 of 27 RFP 4837 Contract Exhibit C Contractors Proposal Continued Materials Proposal Pricin : Total Price - Mar Includes kup Manufacturer's Per Freight ce nt ITEM UOM QTY Description /o) 30 gallons of high PH soap. Provide Vendor price plus Denton's 13 Barrel 1 markup percent. $ 418.00 30% 30 gallons of low PH soap. Provide Vendor price plus Denton's 14 Barrel 1 markup percent. $ 396.00 30% 250 - 350 gallon tote of high PH soap. Vendor price plus 15 Tote 1 Denton's markup percent. $ 4,196.00 30% 250 - 350 gallon tote of low PH soap. Vendor price plus Denton's 16 Tote 1 markup percent. $ 4,196.00 30% 17 EA 1 Other Chemicals required for facility operations. �Salt) $ 8.80 30% • Normal Business Hours are Monday through Friday 8:00 AM to 5:00 PM • Overtime Hours are befare 8:00 AM and after 5:00 PM, Monday through Friday, a11 Saturdays, Sundays and legal or observed holidays. • Charges for services by exception (Line items 12) to include, but not limited to the following: o Labor and parts claims resulting from misuse of equipment o Lack of operational training, neglect, improper installation by a third party (other than Supplier) o Act of God, freezing, floods, fires or accident from damage caused by City. o Any damages resulting in third party will result in charges being billed to the City and excluded from response time requirements o Incoming electrical fluctuations and deviations of power requirements and/or single phasing o Any and all worlc, materials and labor supplied by the general contractor, and/or electrician, plumber or other sub-contractors of the general contractor. o New or replacement equipment o Lack of utilities required for operation. o Costs to provide these services will be subdivided into labor, materials and freight costs. • Supplier will not be responsible for maintenance of EJ Ward System for truck wash or car wash. • Supplier Contact for Service is 972-221.1107 Page 27 of 27 RFP 4837 Contract `�` °RD� CERTIFICATE OF LIABILITY INSURANCE DATE(MMlDOIVYYI� 07/23/12 THIS CERTIFICATE IS ISSUE� AS A MATTER QF INFORMATION ONLY ANp CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY �R NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFIC/�TE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSUREq, the policy(ies) must be endorsed. If SUBROGATION IS 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 certi�cate holder in lieu of such endorsement(s). __ PRODUCER Aon Risk Services, Inc of Florida 1001 Brickell Bay Drive, Suite #1100 Miami, FL 3 31 31-49 37 INSURED ADP TotalSource NH XXVIII, Inc. 10200 Sunset�Drive Miami, FL 33173 ALTERNATE EMPLOYER Pro-Tech Services Company LLC 1702 S Highway 121 #406 Lewisville, TX 75067 INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : Aon Risk Services. I�c of Florida AFFOROING Ins Co NAIC # 23841 COVERAGES CERTIFICATE NUMBER: 501477 REV1510N 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. LIMITS SHOWN ARE AS REQUESTED. INSR 7�ypE OF INSURANCE ADDL SUBR pOLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSR NND MMID�IYYYY MM/DDIYYYY GENERAL LIABILITY EACH OCCURRENCE $ �AMAGE TO RENTED COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence $ CLAIMS-MAqE � OCCUR MED EXP M one erson $ PERSONAL & ADV INJURY $ GENERALAGGREGATE $ GEN'LAGGREGATELIMITAPPLIESPER PRO�UCTS-COMP/OPAGG $ POLICY PROJECT LOC $ AUTOMOBILE LIABILITY Ee accideD SINGL LIMIT $ ANYAUTO BODILYINJURY Per erson 3 ALL OWNED SCHEDULED AUTOS AUTOS BODILYINJURY Peraccident $ NON-OWNED PROPERTY DAMAGE � HIREDAUTOS AUTOS Peraccident $ $ UMBRELLALIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MA�E AGGREGATE $ DEC RETENTION $ WC STATU- OTH- WORKERS COMPENSATION A AND EMPLOYERS' LIqBILITY Y/ N WC 038087787 TX 07/01/12 07/01/13 X TORY LIMITS ER ANY PROPRIETORIPARTNERIEXECUTIVE OFFICER/MEMBER EXCLUDED7 N/ A X E.L. EACH ACCIDENT $ 2,000,000 (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ 2,000,000 IF yas, descriha under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 2,0OO,ODO DeSCRIPTION OF OPERATIONS ! LOCATIONS ! VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required) WAIVER OF SUBROGATION IN FAVOR OF CITY OF DENTON ,ITS OFFICIALS, AGENTS, EMPLOYEES AND VOLUNTEERS. AS RESPECTS OF JOB PERFORMED BY PRO-TECH SERVICES COMPANY LLC AS REQUIRED BY WRITTEN CONTRACT. All worksite employees working for the above named cllent company, paid under ADP TOTALSOURC�, INC.'s payroll, are covered under the above sta[ed policy. The above named client is an altemate employer under this policy. CERTIFICATE HOLDER City of Denton Materials Management �epartment 901 B Texas Stree[ Denton, TX 76209 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLEb BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVI510NS. AUTHORIZED REPRESENTATIVE p4on p�i�k �atviees, �na o f� flo�tida OO 1988-2010 ACORD CORPORATION. All rights ACORD 25 (2010l05) The ACORD name and logo are registered marks of ACORD POLICY HOLDER NOTICE CERTIFICATE HOLDER CANCELLATION NOTICE SCAEDULE Should this poGcy be cancelled before the expiration date hereof, the producer will endeavor to mai130 days written notice to the certificate holder named herein, but failure to do so shall impose no oblig�tion or liability of any kind upon the insurer, the producer, or the respective agents or representatives of each. SCHEDULE: CERTIFICATE HOLDERS AS IDENTIFIED ON THE MOST RECENT QUARTERLY SCHEDULE OF CERTIFICATE HOLDERS PROVIDED BY THE 1NSURED'S BROKER OF RECORD TO THE INSURER. '4` °R°� CERTIFICATE OF LIABILITY INSURANCE 7/19/2012 ' 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 CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an AbDIT10NAL INSURED, the policy(ies) must be endorsed. If SUBROGATiON IS 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 MiChele MCGill NAME: Davis-Dyer-Max Insurance PHONE .(g72) g64-0400 pIC No: �972�z�8-8400 a Member of the Insurors Group D�A�ES;michele.mcgill@davis-dyer-max.com P.O. BOX 495429 INSURER(S AFFORDINGCOVERAGE NAIC# Garland TX 75049 iNSUReRn:Travelers Insurance Com an 39357 INSURED �n�c��R�w w•Charter Oak Fire 25615 Pro-Tech Service Co., L.L.C. 1702 S. Hwy 121 #406 � Lewisville TX 75067 s Indemnitv Comuanv CT 5682 COVERAGES CERTIFICATE NUMBER:2012-2013 Liab Certs REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN 155UED 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. �LTR ADDL 5UBR POLICY EFF POLICY EXP LIMITS TYPE OF INSURANCE POLICY NUMBER MM/DDIYYYY MM1DDlYYYY GENERAL LIABILITY EACH OCCURRENCE $ 1� 000 � OOO DAMAGE T RENTED ],OO � OOO X COMMERCIAL GENERAL LIA8ILITY PREMISES Ea occurrence $ A CLAIMS-MADE ❑X OCCUR I-660-5187C161 6/9/2012 6/9/2013 MEDEXP(Anyoneperson $ 10,OOQ PERSONAL B ADV INJURY $ 1� OOO � 000 GENERAL AGGREGATE $ 2� 000 � O00 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMP/OP AGG $ 2� 000 � OOO X POLICY PR� LOC $ AUTOMOBILE LIABILITY Ee aBcclldeDtSINGLE LIMIT $ 1 OOO OOO x ANY AUTO 80DILY INJURY (Per person) $ B X ALL OWNED X SCHEDULED A-6129C757-12-SEL 6/9/2012 6/9/2013 BODILY INJURY (Peraccident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ X HIREDAUTOS X AUTOS Peraccident $ X UMBRELLA LIAB X pCCUR EACH OCCURRENCE $ Z� OOO � OOO `. EXCESS LIAB CLAIMS-MADE AGGREGATE $ S� OOO � O00 DED X RETENTION$ 5,00 ISF-CUP-4209Y745 6/9/2012 6/9/2013 $ WORKERS COMPENSATION WC STATU- OTH- ANU EMPLOYERS' LIABILITY Y 1 N ANY PROPRIETOR/PARTNERIEXECUTIVE ❑ N� A E.L. EACH ACCIDENT $ OFFICERlMEMBER EXCLUDED? (Mandatory in NH) E.L. DISEASE - EA EMPLOYE $ If yes, describe under DESCRIPTION OF OPERATIONS 6elow E.L. DISEASE - POLICY LIMIT $ A Rented & Leased Equipment I-660-5187C161 6/9/2012 6/9/2013 Limitoflnsurance$25,DOD DESCRIPTION OF OPERATION31 LOCATIONS! VEHICLES (Attach ACORD 101, Additional Remarks Schedule, tf more space is requfred� The General Liability & Automobile policies include a blanket automatic additional insured endorsement that provides additional insured status to the aertifioate holder only when there is a written contract between the named insured and certificate holder. The General Liability & Automobile polioies include a blanket automatic waiver of subrogation endorsement only when there is a written contract between the named insured and the certificate holder. T CERTIFICATE HOLDER _ CANCELLATION _ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Denton, Its Officials, Agents, Em and Volunteers pUTHORIZED REPRESENTATIVE Materials Management Department 901B Texas Street Denton, TX 76209 ..��� -� ���� Larry Hughston/DL�I ACORD 25 (2010/05) O 1988-2010 ACORD CORPORATION. All rights reserved. INS025 r�n�nn�i m Tho Af'_�1RIl n�mo �nrl I�nn ��n rnniefn�nrl mar4c nf A(:f1Rll �r.......,. � �� �` �� M= � �� o� o= �... a= �= _.:_ � �— ._._ a= � � n� �� eF.� O�� � n�� O� O�� U�� �i� t� 001313 Policy # I-660-5187C161 COMMERCIAL GENERAL LIABILITY TH[S ENDORSEMENT CHAN�ES THIE P�LICY. PLIEASE READ !T CAI�EFULLYe BLANKET ADDITIONAL INSURED--4VVNERS, LESS�ES 4R C4NTRAGTaRS This endorsement modifies insurance provided under the foliowing: COMMERCIAL GENEAAL LIA�ILITY COVERAGE PART PROVISIONS: 1. WHO IS AN fNSURED (SECTION II) is amended to include as an insured any person or organiza- tion (called hereafter "additional insured") whom you have agreed in a written contract, executed prlor to loss, to name as additlonal insured, but only wlth respect to liability aris(ng out of "your work" or your ongoing operations for that addi- tional insured perfarmed by you or for you. 2. With respect to the insurance afforded to Addf- tlonal insureds the fo!lowing conditions apply: a. Limits of Insurance – The fiollowing (lmits af liabUlty apply: 1. The limits which you agreed to provide; or 2. The limits shown on the declarations, whichever is less. b. This insurance is excess over any valid and collectible insurance unless you have agreed In a written Contract for this insurance to apply on a primary or contributory basis. 3. This insurance does not apply: a. on any basis to any persan or arganization for whom you have purchased an Owners and Gontractors Proteciive policy. b. to "bodily injury," "property damage," "per- sonal injury," or "advertising �nJury" arising out of the rendering of or the failure to render any professional services by or for you, in- cluding: 1. The preparing, approving or failing to prepare or approve maps, drawings, opinions, .reports, surveys, change or- ders, designs or specifications; and 2. Supervlsory, inspection or engineering services. CG D1 05 04 94 Copyright, The Travelers fnciemnity Gompany, 1994. Page 1 of 1 Includes Copyrighted Material from Insurance Services Office, Inc. COMMERCIAL GENERAL LIAB[LITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. MANIJ�ACTl�J1�ER� AND 1NH�LESALERS XTEND ENDORS�MENT .. . . This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL L{ABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE -- This endorsement broadens coverage. The following listing is a general coverage description only. Limitations and exclusions may apply to these co�erages. Read all the PRO- VISIQNS of this endorsement carefully ta determine rights, duties, and what is and is not covered. A. Broadened N�med Insured B. Blanket Broad Form Vendors C. Limited Worldwide Liabiliiy Coverage — Ind�mnity Basis D. Damage To Premises Rented To You Extension • Perils of fire, explosion, lightning, smoke, water • Limit increased to $300,000 E• Blanket Waiver of Subrogation F. Blanket Additionaf Insured — Managers or Lessors of Premises G• Blanket Additional Insured — Lessor of Leased Equipment H. [ncidental Medical Malpractice I. Personal (njury — Assumed by Contract PROVISIONS A. BROADENED NAM�D INSURED 9. The Named Insured in Item 1. of the peclara- tions is as follows: The person ar organization named in Item 9. of the Declarations and any organization, other fhan a parfnarship or joint venture, over which you maintain Qwnership or majority in- terest on the effective date of the policy. However, coverage for any such organization wi(I cease as of the date during the policy pe- riod fhat ynu no longer maintain ownership of, or majarity interest in, such organization. 2. WHD IS AN INSURED (Section Il) Item 4.�. is deleted and replaced by the following: J. Exiensian of Couerage — Bodily Injury K. Injury to Go-Employees and CaVolunteer Workers L. Aircraft Chartered with Crew M. Non-Owned Watercraft— increased from 25 feet to 5Q feet � N. Increased Supplementary Payments • Cost for bail bonds increased to $2,500 • Loss of earnings increased to $500 per day O. Medica! Payments ' Limit increased to $'10,000 per person P. Knowledge and Notice of Occurrence or Offense (�. UnintentionalOmissiqn R. Reasonable Force — Bodily Injury or Property Damage a. Coverage under this provision is afforded only until the 180th day after you acquire ar form ihe organization or the end of the policy period, whichever is earlier, unless reported in writing ta us within 180 days. 3. This Provision A. does not apply to any per- son or organizatian for which coverage is ex- cluded by endorsement. B. BLANKET BROAD FORM VENDORS COV�R- AGE �: - WHO IS AN INSURED (Section II) is amended io include as an insured any person or organization (referred to below as "vendor") with whom you have agreed in a written cantract, executed prior to loss, to name as an additional insured, but only with respect to "bodily injury" or "property dam- :� �� age" arising out of "your products" which are dis- `�..,._ : CG D1 87 1� 03 Copyright, The Travelers tndemnity Company, 2003 Page 1 of 7 �.: ; _= m^, � aS r,�� �— �r o�� o � o�r sf� el�� O� ��� V� Q � �� ��� O� D� U� �� I. '- .� , 002243 COMMERCIAL GENERAL LIABILITY THIS.ENDORSEMENT:CHANGES THE POLICY. PLEASE READ.IT CAREF_ULLY. OTHEI�:fNSU,I�A�10E,- AD,D:ITION;�4.L..INSUREDS This endorsement modifies insurance provided underthe foflowing: COMMERCIA� GENERAL LIABILITY C01lERAGE PART PROVISIONS 6. The "personal injury" or "advertising injury" for COMMERCIAL GENERAL LIABILITY CONDITIONS which coverage is sought arises out of an of- (Seciion IV), Paragraph 4. (Other Insurance), is fense committed amended as follows: � subs�quent �t4 the signing and execution of that 1. The folfowing is added to Paragraph a. Primary contract or agrsement by you. �. Insurance: 2. The first Subparagraph (2j of Paragraph b. Ex- However, if you specifically agree in a written can- cess Insurance regarding any other primary in- tract or written agreement that the insurance pro- surance availabie to you is deleted. vided to an additional insured under this 3. The following is added to Paragraph b. Excess Coverage Part must apply on a primary basis, or Insurance, as an addiiional subparagraph under a primary and non-contributory basis, this insur- Suhparagraph (�I): ance is primary to other insurance that is avail- That is available to the insured when the insured able to such additionai insured which covers such is added as an additional insured under any other additional insured as a named insured, and we poticy, including any umbrella or excess policy. will not share with that other insurance, provided ... .. that: a. The "bodily injwry" or "property damage" for . . which coverage is sought occurs; and � � CG p0 37 04 65 Copyright 2005 The St. Pauf Travel�rs Companies, Inc. All rights reserved. Page 1 of 1 COMMERCIAL GENERAL LIABILITY tributed or sold fn the regular course of the �en- �f dor's business, subject to the foliowing additional � �, provisions: . � '1. Limifs of fnsurance. The limits of insurance afforded to the vendor shall be the limits , which you agresd to provide, or the limi#s shown on the Declarations, whichever is less. ..=_ f� a� � �� = N--- �� nr- � oa O� a= �� d� aS =- a� a= �. � 0 o� � �� U�� ..._ ;. 2. The insurance afforded the vendor does no# apply to: . a. "Bodify injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liabifity for damages that the vendor would have in the absence of the contract or agraement; b. Any express warranty unauthorized by ,.yoU; c. Any physical or chemical �ch.ange in the product made inteniionatly by�the vendor; ` d. Repackaging, unless unpacked solely for the purpose af inspection, demonstration, testing, or the substitution of paris under instructions from fhe manufacturer, and then repackaged in the original confainer; e. Any fiailure to make such inspections, ad- justments, tes#s or servicing as �endors agree to make or normally undertake to maKe in the usual course of business, in connection with the distribution or sale of "your products' ; f. 9 Demonstratior�, installation, servicing or repai� operations, except such operations performed .at the vendar's premises in connection with the sale of the product; . Products which, after distribution or sale . by you, hav� been labefed or refabeled or . used as a.container,.part or ingredient of .. any other thing or substance by or for tF�e �endor; , 3. This Provision B. does not apply to: a. Any insursd person or organization, from whom you have acquired such producfs, or any ingredient, part or container enter- ing ��into, accompanying or containing �such products; b. Any vendor for which coverage as an ad- � ditional insured specifically is scheduled by endorsement; or c. Any of "your products" for which eoverage is excluded by endorsement. C. LIMITED WORLDWIDE LIABILITY COVERAGE 1. The definition of "coverage ferritory" in D�FI- NITIQNS (Section 1� is deleted and replaced by the following: "Coverage territory" means: a. The United States of America (including its territories and possessions}, Puerko Rico and Canada; b. fnternational waters or airspace, but only if the injury or damage occurs in the course of travef or transportation between any places included in a. abave; or c. All other parts ot the world, excluding any country or jurisdiciion which at the time of the "occurrence" or offense is the subject of trade or economic sanctions imposed by the laws or regulation of the IJnited States of America, but not including any country ar jurisdiction in which the in- sured's activities are specifically permit- ted by any governmental sntity of the United States of :America, if the injury or damage arises out of: (1j Goods or products made or sofd by you in the territory described in 9.a. above; or (2) The activities Qf a person whose home is in the territory described in 1.a. above, but is away for a short time on your business; or (3) "Personal injury" or "advertising in- jury" offenses that take place through the Internet or similar means of communication. 2. With respec# to claims or suits caused by an "occurrence". witf�in the "coverage territory" described in 1.c. above, the foffowing condi- tions appfy: a. The coverage afforded hereunder shall be excess over any other valid and co!- lectible insurance available to. the insured, whether primary, excess, contingent or on any other basis, sxcept for insurance pur- chased specifically by you to be excess of this policy. b. This insurance is not a substitute for "compulsory admitted insurance" in any jurisdictian described in 1.c. above, Page 2 of 7 Copyright, The iravelers lndemnity Company, 2003 �CG D1 87 11 03 002244 �whether or not this insurance would qual- ify as "compulsory admiited insurance" in a giv.en jurisdiction or is accepted by the appropriate authorities as proof of "com- pulsory admitted insurance". You agree to maintain "compulsory ad- mitted insurance" at the limits required by law. Your failure to do so will not invali- date the coverage afforded by this en- dorsement, but we will only be liahle to the same extent we would have been li- able had you maintained "compcalsory admitted insurar�ce". "Compulsory admitted insurance" means insurance that is: (1) Required to be in-force to satisfy the lega! requirements of a given jurisdic- tion; and {2) Issued by a Stafe Fund or an insurer � licensed or permiited by law to do business in the jurisdiction where the property or exposure to loss is lo- cated. c. Vllith respect fo defending you against, or fhe investigation or settlement of, any claim ar "suit" brought against you, the following will apply: (1) The provision of the Insuring Agree- ment reading "We will pay....." in Part 1. of COVERAGE A, and COVER- � AGE B. (Section I— Coverages) is ._. amended to read "UVe will indemnify � . the insured fpr....' ; . �(2) You must arrange to defend yourself . ;�.against, and investigate or settle, any claim or "suit' ; (3) You will not make any setflement . without our consenf; {4) We will pay expenses incurred with �bur consent; (5) We may, at our discretion, participate � in defending you against, or in the settlement of, any cfaim or "suit". 3. , This Provision C. does not apply: a. .To any of "your products" for which cov- erage is excluded by endorsement; or b. To "personal injury" or "advertising injury" if COVERAGE B. PERSONAL AND AD- � VERTISING INJURY LIABfLlTY is ex- cluded by endorsemenfi. COMMERCIAL G�NERAL LIABILITY D. DAMAGE TO PREMISES RENTED TO YOU �- - EXTENSION � � f� 1. The last paragraph of COVERAGE A. BOD- ILY INJURY AND PROPERTY DAMAGE LI- ABILITY (Seciion i— Coverages) is deleted and replaced by the following: Exclusions c. through n. do not apply ta dam- age fo premises while rented to you, ar tem- porarily occupied by you with permission of the owner, caused by: " a. Fire; b. Explosion; c. Lighfining; d. Smoke r�sulting from such fire, explosion, or lightning; or e. Water. A separate limit of insurance applies to this coverage as described in LIMITS OF INSUR- ANCE.(Section lll). 2. This .in5urance does not apply to damage to premises while ,rented to you, or temporarily occupied. . by you with :,permission of the owner, caused by:. . a. Rupture, bursting, or operation of pres- ;� � sure relief devices; . ,,.. b. Rupture or bursting due to expansion or swelling of the cantents of any building or structure, caused by or resulfing from wa- ter; c. Explosion of steam boilers, steam pipes, steam engines, or steam turbines. 3. Part 6. of LIMITS OF INSURANCE (Section 111} is deleted and replaced by the following: Subject fa 5. above, the Damage To Prem- ises Rented To You Limif is the most we will pay under COVERAGE A. for damages be- cause of "property damage" fo any one prem- ises while rented to you, or temporarily occu- pied by you with permission of the owner, caused by fire, explosion, fightning, smoke resulting from such fire, explosion, or light- ning, or water. The Damage To Premises Rented To You Limit will apply to all damage proximately caused by the same "occur- rence", whether such damage results from fire, explosion, lightning, smoke resulting from such fire, explosion, or lightning, or water, or any combination of any of these. CG D1 8711 03 Copyright, The Travelers Indemnity C�mpany, 2003 Page 3 of 7 � t � ,'~ .� � a� � ��.�— � � o��' O�� o-�— �= a; a.� .«..., ��� d� o, h�� a� D .�.. U�� �� � COMMERCIAL GENERAL LIABILITY The Damage To Premises Rented To You : Limit wil! be the higher of; a. $300,000; or b. The amo►�nf shown on the Declarations for Damage To Premises Rented To You Limif. 4. Under DEFINIT{ONS (Section �, Paragraph a. of the definition of "insured contract" is amended so that it does not include that por- tion of the contract for a lease of premises that indemnifies any person or �organization for damage to premises while renfed to you, or temporarily occupied by you with permis- sion of the owner, caused by: 5. a. Fire; b. Explosion; . c. Lightning; d. Smoke resulting from such fire, explosion, or lightning; or • e. Water. This Provision D. does not apply if coverage for Damage To Premises Rent�d To You of COVERAGE A. BODfLY INJURY AND PROP�RTY DAMAGE�LtABILITY (Section I – Coverages) is excluded by endorsement. E. BLANKET WAIVER OF SUBROGATION We waiv.e any right of recovery we may have againsi any person or organization because of payments we make for injury .or damage arising out of premises owned or occupied by or rented or loaned ta .you; ongoing operations performed by you or on �your.behalfi, done under a contract with that person or organization; "your work"; or "your products". We waive this right where you have agreed to do so as part of a written contract, executed byyou priorto loss. ` . :� :� F. BLANKET ADDI7IONAL �INSURED – MANAG- ER5 OR LESSORS OF PREIVIISES WHO IS AN INSURED {Section ll) is amended to include as an insured any person or organization (re#erred to below as "additionaf insured") with whom you have agreed in a written contract, exe- cuied prior to loss, to name as an additional in- sured, but only with respect to liability arising out of the ownership, maintenance `or�use �of that part of any premises leased to you, subject to the fol- lowing provisions: its shown on the Declarations, whichever is less. 2. The insurance afforded to the additional in- sured does not apply to: a. Any "occurrence" that talces place after you cease to be a tenant in that premises; b. Any premises for which coverage is ex- ' cluded by eRdarsement; or c. Structuraf alterations, new construction or demolition operations performed by or on behalf of such additional insured. 3. The insurance afforded to the additional in- �sured is excess over any valid and collectible insurance avai(able #o such additional in- sured, unless you have agreed in a written contract for this insurance to apply on a pri- mary or contribufory basis. G. BLANKET ADDITIOIVAL INSURLD – LESSOR OF LEASED EQUIPMENT WHO IS AN INSURED (Section Ilj is amended to include as an insured any person or organization (referred to below as "additional insured") with whom.you have agreed in a written contract, exe- cuted prior to foss, to name as an additional in- sured, but onfy with respect to their liability arising out of the:maintenance,.operation or.use by you of equipment leased to you by such additional in- sured, subject to the following provisions: 9. Limits of Insurance. The limits of • insurance afforded to the additional insured shall be the limits which you agreed to provide, or the lim- its shown on the Declarations, whichever is I2SS. 2. The insura�ce afforded to the additional in- sured does nat apply to: � a. Any "occurrence" that takes place after �the equipment lease expires; or F�. "Bodily injury" or "properiy damage" aris- ing ouf of the sole negligence,af such ad- diiional insured. 3. The insurance afforded to the additional in- sured is excess aver any valid and collectible insurance availabls to such additional in- sured, unless you have agreed in a written contract for this insurance to apply on a pri- mary or confributory basis. � H. INGIDENTAL MEDICAL MALPRACTICE 1. Limits of Insurance. The limits af insurance 1. The definition of "bodily injury" in DEFINI- �� •::,� 'z afForded io the additional insured shall be the TIONS (Section V) is amended to include "In- limi#s which you agreed to provide, or the lim- cidenfal Medical Ma(practice Injury". ..�L._: i. Page 4 of 7 Copyright, The Travelers Indemnity Company, 2003 CG D'{ 87 71 03 OQ2245 2. The foflowing definition is added ta DEFINI- TIONS (Section V): "Incidental medical malpractice injury" means bodify injury, mental anguish, sickness or dis- ease Sustained by a person, including death resulting from any of these at any time, aris- ing out of the rendering of, or failure to ren- tier, the following services: �• a. Medical, surgical, dental, laboratory, x-ray � or nursing senrice or treatment, advice or instru�tion, or the related #urnishing of food or beverages; b. The furnishing or dispensing of drugs or medical, dental, or surgical supplies or appliances; or c. First aid. d. "Good Samaritan services." As used in this Provision H., "Good Samaritan ser- vices" are those medical services ren- dered or provided in an emergency and �. for which no remuneration is demanded or received. 3. Paragraph 2.a.(1j(dj of WHO IS AN IN- � SURED (Section II) cioes not apply to any registered nurse, licensed practical nurse, emergency medical technician or paramedic ` employed by you, bui only whife performing °the services described in paragraph 2. abo�e and while acting within the scope af their em- �. ployment by you. Any "employees" rendering "Good Samaritan services" will be deemed to ; be acting within the scope .of their employ- ment by you. 4. The following exclusion is added to paragraph � .2. .Exclusions of COVERAGE A. — BODILY INJURY AND PROPERTY DAMAGE LIABIL- ITY (Section I — Coverages): (This insurance does not app(y to:) Liability arising out of the willful vialation of a penal statute or ordinance relating to the sale of � pharmaceuticals by or with the knowledge or consent of the insured. 5. For the purposes of determining the applica- ble limits of insurance, any act or omission, 'together with all related acts or omissions in the furnishing flf the setvices described in paragraph 2. above to any one person, wiil be considered one "occurrence". 6. This Provision H. does not apply if you are in the business or occupation of providing any of the services describeci in paragraph 2. above. COMMERCIAL GENERAL LIABILITY i. The insurance provided by this Provision H. __ �•�: shall be excess over any other valid and col- f � lectible insurance available to the insured, �' � whether prima►y, excess, contingent or on any other basis, except for insurance pur- chased specificafly by you to be excess of this policy. PERSONAL INJURY — ASSUMED BY CON- TRACT 7. The Contractual Liability Exclusian in Part 2., Exclusions of COUERAGE B. PER- S�NAL AND ADVERTI5WG INJURY LIABIL- ITY (Section i— Coverages) is deleted and replaced by the following: (This insurance does not apply t�:) Contractual Liability "Advertising injury" for which the insured has assumed liabifity in a contract or agreement. This exclusion does not apply to liability for damages that the insured would have in #he absence of the cantract or agreement. 2. Subparagraph. f. of the definition. of "insured contract" (DEFINITIONS. -. Seciion 1� is de- leted and replaced by the following: f. That part of any other contract or agree- ment ,pertaining to your business (includ- jng an.indemnifcation,of a municip,afity in conneciion with work perFormed for a �municipality) under which you assume the tort liability of another party to pay for .... . ... "bodily injury," "property damage" or "per- •sonal injury" to a third party or organiza- tion. Tort liability means a liability that would be imposed by law in the..absence of any contract or agreement. 3. This Provision 1. does not apply if COVER- AGE B. PERSONAL AND ADVERTISING ItV- JURY LIABILITY is excluded .by endorse- ment. _ . . J. EXTEN510N OF. .COVERAGE, —. BODILY IN- JURY , :..... �' The definition of "bodily injury" (DE�INITIONS — Section 1n is deleted and replaced by the follow- ing: . "Bodily injury" means bodily injury, mental an- guish, mental injury, shock, fright, disability, hu- miliation, sickness or disease susiained by a per- son, inc(udinc� death resulting from any of fhese at any iime. . . , . �' CG D1 87 11 03 Copyright, The Travelers Indemnity Company, 2003 Page 5 of 7 4� �',`s `' .... i� ,� m— �� ��=- � �� � o� P� d.^... �� a— a_ n� �� �— r� a� d� U�� � <.; COMMERCIAL GENERP,L LIABILf7Y K. INJURY TO C�-EMPLOYEES AND .CO-VOLUN- . T�ER WORKERS : . i� 2. � Your "employees" are insureds with respect fo "bodily injury" to a co"employee" in the course of the ca-"employee's" employment by you, or to your "volunteer workers" while per- forming duties related to the conduct af your business, provided that this coverage for your "employees" does not apply to acts outside the scope of fheir employment by you or while performing duties unrelated to the conduct of your business. • Your "volunteer workers" are �insureds with respect to "bodily injury" fo a co-''vofunteer worker".;while performing duties related to the conduct of your business, or to your "employ- ...ees" in the course of the "employee's" ern- ployment by you, provided that this coverage for your "volunteer warkers" does not apply while pertorming duties unrelated to.the con- duct:of your business. � Subpara�raphs 2,a.(1)(a), {b) and (c) and � 3.a. of 11Vhi0 IS,AN ,INSIJRED (Section II} do not.:appfy to "botlily injury".for which insurance is providsd by para.graph.1, or 2. above. L. AIRCRAFT CHAR�"ERED WITH Ct�EW 1. TE�e following is added to ihe exceptions con- tained in the Aircraft, Auto Or Watercraft Exclusion in Part 2., Exclusions of COVER- AGE A. BODILY INJURY AND PROPERTY DAMAGE LIABlL1TY (Section I - Coverages): (This exclusion does not apply to:} Aircraft chartered with crew to any insured. 2. This Provision L. does not apply if the char- tered aircraft is owned by any insured. 3. The insurance provided by this Provision L. shall be excess over any other valid and col- lec#itale insurance available to the insured, whether primary, excess, contingent or on any ofher basis, except for insurance pur- chased speciftcafly by you to be excess of this policy. M. NON-OWNED WA'�ERCRAFT 1. The exception contained in Subparagraph (2} of the Aircraft, Auto Or Watercraft Exclu- sion in Part 2., Exclusions of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY (Section 1- Coverages) Is deleted and replaced by the following: (2) A watercraft you do not own that is: (a) Fifty feet long or less; and (by Not being used to carry persons or property for a charge. 2. This Provision M. applies to any person who, with your expressed or implied consent, either uses or is responsibfe for the iase of a water- craft. 3. The insurance provided by this Provision M. shall be excess over any other valid and col- lectible insurance available to ihe insured, whefher primary, excess, confingent or on any other basis, except for insurance pur- chased speci�cally by you to be excess of this policy. ' N. INCREASED SUPPLEMENTARY PAYMENTS Parts b. and d. of SUPPLEMENTARY PAY- MENTS - GOVERAGES A ANt7 B(Section I- Coverages) are amended as fo((ows: 1. In Part b. the amount we will pay for the cost of bail bonds is increased to $25n0. 2. 1n Part d. fhe amount we will pay for loss of eamings is increased to $500 a day. O. MEdICAL PAYMENTS - lNCREASED LIM{7S 1. Paragraph 7. of LIMITS �OF tNSURANCE (Section III) is amended to read as fal{ows: 7. Subject fo 5. above, the Medical Expense Limit is the most we will pay under Cov- erage C. for all medical expenses be- cause of "bodily injury" sustained by any one person, and witl be the higher of: (a) $10,000; or (b) The amount shown on the Declara- tions for Medical Expense Limit. 2. This Provision O. does not apply if COVER- AGE C. MEDICAL PAYMENTS (Section 1- Coverages) is excluded either by the provi- sions of the Coverage Part or by endorsa- ment. P. KNOWLEDGE AND NOTICE OF OGCUR- RENCE OR OFFENSE 1. The following is added to COMMERCIAL GENERAL LIABILII"Y CONDITIONS (Section IV), paragraph 2. (Duties In The Event of Oc- currence, Offense, Claim or Suit): Notice of an "occurrence" or of an offense which may result in a claim under this insur- ance shall be given as soon as practicable af- ter knowledge of the "occurrence" or o�fense Page 6 of 7 Copyright, The 7ravelers Indemnity Company, 2003 CG D1 87 1'i 03 002246 has been reparted to any insured listed under Paragraph 1. of Section II — Who Is An In- sured or .an "smployee" (such as an insur- ance, loss control or risk manager or adminis- traior) designated by you to give such notice. Knowledge by other "employee(s)" of an "oc- currence" or of an offense does not impiy that you also have such knowledge. 2. Notice .shail be deemed prompt if given in good faith as soon as practicable to your wqrkers' compensatian insurer. This applies only if you subsequently give notice to us as soon as practicable after any insured listed under Paragraph 7. of Section tl — Who Is An Insured or an ."smployee" (such as an insur- ance, loss control or risk manager or adminis- trator) designated by you ta give such notice discavers that the "occurrence", offense or claim may involve this policy. 3. However, fhis Provision P. does not apply as respects the specific number of days within ,which you are required to notify us in writing � of_the abrupt commencement of a discharge, release or escape of ."pollutants" which � causes "bodily injury" or "property damage" °:which may otherwise be covered under this policy. , COMMERCIAL GENERAL LIABILITY Q. UNINTENTIONAL OMISSION -- The followin `� g is added to COMMERCIAL GEN- '.:.,...:, ERAL LIABILITY CONDIT[ON5 (Section IV}, paragraph 6. (Representations): The unintentional omission of, or unintentional error in, any informaiion provided by you shall not prejudice your rights under this insurance. How- ever, this Provision Q. does not affect our righi to collect additional premium or to exercise our right af cancellation or nonrenewal in accardance with appticable state insurance laws, codes or regula- tions. R. REASONABLE FORCE — BODlLY ENJURY OR PROPERTY DAMAGE The Expected Or Intended Injury Exclusion in Part 2., Exclusians of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABfLlTY (Secfion t— Coverages) is deleted and replaced by the following: {This insurance does not apply to:) Expected or Intended Injury flr Damage "Bodily. injury"; Qr "prope�ty damage" expected or i�tended from the standpoinf of the insured. This exclusion does not apply :to "bodily injury" or "property damage" resuliing from the use of rea- .,~ sonable force to proieci persons or property. t �: GG D1 87 11 03 Copyright, The Travelers Indemnity Company, 2�03 Page 7 of 7 i ._. �� �� � �� �- = o� o� � o= o= nY�� � �_ �� � �— a� o= = W= � .� oa22�� Policy # BA-6129C757-12-SEL C4MMERCIAL AUTO �� THIS ENDCIRSEMENT CHANGES THE POL[CY. IPLEASE;:READ IT CAREFULLY. ,.::::. :;..�� :::::: ...:: ... ,.: , ::,., ;;..,...,,:,�..:; ..... ��BUSINESS AUTO EXTENSI4N ;END4RS.EMENT � This endorsemeni modifies insurance pro�ided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by.the endorsement..: . . . . . . GENERAL DESCRIPTIQN �F COVERAGE – This endorsement broadens coverage. Mowever, coverage for any injury, damage or medical expenses described in any of the proVisions of this endorsement may be excluded or limited by.another endorsement ta the Co�erage Part, and these coverage broadening provisions do not apply to the e`xtent that coverage.is excluded or limited by such an endorseme,nt. The following fisting is a general cover- age description only':Limitations a`nd exclusions may apply to these coverages. Read :all :the provisions of this en- dorsement and the rest of yoiar policy carefully to determine rights, duties, and what is ar�d is not covered. A. BROAD FORM NAMED INSURED B. BLANKET ADDITI�NAL tNSURED 'C.` `EMPLOYEE HIRED AUTO � D. .,EMPLOYEES AS,INS4IRED:. �. SUPPLEMENTARY PAYMENTS – INCREASED ;.: LI.MITS :: :.< :;.<;?: :::. . .,.., ;�.::. • .:.; F." `HIfZED AUTO � � � LIMITED WQRLDWIDE "�'COVERAGE = INDEMNITY BA$IS :..:. .:. ....:.. ...:. .,. . . , � : . ..... : :::... :� : �. ....,. :.: : . � ,, : :, G. WAIVER OF:DEDUCTIBLE --;G,LASS ,: .::.:•.},...., ,: ,,....., , ,,... PROVIS,I.ONS .:... :.. .:.... . : . A. '•:BROAD .FORM NAMED 1NSURED The following is added to Paragraph A.1., Who Is �= An �Insured; of S�CTION��tI = �LIABILITY COV- ..:;ERAGE: � .. ., . .. . ., . . .. `''Any"organizatian'�you� newly acquire or form dur- � � :ing the.;,po{icy�period `over..,which you mainfain ��50% or inore ownership interest and that is not � separately. insiired. for Biisine`ss Auto Coverage. ' CoVerage uriciertFiis provisioii.::is_affarded only un- til.:the 180th.;day'after you.;acquire or form the or- ganization,:or �the end of. the po.licy period, which- ever�is earlier . ' � :.... . ...:.:...: :... ;. �ti..: B. BLANKE:T;AD,DITIONAL IN$URED ��The following` is'`added to"Paragraph c. in A.1., Who=1s'An Insured,�'af �SECTIQN II – L,IABILITY C�VERAGE: ' �• • • ';4ny`person or organization who is required under a written contract or agreement between you and that person ar organization, that is signed and H. HIRED AU70 p.HYSICAL �DAMAGE – LOSS OF,USE.,- If�CREASED.LIMIT . . , .. : .. I. � PWYS�CAL DAMAGE =��TRANSPORTATION EXPENSES – INCREASED LIMIT `J. `PERSONAL EFFECTS � , .., ..::.. . . , ., ..;:. , ; . � � . .. . K. �..A(RB�GS .:;....,� ..: . . . . . �:L.::NOTtCE AND.:KNOWLEDGE OF.:ACCIDENT OR LOSS � -;M,. :BLANKE7.:WAIVER.OE S.UBRQGATION . � .. , .. ... .. . . .. . _ �: �. �.. . . , N. �UNINTENTIONAI. ERRORS OR QMISSIONS � executed '�y you before the "bodily injury" or "property damage" occurs and th'a`t� is in effeci � during the palicy period; .to be named as an addi- tio.nal:: insured is an ''insured"• for Liability Cover- a.ge,,but..an.ly for damages to. which.this�insurance applies and only to ,the ,extent that, person or or- ga.nization,`.qualifies as an "insured" under the Who Is An�.lnsurec! .prpv[sion .contained in Section If. , .: : C. EMPLOYE� HIRED AUTO ' , ' ' 1. ..The .followin_g .,,is, added,.to Paragraph .A.1., �Who 1s,:An Insured, of..SECTION. lt.- Lt- ,:. ... , . .'ABILITY COVERAGE: An "employee" of yours is an "insured" �while operating ::an, "auto". h.ired, or.,rented., under a ��' contract, o�. agreement .in that,,`'em.ployee's" ;name;,with,your,permis5ion, wh'ile`performing . duties. .related, to .the conduct ,of. your busi- :., ....::...... :..,,,.:,, . . . , ,. .,.: .:: : . .: . ness.. . . . . .. CA �T3 53 03 �1 U o 2010 The Travefers Indemnity Company. Page 1 of 4 Includes cbpyrighted material of Insurance Services Office, ln�, with its permission. COMMERC,IAL AUTO 2. The.folioWin,g _replaces .Fara.graph b. in 6.5,,; :. within.such country or jurisdicfiion; for Liability Other insurance, of SECTION IV — BUSI- Coverage for any covered "auto" that you IVESS At1T0 CONDITIONS: .: ,, . s.. lease, hire, rent or borrow. without a driver for ... ...., b. For� Hired Aufo Physical Damage Cover-' ` � `. a..period. of 30.'days or�fess and.that is not an age, the foflowing are deemed to be cov- "auto" you lease, hire, rent or borrow from ered "autos" you own: any of your "empioyees", partners (if you are a partnership), members (if-you ar.e a limited (1} Any covered "auto" you lease, hire, liability.company) or m�mbers of their hause- rent or barrow; and holds. � (2) .Any covered "auto" hired or rented by (a) With respect to any claim made or "suit" your "employee" under a contract in brought outside the �Unifed States `of that individual "emp{oyee's" name, America, the territories and .possessions ..: with your�permission, while perform- of the United States of America, Puerto ing duties related . to the...condtact of �� � Rico and Canada: • � . . .: �your business. .:. : . : :.. .:. . . , . ' ,.(i} . You : must arrange to defend. the "in- . , 'However, any "auto" that is leased, hired, � sured:'., against, and investigate or set- � ' rented or borrowed with a driver is not a tls any such .claim or '.:su,it". and �.keep covered "auto". � �� � us�advised of all proceed'ings and ac- D. EMPLOYEES A5 INSURED � . . . . tions: � � � The following is `added to Paragraph A.1., Wha Is (ii) Neither you nor any other invofved An Insured, of: SECTIO.N;�1. - L,IABILITY GOV- �"insured".:.will �� make any �,seftlement ERAGE: �;: .. .... . ,� :::.:.:..::.. :.�., . - ..: . . ::�;..�; without our consenf. Any "employee" of yours is an "insured"..While us- (iii) We ma�y,.at our discretion, participate ing a covered "auta" you don'fi own, hire or.:borrow in defending,the "insured" a�ai,r�st, or in your business or your personal affairs.� ` in ttie''�'settlement of,` �any claim or ,�� , . . � � .,suit': �:.� :: :..:.. ....... . :: .:, . E. �SUPPLEMENTARY�P/-lYMENTS — INCREASED � ' � ' � LIMITS "' �' (iv) We will reimburse the "insured" for � � - �� • . � sums that the "insured" le.gally... must 1. `The �following replaces Paragraph'A�2.a.(2}, pay.�as; damage� .because,:of,:".bodily of SECTION I! — LIABILITY COVERAGE: � in jury", or. "property damage" to; which ': •..{2) �Up ��to $3;000 for �cost �of bail � bonds (in- this insurance `applies;' that 'tfie "in- cluding bonds for related traffic law viola- sured" pays with our . consent, .:b�t tians) required because of an "accident" only up fo the limit descrilied in'Pa�a- .; we,; cover. lNe;; do,:.not ,:have , to,,.furnish graph C.;` Limii.Of lnsurance;`of SEC- .:�:: , . ; the5e bonds, ; . .:. ;, � : � � . �; . ~ TION.II-.LIABILlTY, GOVERqGE. - 2. The following replaces Paragraph A.2.a.(4), • �(v) � We will :::reimburse the �':insured" for of SECT[ON'll — LIABILIT`Y COVERAGE: the reasonable expenses : incurred '`: (4j All ;re;asonable'expenses �,incurred by the with o,ur. consent fqr..your,.:invesiiga- . .:���� ' ��', , .. ,.. ..... . . . . ,.� ,insured at our reguest including actual , �i,f n oe s�uns �lai �ms and your defiense ... . :.. . . ., . loss of earnings up.to $500 a day be- .. o,. th ,.i.._u.,ed ,agailist.,any:,:such ... . , ... .. � � . : � � "su�t", bilt onl, u to and included �cause of fime off from work. , . . .. Y::::..,P,. , . , ...... : �:,.within,..;th:e.,:limit:..des�ribed : in.,::Para- F. HIRED AUTO — L,IMITED.:,.WORLpWIDE,. COV- •� ` ` '' �.:::,...: ,..:.. _ , „graph, C;:,. .; Limit,.,.,Of. ; Insuranc�, of ERAGE — INDEMNITY BASIS� � ' : ' . SECTION,'._ 11. :,,= LIABILITY . C01/ER- The�follawing .replaces:Subparagraph.(5).in .Para- AGE, and not in addition to,such,limit. •:., ._ .::.. ; . :.: ... , . . gcapti $.7.; Policy Periad, ,Coverage ,Territory, Our duty to make such payments of SECTfON IV � BllSINESS AUT� CONDI- ' eiids �viihen'vire iraVe useci `up •tfie ap- . ..::::::.:.: .:.:. .:: . .. °�TIONS: ' � � � ,.::. _plicabfe.; limit ;of :insucance in ; pay- .:� ::::..... ... :...... ... .. .. , :.,;, ,........ ,. .. 5 An wher� in the world ezce t any country or � : ments :�_for: damages, settlemenfs or - � � �• y � � � � ' � p defense expenses. , �� ': jurisdiction while .any trade sanction, em- � °�-�'� � `'bargo, or sirriilar regulation . imposed by the • (b) ,This insurance ;is .ex�ess over.; :apy valid `''�United Stafes of America �applies to,and pro- •..:...and. .collectible .other:insurance ,available hibits the transaction of business with or . . .. .. Page 2.of 4 � 209 0 The Travelers Indemnity Company. CA :T3.53. U3 :10 � Includes copyrlghted materlal of Insurance Services O�ce, Inc. with its permission. 0 � ,....-,., � �to ihe "insured'! �whether primary, excess i �contingent or on any other basis. � (c) This insurance is not a substitute for re- quired � or compulsory insurance in any � country outside. the United States, its ter- . , ritories.and:possessions., Puerto;Rico and ��:Canada;;::. . . . . m–= ..� .�. N= ._... �� � o= o— o� o� n� � �� �= a; o..� o� o= .= ��–�– r:,.. #..�._ 4 4 !_ 002216 . You agree to maintain all required or com,pulsary insurance in any such coun- try up ta fhe.minimum limits required by loca! law. .Your .failure to comply with compulsory insurance reguirements wi{I not in�alidate. th.e coverage afForded by this policy, but we will only be liable to fhe same exteni we would have been liable had you complied with the compulsory in- surance requirements. (d) It is understood that we are not an admit- ted or authorized insurer outside the United States of America, its territories and possessions, Puerto Rieo and Can- ada. We assume no responsibility for the furnishing of certificates of insurance, or far compliance in any way with the laws of o#her couniries relating to insurance. G. WA(VER OF DEDUCTIBLE – GLASS The follawing is added to Paragraph D., Deducti- ble, of SECTION lil – PHYSICAL DAMAGE COVERAGE: No deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced. H. HIRED AUT� PHYStCAL DAMAGE – LOSS OF USE – INCREASED LIMiT The following replaces the last sentence of Para- graph A.4.b., Loss Df Use Expenses, of SEC- TION 111– PHYSICAL D+4MAGE COVERAGE: However, the mosi we will pay for any expenses for loss of use is $65 per day, to a maximum of $750 for any one "accident". l. PHYSICAL DAIIlIAGE – TRANSPORTATION EXPENSES – INCREASED LIMIT The following replaces the first sentence in Para- graph A.4.a., Transportation Expenses, of SECTION III – PHYSICAL DAMAGE COVER- AGE: We will pay up to $5D per day to a maximum of $1,500 for temporary transportation expense in- curred by you because of the total theft of a cow ered "auto" of the private passenger type. COMMERCIAL AUTO J. �PERSONAL EFFECTS ' ' � ' ;` , `' The �following is acided to Paragraph A.4., Cover- ' age Extensians;' of SECTION 111 -�'PHYSICAL DAMAGE COVERAGE: � Personal Effects > . _ , .., ::..,. . . .. ..........::....... .,..:.,..:.....: We will pay up to $440 `for "loss" to_,wearing ap- parel and other personal effects which are; (1) Owned by.an "insured"; and (Z) In or on your covered''auto". This coverage applies only in the event of a tota( theft of your covered "auto". No deductibles apply to this Personal Effects coverage. IS. AIRBAGS The following is added to Paragraph 8.3., Exclu- sions, of SECTION III – PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "aufo" you own that in- flaie due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b. and A.1.c., but only: a. If that "auto" is a covered "auto" for Compre- hensive Coverage under ihis policy; b. The airbags are not covered under any war- ranty; and c. The airbags were not intentionally inflated. We wilf pay up to a maximum of $1,000 for any one "loss". L. NOTICE AND KNOWLEDGE OF ACGIDENT OR LOSS The following is added to Paragraph A.2.a., ofi SECTION IV – BUSINESS At1T0 CONDITIONS: Your duty to give us or our authorized representa- tive prompt notice of the "accident" ar "loss" ap- plies only when the "accident" or "loss" is known to: (aj Yau (if you are an individual); (b) A partner (if you are a parknership); (c) A member (if you are a limited liability com- pany); (d) An executi�e o�cer, director or insurance manager (if you are a corporation or other or- ganization); or (e) Any "employee" authorized by you to give no- tice af the "accident" or "loss". CA T3 53 03 'I O o 2010 The Travelers Inderiinity Company. Page 3 of 4 Includes copyrighted materia[ of Insurance Servlces Office, Inc, wifh its permission. COMMERCIAL AUTO M. BLANKET WAIVER OF SUBROGATION :: ,...The fiollowing replace5 Paragraph A.5., :Transfer , Of Rights Qf Recove.ry Against. Qthers :To Us, of S�CTION IV — BUSINESS �AUTO, :CONDI- TIONS: .. ,... .. 5. Transfer Of Rights Of Recovery Against . Others To Us , , : . We waive any right of recovery we may have against any person or organization ta the ex- tent required of you by a wFitten contract signed and executed..prior to any "acc9dent" or"loss", provided:thatihe "accideni" or'!loss" arises out of operations . contemplated by such :contract. The waiver appiies only to the person or organization .de�ignated in such �� �ontract. ' ` . _ N. UNIN7ENT10NAL ERRORS OR ON�ISSIONS The followi,ng is added to Paragraph B.2., Con- . '` cealment,` ` Misrepresentation;' Or Fraud, of SECTION 1V — BUSINESS AUTO CONDI710NS: The unintentional omission 'of, or unintentional ' error in, any information given by you shall not prejudice your rights under this insurance. How- ever this provision does not affect our right to col- fect additional premium or exercise our right of cancellation or non-renewal. � ` � ,. . .._� . ,., �: Page 4 of 4 00 2010 The Travelers Indemnity company. CA T3 53 03 10 Includes cppyrighted material of.lns.urance Services Office, Inc. witfi its permission.